Você está na página 1de 133

Pre-

CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
Point (b) states " We offer to design,
(b) We offer to design, manufacture, test, deliver, install, pre-commission,
manufacture..
and commission in conformity with the Bidding Document the following
Plant and Services:
Kindly confirm that our scope is limited to
''Design Verification, Detail Engineering,
Design Verification, Detail Engineering, Supply, Installation, Testing and
SECTION 4 - Supply, Installation, Testing and
Commissioning
Letter of Technical Commissioning of Environment Control
1 PART - I BIDDING 4--2 of Environment Control System (ECS), Tunnel Ventilation System (TVS), Follow bid conditions
Bid System (ECS), Tunnel Ventilation System
FORMS Electrical and
(TVS), Electrical and Mechanical System
Mechanical System (E&M) and Building Management System (BMS) for
(E&M) and Building Management System
two underground
(BMS) for two underground
Metro Stations at Chhoti Chaupar and Badi Chaupar on EastWest
Metro Stations at Chhoti Chaupar and Badi
Corridor of Jaipur
Chaupar on EastWest Corridor of Jaipur
Metro Phase- 1B
Metro Phase- 1B''
We understand that discounts if any and
Schedule 5 is not
their application methodology is to be
SECTION 4 - applicable. Bidder to quote
(d) The discounts offered and the methodology for their application are as mentioned in 'Letter of Price Bid' - clause (d).
2 PART - I BIDDING Letter of Price Bid 4--4 discount in letter of price
follows: _____________ And the same discounts need not be
FORMS bid only. Please follow
mentioned Grand Summary (Schedule No.
addendum
5). Please confirm.
The blank space in 'Letter of Price Bid' -
SECTION 4 - (a) We have examined and have no reservations to the Bidding
clause (a) is to be filled with Addendum ref.
3 PART - I BIDDING Letter of Price Bid 4--4 Document, including Addenda issued in accordance with Instructions to Confirmed
no. / addendum No. / Addendum date.
FORMS Bidders (ITB) 8.______________________________
Please confirm.
SECTION 4 - Citation under '1' is missing. Kindly confirm
(g) We have paid, or will pay the following commissions, gratuities, or
4 PART - I BIDDING Letter of Price Bid 4--4 that in clause (g) details of tender fee are to Please follow addendum.
fees with respect to the bidding process or execution of the Contract: 1
FORMS be provided.
SECTION 4 - For retention money BG,
Retention BG Format for Retention Money BG is missing in
5 PART - I BIDDING __ Retention BG Format Format of Mob Advance
Format the tender document. Please provide.
FORMS Bank Gurantee to be used
SECTION 4 - Kindly confirm whether the Bid Security has
Bid Security The bid secqrity can be
6 PART - I BIDDING 4 of 9 Bid Security / Bid Securing Declaration to be from a Nationalized Bank or it can be
Bank Guarantee from Any Scheduled bank
FORMS from any other Scheduled Bank.
Price adjustment will be
done as per Appendix 2
PART - 1 -
Kindly provide the details of the form in Section 9. Therefore
SECTION 1 : Bidders are required to indicate the source of labour and material indexes
7 PART - I 18.6 (b) 1 of 13 which the source of labour and material labour and material
INSTRUCTIONS in the corresponding form in Section 4 - Bidding Forms
indexes has to be indicated. indexes are not required to
TO BIDDERS
be mentioned by the
bidders
Kindly inform about the maximum no. of
PART - 1 - subcontractors that can be listed for a single
SECTION 1 : Proposed Subcontractors and / or Manufacturers for Major Items of Plant service. Also, request you to advise whether Follow bid conditions
8 PART - I Technical Proposal 4 of 21
INSTRUCTIONS and Services new sub contractators, not mentioned in (SCC Caluse 11)
TO BIDDERS bidding stage can be employed in post order
stage.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
As per the tender we are allowed to quote in
upto 3 Foreign Currencies apart from INR.
PART - 1 - Kindly confirm how to indicate subtotal
SECTION 2 : amount in case of use of multiplle currencies Please indicate the
9 PART - I ITB 19.1 2 of 3 Foreign Currency
BID DATA for different items in the BOQ. currency used in the BOQ
SHEET Please confirm bidder can indicate
currencies as under in the subtotal : $_____
& &
PART - 1 -
As lot of dcoumentation is to be prepared,
SECTION 2 : Any extension will be
10 PART - I ITB 24.1 2 of 3 Submission and Opening of Bid we request you to grant us an extension for
BID DATA informed to bidders later.
submission of tender till August 26, 2016.
SHEET
Acceptable. The SCC
From Annexure IV, we understand that the
BOQ PART - 1 - Clause 25 shall be
manpower deployed will be for 8 working
11 PART - I PART-B : ECS Annexure IV Manpower Deployment (Minimum requirement) applicable during AMC
hours only. Kindly confirm the same or
WORKS also. Please follow
suggest otherwise.
addendum
Kindly confirm whether

Panel quantity is mentioned under following descriptions: i) Rates are to be quoted (SITC) at the panel
header / name. OR
BOQ PART - 1 - Panel complete as per specifications, drawings, requirements & following ii) Rates are to be quoted as per bifurcation
PART-A : ECS 1. Switch Boards / details: mentioned at the end of panel description i.e Rates are to be quoted as
12 PART - I 1 of 61
ELECTRICAL Panels Delivery of equipment to site supply,Installation, testing and per bifurcation only
WORKS Installation and Equipment testing commissioning and interlocking.
System testing, Commissioning and hand over
Interlocking Arrangement If rates are quoted in either of the above
cases then rate column will have to be left
blank in one of the above Please confirm
BOQ PART - 1 - In BOQ where Power feeder is MCCB,
Indication lamps shall be
PART-A : ECS 1. Switch Boards / i) Each incomer and outgoing feeder shall be provided with LED type indicating lamps are not mentioned, please
13 PART - I 2 of 61 provided. Please quote
ELECTRICAL Panels status indication lamps suitable for 240 V, AC, as approved. confirm whether the same is to be
accordingly
WORKS considered.
BOQ PART - 1 -
u) All Motor feeders, having separate Electronic over current relay Kindly confirm whether EOCR is to be
PART-A : ECS 1. Switch Boards /
14 PART - I 2 of 61 (EOCR) , shall be provided with Reset push button & group by pass considered seperately where O/L protection Follow BOQ
ELECTRICAL Panels
arrangement. is part of MPCB/MCCB.
WORKS
BOQ PART - 1 -
DB 330: Kindly confirm whether only SP MCB to be
PART-A : ECS 1. Switch Boards /
15 PART - I 13 of 61 1.2.5) 14 Nos, DOL 0.5 kW single phase feeder for Motor Operated provided or complete single phase DOL DOL starter to be provided
ELECTRICAL Panels
Valves starter to be provided.
WORKS
Soft starter is not mentioned in the BOQ,
BOQ PART - 1 -
please confirm whether soft starter is to
PART-A : ECS 1. Switch Boards /
16 PART - I 35 of 61 DB-140/240 considered. Please follow addendum.
ELECTRICAL Panels
If required the starter shall be in line design
WORKS
or Inside delta design.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
Kindly confirm whether 1 nos. ATS and 2
nos. MCCB to be considered or only 2 nos.
BOQ PART - 1 - DB-310 Air Cooled Scroll Chillers:
MCCB with Auto source transfer system to
PART-A : ECS 1. Switch Boards / 1) Automatic transfer switch with 2 Nos 400A, 4 pole 50kA, MCCB
17 PART - I 14 of 61 be considered. Follow BOQ
ELECTRICAL Panels having Electronic Trip Unit with adjustable protection against Overload,
2 No. 400A TP MCCB with Separate ATS is
WORKS adjustable protection against Short Circuit, Earth fault.
mentioned in SLD. Is it MCCB based ATS or
not. Please confirm.
BOQ PART - 1 - DB-310 Air Cooled Scroll Chillers:
PART-A : ECS 1. Switch Boards / 1.3.03) 3 Nos. 250 A, 415V, 50KA, 3P MCCB having Electronic Trip Unit These feeders are with S/D starter as per
18 PART - I 14 of 61 Follow BOQ
ELECTRICAL Panels with adjustable protection against Overload, adjustable protection against SLD. Please confirm.
WORKS Short Circuit.(For Air Cooled Chiller-2 Nos. Working+ 1 No. Spare).
BOQ PART - 1 - As per SLD 1 No. Spare is mentioned.
DB-310 Air Cooled Scroll Chillers:
PART-A : ECS 1. Switch Boards / 1 No. S/D spare starter feeder as mentioned
19 PART - I 15 of 61 1.3.05) 8 nos.(6 Nos. for MOV+2NOS. FOR SPARE) 0.5 kW single phase Follow BOQ
ELECTRICAL Panels in the SLD is missing in BOQ.
feeder for Motor Operated Valves
WORKS Please confirm.
BOQ PART - 1 - DB-310 Air Cooled Scroll Chillers:
PART-A : ECS 1. Switch Boards / 1.3.03) 3 Nos. 250 A, 415V, 50KA, 3P MCCB having Electronic Trip Unit Kindly confirm whether MCCB shall be MCCB shall be motor
20 PART - I 14 of 61
ELECTRICAL Panels with adjustable protection against Overload, adjustable protection against manual operated or Motor operated. operated
WORKS Short Circuit.(For Air Cooled Chiller-2 Nos. Working+ 1 No. Spare).

BOQ PART - 1 - MAIN PLANT PANEL DB-170/270


FP ACB as per
PART-A : ECS 1. Switch Boards / 1.1.01 A 1 ) 2 Nos. 2500A, 415 V, 50KA, 50 Hz TPN EDO type ACBs Kindly confirm TPN or FP (FP is mentioned
21 PART - I 4 of 61 specifications. Please
ELECTRICAL Panels interlocked with bus coupler and complete with microprocessor based in the SLD).
follow Addendum
WORKS releases having SCADA compatibility and energy metering.
BOQ PART - 1 - MAIN PLANT PANEL DB-170/270
PART-A : ECS 1. Switch Boards / 1.1.08 a ) 1 No. 3 Pole 25 Amps MPCB (with Under Voltage Protection Kindly confirm 25 Amps MPCB or 40A
22 PART - I 9 of 61 Follow BOQ
ELECTRICAL Panels and inbuilt Single Phasing Preventer) with 20-25 A Over - load release MPCB as mentioned in SLD.
WORKS and having contacts for indications - On, Off, Trip.
BOQ PART - 1 - MAIN PLANT PANEL DB-170/270
PART-A : ECS 1. Switch Boards / 1.1.10) 4No. 100 A, 415V, 50KA, 3P MCCB having Electronic Trip Unit
23 PART - I 10 of 61 1 No. 100A Feeder for UPS-AB is missing. Follow BOQ
ELECTRICAL Panels with adjustable protection against Overload, adjustable protection against
WORKS Short Circuit.(For DB-330, LDB-AB, SPDB-AB & 1NO. SPARE).
BOQ PART - 1 - Main Distribution Board (MDB), DB-130 & DB-230
PART-A : ECS 1. Switch Boards / 1.4.06) 5 Sets (4W+1S) of Star - Delta Starter unit for VEF(4Working+1 VEF-3 & 4 are missing in DB-230 as per
24 PART - I 21 of 61 Follow BOQ
ELECTRICAL Panels Spare) of up to 11 kW and each shall be equipped with the followings but SLD.
WORKS not limited to:
1.8.08 A a)1 No. 630 A, 415V, 50kA, 3P MCCB having Electronic Trip
BOQ PART - 1 -
Unit with adjustable protection against Overload, adjustable protection
PART-A : ECS 1. Switch Boards / 630A TP ACB as per SLD. Please confirm
25 PART - I 32 of 61 against Short Circuit and Earth Fault (With Adjustable time delay); having Follow BOQ
ELECTRICAL Panels requirement.
Zone Selective Interlocking and NO/NC contacts for operation and neutral
WORKS
sensor for earth fault protection.
BOQ PART - 1 -
1.11.03.1) 2 Sets of Soft Starter for bidirectional (Forward and reverse
PART-A : ECS 1. Switch Boards / 280KW as per SLD. Please confirm
26 PART - I 37 of 61 rotation) TVF Motors up to 220KW and each shall be equipped with the Please follow addendum.
ELECTRICAL Panels requirement.
followings but not limited to:
WORKS
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
BOQ PART - 1 -
1.11.03.1.a) 1 No. 3 Pole 630 A, 50kA at 415V, 3P Motor Duty MCCB
PART-A : ECS 1. Switch Boards / 1000A ACB as per SLD. Please confirm
27 PART - I 37 of 61 with Magnetic Trip Unit (having only short circuit protection) and auxiliary Please follow addendum.
ELECTRICAL Panels requirement.
Contacts.
WORKS
BOQ PART - 1 -
1.11.03a.i)4 Sets of soft Starter Unit for bidirectional (Forward and
PART-A : ECS 1. Switch Boards /
28 PART - I 38 of 61 reverse rotation) TBF Motors up to 75 KW and each shall be equipped This item is missing in the SLD. Please follow addendum.
ELECTRICAL Panels
with the followings but not limited to:
WORKS
BOQ PART - 1 -
Providing, fixing, connecting, testing and commissioning of 15A single Kindly confirm that bidder has to quote for
PART-A : ECS 1. Switch Boards /
29 PART - I 35 of 61 phase flush type socket outlet in recess/surface mounted complete as Metal clad / PVC based industrial socket or Please follow addendum.
ELECTRICAL Panels : Sr. No. 1.10
per specification.(For FCU) Modular socket outlet.
WORKS
1.01 Main Distribution Board DB-100
B.a) 1 No. 2500A/2500A, 415V, 65KA, 3 Pole, Electrically operated
Draw Out type, ACB complete with safety shutters, 240V AC shunt trip
coil & closing coil and having microprocessor based releases with (1)
1. LV MAIN Communication capability (2) Provision for measurement of three phase
BOQ PART - 2 -
Switchboards, Sub- current (3) Protection against long time + short time + earth fault (all with
PART A : FP ACB as per SLD. Please confirm
30 PART - I main Switchboards 5 of 86 adjustable time delays) + instantaneous (4) Zone Selective Interlocking Please follow addendum.
ELECTRICAL requirement.
and local electrical Unit for Total Discrimination (5) Communication options to remotely read
WORKS
panels and set parameters for the protection functions, transmission of ammeter
measurements (6) Signailing of the cause of tripping and alarms,
maximeter reset etc (7) NO / NC contacts for interlocks and indications
(8) 1 No. CT in the neutral to connect with the trip unit.(9) 1No.Lockable
Emergency Push Button with contact
1.01 Main Distribution Board DB-100
E.1. a) 1 No. 2500A/2500A, 415V, 65KA, 3 Pole, Electrically operated
Draw Out type, ACB complete with safety shutters, 240V AC shunt trip
coil & closing coil and having microprocessor based releases with (1)
1. LV MAIN
BOQ PART - 2 - Communication capability (2) Provision for measurement of three phase
Switchboards, Sub-
PART A : current (3) Protection against long time + short time + earth fault (all with 3 Nos. mentioned in the SLD. Please
31 PART - I main Switchboards 6 of 86 Please Follow BOQ
ELECTRICAL adjustable time delays) + instantaneous (4) Zone Selective Interlocking confirm requirement.
and local electrical
WORKS Unit for Total Discrimination (5) Communication options to remotely read
panels
and set parameters for the protection functions, transmission of ammeter
measurements (6) Signailing of the cause of tripping and alarms,
maximeter reset etc (7) NO / NC contacts for interlocks and indications
(8) 1 No. CT in the neutral to connect with the trip unit.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
1.01 Main Distribution Board DB-100
E.2. a) 1 No. 630A/630A, 415V, 65KA, 3 Pole motorised MCCB with
240V AC shunt trip coil and having electronics releases with (1)
1. LV MAIN Communication capability (2) Provision for measurement of three phase
BOQ PART - 2 -
Switchboards, Sub- current (3) Protection against Overload (with base setting and fine
PART A : 800A ACB mentioned in SLD. Please
32 PART - I main Switchboards 7 of 86 adjustment), Short Circuit and earth fault (all with adjustable time delays) Please Follow BOQ
ELECTRICAL confirm requirement.
and local electrical + Instantaneous (4) Communication options to remotely read parameters
WORKS
panels for the protection functions transmission of ammeter measurements,
signaling of cause of tripping, maximeter reset etc. (5) NO / NC contacts
for interlocks and indications (6) 1 No.CT in Neutral for earth fault
protection
1. LV MAIN
BOQ PART - 2 -
Switchboards, Sub- Kindly confirm whether Ammeter or MFM is
PART A : 1.01 Main Distribution Board DB-100
33 PART - I main Switchboards 9 of 86 to be considered. Other outgoing feeders are Please follow addendum.
ELECTRICAL E.6. e) Digital Ammeter with Inbuilt Selector Switch
and local electrical with MFM.
WORKS
panels
1.01 Main Distribution Board DB-100
E.7. a) 1 No. 250A/200A, 415V, 65KA, 3 Pole motorised MCCB with
240V AC shunt trip coil and having electronics releases with (1)
1. LV MAIN Communication capability (2) Provision for measurement of three phase
BOQ PART - 2 -
Switchboards, Sub- current (3) Protection against Overload (with base setting and fine
PART A : 400/400A MCCB mentioned in SLD. Please
34 PART - I main Switchboards 10 of 86 adjustment), Short Circuit and earth fault (all with adjustable time delays) Please Follow BOQ
ELECTRICAL confirm requirement.
and local electrical + Instantaneous (4) Communication options to remotely read parameters
WORKS
panels for the protection functions transmission of ammeter measurements,
signaling of cause of tripping, maximeter reset etc. (5) NO / NC contacts
for interlocks and indications (6) 1 No.CT in Neutral for earth fault
protection
1.02 Main Distribution Board DB-200
I.b. a) 1 No. 2500A/2500A, 415V, 65KA, 3 Pole, Electrically operated
Draw Out type, ACB complete with safety shutters, 240V AC shunt trip
coil & closing coil and having microprocessor based releases with (1)
1. LV MAIN
BOQ PART - 2 - Communication capability (2) Provision for measurement of three phase
Switchboards, Sub-
PART A : current (3) Protection against long time + short time + earth fault (all with FP ACB mentioned in SLD. Please confirm
35 PART - I main Switchboards 12 of 86 Please follow addendum.
ELECTRICAL adjustable time delays) + instantaneous (4) Zone Selective Interlocking requirement.
and local electrical
WORKS Unit for Total Discrimination (5) Communication options to remotely read
panels
and set parameters for the protection functions, transmission of ammeter
measurements (6) Signailing of the cause of tripping and alarms,
maximeter reset etc (7) NO / NC contacts for interlocks and indications
(8) 1 No. CT in the neutral to connect with the trip unit.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
1.02 Main Distribution Board DB-200
E.1.a) 1 No. 2500A/2500A, 415V, 65KA, 3 Pole, Electrically operated
Draw Out type, ACB complete with safety shutters, 240V AC shunt trip
coil & closing coil and having microprocessor based releases with (1)
1. LV MAIN
BOQ PART - 2 - Communication capability (2) Provision for measurement of three phase
Switchboards, Sub-
PART A : current (3) Protection against long time + short time + earth fault (all with 3 No. FP ACB mentioned in SLD. Please
36 PART - I main Switchboards 13 of 86 Please Follow BOQ
ELECTRICAL adjustable time delays) + instantaneous (4) Zone Selective Interlocking confirm requirement.
and local electrical
WORKS Unit for Total Discrimination (5) Communication options to remotely read
panels
and set parameters for the protection functions, transmission of ammeter
measurements (6) Signailing of the cause of tripping and alarms,
maximeter reset etc (7) NO / NC contacts for interlocks and indications
(8) 1 No. CT in the neutral to connect with the trip unit.
1.02 Main Distribution Board DB-200
E.2.a) 1 No. 630A/630A, 415V, 65KA, 3 Pole motorised MCCB with
240V AC shunt trip coil and having electronics releases with (1)
1. LV MAIN Communication capability (2) Provision for measurement of three phase
BOQ PART - 2 -
Switchboards, Sub- current (3) Protection against Overload (with base setting and fine
PART A : 800A ACB mentioned in SLD. Please
37 PART - I main Switchboards 13 of 86 adjustment), Short Circuit and earth fault (all with adjustable time delays) Please Follow BOQ
ELECTRICAL confirm requirement.
and local electrical + Instantaneous (4) Communication options to remotely read parameters
WORKS
panels for the protection functions transmission of ammeter measurements,
signaling of cause of tripping, maximeter reset etc. (5) NO / NC contacts
for interlocks and indications (6) 1 No.CT in Neutral for earth fault
protection
1. LV MAIN
BOQ PART - 2 -
Switchboards, Sub- Kindly confirm whether Ammeter or MFM is
PART A : 1.02 Main Distribution Board DB-200
38 PART - I main Switchboards 15 of 86 to be considered. Other outgoing feeders are Please follow addendum.
ELECTRICAL E.4.e) Digital Ammeter with Inbuilt Selector Switch
and local electrical with MFM.
WORKS
panels
1.02 Main Distribution Board DB-200
E.7.a) 1 No. 250A/200A, 415V, 65KA, 3 Pole motorised MCCB with
240V AC shunt trip coil and having electronics releases with (1)
1. LV MAIN Communication capability (2) Provision for measurement of three phase
BOQ PART - 2 -
Switchboards, Sub- current (3) Protection against Overload (with base setting and fine
PART A : 400/400A MCCB mentioned in SLD. Please
39 PART - I main Switchboards 16 of 86 adjustment), Short Circuit and earth fault (all with adjustable time delays) Please Follow BOQ
ELECTRICAL confirm requirement.
and local electrical + Instantaneous (4) Communication options to remotely read parameters
WORKS
panels for the protection functions transmission of ammeter measurements,
signaling of cause of tripping, maximeter reset etc. (5) NO / NC contacts
for interlocks and indications (6) 1 No.CT in Neutral for earth fault
protection
100/100A-6No.
1. LV MAIN
BOQ PART - 2 - 1.04 Small power distribution panels (DB-110 & DB-210) 250/160A-23No. In SLD for DB-110
Switchboards, Sub-
PART A : C.1) 25 Nos. Feeders with 100A/63A, 3 pole, 50kA, MCCB having
40 PART - I main Switchboards 18 of 86 Please Follow BOQ
ELECTRICAL Electronic Trip Unit with adjustable protection against Overload and 100/100A-3No.
and local electrical
WORKS adjustable protection against Short Circuit 250/160A-26No. In SLD for DB-210
panels
Please confirm requirement.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
1.04 Lighting distribution panels (DB-120 & DB-220)
1. LV MAIN
BOQ PART - 2 - A.a) 1 No. 250 A/200 A, 415V, 65kA, 3P motorised MCCB having (1)
Switchboards, Sub-
PART A : Electronic Trip Unit with adjustable Overload, adjustable Short Circuit and 400/400A MCCB mentioned in the SLD. BOQ shall prevail. Please
41 PART - I main Switchboards 17 of 86
ELECTRICAL adjustable Earth Fault (All with adjustable time delays) protection; (2) Please confirm requirement. follow addendum
and local electrical
WORKS Provision for remote tripping of MCCB; (3) NO/NC contacts for operation
panels
and (4) 1 No.CT in Neutral for earth fault protection.

1.06 Escalator & lift panels (DB-150 & DB-250)


A.a) 1 No. 1250A/1250A, 415V, 65kA, 4 Pole, Electrically operated Draw
Out type, ACB complete with safety shutters, 240V AC shunt trip coil and
having microprocessor based releases with (1) Communication capability
1. LV MAIN
BOQ PART - 2 - (2) Provision for measurement of three phase current (3) Protection
Switchboards, Sub-
PART A : against long time + short time + earth fault (all with adjustable time 3P ACB mentioned in the SLD. Please
42 PART - I main Switchboards 19 of 86 Please Follow BOQ
ELECTRICAL delays) + instantaneous (4) Zone Selective Interlocking Unit for Total confirm requirement.
and local electrical
WORKS Discrimination (5) Communication options to remotely read and set
panels
parameters for the protection functions, transmission of ammeter
measurements (6) Signailing of the cause of tripping and alarms,
maximeter reset etc (7) NO / NC contacts for interlocks and indications
(8) 1 No. CT in the neutral to connect with the trip unit.
1. LV MAIN
BOQ PART - 2 - 1.06 Escalator & lift panels (DB-150 & DB-250)
Switchboards, Sub-
PART A : C.2) 8 Nos. Feeder with 400A/250A, 3 pole, 50 kA, MCCB having 7 No. MCCB for DB-150 mentioned in the
43 PART - I main Switchboards 19 of 86 Please Follow BOQ
ELECTRICAL Electronic Trip Unit with adjustable protection against Overload and SLD. Please confirm requirement.
and local electrical
WORKS adjustable protection against Short Circuit.
panels
1. LV MAIN
BOQ PART - 2 - 1.06 Escalator & lift panels (DB-150 & DB-250)
Switchboards, Sub-
PART A : C.3) 8 Nos. Feeders with 160 A/ 100 A, 3 pole, 50 kA, MCCB having 9 No. MCCB for DB-150 mentioned in the
44 PART - I main Switchboards 20 of 86 Please Follow BOQ
ELECTRICAL Electronic Trip Unit with adjustable protection against Overload and SLD. Please confirm requirement.
and local electrical
WORKS adjustable protection against Short Circuit.
panels
1. LV MAIN
BOQ PART - 2 - 1.18 Local Motor Control Panel for Fire Fighting Pumps, DB - 260
Switchboards, Sub-
PART A : C.3) 3 Sets of Star Delta Starter Unit (One Set for Sprinkler Jockey Pump, 4 No. Star Delta Starter Unit mentioned in
45 PART - I main Switchboards 30 of 86 Please Follow BOQ
ELECTRICAL Hydrant Jockey Pump & one Set as spare) of 5.5 KW. Each Starter Unit the SLD. Please confirm requirement.
and local electrical
WORKS shall be equipped with the followings:
panels
9.0 meter hot dipped galvanised Octagonal with single overhang arm &
with foundation bolts, base plate complete with foundation, entry and exit
BOQ PART - 2 - pipes, control JB with connector generally as shown on drawings and as
5. Indoor Lighting & per specifications.
PART A : Kindly confirm that single / Double overhang Shall be provided as per
46 PART - I Fans : Sr. No. 5.3 a 64 of 86
ELECTRICAL arm length shall be 1000 mm. site requirement
& 5.3 b 9.0 meter hot dipped galvanised Octagonal with double overhang arm &
WORKS
with foundation bolts, base plate complete with foundation, entry and exit
pipes, control JB with connector generally as shown on drawings and as
per specifications
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
Supply, installation, Testing and Commissioning 20 m high area lighting
High Mast of Bajaj/Philips suitable for 06 nos 1 x 400 W luminaires
complete with all standard accessaries like winches, latern carriage etc.
including the cost of providing supplying and fixing 6 nos 2 x 400 W
BOQ PART - 2 - HPSV flood ligh luminaires with die cast / extruded Aluminium body, pre Kindly confirm High mast shall be suitable
PART A : 5. Indoor Lighting & anodised Aluminium asymetrc/symetric reflector, IP 54 and above, heavy for 6 nos 2 x 400 W or 1 x 400W HPSV flood
47 PART - I 65 of 86 Please follow addendum.
ELECTRICAL Fans : Sr. No. 5.4 duty control gear housed in a weather proof housing of Philips/Bajaj or light luminaires & also confirm quantity of
WORKS equivelent to cat no. RT 3/N/2x400 of philips equvelent and including cost luminaires for supplying and fixing.
of the 400 W lamps type SON-T plus of Plilips,also including Lightning
Arrestor and others accessaries like phosper Bronz Gear, double drum,
stainless steel wire ropes, suitable MCB wires/cables as required with
alongwith the folowing accessaries as required as under:

BOQ PART - 2 - 6. Protective, Clean


Labour charges for making earth pit with 20 mm diameter, 3 meter long Kindly confirm that copper earth rod shall be
PART A : Earth and Lightening
48 PART - I 70 of 86 copper earth rod by driving directly in ground including termination with 25 mm dia since in Sr. No. 6.70.a Cu. Rod Please follow addendum.
ELECTRICAL Protection System :
grid, as required, and as per technical specifications and as required. supply item size is 25 mm dia.
WORKS Sr. No. 6.8

BOQ PART - 2 - 6. Protective, Clean


Supplying and laying of the . bimetallic connectors, testing links & other
PART A : Earth and Lightening Requesting to provide size / details in order Please follow bid
49 PART - I 70 of 86 fixing accessories and clamping/ connection with earth terminations as
ELECTRICAL Protection System : to quote. conditions
per specifications & as required (as per specification or drawing.)
WORKS Sr. No. 6.13

Power cabling / Control wiring, its termination inside the DG set from
alternator to the DG isolation panel if any will be on part of the DG set
contractor (no seperate measurements will be made.)
Kindly confirm, DG Control Panel (AMF
BOQ PART - III
Power Cables from the DG Isolation Panel to the DG Power Panel (in panel) / Isolation panel is required along with Requirement confirmed.
Part-III Sub Head-I : Silent
50 PART - I 1 of 7 scope of E&M contractor) shall be supplied and laid by E&M contractor. the DG set or not, Please also confirm the Location as per site
(OPTIONAL) : DG sets : Sr. No. 1.1
Necessary interfacing for the same with E&M contractor shall be done by location of the Panel, whether it has to be requirement
DG
DG set contractor for evacuation of 100% of Output power. Nothing extra inside the canopy or outside the canopy.
shall be payable for the same. However, control cabling from DG set and
its load management cum synchronising Panel with DG Power panel shall
be in the scope of DG set contractor

Design, Manufacture & Supply of Silent DG set (Radiator cooled - cooling


system designed for 50oC ambient) of following aggregate capacity /
rating, comprising of Diesel Engines coupled to Alternator both mounted
Kindly confirm required DG set is Prime
on common base frame suitable for 3-phase, 415 volts, 50 Hz, 1500
Continuous Duty or Stand by Duty.
BOQ PART - III RPM, Standby Power rated output with other standard accessories i.e.
Part-III Sub Head-I : Silent Fuel tank (990 Litres) with necessary medium class M.S. fuel piping
51 PART - I 1 of 7 We assume requirement is for DG sets DG set is Standby Duty
(OPTIONAL) : DG sets : Sr. No. 1.1 (25mm size) with necessary fittings from DG set to Fuel Tank, automotive
suitable for unlimited nos. of hrs. running in a
DG Batteries with leads as per manufacturer recomendations.
year, hence it shall be Prime Duty DG Set,
DG sets shall be suitable for auto starting & auto synchronising with auto
please confirm.
load sharing and remote monitoring & control arrangement compatible
with the existing electrical system as per particular specifications,
complete as required. The DG set shall comply to latest CPCB Norms
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
Rating of 900 KVA is not available with any
BOQ PART - III Diesel Engine manufacturer; hence you are
Sub Head-I : Silent
Part-III 1800 KVA (comprising of 2 DG sets. Minimum capacity of each DG set requested to kindly confirm suitable rating of
52 PART - I DG sets : Sr. No. 1 of 7 Follow bid conditions
(OPTIONAL) : should be 900 kVA). DG set for essential DG output. (with
1.1.a
DG reference to executed DMRC jobs it has
been 1010 KVA prime rating)
Providing of Comprehensive maintenance services (Inclusive of all
BOQ PART - III
Sub Head - IV preventive maintainence spares and consumables, site visits, attending to Kindly confirm the DG set running / operation
Part-III
53 PART - I Optional Item* : Sr. 6,7 of 7 breakdown calls etc. but excluding cost of breakdown spares) for "3- hour per year / day / month so as to estimate Follow bid conditions
(OPTIONAL) :
No. 12 years" After Deffect Liability period for different capacites of DG sets for for CAMC charges.
DG
the capacities of DG sets as specified below.
Note:-
1. In the above item, Rates quoted by the Firm should be for each DG set
for 3-years maintenance. We request that Diesel and lube oil are not
BOQ PART - III 2. The above item includes cost of providing skilled service personal for to be included in the rates.
Sub Head - IV the maintenance, Tools and Plant etc. for preventive maintenance.
Part-III
54 PART - I Optional Item* : Sr. 7 of 7 (Diesel is are not to be included in the rates.) Follow bid conditions
(OPTIONAL) : You are requested to specify required
No. 12 3. Breakdown maintenance staff, Tools, and equipment etc. for carrying
DG manpower deployment at site and duty hours
out the maintenance to the Employers satisfaction. so as to estimate for manpower.
4. Contractor will be required to maintain a fully equiped"24- hour
Complaint Centre" in Delhi and after receiving the Compaint the site
should be attended by the maintenance staff witin one hour
BOQ PART - III All consumable and
Sub Head - IV 11. Operation & Maintenance of DG set before Revenue Operation Date. Requesting to provide list of Consumables &
Part-III mandatory spares are to
55 PART - I Optional Item* : Sr. 6 of 7 & Mandatory Spares so as to include cost in
(OPTIONAL) : be included in the quote
No. 11 & 12 12. Comprehensive Maintenance of DG set after Defect Liability Period. Financial bid.
DG price

Supply, Installation, Testing and Commissioning of true parallel redundant


2 x 80 KVA online, UPS system suitable for providing power supply to
emergency lighting and Computerised Control panel load of approved
make, suitable for incoming 415 volts, 3 phase +10 % -20%, 50 Hz, As per the Technical Specifications and
supply and 3 phase 415 volts, output voltage, variation 1%, including General Block diagram Transformer is not
BOQ PART - 2 -
7 Uninterrupted inbuilit isolation transformer, IGBT rectifier Modules /dual converter, static required but in BOQ transformer requirement
PART A : 70, 71 of
56 PART - I Power Supply switch, inverter, filters, Bypass & static transfer switch for automatic is mentioned . Please follow BOQ
ELECTRICAL 86
System : Sr. No. 7.1 switch over without giving any break of power, maintenance bypass
WORKS
switch, Micro processor/software controlled annunciation,protection Kindly confirm the requirement of isolation
(including against input phase reversal), and menu run diagnostic transformer
module,associated cabling and connections/terminations, erection
including associated foundation/masonorey or RCC work for mounting on
base channels etc. complete as per specifications and as required.
Panel vendor name respectively are as under:
Electrical Items Tricolite, Adlec Requesting to accept that bidder can
Contractor can propose
BOQ PART - 1 - (ECS / TVS) & consider any of the approved vendor from
57 PART - I 7, 9 of 11 any vendor meeting the
VENDOR LIST & M/s Neptune - Elsteel JV (Sri Lanka), Schneider Electric (Nashik), the given vendor list irrespective whether the
bid requirements.
E&M Items Siemens (Kalwa), L & T (Powai), M/sTricolite-Schneider, Adlec- panel is for ECS, TVS or E&M.
Schneider, Sudhir- Schneider
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
Electrical Items Switchgear vendor name respectively are as under: Requesting to accept that bidder can
Contractor can propose
BOQ PART - 1 - (ECS / TVS) Schneider consider any of the approved vendor from
58 PART - I 7, 11 of 11 any vendor meeting the
VENDOR LIST & & the given vendor list irrespective whether the
bid requirements.
E&M Items M/s Schneider Electric Co (Merlin Gerin), ABB, L&T switchgear is for ECS, TVS or E&M.
Requesting to accept that bidder can
Tray vendor name respectively are as under:
Electrical Items consider any of the approved vendor from
MEM Contractor can propose
BOQ PART - 1 - (ECS / TVS) the given vendor list irrespective whether the
59 PART - I 7, 9 of 11 & any vendor meeting the
VENDOR LIST & Cable Tray, Ladders, Floor Trunking, Cable
M/s Equiptech, M/s Bhart Exports, M/s Anil Steel, M/s Bharati, M/s MEM, bid requirements.
E&M Items Trunking and Raceways is for ECS, TVS or
M/s Ratan Engeneering
E&M.
Contractor can propose
BOQ PART - 1 - Requesting to approve M/s RM CON, Steel
60 PART - I E&M Items 10 of 11 GI Conduit : M/s BEC Industries any vendor meeting the
VENDOR LIST Kraft. Please confirm.
bid requirements.
For both Consumable Spares &
Commissioning And DLP Spares
BOQ PART -2 - requirement is mentioned as per Annexure-
Appendix B2 - I To be quoted as per
PART-F 1. In this case the bidder will have to cost for
61 PART - I & 1, 2 of 15 Annexure-1 Appendix B2 Annexure-1
SUPPLY OF Annexure-1 : once for Consumable Spares &
Appendix B2 - III once only
SPARES second for Commissioning And DLP Spares.
Annexure 1 items are getting duplicated or
costed twice. Kindly confirm.
BOQ PART -2 - There is no separate item / provision in the
(vi) The Contractor shall include the price of this item in cost of DLP in To be quoted in in Parf-F
PART-F BOQ as cost of DLP to put in our estimate.
62 PART - I Appendix B2 - III 2 of 16 their Financial bid. This will be part of Bid evaluation while assessing the of Part-II of section-4
SUPPLY OF Please clarify in which item the cost has to
L-1 bidder. volume-2
SPARES be built in.
We understand that the FAT certificates
from the vendor / OEM shall be sufficient for
PART - 1 - the employer for verification. Kindly confirm if
Number of personnels
SECTION 4 : FAT has to be inspected at manufacturer's
63 PART - I Factory Acceptance Test shall be at the discretion of
SCOPE OF test facility by the employer. Kindly inform
employer
WORKS (ECS) number of personnel who will be visiting
Manufacturer's test facility for witnessing
FAT.
PART - 1 - Kindly confirm that the quantity for the same
SECTION 4 : The contractor will be responsible for sealing with fire rated material of all has been considered in the BOQ under Part-
64 PART - I 1.3 point 12 5 of 9 Confirmed
SCOPE OF openings left due to works under his contract H additional Misc Items sub part 9, Fire
WORKS (ECS) Sealing.
BOQ PART - 1 - Kindly confirm that the foundations to be laid Masonry foundations
65 PART - I PART-B : ECS 1,2,3,4 1-8 of 28 All ECS & TVS Equipments for all ECS & TVS equipments shall be in the (RCC/PCC) will be
WORKS Civil Contractor's scope. provided by civil
BOQ PART - 1 - We propose to use END Suction-Single
66 PART - I PART-B : ECS 3.1.2 7 of 28 Supply, installation, testing......... at site Suction Centrifugal pump for secondary Follow bid conditions
WORKS chilled water pumps. Kindly accept the same
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
We understand that the excavation and
BOQ PART - 1 - trenching of the undergound/buried piping
12,17 of
67 PART - I PART-B : ECS 8.1.1, 10.1 Underground Piping/Buried Piping and the civil works related to the cut-out for Confirmed
28
WORKS underground piping will be in civil contractors
scope. Please confirm
BOQ PART - 1 -
Please provide total pressure to provide fan
68 PART - I PART-B : ECS 23.1, k 27 of 28 SPF-5.5 cms Please follow addendum
selection.
WORKS
BOQ PART - 1 -
Please confirm size for the attenuators has
69 PART - I PART-B : ECS 23.2 27 of 28 Attenuators as per specifications Please follow addendum
been given in L X B X H.
WORKS
BOQ PART - 1 - The same annexure has been repeated To be quoted as per
70 PART - I PART-B : ECS Appendix C1 6 of 14 The Annexure 1 : Minimum list of Consumable & DLP spare twice. Please confirm as both of them are Annexure-1 of Appendix
WORKS same, one of it should not be costed. C1 once only
Since the ECS BMS PLC equipment are
quantified as a Lot item as per the
segregation & quantification provided in the
BOQ PART - 1 - 1) CPU Module with on board Ethernet RS 485 port, . Integrated Remote IO summary, the quantification in the BOM
PART-D : BMS I/O Bus Manager, 96 word Base memory, 12,000 I/O capacity, 64 process sub-items( 4 nos of item 1, 2 nos of item 2, 2
71 PART - I 8.01 8 of 17 nos of item 3) should not be provided. It Please follow addendum
WORKS FOR channels :4 nos. 2) CPU Module with Remote I/O Bus manager : 2 nos.
ECS AND E&M 3) 256 KB memory Extension Capsule: 2 nos should be the responsibility of ECS BMS
vendor to provide sufficient number of
modules to meet the technical specification
and scope requirements. Kindly confirm the
same
Redundancy at ECS PLCs
BOQ PART - 1 - Kindly confirm if redundancy is required for
is not required, the
PART-D : BMS ECS BMS PLCs as well. If yes, kindly
72 PART - I 8.01 8 of 17 Redundancy Module communication ring shall
WORKS FOR confirm the level of redundancy(
be provided as per the
ECS AND E&M processor/power supply/communication)
drawing.
BOQ PART - 1 -
Requesting to provide BOQ giving the
PART-D : BMS
73 PART - I 10 10 of 17 Wiring Containment Systems details of quantity of cables, cable trays, Follow bid conditions
WORKS FOR
conduits etc..
ECS AND E&M
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
Air Compressor Quantity is mentioned under following descriptions:

Supply, installation, Testing &


commissioning of, screw type air cooled compressed air package
consisting of 2 nos. air compressors with safety devices and each having
capacity of 0.79m3/Minute with working pressure of 13 bar and a air Follow bid conditions.
BOQ PART - 1 - receiver of 500 litre capacity. Kindly provide with the detailed BOQ (with
5. Compressed Air Compressed shall be as per specifications, data sheet, drawings & as
74 PART - I PART-C : TVS 8 of 10 quantities of the mentioned items) as well as Schematic drawing for
System required. Each compressor shall have its own Air Tank & Refrigerated Air
WORKS the detailed drawings for the same. referemce is included in
Dryer control panel, Air addendum.
Dryer, Filters as per air flow diagram, specifications and data sheets
enclosed. Price shall include hard drawn copper tubing, Ball Valves,
Strainers Float Traps, Solenoid Valves, Pressure Regulating Valves,
Electronic Drain Valves, Pressure Reducing Station, Moisture Separator
and trap, solenoid boxes for BMS Control as per drawings, data sheets
and
Fire Rated Galvanized Ducting is mentioned under the following
descriptions:
BOQ PART - 1 - Kindly provide with the detailed BOQ (with
6. Fire Rated Fire rated Galvanized Iron ducting complete with supports as per
75 PART - I PART-C : TVS 10 of 10 quantities of the mentioned items) as well as Follow BOQ
Galvanized Ducting specifications and drawings including all necessary civil work required for
WORKS the detailed drawings for the same.
installation of complete TVS System in both the TVS Plant rooms in each
station.
Kindly provide with the drawings giving the Follow bid conditions for
BOQ PART - 1 - details of the nozzle like the dimensions, the specifications (V02.3.10).
4. Tunnel Ventilation
76 PART - I PART-C : TVS 8 of 10 SITC of Nozzles to suite fans at platform level arrangement etc. Also, Kindly provide the
Nozzles
WORKS technical specifications of the nozzles as Follow addendum for
they are missing from the tender document drawing.
BOQ PART - 1 -
PART-E : BMS Kindly provide BOQ giving the details of
77 PART - I 10 12 of 18 Wiring Containment Systems Follow bid conditions
WORKS FOR quantity of cables, cable trays, conduits etc..
TVS
Kindly provide BOQ giving the details of
BOQ PART - 1 -
quantity of the transducers and actuators if
PART-E : BMS
78 PART - I 10 1 of 18 Transducers and Actuators required for BMS works for TVS.The same Follow bid conditions
WORKS FOR
has been given for BMS works for ECS and
TVS
E&M
Unless otherwise specified or approved, all motors shall be of the totally
enclosed fan-cooled type with Class F insulation to BS 4999 and BS
Fire pumps shall be
SECTION 6 : 2757/BS 60085 or IEC 60034-5, impregnated with non-hygroscopic oil-
Kindly confirm the motors for Fire Pumps UL/FM approved. Non UL
79 PART - I E&M Clause 12.1.1.2 157 of259 resistant insulating varnish. Motors for fire services pumps shall be of
shall be UL listed or non UL listed. listed motors for fire
SPECIFICATION class F insulation and of IP 55 construction. Insulation materials shall be
pumps acceptable.
suitable for the climatic conditions available in Jaipur Particulars of all
motors shall be submitted for approval
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
BOQ and specs call for Breathing apparatus
EN-137:1993 of standard. However we have
SECTION 6 : Contractor can propose
Clause E21.4 ; BOQ Self- contained open circuit type compressed air Breathing apparatus set checked with manufacturers that 1993 has
80 PART - I E&M 226 of259 any vendor meeting the
Sr. No. 17.4.2 confirming to EN-137:1993 , standard complete with one spare cylinders, been updated with 2006 standard. Kindly
SPECIFICATION bid requirements.
confirm.. Also please provide the approved
make list for same.
MISCELLANEOU
The item is not shown in the drawings.
S FIRE
81 PART - I BOQ. Sr. No. 17.4.6 Thermal Imaging Camera - Qty- 4 nos. Kindly confirm the location of camera and Follow bid conditions
SERVICES
also please confirm the quantity.
EQUIPMENT
CLEAN AGENT /
The BOQ and Technical specs call fo Fire
CO2 GAS Contractor can propose
Clause E23. & BOQ Clean Agent Transformer Protection System- Fire trace tube system or Trace make Polymer tube detection system.
82 PART - I BASED any vendor meeting the
Sr. No. 18. equivalent with UL listed system Request you to give generic specs. So that it
PROTECTION bid requirements.
will be a fair evaluation.
SYSTEM
CLEAN AGENT
PANEL
FLOODING
SYSTEM- FIRE Kindly provide the Capacity of Cylinder, Transformer rating is 3150
Clean Agent Transformer Protection System- Fire trace tube system or
83 PART - I TRACE TUBE BOQ Sr. No. 18.2 length of polymer tube, list of accessories KVA. Other details are to
equivalent with UL listed system
SYSTEM OR and dimentions of transformer. be estimated by the bidder
EQUIVALENT
WITH UL
LISTED SYSTEM
FIRE ALARM
The fire alarm panel specification requires the system to be complied with
AND Clause E 22 .BOQ Kindly approve the UL Listed product for
84 PART - I BS only whereas for the rest of the devices UL compliant is allowed. UL Follow bid conditions
DETECTION Sr. No. 19 Main fire alarm panel also
Listed devices will only operate with same listing panel.
SYSTEM
Kindly specify what will be payment terms for
85 PART - I PREAMBLE 1.2.4 5 of 9 1.2.4 Measurement and Payment The Lot items will be
Lumpsum / LOT items.
considered as SITC items
1.2.4 Measurement and Payment
We understand that by " AS QUOTED" to be
86 PART - I PREAMBLE 1.2.4 5 of 9 2) Supply Yes
read as '100%'. Please confirm.
4) Installation & equipment testing
Kindly confirm order of precedence for the
following:
Drawings / SLD.
General Specification.
The order of precedence of BOQ, Specification and data sheet- General Conditions of Contract. The order of precedence is
BOQ PART - 1 - (1) BOQ Special Conditions of Contract. given in Contract
87 PART - I 2 5 of 11 Technical Specification / Particular
VENDOR LIST (2) Specifications Agreement format. Please
(3) Data sheet Specification. follow addendum.
Instructions to Bidders.
Bid Data Sheet.
Evaluation and Qualification Criteria.
Bidding Forms.
Contract Forms Etc
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
2.5.b - Outlet boxes for ceiling fans shall be fabricated from minimum
You are requested to accept fan boxes
3mm thick MS sheet steel and galvanized. The boxes shall be hexagonal
fabricated from minimum 1.6 thick MS sheet
SECTION 6 : in shape of minimum 100 mm depth and 60mm sides. Each box shall be
2.5.b Outlet Boxes steel and galvanized; as 3 mm sheet steel is
88 PART - II E&M 90 of 259 provided with a recessed fan hook in the form of one 'u' shaped 15 mm Follow bid conditions
for Ceiling Fans very difficult to bend (hexagonal) with
SPECIFICATION dia rod welded to the box and securely tied to the top reinforcement of the
respect to dimensions mentioned on die and
concrete slab for a length of minimum 150 mm on either side. 3mm thick
is not readily available.
Perspex/hylam sheet cover of matching colour shall be provided.

SECTION 6 : Kindly confirm approved make shall be as Contractor can propose


2.8.1. Switches : Brands namely Crabtree, MK Electric, CPL-obsession,
89 PART - II
E&M 2.8.1. Switches 93 of 259 per given in specification or as per makes any vendor meeting the
MDS, Schneider, SSK, ABB shall be used.
SPECIFICATION given in the preamble. bid requirements.
Please confirm that the Contractor / Vendor
12.1 The firm shall submit valid type test not more than 5 years old of the
has to provide valid type test certificate not
SECTION 6 : equipment
E01 Low Voltage more than 5 years old of the maximum kA
90 PART - II E&M 51 of 259 conducted at accredited/authorised/reputed/nominated by DMRC Follow bid conditions
Electrical Panels rating of the panel to be supplied only and
SPECIFICATION laboratory. The
no type test shall be performed on the
type test shall be as per the governing specification.
equipment supplied.
b) Operating Mode
As per latest ISO 8528 the Avg. Load Factor
DG PS - The set shall be used only for the standby purposes, supplying average
91 PART - II 4.3.1.b 19 of 105 70 % and 10 % overload is not applicable. Follow bid conditions
SPECIFICATION load factor of 80 to 85% for periods of up to 24 hours continuously,
Kindly confirm requirement.
followed by a rest period of minimum 30 minutes.
As per all manufacturers standard 415 V
rated Engine are designed at 50 C and
d) Ambient conditions Alternator is designed Amb. Temp. at 40C
DG PS -
92 PART - II 4.3.1.d 19 of 105 Temperature: 0oC to 50oC, Maximum Humidity: 95% RH, Altitude: 300 M & Class of Insulation H & Temp rise limited Follow bid conditions
SPECIFICATION to Class H.
(Above mean Sea Level)
Please confirm whether the above is
acceptable or higher size Alternator is to be
considered.
Input / Output power supply panel is already
SECTION 6 :
E11 Uninterrupted covered under subhead 1. Switch Boards /
93 PART - II E&M 135 of 259 1.5 a) Input/ Output power supply panel Confirmed
Power Supply Panels. Hence, these panels shall not be the
SPECIFICATION
part of UPS System. Please confirm.
3.1.2.1 Automatic Supply Changeover System (For UG stations)
Automatic Supply Changeover / Transfer System Automatic Supply Changeover System is
SECTION 6 : shall be provided in underground stations, with break-before-make already covered under subhead 1. Switch
E11 Uninterrupted
94 PART - II E&M 138 of 259 switches. It shall switch the UPS to one of the two mains supply sources. Boards / Panels. Hence, these panels shall Confirmed
Power Supply
SPECIFICATION When the selected mains supply source fails, the supply changeover unit not be the part of UPS System. Please
shall automatically switch the rectifier / charger to the other mains supply confirm.
source following a preset delay period.
3.1.2.6 Battery System
SECTION 6 : Battery specifications DMES-E-0003 is
E11 Uninterrupted For specifications and requirements, refer to the battery specifications
95 PART - II E&M 139 of 259 missing in the tender document. If applicable Please follow addendum
Power Supply DMES-E-
SPECIFICATION ; kindly provide.
0003
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
6. System efficiency
The efficiency of the proposed UPS shall be at least 90% and above from
25% The UPS is with built in transformer; hence
SECTION 6 : load to full load. The life and efficiency is of prime importance. The
E11 Uninterrupted efficiency shall be at least 90% and above
96 PART - II E&M 149 of 259 manufacture Follow bid conditions
Power Supply from 50% load to full load. Kindly confirm
SPECIFICATION may offer UPS with any new proven technology having advantage of life acceptance.
and
energy efficiency without compromising on other parameters of
specification
3.1.2.2.4 The rectifier / charger shall have sufficient capacity to enable
SECTION 6 : simultaneous Requesting to accept battery charging up to
E11 Uninterrupted
97 PART - II E&M 139 of 259 supplying of full load to the inverter and recharging a fully discharged 90 % in 10 hours charging time. Please Follow bid conditions
Power Supply
SPECIFICATION battery to confirm.
100% rated value within 10 hours.
11.1.4 Temperature monitoring equipment shall be incorporated in the
SECTION 6 : UPS system to As there is no relation between temperature
E11 Uninterrupted
98 PART - II E&M 155 of 259 optimise the charger voltage as a function of battery room temperature, to alarm and back up time. Requesting the Follow bid conditions
Power Supply
SPECIFICATION generate alarm in case of room temperature exceeding the preset clause to be modified.
permissible temperature and to predict the battery backup time.
Supply, installation, testing and commissioning of 75 mm thick Rockwool As per standard practice the exhaust piping
LRB mattress insulation (of 150 Kg/m3 density) over the exhaust pipes of is insulated with thermal insulation Rockwool
DG PS -
99 PART - II 3.2 2 of 7 following diameter including cladding with aluminium sheet of 24 SWG 50 mm thick / 64Kg density and wrapped Follow bid conditions
SPECIFICATION
and covering from outside complete as required suitable for DG exhaust with 24 guage Al. sheet . Please confirm
pipe temp. upto 450C etc. whether it is acceptable.
As per ISO 8528/1, ISO 3046/1, BS 5514/1 ,
the following power rating is defined as
under:

1) Prime power: Power availble for variable


c) Power Ratings : The engine and the alternator shall have an inherent
load with an average load factor not
capacity as per the Standby ratings as per the relevant standards. The
exceeding 80% of the prime power rating in
DG sets are required to supply the full capacity as per the standby ratings
DG PS - any 24 hour period. Overload of 10%
4.3.c as per ISO-8528 standards and BS 5514.
100 PART - II 19 of 105 permitted for 1 hour in every 12 hours Standby rating
SPECIFICATION & &
operation.
4.2.b b) Operating Mode : The set shall be used only for the standby purposes,
supplying average load factor of 80 to 85% for periods of up to 24 hours
2) Standby (maximum): Power available at
continuously, followed by a rest period of minimum 30 minutes.
variable load in the event of a main power
network failure up to a maximum of 500
hours per year. No overload is permitted.

Please confirm the requirement.


The installation of the Generator Sets shall be inside sound-proof
In addition to DG sound-proof enclosure DG
DG PS - enclosure to be installed in the open area. However in some places DG BOQ item will be operated
101 PART - II 4.4.1 20 of 105 room acoustic also appears in the BOQ.
SPECIFICATION set may be required to be installed at the DG room, the acoustics in this if required.
Please confirm requirement.
case will be done for the DG room.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
PART - 2 - In order to meet this criterion for BOQ item
The Fan Characteristic shall also be such that for a 15% increase in total
SECTION 4 : 23.1.a. (VEF 7cms, 750 Pa) & 23.1.f (Fire Follow bid conditions. Will
139-145 pressure over the specific value, the fan shall deliver not less than 85% of
102 PART - II ECS A12.3.1.1 Rated VEF 6 cms) the airflow capacity needs be reviewed during vendor
of 270 the specified air volume flow rate. The stability of the fan operation shall
SPECIFICATION to be increased to 7.4 cms & 6.1 cms and technical approval
not be affected under such situation
S respectively.
PART - 2 -
The fans with nominal rating above 7.5 kW
SECTION 4 :
139-145 All axial fans with nominal rating above 7.5 kW shall have a minimum have minimum efficiency of 60% as specified
103 PART - II ECS A12.3.1.2 Follow bid conditions
of 270 efficiency of 70% by the approved vendor. Kindly confirm
SPECIFICATION
acceptance.
S
Some of the fans given by the approved
PART - 2 -
vendors are direct driven fans and do not
SECTION 4 : Grease nipples shall be brought to the outside of the casing in the most Greasing nipples not
139-145 have any bearing other than motor bearing
104 PART - II ECS A12.3.3.2 accessible position and fitted with lubrication tube made of copper or required in totally sealed
of 270 which are totally sealed bearing, as per
SPECIFICATION other approved material. type bearings
clause A19.1.13 this complies the tender
S
requirement. Please accept the same.
For some of the fans provided by the
PART - 2 - approved vendor, access door cut-outs are
SECTION 4 : not recommended, as it may weaken the
139-145 Gasketed access doors shall be provided in each fan housing or
105 PART - II ECS A12.3.3.2 strength of fan casing. We recommend Follow bid conditions
of 270 connecting ductwork, suitable for access to adjust or replace blades.
SPECIFICATION provision to have access door in the ducting
S on the suction side of fan for the
maintenance & cleaning purpose.
PART - 2 - As per the approved vendor, the Noise level
SECTION 4 : mentioned in the data sheet can't be
139-145 As per the Data Sheet for Axial Flow fans for ECS Noise (85 DB
106 PART - II ECS Data sheet achieved, and the noise level shall be as per Please follow addendum
of 270 Maximum)
SPECIFICATION the fan performance curves submitted and
S not exceed 100 DB. Kindly accept the same
PART - 2 -
SECTION 4 : The motor shall be with factor 0.85 for Motor Follow bid conditions. Will
139-145 The Power factor of motors shall not be less than 0.85 lagging at the
107 PART - II ECS A19.1.15 KW 18.5 & above only. Please accept the be reviewed during vendor
of 270 operating condition.
SPECIFICATION same. and technical approval
S
PART - 2 -
Phenolic rust-proof base plus lacquer
SECTION 4 : Will be evaluated during
139-145 Unless otherwise specified, red-oxide zinc chromate primer with two finish surface finish; Painting in blue colour for F
108 PART - II ECS A19.3.34 vendor and technical
of 270 coats of grey paint shall be painted. class & Red colour for H class/ As per motor
SPECIFICATION approval
manufacturer.
S
PART - 2 -
SECTION 4 : As per the approved vendor, thickness of
139-145 Propeller fan shall benot less than 3mm thick steel mounting plate with
109 PART - II ECS A12.3.2.4 mounting plate shall be 1.2 mm & finish as Please follow addendum
of 270 stove epoxy grey finishes.
SPECIFICATION per manufacturing standard.
S
PART - 2 -
SECTION 4 : As per the approved vendor, The tip speeds
139-145
110 PART - II ECS A12.3.2.6 Propeller fans.......With tip speed not exceeding 17.5 m/s will vary between 19 m/s and 23.1 m/s for Please follow addendum
of 270
SPECIFICATION some fans. Kindly confirm acceptance.
S
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
PART - 2 -
SECTION 4 :
Kindly confirm if Induced Draft, Counter
111 PART - II ECS Data sheet 110 of 270 Type of Cooling Tower: Induced Draft, Cross Flow Type Please follow addendum
Flow type is acceptable.
SPECIFICATION
S
PART - 2 - The Contractor shall also interface for control, monitoring, and The interface with the existing station at
The Chandpole station is
112 PART - II SCOPE OF 1.1 2 of 10 supervision as required at the Operational Control Centre (OCC) for the OCC shall be on open protocol like Modbus
having Open protocol.
WORKS-BMS existing chand pole U/G station of Jaipur Metro TCP/ OPC. Kindly confirm the same
The requirements are for a SIL2 certified
PART - 2 -
PLC for TVS control system, however the
SECTION 4 : The PLC System shall be a Fail Safe Control, Programmable Logic
113 internal architecture of the PLC shall be as
PART - II BMS BMS/1.00 1-91 of 91 Controller (PLC) based with a Quadruple Modular Redundancy (QMR) Please follow addendum
per manufacturer's standards to meet the
SPECIFICATION system architecture.
SIL2 standards whether its QMR or TMR or
S
DMR.
PART - 2 -
SECTION 4 :
Kindly indicate the points to be monitored
114 PART - II BMS BMS/3.00 1-91 of 91 BMS/3.00 Design and Performance Requirememts As per I/O schedule
and controlled (per equipment).
SPECIFICATION
S
PART - 2 -
SECTION 4 : Kindly provide with the Point List, the
Please refer drawings and
115 PART - II BMS BMS/3.00 1-91 of 91 BMS/3.00 Design and Performance Requirememts equipment Detail. Also kindly provide the
I/O schedule
SPECIFICATION floor size and size and location of panels.
S
BOQ PART - 2 -
As per the approved vendor, the dew point To be evaluated during
PART-C : TVS The air dryer shall be capable of producing dry air at a dew point of -4
116 PART - II V 06.4 76 of 78 that can be produced by refrigerated dryer is vendor and technical
SPECIFICATION degree celcius of free air........... package
+3 deg C with tolerance of ( +/- 1 deg C) approval
S
As per the approved vendor the following
dischrge conditions shall be acheivable:
BOQ PART - 2 -
Discharge Conditions: Temperature: Shall be 8 to 10 deg C above To be evaluated during
PART-C : TVS Data sheet for Air
117 PART - II 77 of 78 Temperature: Not more than 45 deg C ambient vendor and technical
SPECIFICATION compressor
Vomulmetric Efficiency: 95% Volumetric Efficiency: Shall be as per approval
S
manufacturer's standards.
Kindly confirm the acceptance of the same.
BOQ PART - 2 - As per the approved vendor, the reference
PART-C : TVS 11-33 of standards used will be equivalent to those
118 PART - II V01,V03 Reference Standards Follow bid conditions
SPECIFICATION 78 mentioned in the specifications. Kindly
S accept the same.
As per the approved vendor:
BOQ PART - 2 - accelaration curves
To be evaluated during
PART-C : TVS 11-33 of are not possible, test results cannot be
119 PART - II V01.2.3.1 Before providing the manufacturer.....of each item and applicable vendor and technical
SPECIFICATION 78 plotted on semi-logarithmic graphs, fan noise
approval
S levels have not been provided in the
schedules, kindly provide the required
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
As per the approved vendor, TVF & TBF will
BOQ PART - 2 -
include motors from a single manufacturer
PART-C : TVS 11-33 of
120 PART - II V01.3.1.4 Motors shall be product of single manufacturer......protective devices while TEF will have motor from alternative Please follow addendum
SPECIFICATION 78
manufacturer but as per the desired
S
specifications. Please accept the same
BOQ PART - 2 -
Some fans may have efficiency a little less
PART-C : TVS 11-33 of
121 PART - II V01.3.3.3 Emergency fan motor units shall have efficiency.......flow rate than that required in the specifications. Please follow addendum
SPECIFICATION 78
Kindly confirm acceptance.
S
BOQ PART - 2 -
Fans being operated in parallel must be
PART-C : TVS 11-33 of
122 PART - II V01.3.3.8 Fans shall not operate in stalling.....direction) started at the same time else this will lead to Follow bid conditions
SPECIFICATION 78
complications.
S
BOQ PART - 2 - Fan/Motor supports will be of sufficient
Will be evaluated during
PART-C : TVS 11-33 of structural rigidity and design to meet their
123 PART - II V01.3.4.6 Emergency fan-motor unit assembly supports.......come into contact vendor and technical
SPECIFICATION 78 required purpose, thrust plates will not be
approval
S required for smaller fan diameters.
BOQ PART - 2 - All fixings will be of a size suitable for their
PART-C : TVS 11-33 of purpose, not limited to 12mm minimum size,
124 PART - II V01.3.4.9 Bolts shall not be less ................. as approved Follow bid conditions
SPECIFICATION 78 fixings will be of suitable corrossion resistant
S material. Kindly confirm acceptance.
BOQ PART - 2 -
As per the approved vendor, some units may
PART-C : TVS 11-33 of
125 PART - II V01,V03 Motors shall be capable, .......................................reverse rotation require upto 20 seconds to start. Kindly Please follow addendum
SPECIFICATION 78
confirm acceptance.
S
For IE2 or higher IE classes the starting
BOQ PART - 2 - current may be higher than 700%. Use of
PART-C : TVS 11-33 of softstarter to reduce the starting current for
126 PART - II V01.3.6.11 The motor shall be single winding...........................full load current Follow bid conditions
SPECIFICATION 78 the standard dutymode is recommended.
S The starting equipment should be sized
accordingly.
BOQ PART - 2 - Soft Starter:
PART-C : TVS (e) The soft starter shall be able to operate at design ambient Please confirm the design temperature Design Temperature is 50
127 PART - II 4.16.12 187 of 270
SPECIFICATION temperatures from -10 to + 40 C without derating, and between 40 and rating for soft starter selection. deg. C
S 60 C with suitable derating factor shall be considered.
4.8 INTERNAL AND CONTROL WIRING
4.8.3) LSZH and Fire Survival Cables shall be as specified in cable
specification Section (BS 6724-multicore cable and BS 7211 for single Please confirm whether all internal control
BOQ PART - 2 - core cable). All internal and control wiring shall be Low Smoke Zero wiring shall be of LSZH or FS wires. All internal control wiring
PART-C : TVS Halogen (LSZH) copper conductor wires rated at 450/750 V complying We request to accept control wire of 1.5A shall be of LSZH and for
128 PART - II 4.8.3 174 of 270
SPECIFICATION with BS 7211 for this Specification. All control wiring within the Electrical mm2 for Voltage circuit and 0.75 mm2 for PLC internal wiring please
S Panels shall be with single core minimum 2.5 mm2 for CT and balance as BMS/PLC circuit. refer clause BMS/5.01.22
per approved manufacturer design. Insulation shall have a glossy finish,
be resistant to oil and be incapable of supporting combustion. Fire
Survival wires shall be provided as per BOQ.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
4.9 TERMINAL BLOCKS
4.9.3 Terminal blocks for low voltage wiring shall be moulded from high-
Terminal blocks shall be moulded from high-
BOQ PART - 2 - grade
grade
PART-C : TVS non-hygroscopic melamine, comprise bank of rail-mounted blocks with all
non-hygroscopic melamine.
129 PART - II 4.9.3 176 of 270 live parts fully shrouded, screw- clamp, spring loaded insertion, solder-lug Follow bid conditions
SPECIFICATION Melamine being breakable material; please
S or stud type terminals as appropriate to the design and duty of the cables
confim if non-breakable material of
to be terminated. Pinch-type screws, where the screw is in direct contact
Polyamide is acceptable.
with the
conductor shall not be used
Routine test based on IEC-Regulations,
BOQ PART - 2 - measurement of the "Polar moment of inertia
To be evaluated during
PART-C : TVS of the fan-motor unit, in meter-kilogram
130 PART - II V01.3.11.2 77 of 78 One motor of each nameplate...........................visual bearing inspection vendor and technical
SPECIFICATION squared" is not possible routine test: will be
approval
S done without load type test: will be done with
load.
As per the approved vendor the bolts etc will
BOQ PART - 2 - be Dacromet or Geomat coated.
PART-C : TVS Furnish all bolts, nuts, washers, and lock washers of stainless steel AISI Stainless Steel when
131 PART - II V05.3.5.3.7 69 of 78 Follow bid conditions
SPECIFICATION Type 316. Furnish Bolts that are consisten with the existing tunnel inserts fitted to zinc related products have an
S elecromagnetic reaction which leads to
binding and reduced life. Please accept the
PART - 2 - As per the approved vendor, the AHU with
SECTION 4 : Plug type fan is not Eurovent certified. the
132 PART - II ECS Data sheet for AHU 25 of 270 Reference Code / Standard construction however remains the same as Please follow addendum
SPECIFICATION that of a eurovent certified AHU. Kindly
S accept the same.
PART - 2 -
SECTION 4 : Historian of Point Data shall be configurable as part of the point As per approved vendor live trend viewer
A.25 Chiller Plant 263-269
133 PART - II ECS definition. Historian shall be provided for both snapshot and averages polls at 10 seconds intervals and can go up Please follow addendum
Manager of 270
SPECIFICATION with intervals ranging from 5 Sec to 24hrs to 1 minute trend interval for data logs.
S
From the specifications, we have
PART - 2 -
understood that all trends are being stored in
SECTION 4 : Trend and change of value data shall be stored within the engine and
A.25 Chiller Plant 263-269 network engine (Tracer SC) and can be
134 PART - II ECS uploaded toa dedicated trend database or exported in a selectable data Please follow addendum
Manager of 270 easily exported to required format in Tracer
SPECIFICATION format via a provided data export utility.
ES. With this understanding we confirm that
S
we are complying.
PART - 2 -
SMS feature is not available however the
SECTION 4 :
A.25 Chiller Plant 263-269 Automatic Alarm routing through e-mail and SMS to user, Automatic email option is available In case of CPM,
135 PART - II ECS Please follow addendum
Manager of 270 Alarm Email/SMS option available critical alarms etc shall be sent through
SPECIFICATION
email of the customer
S
PART - 2 -
SECTION 4 : Network Engine should have inbuilt display and keys to operate in The supervisory controller does not have
A.25 Chiller Plant 263-269
136 PART - II ECS absence of PC. Network Engine should have inbuilt IO points, funcionally inbuilt IO points and it cannnot act as a DDC Please follow addendum
Manager of 270
SPECIFICATION able to act as a DDC controller as well as a supervisory controller controller
S
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
PART - 2 - the controllers are provided with the USB
Each Panel will be provided with a socket for a Portable Operator
SECTION 4 : Port(Socket) to connect POT, Instead of
A.25 Chiller Plant 263-269 Terminal(POT) which can be connected via Bluetooth communication for
137 PART - II ECS Bluetooth, the portable operator terminal will Please follow addendum
Manager of 270 easy access for testing and trouble shootingand no need to open the
SPECIFICATION be connected with the controllers through a
panel, and a port for network communications in max speed of 76 Kbps
S cable.
PART - 2 -
Rubber pads are also
SECTION 4 : Manufacturers recommend use of Rubber
Data sheet for 33, 53 & acceptable based on
138 PART - II ECS Vibration Isolators : Spring Type Vibration Isolators Pads for Vibration Isolators. Kindly accept
Chillers 56 of 270 manufacture
SPECIFICATION the same.
recommendation
S
PART - 2 -
SECTION 4 :
Data sheet for 110,111 Approved vendor will only provide statically
139 PART - II ECS Fant Type: Aerofoil Design, Stativally and Dynamically Balanced Please follow addendum
Cooling Towers of 270 balaned fan only. Kindly accept the same
SPECIFICATION
S
PART - 2 -
SECTION 4 : Approved vendor will provide blades of cast
Data sheet for 110,111
140 PART - II ECS Fan Blade / Hub: Cast Aluminium Alloy EN-8 aluminium alloy and hub of CI/aluminium Please follow addendum
Cooling Towers of 270
SPECIFICATION plated. Kindly accept the same.
S
PART - 2 -
SECTION 4 :
Data sheet for 110,111 As per the approved vendors selection, there
141 PART - II ECS Fan Bearing: Heavy Duty...... collars Please follow addendum
Cooling Towers of 270 will be no bearing. Kindly accept the same
SPECIFICATION
S
PART - 2 -
SECTION 4 : As the cooling towers are CTI approved after
142 PART - II ECS A08.2.1 108 of 270 Quality Control rigorous testing, performance tests will be Please follow addendum
SPECIFICATION done at site only. Kindly accept the same
S
PART - 2 - As per approved manufacturer, the chiller
SECTION 4 : shall be tested at full load conditions at 28
143 PART - II ECS 66 of 270 Witness testing of air cooled chillers in factory deg celcius ambient temperature. Part load Follow bid conditions
SPECIFICATION testing is not possible for the same. Kindly
S confirm the same.
PART - 2 -
As there is a high chance of the insulation
SECTION 4 :
getting damaged during transit, we propose Acceptable. Insulation to
144 PART - II ECS A03.3.4 44 of 270 Insulation
that the insulation be done at site. Kindly be done by OEM only
SPECIFICATION
approve the same.
S
PART - 2 - Instead of winding temperature sensor, We
SECTION 4 : propose to offer other other safeties like
Data Sheet for
145 PART - II ECS 55 of 270 Winding Temperature Sensor high current draw, low suction pressure, Hi Please follow addendum
Chillers
SPECIFICATION discharge Pressure, oil temp. etc. Kindly
S approve the same
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
PART - 2 - We request you to kindly consider 6.3+ COP
SECTION 4 : Magnetic Bearing Centrifugal Chillers for the
146 PART - II ECS A03 34 of 270 Chilling water units - Centrifugal / Screw Compressors project due to high operational efficiency and Follow bid conditions
SPECIFICATION no losses associated due to Oil in the
S Magnetic Bearing Chillers
FIRE ALARM
AND The sounder is required to operate on 4,2 and 1/4 watts only. Whereas Kindly request to approve the wattage range
147 PART - II E22. 3.5.5 Follow bid conditions
DETECTION our speakers will only operate from 2 watts to 1/4 watts between 2 watts to 1/4 watts only
SYSTEM
FIRE ALARM As per Vendoe confirmation UL listed and
AND UL does not provide any IP rating. Panel
148 PART - II E22. Main FACP Cabinet shall be IP 54 Compliant Follow bid conditions
DETECTION cabinets are tested by UL and only UL listed
SYSTEM for Indoor application.
FIRE ALARM
Shall the cost of BMS card be included in
AND Panel Shall be equipped with BMS integration facility including all the
149 PART - II E22. the configuartion of panel or need just to Follow bid conditions
DETECTION hardwre and software required
keep a provision for BMS only ?
SYSTEM
FIRE ALARM
As per NFPA the system shall work
AND Batteries: The system shall work thorugh battery power for 1 hour
150 PART - II E22. cnsistently for half and hour only under Follow bid conditions
DETECTION continuously under alarm condition
alaram condition
SYSTEM
FIRE ALARM
AND Multisensor detector shall meet the UL standards and comply to the EN
151 PART - II E22. Can only UL listing be approved ? Follow bid conditions
DETECTION norms
SYSTEM
Contractor can propose
Approved Make As only single make is given, request you to
152 PART - II Water Treatment Plant any vendor meeting the
List approve Ion Exchange make WTP.
bid requirements.
As only single make is given, request you to Contractor can propose
Approved Make
153 PART - II Fire Fighting & Plumbing Pumps approve M & P (Willo) make Plumbing & any vendor meeting the
List
Fire Fighting pumps. bid requirements.
Providing and fixing of heavy duty Galvanised Steel Pipe (conforming to
Section E17 of M & W Specifications) with all fittings viz. flanges, bends,
tees, elbows, reducers, as specified, including cutting, welding / making
threaded joint and fixing to floor / wall with approved structural supports
PIPE WORK
BOQ. Sr. No. 13.1 & such as clamps, hangers etc. This further includes (1) Cutting holes / Kindly confirm whether Butt Welding /
154 PART - II FOR FIRE Follow bid conditions
13.2 chases in brick or RCC walls / slabs and making good the same (2) threaded joints are permitted for pipe joining.
SYSTEM
Painting with two or more coats of synthetic enamel paint of approved
shade as per pipe colour code over two coats of primer (3) Painting of
legends with direction arrows complete as per specifications.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.

E03.3.3.1.d - All cable tray sizes 450mm and above shall be of


heavy duty type with return flange. All cable tray below 450mm shall be
with standard configuration.
&
3.09.a Supply & installation of Prefabricated, perforated GI cable trays
SECTION 6 :
made of GI sheets continuously connected including horizontal and
E&M
E03.3.3 Cable Trays vertical bends, reducers, tees, coupling plate and nut bolts washers & all Kindly confirm whether heavy duty type with
SPECIFICATION 80 of 259 Since both types are
PART - II and Ladders material required for installation i.e Tie Rods, GI angles, Channels, earth return / reverse flange is to be considered as
& & available in BOQ, item will
155 & & link etc, conforming to Technical Specifications, complete as required. per specifications (E03.3.3.1.d) or as per
BOQ PART - 2 - 50,51 of be executed as per site
PART - I 3 Cables, Cable tray (With Double Reverse flange - Heavy duty) BOQ description; since description in BOQ
PART A : 86 requirement.
& Steel work & and specifications are contradictory.
ELECTRICAL
3.09.b Supply & installation of Prefabricated, perforated GI cable trays
WORKS
made of GI sheets continuously connected including horizontal and
vertical bends, reducers, tees, coupling plate and nut bolts washers & all
material required for installation i.e Tie Rods, GI angles, Channels, earth
link etc, conforming to Technical Specifications, complete as required.
(Standard conventional Design)

SECTION 6 :
E&M E03.3.3.1.e - Tray thickness of Steel (mm) & Flanges of Tray (mm) as
E03.3.3 Cable Trays
SPECIFICATION 81, 82 of mentioned in the table. Kindly confirm tray thickness and flang size
PART - II and Ladders
& 259 & & shall be as per specifications (E03.3.3.1.e)
156 & & Follow the BOQ
BOQ PART - 2 - 50,51 of 3.09.a Tray thickness of Steel (2 mm) & Flanges of Tray (50 mm) or as per BOQ description; since description
PART - I 3 Cables, Cable tray
PART A : 86 & in BOQ and specifications are contradictory.
& Steel work
ELECTRICAL 3.09.b Tray thickness of Steel (2 mm) & Flanges of Tray (50 mm)
WORKS
E03.3.3.4.c - Cable ladders shall be manufactured from 2mm thick mild
steel and hot-dip galvanized to BS 729 or IS 4759. The two side rails of
the cable ladder shall be
of minimum 40mm in height with returns at top flange to gain extra
SECTION 6 : strength.
E&M The rung shall be spaced at approximately 250mm centres with sufficient
E03.3.3 Cable Trays width
SPECIFICATION
PART - II and Ladders 82 of 259 for various cable fixing methods including nylon tiles, saddles and Kindly confirm thickness of cable tray shall
&
157 & & & perforated be as per E03.3.3.4.c ie. 2.0 mm or as per Follow the BOQ
BOQ PART - 2 -
PART - I 3 Cables, Cable tray 51 of 86 strips, cable clamps and cleats. BOQ 2.5 mm.
PART A :
& Steel work &
ELECTRICAL
WORKS 3.10 Supply & installation of prefabricated, GI, ladder type cable tray
conforming to Technical Specifications, continously connected including
horizontal & vertical bends reducers, tees, coupling plate, nut bolts
washers etc. The side runners shall be 100 x 20 x 2.5 mm and centre
rungs shall be of size 30 x 15 x 2.5 mm with centre to centre distance of
250 mm as required
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
SECTION 6 :
E&M
2.8.1. Switches : For underground stations, switches shall be single pole
SPECIFICATION 2.8.1. Switches 92 of 259 Kindly confirm rating of switch to be
PART - II and rated not less than 20A, for use on AC systems, including fluorescent
& & & considered whether 20 A as minimum rating
158 & or inductive loads. Please follow addendum
BOQ PART - 2 - 4 Wiring & 53, 54 of for all items under sub head 4 Wiring and
PART - I &
PART A : Accessaries 86 accessories OR as per BOQ description.
4.7a & 4.7 b : First point controlled by 10A switch\10A MCB
ELECTRICAL
WORKS

SECTION 6 :
E&M
E03.3.4 Cable E03.3.4.1.d sizes up to 100mm by 100mm shall be 1.6mm thick and
SPECIFICATION 92 of 259 Kindly confirm tray thickness shall be as per
PART - II Trunking from 150mm by 75mm up to 150mm by 150 mm shall be 1.8mm thick.
& & specifications (E03.3.4.1.d) or as per BOQ
159 & & & Follow the BOQ
BOQ PART - 2 - 53, 54 of description; since description in BOQ and
PART - I 4 Wiring & 4.15 & 4.16 : G.I. Cable trunking including pull boxes as required at site, 2
PART A : 86 specifications are contradictory.
Accessaries mm thick, as specified in Technical specifications
ELECTRICAL
WORKS

E01 Low Voltage 3.2.20 The switchboard shall have sufficient space to house all electrical
Electrical Panels equipment allowing spare Space capacity of 10% for the future expansion Kindly confirm whether spare space
SECTION 6 : & if specifically asked in BOQ. capacity of 10% for future expansion is
E&M 1 LV Main & required in panels. Spare space provision to
SPECIFICATION Switchboards, Sub- 10 of 259 m. Space provision as specified in M & W Specifications for future be taken as per bid
PART - II
& Main & expansion. If space provision is to be done then we condition. Any addition of
160 &
BOQ PART - 2 - Switchboards and 2 & 72 of & understand that any additions shall be done feeders as per adjustment
PART - I
PART A : local Electrical 86 Adjustment rates for addition/deletion of compartmentalised switchgear in in the space provision (i.e 10% for future item will be done
ELECTRICAL Panels above panels/board of following rating including the supply, fabrication, expansion). In such an event the contractor seperately.
WORKS & extension, modification of the enclosure or in a separate enclosure, shall not be liable to augment further space /
9 Addition Deletion earthing, basbar, other sub-systems, accessories etc complete as expand panel. Please confirm.
Work required and as per specifications and as specified in item above

3.2.20 The switchboard shall have sufficient space to house all electrical
equipment allowing spare Space capacity of 10% for the future expansion Kindly confirm whether spare space
SECTION 6 : if specifically asked in BOQ. capacity of 10% or 20% for future expansion
E01 Low Voltage
E&M & is required in DB.
Electrical Panels
SPECIFICATION 11 of 259 All distribution-boards shall be provided with 20% future space provision
PART - II &
& & as required. If space provision is to be done; then we
161 & 2 Distribution Boards Follow bid conditions
BOQ PART - 2 - 2 & 72 of & understand that any additions shall be done
PART - I &
PART A : 86 Adjustment rates for addition/deletion of compartmentalised switchgear in in the space provision (i.e 10% / 20% for
9 Addition Deletion
ELECTRICAL above panels/board of following rating including the supply, fabrication, future expansion). In such an event the
Work
WORKS extension, modification of the enclosure or in a separate enclosure, contractor shall not be liable to augment
earthing, basbar, other sub-systems, accessories etc complete as further space / expand DB. Please confirm.
required and as per specifications and as specified in item above
PART - 3 -
SECTION 7 : These General Conditions of Contract (GCC) are based on the Model
Kindly confirm whether ENAA is a
162 PART - III GENERAL ___ 7 of 1 Form of International Contract for Process Plant Construction published Follow bid conditions
substitution of FIDIC.
CONDITIONS by the Engineering Advancement Association of Japan (ENAA).
OF CONTRACT
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
The nature of Insurance
PART - 3 -
cover are such that it has
SECTION 7 : (a) Cargo Insurance During Transport
Kindly confirm whether one single policy to be specifically covered
163 PART - III GENERAL Clause 34 7 of 41 (b) Installation All Risks Insurance
covering all risks is acceptable. as per the requirements.
CONDITIONS (c) Third Party Liability Insurance
Hence, it should be
OF CONTRACT
Separate policies
PART - 3 -
SECTION 7 :
Kindly confirm whether Automobile Liability
164 PART - III GENERAL Clause 34 7 of 41 (d) Automobile Liability Insurance Yes
Insurance is mandatory.
CONDITIONS
OF CONTRACT

PART - 3 - The policy to cover liability


SECTION 7 : for the death of or bodily
Kindly clarify 'Employers Liability' and
165 PART - III GENERAL Clause 34 8 of 41 (f) Employers Liability injuries or occupational
confirm what are the risks to be covered.
CONDITIONS diseases sustained by the
OF CONTRACT employee during the work

Kindly provide the definition of other


insurance required.
Follow bid conditions
PART - 3 - As a contractor we have to submit all the
SECTION 7 : insurances within 4 weeks from the date of The subcontractor's name
166 PART - III GENERAL Clause 34 8 of 41 (g) Other Insurances commencement, in that case, contractor's shall be endorsed in the
CONDITIONS subcontractors name is not possible to insurance policies before
OF CONTRACT incorporate in the insurances policies at the mobilization at the site.
time taking insurances; since the finalisation
of contractor who will work for the project will
take time
PART - 3 - Please confirm whether Indemnity Bond will Follow bid conditions
SECTION 8 : The contractor shall submit an Indemnity Bond in the format given in be applicable for all the supply of Material
Additional Clause :
167 PART - III SPECIAL 8 of 26 Annexure-II against payments made for Plant and Equipment delivered to OR only for Plant & Equipment. Validity of Bond shall be
Indemnity Bond
CONDITIONS Jaipur. upto date of handover to
OF CONTRACT Kindly confirm validity of Indemnity Bond. JMRC
PART - 3 - We understand that this is a BOQ based
Additional Clause :
SECTION 8 : tender and the contractor has no scope of The PII is required to be
Professional
168 PART - III SPECIAL 8 of 29 Professional Indemnity Insurance (PII) design work and therefore submission of any submitted for the DG
Indemnity Insurance
CONDITIONS Professional Indemnity insurance shall not portion of the bid.
(PII)
OF CONTRACT be applicable to the contractor.
Rate of escalation per year
PART - 3 -
over the base year is to be
SECTION 8 : Kindly provide the details as to where the
The contractor shall submit a scedule of....... and also the unit price with indicated in the Annexure-
169 PART - III SPECIAL Sub Clause 7.3 8 of 3 escalation/de-escalation clause needs to be
escalation/de-escalation clause 5 of Appendix C1 and
CONDITIONS stated
Annexure-5 of Appendix
OF CONTRACT
B2.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
PART - 3 -
Clauses of Environmental
SECTION 8 : Kindly provide details of Environment
Management Plan (EMP)
170 PART - III SPECIAL Annexure-IV 8 of 30 Additional Clause 53 Management Plan specifically pertaining to
related to this contract
CONDITIONS contract
shall be applicable
OF CONTRACT

We understand that the bidder has to submit


PART - 3 - Digitised Data
soft copy (CD with contents in PDF format)
SECTION 8 : All Drawings, Proposal, Manuals, Design, Correspondence, Final Bid
of the technical and financial bid only
171 PART - III SPECIAL 38 8 of 26 (Contract) documents and submittals etc. should be submitted in digitized Agreed
(without soft copy of tender documents and
CONDITIONS form along with the Hard Copy. Price if any to be included in the quoted
addendum / corrigendum if any) along with
OF CONTRACT price.
the hard copy. Please confirm.

If the Contractor fails to attain Completion of the Facilities or any part We understand that Contractor shall pay to
thereof within the Time for Completion or any extension thereof under the Employer liquidated damages in the
GCC Clause 40, the Contractor shall pay to the Employer liquidated amount specified in the SCC if the Key
damages in the amount specified in the SCC as a percentage rate of the Dates / Milestones are not met.
172 PART - III SECTION 7 26.2 7 of 34 Contract Price or the relevant part thereof. The aggregate amount of such In case the contractor achieves further Follow bid conditions
liquidated damages shall in no event exceed the amount specified as milestone / key dates / overall completion
Maximum in the SCC as a percentage rate of the Contract Price. Once the amount paid as liquidated damages shall
the Maximum is reached, the Employer may consider termination of the be returned to the contractor in subsequent
Contract, pursuant to GCC Subclause 42.2.2. RA bill. Please confirm.
PART - 3 -
We request that the commencement of work
SECTION 8 : Time for Commencement and Completion
on the Facilities should be within 30 days
173 PART - III SPECIAL 8.1 4 of 8 The Contractor shall commence work on the Facilities within 7 days from Follow bid conditions
from the date of issue of Letter of
CONDITIONS the date of issue of Letter of Acceptance (LOA).
Acceptance (LOA). Please confirm.
OF CONTRACT
For availing the ED & Customs Duty
PART - 3 - exemptions, a Certificate from Project
SECTION 8 : Implementing Authority (Customer) with
174 PART - III SPECIAL 11.1.A 8 of 6 A. Custom Duty and Excise Duty detailed listing of products alongwith qty and Yes
CONDITIONS manufacturer"s name needs to be obtained.
OF CONTRACT Kindly confirm whether rate & value to be
included.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.

The benefits available


under the related
notifications has to be
examined by the Bidder.
The Contract Price is
inclusive of all taxes and
PART - 3 -
Kindly clarify on CENVAT Credit whether duties. The employer is
SECTION 8 :
manufacturer can avail reversal of input only responsible to provide
175 PART - III SPECIAL 11.1.A 8 of 6 A. Custom Duty and Excise Duty
credit or the same is exempted as a select necessary documents and
CONDITIONS
project. verification as may be
OF CONTRACT
required under the said
exemptions/notifications.
Now, it is the duty of the
Bidder to examine the said
notifications and benefits
available to them.

The benefits available


under the related
notifications has to be
examined by the Bidder.
The Contract Price is
inclusive of all taxes and
PART - 3 -
duties. The employer is
SECTION 8 : Please clarify in case of non-exemption of
176 only responsible to provide
PART - III SPECIAL 11.1.A 8 of 6 A. Custom Duty and Excise Duty any particular item, what will be treatment of
necessary documents and
CONDITIONS ED & Customs Duty Cost .
verification as may be
OF CONTRACT
required under the said
exemptions/notifications.
Now, it is the duty of the
Bidder to examine the said
notifications and benefits
available to them.

The tax exemption is


Tender prescribes for exemption from
available in the said
payment of works contract tax pursuant to
Notification from payment
PART - 3 - Rajasthan VAT notification
of tax payable by any
SECTION 8 : F12(100)FD/Tax/10-79 dated 6.10.2010.
registered dealer on
177 PART - III SPECIAL 11.1.B 8 of 7 B. VAT, Rajasthan Entry Tax While the contractor is exempted from
transfer of property in
CONDITIONS payment of WCT, Kindly confirm whether our
goods involved in
OF CONTRACT sub-contractors are also exempted from
execution of works
payment of WCT who will be working on
contracts related to Metro
JMRC Project.
Rail Project in Jaipur City.
Pre-
CLAUSE No. /
bid PAGE
PART SECTION Sub Head / BOQ DESCRIPTION QUERY JMRC REPLY
Query No.
Sr. No.
No.
Tender prescribes for exemption from
PART - 3 - payment of VAT for selected goods while
The items not notified but
SECTION 8 : purchasing from registered dealers in
to be used in the project
178 PART - III SPECIAL 11.1.B 8 of 7 B. VAT, Rajasthan Entry Tax Rajasthan vide notification
are to be borne by the
CONDITIONS F12(100)FD/Tax/10-78 dated 6.10.2010.
bidder.
OF CONTRACT What about other goods which are not
notified but to be used in the project.

Service tax is the liability of the


Bidder, we have only referred
PART - 3 -
the notification that the
SECTION 8 :
Kindly confirm whether we can go in for an exemption has been withdrawn
179 PART - III SPECIAL 11.1.C 8 of 7 C. Bid Evaluation (Service tax)
identification scheme for service tax. and abatement is available. The
CONDITIONS bidder may opt any scheme and
OF CONTRACT to bear all service tax liabilities
also as may be applicable to the
Contract.
PART - 3 -
Additional Clause :
SECTION 8 : Kindly confirm what will be the deduction %
BOCW (Building and
180 PART - III SPECIAL 8 of 29 BOCW (Building and Other Construction Works) Cess & whether JMRC will deposit under their Rate of BOCE cess is presently
Other Construction
CONDITIONS Registration. 1%. The same is to be deducted
Works) Cess and deposited by JMRC
OF CONTRACT
PART - 3 - We request that the LD ceiling limit to be 5%
26.2 Completion Time Guarantee
SECTION 8 : of contract value only; which shall be
Liquidated damage shall be recovered @0.01% of the contract value per
181 PART - III SPECIAL 26.2 8 of 15 inclusive of any sums payable by the Follow bid conditions
one week delay of the individual KD (Key Dates). However the total
CONDITIONS Employer to Designated Contractors on
liquidated damage is subjected to 10% of the contract value.
OF CONTRACT account of delay and penalty.
The tender is silent on Penalty with respect
PART - 3 -
to completion time.
SECTION 8 : 26.2 Completion Time Guarantee
We understand that only Liquidated Penalty will be imposed on
182 PART - III SPECIAL 26.2 8 of 15 The liquidated damages are recovered by the Employer from the
Damages for Delay as per clause 26.2 are case to case basis.
CONDITIONS Contractor for delay and not as penalty.
applicable and there shall be no penalty
OF CONTRACT
recovered from the contractor.
Advance Payment The BG formats are open ended. Request to validity up to the contract
183 PART - III SECTION 9 9 of 18 Advance Payment Security
Security put a stipulated date of expiry. period
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.

The Validity of the bid


Bank guarantee format for Bid Security do not mention bid expiry security shall be 208 days
184 Section 4 Bidding Forms Bid Security
date . Please mention bid expiry date in bank guarantee format. from the date of bid
submission.
"The Contractor shall acquire and pay for all permits, approvals,
and / or licenses from all local, state, or national government
authorities or public service undertakings in the country where the
Approvals for Station
185 Part 3, Section 7 GCC 9.3 Site is located." Agreed
Building
Obtaining approvals pertaining to our services will be in our scope. Rest
local statuary approvals for Station building plan etc. is to be obtained by
JMRC.
Quantity Variation in an individual item/Group of items up to an extent of
25 % of original contract value is quite unreasonable. We request you to
186 Part 3, Section 7 SCC 32 Quantity Variation retain variation in quantity of an item/group of item up to 25% of the Follow bid conditions
original tender quantity as per SCC clause 28 (GCC subclause 39) .
Kindly confirm.
"The Contractor shall carry sufficient inventories to ensure an ex
Consumable spare during stock supply of consumable spares for the Plant."
187 Part 3, Section 8 SCC 3 Follow bid conditions
DLP Daily operational consumable like Salt, Chemical, grease are to be
provided by JMRC.
"Upon the completion of construction, the Contractor shall fully
reinstate pathways, other local infrastructure, and agricultural land
188 Part 3, Section 8 SCC 21 Completion of Facilities to at least their pre-project condition as recorded by the Contractor Agreed
in consonance with its obligation in Clause 21.1.
Above is in civil contractor's scope. Kindly confirm.
Contractor shall provide Sitting space, Table chair, and computer to the
Deployment of Personnel by
189 Part 3, Section 8 SCC 36 employer sponsered personnel and number of such personnel shall be Follow bid conditions
the employer
restricted to two numbers.
Please refere Interface
Entry with full preperation as General lighting, ventillation, tea and coffee, toilet facility etc shall be
190 Part 3, Section 8 SCC 42 Management Document in
per SHE provided by civil contractor. Please confirm.
Volume-II of Section-6
This insurance has to be taken by the designing ageny for design and The PII is required to be
Professional Indemnity
191 Part 3, Section 8 SCC 51 build contracts and it is not applicable for this scope of work. Please submitted for the DG
Insurance
confirm. portion of the bid.
Equipment foundations, RCC, PCC and structural foundations for ECS, Masonry foundations
192 Part 3, Section 8 SCC General Interface Requirement TVS, E&M & DG works etc. are to be provided by civil contractor. (RCC/PCC) will be
Please confirm. provided by civil
1) Cranes shall be provided by civil contractor for material movement
and lowering purpose free of cost.
Please refere Interface
2) Clear delivery route with backfilling, temperoary platforms for lowering
193 Part 3, Section 8 SCC General Interface Requirement Management Document in
shall be provided by civil contractor.
Volume-II of Section-6
3) Construction power shall also be provided by civil contractor at
mutually agreeable resonable cost.
The work may be required
Hand over of all the area and rooms shall be complete in all respect as
194 Part 3, Section 8 SCC General Interface Requirement to be done in shared
per contract conditions including screeding, painting etc. Kindly confirm
access
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
As per the notification of VAT on page 109 (after SCC) - it is given as Refer to Notifications
"Jaipur Metro Project awarded by Delhi Metro Rail Corporation". We dated F12 (100)-2010-73,
195 Section 8 SCC Annexure I VAT Notifications
presume Delhi Metro Rail Corporation will issure VAT exemption 74 and 75 dated
certificate. 08.12.2011.
Subclause
196 Section 8 SCC Limitation of Liability We request to limit it to 10% of contract value. Follow bid conditions
30.1
Arbitration procedures shall be as provided by The Arbitration and
Subclause Conciliation Act -1996" as mentioned in tender documents. However
197 Section 8 SCC Disputes and Arbitration Follow bid conditions
45.1 selection of arbitrators will be decided by both parties and will not be
from the panel.
We request to include ducting and piping also in the list of item for which
Contract
198 Section 9 Appendix 2 Price adjustment price variation formula is given because these items are quite prone to Follow bid conditions
Forms
fluctuations and impact financially.
We agree for overall completion period of 110 weeks specified in the
tender however we request you to make changes in the key dates KD 3
to KD 7 as under:
Contract KD3 - 56 to 66 weeks
199 Section 9 Appendix 4 Key dates Please follow addendum.
Forms KD 4 - 72 to 80 weeks
KD 5 - 82 to 90 weeks
KD 6 - 80 to 96 weeks
KD 7 - 90 to 100 weeks
JMRC shall provide 5000 sq.m. space for office and material storage. Adequate space shall be
200 General General Office and Stores space
Please confirm. provided.
The mentioned facilites shall be part of civil contractor's scope. Please
201 Section 6 Volume 1 15.6 Site facilites for Employer confirm. We shall be providing seating space for 2 persons in our project Please follow addendum.
office and 2 JEs at station site office

Environment Control System (ECS), Tunnel Ventilation System (TVS), SCADA and Building Management System (BMS)

General
Scope of work Follow bid conditions.
Part 2, Section 6,
202 for ECS, TVS, 2.2 Test on Completion Please mention duration of test run. Duration as per
Volume 2
BMS and TVS performance requiremnets
SCADA Work

"The Contractor shall ensure that a qualified Representative of the


manufacturer is available on-Site for the duration of the On-Site
Works during normal working hours and installation period and on-
General call to arrive on Site within 30 minutes at all other times."
Scope of work
Part 2, Section 6, Representative of
203 for ECS, TVS, 3.3 OEMs/ their authoratised representatives will certify the correctness of Agreed.
Volume 2 manufacturer
BMS and TVS installation of their respective equipment station wise. They shall not be
SCADA Work available continuously during installation. Same practice is being
followed for the ongoing phase 3 projects of DMRC and we request you
to accept the same.
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
"The contractor will be responsible for sealing with fire rated
Part 2, Section 6, Scope of material of all openings left due to Works Under this contract." Please follow bid
204 1.3.12 Fire Sealant
Volume 2 Work - ECS conditions
Fire sealing has to be done by civil contractor. Kindly confirm.
Civil contractor will provide
"Provision of hook in the roof to facilitate lifting of the equipments
the hooks if timely
for installation. These hooks are to be left for future use by the
Part 2, Section 6, Scope of information is given to
205 1.3.13 Hook maintenance branch."
Volume 2 Work - ECS them by the bidder.
Otherwise bidder shall
Hooks to be provided by civil contractor
provide hooks
"The contract price shall add any necessary equipment, equipment
of higher capacities and higher ratings for the systems and sub-
systems necessary for the complete, safe, reliable and operable The contract price shall be
Part 2, Section 6, Scope of
206 1.4 Range of higher capacity Environment Control System providing all clarifications and valid for BOQ capacity of
Volume 2 Work - ECS
justifications for the same." within 10% range.

Please provide range of higher capacity and rating.

"Access will be provided to the staff of the Contractor for carrying


out their works and bringing materials and Equipments at the site.
Please refere Interface
Part 2, Section 6, Scope of However the security of material and Equipments brought at the
207 4.3.X Security of Premises Management Document in
Volume 2 Work - ECS site, by the Contractor is Contractors responsibility."
Volume-II of Section-6
Security of premises have to be in civil contractors scope. Kindly confirm.

"The contract price shall add any necessary equipment, equipment


of higher capacities and higher ratings for the systems and sub-
systems necessary for the complete, safe, reliable and operable
The contract price shall be
Part 2, Section 6, Scope of Environment Control System providing all clarifications and
208 1.1.1 Range of higher capacity valid for BOQ capacity of
Volume 2 Work - TVS justifications for the same. No Separate Payment will be made for
within 10% range.
the same."

Please provide range of higher capacity and rating.


"The Contractor shall verify the critical air velocity required to
prevent back layering using his own calculations, as per
Part 2, Section 6, Scope of
209 1.2.1.5 Critical Air Velocity calculation procedure." Agreed
Volume 2 Work - TVS
Have to be calculated and verified by DDC
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
"An approved Commissioning Specialist shall undertake the entire
commissioning and performance testing of ECS installation. The
Contractor shall at all times be responsible for the supervision of
the Commissioning Specialists work and shall ensure satisfactory
completion of commissioning and recording results."
Agreed, subject to
Part 2, Section 6, ECS-
210 A00.23.1.1 Third party commissioning approval from Engineer in
Volume 2 Specification A specialist team having expertise in carrying out commissioning and
charge
performance testing of ECS equipment and which is part of contractor's
setup because of their long experience in this field but who are not
involved in the erection activities shall be acceptable as an approved
agency.

"End water boxes shall be designed to provide adequate space for


water movement such that there is no erosion of the tube ends. In
general, this requires the water box end to be domed rather than
Part 2, Section 6, ECS- flat. End box covers shall be removable, and allow easy access for
211 A03.3.5.2 Chiller - Evaporator Follow bid conditions
Volume 2 Specification cleaning the tubes. "

Chilled water circuit does not warrant evaporator tube cleaning. Removal
type cover required
"All control cables of the Chiller should be provided in the metal
Part 2, Section 6, ECS- conduits." Acceptable as per
212 A03.3.8 Chiller -Control Cable
Volume 2 Specification manufacturer standard
Control cables will be provided in trunk.
"The impeller shall single entry shrouded design. The pump
efficiency shall be 80% minimum for Primary secondary and
Part 2, Section 6, ECS-
213 A05.3 Pump Efficiency condenser water pumps." Please follow addendum.
Volume 2 Specification
Efficiency will vary from 70 % to 80 %.
" All materials used for the construction of the MSFD/MFD shall be
so selected and all components and accessories of the dampers
shall be so designed that the dampers will be fully operational in
accordance with the performance requirements specified when
Part 2, Section 6, ECS-
214 A06.3.6.6 Rating of Fire dampers fully exposed in an air stream temperature of 250C for not less Follow bid conditions
Volume 2 Specification
than two hour. "

We request you to accept fire damper with rating of withstanding 250C


for 1 hour.
"Provide at least 75 mm clearance from ductwork to walls, ceiling
Part 2, Section 6, ECS- and obstructions where a high standard of cleanliness shall be Will be reviewed during
215 A06.3.8.18 Ducting
Volume 2 Specification maintained. " drawings approval.
As per site conditions gap will be maintained.
The duct construction shall be confirming to C class as per fire rated
Part 2, Section 6, ECS- duct manufacturer's recommendation however the leakage testing shall
216 A06.3.4.3 Pressure Testing Please follow addendum.
Volume 2 Specification be carried out as per operating pressure classification B class as per
DW 143 or SMACNA duct leakage standard. Please confirm.
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
Part 2, Section 6, ECS-
217 A06.3.4.4 Fire Stopping Material Can we use fire stopping mortar of other brands beside flamebar. Follow bid conditions
Volume 3 Specification
Can we design Fire Insulation Criterea for 2 hours rating with 1029"C for
Part 2, Section 6, ECS-
218 A06.3.4.5 Mineralwool Insulation Fire Outside and 400"C (Max Smoke Temp) for Fire Inside Criterea Follow bid conditions
Volume 4 Specification
INSTEAD of Fire Inside and Fire Outside at 1029"C
Supports And Angles Strength 15N/mm2 for 2 hours is Incorrect and
Part 2, Section 6, ECS- should be15N/mm2 for1 hour and 10N/mm2 for 2 hours (Refer ASFP
219 General Support and Angle strength Please follow addendum.
Volume 5 Specification Guideline Page 29). The Support arrangement of Smacna / DW 144 is
not adequate
Part 2, Section 6, ECS- Flamebar System has Fire Performance Certificate with 105kg/cum
220 General Fire Insulation Follow bid conditions
Volume 6 Specification instead of 120 kg/cum, Can JMRC accept this Density
Part 2, Section 6, ECS- All the flanges for valves, equipment etc. for ECS and E&M shall be as
221 A10 Pipiline fittings Please follow addendum.
Volume 6 Specification per BS 10 table E. please confirm.
Chemical during DLP shall
Part 2, Section 4, Part B - ECS Chemical for second year of DLP shall be provided by JMRC. Kindly
222 BOQ Chemical be provided by contractor.
Volume 2 Works, 17.2 f confirm.
Please follow addendum
Part-II Section 6 Tender
223 Nozzle Drawing Please provide nozzle drawing Please follow addendum.
Vol III Drowing
"Contractor shall provide a 6-mm thick silicone gasket between all
adjacent companion flanges; width of gasket shall be same as
flange width. "
Part 2, Section 6, TVS-
224 V01.3.4.7 TVF Installation Please follow addendum.
Volume 2 Specification
As it has to be fire painted we request to kindly accept the same
thickness and width of gasket as provided by Fire paint manufacturer ,
since it has to be certified by Fire paint after installation.
Fan motor component shall be cable of with standing sudden
Part 2, Section 6, TVS-
225 V01.3.2.1 Fan Motor temperature changes as a result of fire between the extreme of zero and Follow bid conditions
Volume 2 Specification
plus 250 degree C or vice versa in a time frame of 20 Sec
"Fans shall capable of of reversing to full speed from either
direction of airflow and rotation during an emergency with 20 sec
after 10 second delay between power interrpution and the
Part 2, Section 6, TVS- energingising of motor for reversed rotation , without failure of any
226 V01.3.3.4 Fan Motor Please follow addendum.
Volume 2 Specification part of the unit."

10 second delay is not sufficient . We request the that it should as per


motor manufacturer standard.
"The fan installation shall be done in the presence of the Fan
Manufacturer's Field service representative"
Agreed, subject to
Part 2, Section 6, TVS-
227 V01.3.19.2 FAN Installation approval from Engineer in
Volume 2 Specification Structural Drawing and installation procedure will be as per manufacture
charge
recommendation . After installation fan manufacturer will certify the
installation .
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
"Field test shall be performed under the techanical guidance and
supervision of the fan manufacturer's representative . The fan
manufacturer's field service representative shall provide the field
test instrumentation and perform test.Thefan manufacture's field
Part 2, Section 6, TVS- service representative shall measure and record the vibration
228 V01.3.20.2 Field Test Follow bid conditions
Volume 2 Specification amplitude ,power consuption ,no load , starting and full load
voltages , starting and full load currents and acceleration time"

These test will perform at contractor end and the field test report will
be shared with manufacturer. kindly Confirm

"Pressure variations of plus or minus 300 Pa induced by external


causes shall not result in movement of the fan operating point Please follow addendum.
Part 2, Section 6, TVS- along the fan operating curve into the region of unstable Variation of plus minus
229 V01.3.3.7 Pressure Variation
Volume 2 Specification operation." 200 Pa is acceptable for
TEF.
Variation of plus or minus 300 Pa is not applicable for the TEF Fans.

"Grease lines shall be brought from each bearing to accessible


fittings, external to the fan housing, at the ground floor level of the
fan room. The lines shall be fabricated of stainless steel, copper or
other corrosion resistant alloy, seamless metallic tubing. The
tubing shall not be crushed or scored during installation and the
lines shall have neither kinks nor sharp bends. Lines penetrating
the housing shall be rigidly secured to the housings to prevent
vibration of the lines and be provided with grommets. Grease
Part 2, Section 6, TVS-
230 V01.3.7.4 Bearing Lubrication supply lines shall terminate in straight lubrication fittings. Grease Follow bid conditions
Volume 2 Specification
fittings shall only allow the proper amount of grease to each
bearing. The bearing lubricant shall be capable of providing the
lubrication properties specified by the bearing manufacturer under
conditions of operation for twoone hour with the lubricant at a
temperature of 250 degrees C."

For TEF Fans motors with bearing sealed for life are provided by all
manufacturer and gauge port will not be applicable. Please confirm.
"TEFC induction motor , EEF -1 , Continous duty"
Part 2, Section 6, TVS-
231 Data Sheet Motor type Agreed
Volume 2 Specification
Kindly accept IE2 efficient Motor also.
"The infill shall be of inorganic mineral of glass fibre of at least
Part 2, Section 6, TVS- 48kg/cum."
232 V03.3.1.7 TV Attenuator Follow bid conditions
Volume 2 Specification
Kindly accept 40 kg/cum also
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.

Equivalent material standards to be agreed prior to order. Pitch angle of


blades is defined by the angle of blade tip cross section and line parallel
Part 2, Section 6, TVS- to direction of rotation, the hub does NOT have index marks, instead a
233 V01.3.4.1 Impeller hub and Blades Follow bid conditions
Volume 2 Specification pitch angle setting template will be supplied for each fan.
Equivalent Standard : DIN EN 1706:2013-12 Aluminium and aluminium
alloys - Castings - Chemical composition and mechanical properties

Routine test based on IEC-Regulations, measurement of the "Polar


To be evaluated during
Part 2, Section 6, TVS- moment of inertia of the fan-motor unit, in meter-kilogram squared" is not
234 V01.3.11.2. Motor Testing vendor and technical
Volume 3 Specification possible routine test: will be done without load type test: will be done
approval
with load
"Triaxial Strain gauges shall be applied to two blades per impeller
and to the hub of the unloaded impeller of each fan. To accurately
measure strains and stresses developed in each rotor, one strain
gauge at themidpoint and one strain gauge at the tip of blades on
each side shall be applied on minimum of two blades. In addition, To be evaluated during
Part 2, Section 6, TVS-
235 V01.3.16.4. Stress-Strain data one strain gauge shall be applied on impeller hub for each strain vendor and technical
Volume 4 Specification
gauged blade. The strains developed during performance testing approval
shall be continuouslymeasured and monitored."

Stress calculations shall be offered as evidence that impeller


stresses do not exceed material yield strength
"Damper blade shaft shall be fabricated of stainless steel type 304 .
Blade shaft shall be full length construction and shall be not less
Part 2, Section 6, TVS-
236 V03.3.1.7 TVD Spec than 20mm in diameter or square" Follow bid conditions
Volume 2 Specification
Kindly accept stub shaft of 20mm diameter
"Mounting members for wall mounted dampers . All Mounting members
needed to install each wall mounted damper in its respective opening
shall be frnished and installed by contractor . All mounting member shall
Part 2, Section 6, TVS- be galvanised steel angles all side size 80mm*80mm*8mm."
237 V02.3.2.13 TVD Spec Follow bid conditions
Volume 2 Specification
Since these has to be fixed in civil opening therefore angles is not
required . These damper will fixed directly on wall with help of GI
fastners .
"Screen mounted on damper module frame shall be one inch mesh
Part 2, Section 6, TVS- no 10 USS gauge galvanised steel wire."
238 V02.3.6.1 TVD Spec Please follow addendum.
Volume 3 Specification
Kindly accept 3.5 mm Indian make GI wire mesh also
Please confirm if TVS ductwork is to be provided with :
1) fire paint
Part 2, Section 6, TVS- Yes to be provided on
239 V04 TVS Duct work 2) rockwool insulation without foil 100 mm-120 kg/m3
Volume 3 Specification TVF and TEF both
3) Aluminium cladding with 0.56b mm thick sheet
Also confirm if the same is to be applied over TEF and Cones.
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
The Contractor shall also interface for control, monitoring, and
supervision as required at the Operational Control Centre (OCC)
Part-II Section 6 Scope of The Chandpole station is
240 1.1 Scope and Purpose for the existing chand pole U/G station of Jaipur Metro.
Vol I Works-BMS having Open protocol.
The interface with the existing station at OCC shall be on open protocol
like Modbus TCP/ OPC. Kindly confirm the same
The OCC work from Chandpole to Badi Chauper station is under
the scope of this contract.
Please confirm that existing station(chandpole station) has all the
provision to interface like CPUs, Modules, Sub Modules, Power
Scope of Supplies, Local Control Panels, Servers, Work Stations, modems,
Part-II Section 6
241 Work TVS 1.1 Scope and Purpose Gateways, RTUs, Printers, Local Area Network (LAN), Ethernet Hubs Confirmed
Vol I
SCADA and Switches, Ventilation Control Panel (VCP), Cable containment and
wiring systems, and other components as required whether or not
specified necessary to deliver the requirements of this Specification to
fully integrate the control, monitoring, and supervision of Tunnel
Ventilation System from OCC
Only Communication
Communication channel between station to OCC and station will channel between OCC
Scope of and station will be
be provided by others.
Part-II Section 6 provided by Others. Any
242 Work TVS 1.1 Scope and Purpose Please confirm that all the hardware and software to make the network
Vol I hardware like Routers,
SCADA functional is being considerd in others scope and they will issue IP
switches, gateways and
based on ECS,TVS & E&M BMS requirement.
software is in scope of this
bid.

Control and Monitoring (Point-1)


The Contractor shall provide necessary hardware, software, data, 1) Confirmed
etc., so that the control and monitoring functions for the TVS can
be performed from OCC and stations and control and monitoring 2) Confirmed
Scope of functions for ECS and E&M system from OCC. 3) At station is confirmed
Part-II Section 6 Work Included in the
243 Work TVS 1.2 Please confirm the following. and decision of OCC will
Vol I Services
SCADA 1) TVS equipment is to be monitored and control from OCC & Station. be given later
2) TVS Mode operation from OCC and Station. 4) At station is confirmed
3) ECS Mode operation from OCC and Station. and decision of OCC will
4) ECS and E&M equipment control and monitoring from OCC only or to be given later
be controled and monitored at station level only.

Control and Monitoring (Point-6)


Scope of
Part-II Section 6 Work Included in the To initiate operation of the TVS to provide adequate ventilation in
244 Work TVS 1.2 Follow bid conditions
Vol I Services the tunnels during traffic block period (non-revenue period).
SCADA
Please confirm do we have to consider tunnel cooling in night.

Scope of Manual operation of the individual TVFs and TEFs from the LCP.
Part-II Section 6
245 Work TVS 7 TVS System Back-up Please confirm mode operation from LCP or control of individual Both are required
Vol I
SCADA equipments.
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
The Works to be executed under the Contract include the detailed
design, development, manufacture, verification, delivery to site,
installation, testing, commissioning (including integrated testing
and commissioning) and technical support for a complete
Integrated Supervisory Control System (ISCS) to fully integrate the
control, monitoring, and supervision of Tunnel Ventilation System
from OCC as well from station level. The Equipment, CPUs,
Modules, Sub Modules, Power Supplies, Local Control Panels,
Servers, Work Stations, modems, Gateways, RTUs, Printers, Local
Scope of Area Network (LAN), Ethernet Hubs and Switches, Ventilation
Part-II Section 6
246 Work TVS 1.1 Scope and Purpose Control Panel (VCP), Cable containment and wiring systems, and Confirmed
Vol I
SCADA other components as required whether or not specified necessary
to deliver the requirements of this Specification to fully integrate
the control, monitoring, and supervision of Tunnel Ventilation
System from OCC in future and at present from Station Control
Room as well as for control, monitoring, and supervision as
required at the Operational Control Centre (OCC) in future and at
present from Station Control Room for the ECS and other E&M
systems . The TVS contractor shall interface with the requirements
of control, monitoring, and supervision as required at the
Operational Control Centre (OCC) for the ECS and E&M systems.
To provide individual or group start/stop and indicate status of
Scope of Control and Monitoring at
Part-II Section 6 TVS equipment. Individual control is not
247 Work TVS 5 Operation Control Centre
Vol I Kindly confirm whether individual control is needed at OCC as we have required from OCC
SCADA (OCC)
to size the SCADA and RTU accordingly.
To provide Daily Report,
To provide Daily Report, Weekly Report, Monthly Report of total Weekly Report, Monthly
Scope of Control and Monitoring at Report of total energy
Part-II Section 6 energy consumption and Operating Hours Report of all TVS
248 Work TVS 5 Operation Control Centre consumption and
Vol I equipment.
SCADA (OCC) Operating Hours Report of
Kindly confirm the scope of energy consumption.
ECS, E&M and TVS
equipment.
To monitor the activation of the push buttons or switches on the
Scope of
Part-II Section 6 Local Sequential Controller VCP, SCP and LCP and execute priority control.
249 Work TVS 8 confirmed
Vol I (LSC) SCP will be the part of LCP, therefore SCP monitoring is not required.
SCADA
Kindly confirm.
The PLC System shall be a Fail Safe Control, Programmable Logic
Controller (PLC) based with a Quadruple Modular Redundancy
(QMR) system architecture.
Part-II Section 6 BMS TVS PLC Design - Control
250 BMS/ 1.00 The requirements are for a SIL2 certified PLC for TVS control system, Plesae follow addendum
Vol I Specification and Monitoring
however the internal architecture of the PLC shall be as per
manufacturer's standards to meet the SIL2 standards whether its QMR
or TMR or DMR.
Part-II Section 6 BMS TVS PLC Design - Control Since no separate specification are provided for ECS PLC, it is
251 BMS/ 5.00 Confirmed
Vol I Specification and Monitoring understood that same specification are applicable for ECS PLC.
Quality Control of
Part-II Section 6 BMS EMC Conformance and certification.
252 BMS/ 2.01.23 Equipment, Components Follow bid conditions
Vol I Specification Kindly confirm as it is applicabe to PLC not to other devices.
and Material
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.

Where applicable, the designs shall be substantiated through


computerised simulation of calculations, Data verification and
validation programs using standard simulation programs,
internationally accredited or indigenously developed, supported
with quality verification and acceptability and shall provide input
Part-II Section 6 BMS data, results and program description.
253 BMS/ 2.01.24 Computer simulation Accepted
Vol I Specification he contractor shall furnish free of charge software packages
whose use is envisaged. All the software shall have an in-built data
validation program so as to identify/rectify parameters/variables
selection or typographical error with future ability to upgrade.
All the testing will be performed on actual systems installed at site and
no seperate simulation will be provided. Kindly accept.

The individual internal RTU memory shall be sized to hold, in


addition to all the necessary programs, the logged input data and
controls output for a period of normal operation covering a
minimum of 24 hours in the event of communication failure.
Operation of RTUs or any other aspect of the N-P SCADA system
shall not be adversely affected as memory utilisation increases to
Part-II Section 6 TVS SCADA Redundant RTUs are
254 4.8.1.10 RTU Function the maximum, the design value of which shall be stated in the
Vol I Specification required
Design Specification (DS), prepared by the Contractor and
approved by the Employers Representative.
Kindly clarifiy your requirement, as RTU is non SIL product which comes
with memory backup and if JMRC wants a SIL certified PLC then we can
not provide memory backup for the same. And also clarifiy whether you
require redundancy in RTU.
Historical data shall be able to be manipulated as if it were current
data, namely be usable in calculations and on tabular, trend,
graphic, spread sheet and bar chart displays. Data stored on
Part-II Section 6 TVS SCADA
255 4.20.2 Historical Data Management multiple bulk storage media cartridges shall be able to be Please follow addendum
Vol I Specification
analysed, with the system providing prompts for cartridge changes.
Kindly clarifiy the requirement as historical data stored in data base can
not be manipulated.

In particular the design and positioning of the mimic displays


within the OCC shall be such that the information of interest to
each operator is visible from their normal position. Larger
Part-II Section 6 TVS SCADA
256 5.1.3 Ergonomic Study characters shall be used for legends, which require to be read from confirmed
Vol I Specification
further than the first position from the mimic display.
As per BOQ we do not have to provide Mimic display at OCC. Kindly
confirm the requirement.
Part-II Section 6 TVS SCADA Plesae follow bid
257 7.2 Soak Test Kindly clarifiy the requirement of Soak Test.
Vol I Specification conditions
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
The soft starter shall be able to operate at design ambient
ECS temperatures from -10 to + 40 C without derating, and between 40
Part-II Section 6 Design temperature are as
258 Specification. 4.16.12 Soft Starter and 60 C with suitable derating factor shall be considered.
Vol I per IEC 60947.
Section A15 What will be design temperature on which rating of soft starter will be
selected.

LSZH and Fire Survival Cables shall be as specified in cable


specification Section (BS 6724-multicore cable and BS 7211 for
single core cable). All internal and control wiring shall be Low
Smoke Zero Halogen (LSZH) copper conductor wires rated at
450/750 V complying with BS 7211 for this Specification. All control
wiring within the Electrical Panels shall be with single core All internal control wiring
ECS
Part-II Section 6 minimum 2.5 mm2 for CT and balance as per approved shall be of LSZH and for
259 Specification. 4.8.3 Internal Control Wiring.
Vol I manufacturer design. Insulation shall have a glossy finish, be PLC internal wiring please
Section A15
resistant to oil and be incapable of supporting combustion. Fire refer clause BMS/5.01.22
Survival wires shall be provided as per BOQ.
Whether all internal control wiring shall be of LSZH or FS wires also will
be used.
Vendor recommend to use control wire of 1.5A mm2 for Voltage circuit
and 0.75 MM SQ for BMS/PLC circuit. Kindly confirm.
The specifications mentioned herein are applicable for the energy
management system which is to be provided in the station BMS confirmed. Bidders need
ECS
Part-II Section 6 Workstation and Energy and OCC for central monitoring. to consider all the
260 Specification. 2
Vol I Management Software No Separate workstation for CPM is required at station level, BMS software and hardware
Section A25
vendor has to show all the CPM data at SCR and at OCC including requirements for the same
energy management software.Kindly Confirm.
A by-pass switch/s shall be provided to completely by-pass the
Part I - Part D PLC in the event of a total failure of the PLC and associates The by-pass selecter
Part-I Section 4
261 BOQ for ECS 8.01 BMS PLC Equipment equipment to enable the normal operation of the equipment switch is to be provided at
Vol-II
BMS Works controlled by the PLC. the MCC panels
Kindly confirm the requirement as it is not a feature of PLC.
CPU Module with on board Ethernet RS 485 port, . Integrated
Remote I/O Bus Manager, 96 word Base memory, 12,000 I/O
capacity, 64 process channels :4 nos
CPU Module with Remote I/O Bus manager : 2 nos
Part I - Part D
Part-I Section 4 Since the ECS BMS PLC equipment are quantified as a Lot item as per
262 BOQ for ECS 8.01 BMS PLC Equipment Please follow addendum
Vol-II the segregation & quantification provided in the IO summary, the
BMS Works
quantification in the BOM sub-items( 4 nos of item 1, 2 nos of item 2, 2
nos of item 3) should not be provided. It should be the responsibility of
ECS BMS vendor to provide sufficient number of modules to meet the
technical specification and scope requirements. Kindly confirm the same.
Redundancy at ECS PLCs
Redundancy Module.
Part I - Part D is not required, the
Part-I Section 4 Kindly confirm if redundancy is required for ECS BMS PLCs as well. If
263 BOQ for ECS 8.01 BMS PLC Equipment communication ring shall
Vol-II yes, kindly confirm the level of redundancy( processor/power
BMS Works be provided as per the
supply/communication)
drawing.
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
Each incomer and outgoing feeder shall be provided with LED type
Part I - Part A
status indication lamps suitable for 240 V, AC, as approved. Indication lamps shall be
Part-I Section 4 BOQ for ECS
264 1.0 (i) General Note B.O.Q In BOQ of Power feeder MCCB, same is not shown, confirm whether to provided. Please quote
Vol-II Electrical
be considered. accordingly
Works

All Motor feeders, having separate Electronic over current relay


Part I - Part A
(EOCR) , shall be provided with Reset push button & group by
Part-I Section 4 BOQ for ECS
265 1.0 (u) General Note B.O.Q pass arrangement. Follow BOQ
Vol-II Electrical
Wherever required it is written in BOQ but where O/L protection is
Works
part of MPCB/MCCB then is it required separately.

2 Nos. 2500A, 415 V, 50KA, 50 Hz TPN EDO type ACBs interlocked


Part I - Part A
with bus coupler and complete with microprocessor based
Part-I Section 4 BOQ for ECS Main Plant Panel DB-
266 1.1.01.A releases having SCADA compatibility and energy metering. Please follow addendum
Vol-II Electrical 170/270
In B.O.Q, 2 No. of incomer are shown while as per drawings 3 Nos of
Works
incomer. Kindly confirm the quantity of incomer.

Sub-Distribution Boards, DB-


Part I - Part A 14 Nos, DOL 0.5 kW single phase feeder for Motor Operated
330 as per Specifications ,
Part-I Section 4 BOQ for ECS Valves.
267 1.2.05 as per tender drawings DOL starter to be provided
Vol-II Electrical Only SP MCB to be provided or complete single phase DOL starter to be
Complete and as per the
Works provided.Kindly confirm.
following details.

Automatic transfer switch with 2 Nos 400A, 4 pole 50kA, MCCB


Part I - Part A having Electronic Trip Unit with adjustable protection against
Part-I Section 4 BOQ for ECS DB-310 Air Cooled Scroll Overload, adjustable protection against Short Circuit, Earth fault.
268 1.3.01 (1) Follow BOQ
Vol-II Electrical Chiller Whether One ATS and two Nos separate MCCB to be provided or only
Works Two MCCB with Auto source transfer system to be provided.Kindly
confirm.
3 Nos. 250 A, 415V, 50KA, 3P MCCB having Electronic Trip Unit
Part I - Part A
with adjustable protection against Overload, adjustable protection
Part-I Section 4 BOQ for ECS DB-310 Air Cooled Scroll MCCB shall be motor
269 1.3.03 against Short Circuit.(For Air Cooled Chiller-2 Nos. Working+ 1 No.
Vol-II Electrical Chiller operated
Spare).
Works
MCCB shall be manual operated or Motor operated.Kindly Confirm.
5 Sets of Star - Delta Starter unit for AHU Motors up to 45 kW , 1 no
Part I - Part A
spare and each shall be equipped with the followings but not
Part-I Section 4 BOQ for ECS Main Distribution Board
270 1.4.03 limited to. Confirmed
Vol-II Electrical (MDB), DB-130 & DB-230 .
We understand 5 Sets of Star - Delta Starter (4 Working + 1
Works
Spare).Kindly confirm.
Part I - Part A 28 Sets of DOL Starter unit of 0.50 kW and each shall be equipped
Part-I Section 4 BOQ for ECS Main Distribution Board with the followings but not limited to: To be interlocked in panel
271 1.4.09 Follow the BOQ
Vol-II Electrical (MDB), DB-130 & DB-230 . with different fan motors etc.
Works Quantity of MFD and MOD shall be as per tender drawing.Kindly confirm.
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
Part I - Part A 16 Sets of DOL Starter Unit (for 13 nos. Single Phase Damper & PF
Part-I Section 4 BOQ for ECS Sub-Distribution Board DB- motors & 3 nos. spare) of 0.5 KW and each shall be equipped with
272 1.5.03 Follow the BOQ
Vol-II Electrical 131 & DB-231 the followings but not limited to.
Works Quantity of MFD and MOD shall be as per tender drawing.Kindly confirm.
2 Sets of Soft Starter for bidirectional (Forward and reverse
Part I - Part A
rotation) TVF Motors up to 220KW and each shall be equipped
Part-I Section 4 BOQ for ECS Main Distribution Board DB-
273 1.11.03 with the followings but not limited to. Inline design to be adopted
Vol-II Electrical 140/ DB-240
Confirm whether soft starter provided will be used in line design or Inside
Works
delta design.
Part I - Part A
Part-I Section 4 BOQ for ECS Panel Internal Clean Agent
274 3.06 Novac will be used as clean agent.Kindly confirm. Clean agent to be used
Vol-II Electrical Flooding System
Works
JP-CRD-
Part-II Section 6 Teneder LHDS systen is not in the
275 ECS-TVS- LHDS System As per B.O.Q LHDS is not part of contract. Kindly confirm.
Vol III Drawing scope of this bid
SC-1901

Each incomer and outgoing feeder shall be provided with LED type
Part II - Part A
status indication lamps suitable for 240 V, AC, as approved. Indication lamps shall be
Part-I Section 4 BOQ for
276 1.0 (i) General Note B.O.Q In BOQ of Power feeder MCCB, same is not shown, confirm whether to provided as required.
Vol-II Electrical
be considered. Also confrim what status required (ON/Off/Trip). Please quote accordingly
Works

Part II - Part A Space provision as specified in M & W Specifications for future


Part-I Section 4 BOQ for expansion.
277 1.0 (m) General Note B.O.Q Follow bid conditions
Vol-II Electrical How much spare space required.
Works
Part II - Part A All Motor feeders, having separate Thermal Over - load relay, shall
Part-I Section 4 BOQ for be provided with Reset push button.
278 1.0 (y) General Note B.O.Q Please follow BOQ
Vol-II Electrical In case where Inbuilt O/L relay in MPCB/MCCB, is it required separely
Works also.
Part II - Part A
Part-I Section 4 BOQ for Surge Protection Device (SPD) shall be provided in all panels. SPD is to be provided in
279 1.0 (aa) General Note B.O.Q
Vol-II Electrical Not mentioned in BOQ, whether to be considered in all panels all the panels
Works

Electrical and Mechanical System (E&M)


Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
LSZH and Fire Survival Cables shall be as specified in cable
specification.Section (BS 6724-multicore cable and BS 7211 for
single core cable). All internal and control wiring shall be Low
Smoke Zero Halogen (LSZH) copper conductor wires rated at
450/750 V complying with BS 7211 for this Specification. All control
E&M wiring within the Electrical Panels shall be with single core
Internal wiring shall be
Part-II Section 6 Technical minimum 2.5 mm2 for CT and balance as per approved
280 4.8.3 Internal and Control Wiring. LSZH, for size follow bid
Vol II Specification. manufacturer design. Insulation shall have a glossy finish, be
conditions
Section E01 resistant to oil and be incapable of supporting combustion. Fire
Survival wires shall be provided as per BOQ.
Whether all internal control wiring shall be of LSZH or FS wires also will
be used.
We recommend to use control wire of 1.5A mm2 for Voltage circuit and
0.75 MM SQ for BMS/PLC circuit.
E&M
Terminal Block.
Part-II Section 6 Technical
281 4.8.3 Internal and Control Wiring. All terminal blocks asked with Melamine Material. Since Melamine is Follow bid conditions
Vol II Specification.
breakable material so can we use non-breakable material of Polyamide.
Section E01
E&M
Part-II Section 6 Technical DBs shall be provided with suitable size of surge protection.
282 4.22.1 Dictribution Boards SPD is to be provided
Vol II Specification. Not mentioned in BOQ, whether to be considered in all panels.
Section E01
In DB-100/200, 3200A outgoing ACB asked with 70KA/1Sec
Part II - Part A
breaking capacity where as other outgoing ACB asked for
Part-I Section 4 BOQ for Main Distribution Board-100
283 1.01 65KA/1sec. Please follow BOQ
Vol-II Electrical & 200
Since other outgoing ACB are with 65KA/1sec breaking capacity so
Works
request to accept 3200A ACB with 65KA/1sec also.
Part II - Part A Breaking capacity of MCCB and busbar is not mentioned in ATS for
Part-I Section 4 BOQ for Auto Transfer Switch for UPS-100 & UPS-200, ATS for Lifts ATS.
284 1.10 Please follow addendum
Vol-II Electrical UPS-100 & UPS-200. Please specify fault level of MCCB and busbar in ATS for UPS-100 &
Works UPS-200, ATS for Lifts ATS.
Section IV Volume 2 JP-TD-EL- BOQ Part-II - E&M BOQ mentions TP Tie Breaker. SLD indicates 4P ACB tie breaker.
11BC-1003 - Works - Part-A - Please clarify.
MAIN For Electrical
SINGLE Works : Sr No. 1.01
285 LINE / B - ASS-1 to ASS- Please follow addendum
DIAGRAM 2 (Tie Breaker
connecting DB-100
to DB-200)
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
Section IV Volume 2 JP-TD-EL- BOQ Part-II - E&M In Sr. No. 1.01 / B / a - (8) 1 No. CT in the neutral to connect with the
11BC-1003 - Works - Part-A - trip-unit
MAIN For Electrical while in Sr. No. 1.01 / B / f - 3 Nos CT 2500/5A 15VA for the 3 phases.
SINGLE Works : Sr No. 1.01 Please clarify number of CTs.
286 LINE / B - ASS-1 to ASS- Please follow addendum
DIAGRAM 2 (Tie Breaker
connecting DB-100
to DB-200)

Section IV Volume 2 JP-TD-EL- BOQ Part-II - E&M Sr. No. E-1 : 2 Nos. of 2500A ACB outgoing; SLD shows 3 Nos.
11BC-1003 - Works - Part-A - Please clarify.
MAIN For Electrical
287 Please follow BOQ
SINGLE Works : Sr No. 1.01
LINE / E - Outgoing
DIAGRAM Feeders
Section IV Volume 2 JP-TD-EL- BOQ Part-II - E&M Sr. No. E-2 : 1 No. of 630A TP MCCB for Capacitor panel (CAP-100b)
11BC-1003 - Works - Part-A - Wheras SLD says 800A MCCB.
MAIN For Electrical Please clarify.
288 Please follow BOQ
SINGLE Works : Sr No. 1.01
LINE / E - Outgoing
DIAGRAM Feeders
Section IV Volume 2 JP-TD-EL- BOQ Part-II - E&M Sr. No. E-7 : 2 Nos. of 250/200A TP MCCB for DB-120 WHEREAS SLD
11BC-1003 - Works - Part-A - says 2 Nos of 400A TP MCCB.
MAIN For Electrical Please clarify.
289 Please follow BOQ
SINGLE Works : Sr No. 1.01
LINE / E - Outgoing
DIAGRAM Feeders
Section IV Volume 2 JP-TD-EL- BOQ Part-II - E&M Sr. No. E-1 to E-7 : 1 No. CT in the neutral to connect with trip unit
11BC-1003 - Works - Part-A - whereas in BOQ item no. (f) 3No CT are listed.
MAIN For Electrical Please clarify.
290 Please follow BOQ.
SINGLE Works : Sr No. 1.01
LINE / E - Outgoing
DIAGRAM Feeders
Section IV Volume 2 JP-TD-EL- BOQ Part-II - E&M SLD is not provided for DB-211.
11BC-1003 - Works - Part-A - Please provide.
MAIN For Electrical
SINGLE Works : Sr No. 1.20 Please follow SLD of DB-
291 LINE - Local Motor 111 which is similar to the
DIAGRAM Control Panels for DB-211
sewage pumps (DB-
111 & DB-211)

Material and 13 PIPE E17. 3.4.5 Using ASME/ANSI B16.3 - 1998 - Malleable Iron Threaded Fittings
Section 6 Part 2 Workmanship WORK FOR Mechanical Grooved Joints below 50mm size and 65mm and above ASME/ANSI B16.9 - 2001 -
292 (M&W) / E&M FIRE Factory-Made Butt-welding Fittings
Follow bid conditions
Technical SYSTEM
Specifications
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
Material and E17. 3.10.2 E17. 3.10.2 Brief about Seismic zone category
Section 6 Part 2 Workmanship At Site after Seismic Design
Seismic Zone category -III
(M&W) / E&M Installation Consideration
293 may be considered for
Technical
Jaipur
Specifications

Material and E17. 3.10.2 E17. 3.10.2 Need to considered Seismic support for underground and above ground
Section 6 Part 2 Workmanship At Site after Seismic Design execution work.
294 (M&W) / E&M Installation Consideration
Follow bid conditions
Technical
Specifications

Material and E18. PIPING E18. 1.4 We request you to allow us and approval of equivalent India Standards
Section 6 Part 2 Workmanship ANCILLARIE All valves shall comply with for all valve.
Will be reviewed during
(M&W) / E&M S British Standards or Butter Fly Valve : IS 13095 PN16 (1991)
295 vendor and technical
Technical equivalent standards Globe / Gate / Check Valve : Non return valves as per IS: 778 (PN 16)
approval
Specifications CastIronDoubleFlanged'Y'typeStrainers : IS 12785 (1994)

Material and E18. 3.13 E18. 3.13.1 Core cutting for all pipe passing , Vertical/ Horizontal is excluded from
Section 6 Part 2 Workmanship Pipe Sleeves Provide galvanized steel our scope
296 (M&W) / E&M pipe sleeves where pipes
Confirmed
Technical pass through walls, floors or
Specifications as
indicated on the Drawings
Material and E18. 3.13 E18. 3.13.3 Core cutting for all pipe passing , Vertical/ Horizontal is excluded from
Section 6 Part 2 Workmanship Pipe Sleeves Provide galvanized steel our scope
(M&W) / E&M pipe sleeves where pipes
297 Confirmed
Technical pass through walls, floors or
Specifications as
indicated on the Drawings
Material and E18. 3.16 E18. 3.16.1 Flow meter Missing in furnished BOQ
Section 6 Part 2 Workmanship Pump Test On the main fire sprinkler
(M&W) / E&M Assembly and hydrant headers near
Technical pump sets a 150 mm dia
Specifications bypass valve located in an
accessible location shall be
298 provided. Along with a rate Follow bid conditions
of flow Rota meter
calibrated in Lpm and able
to read 200 % of the rated
pump capacity. The delivery
shall be connected to the
fire tank
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
Material and E18. 3.17 E18. 3.17.1 Vortex Inhibitors Missing in furnished BOQ
Section 6 Part 2 Workmanship Vortex Vortex inhibitor shall be
(M&W) / E&M Inhibitors FOC/LPC approved type
Technical with PN 16 flanges to BS
Specifications EN 1092-1: Section 3.1.It
299 shall be suitable for Follow bid conditions
operation under positive
head conditions. Internal
diameter shall be same as
the internal diameter of
pump suction pipes.
Material and E18. 3.19 Flow switches shall be Will provide only NO/NC contact on flow switch. Requesting you for
Section 6 Part 2 Workmanship Flow provided on sectional mains Interface and cabling between third party keep in FDA contractor scope
(M&W) / E&M Switches and branch lines of sprinkler
Technical system, with each fire
Specifications hydrant valve and hose reel
300 connections as indicated on Follow bid conditions
the
drawings or required and
directed by Engineer. The
logic of the flow switches
shall indicate the following
Material and E18. 3.19 All the cables from the flow Will provide only NO/NC contact on flow switch. Requesting you for
Section 6 Part 2 Workmanship Flow switches shall be led to a Interface and cabling between third party keep in FDA contractor scope
(M&W) / E&M Switches junction box located on each
301 Follow bid conditions
Technical floor.
Specifications

Material and E18. 3.19 Lead from the junction box Scope not clear..Local control Panel in how's Scope.
Section 6 Part 2 Workmanship Flow to local control panel to
(M&W) / E&M Switches indicate the status of each
302 Follow bid conditions
Technical flow switch which identifies
Specifications a particular area of the floor;

16 FIRE Motorized valves are not recommended for Spray System.


Section 6 Part 2 SPRINKLER Advice and furnish logic on operation of Spray System
SYSTEM
16.4 :
Providing
and fixing
303 150 mm Follow bid conditions
diameter
Motorized
Butterfly
valve
complete as
required
Pre-
bid BOQ Item
Section Volume Clause Drawing No. Subject Queries JMRC REPLY
Query No.
No.
Appendix A1 Vendor Approval Request you to give an addional approved make. Mentioned Both
Section 6 Part 2 Items 7 Sprinkler head (Fire approved make are from Single OEM. Contractor can propose
304 (E&M)E&M services) : M/s Grinnell any vendor meeting the
Items Manufacturing Ltd.M/s Tyco bid requirements.

Appendix A1 Vendor Approval


Request you to dont restricted with single make. At least Three make
Section 6 Part 2 Items requested in to be approval list. Contractor can propose
305 (E&M)E&M any vendor meeting the
Items bid requirements.

E15. WATER TREATMENT Kindly furnish us inlet water parameter and outlet water parameter to be
Section 6 Part 2 PLANT quaranted
306 Follow bid conditions

11.2 11 WATER TREATMENT


Section 6 Part 2 Softner Unit PLANT
Providing and fixing of mild
307 steel (rubber Lined) Question not clear
pressure vessel confirming
to IS:2825 dual media filter
complete in all respects as
11.1 11 WATER TREATMENT Kindly confirm about requirement..Pump Capacity is 10Cum/Hr den for
Section 6 Part 2 Dual Media PLANT 13 hrs it will be deliver only 130Cum.
308 Please follow addendum
Filter 1) Capacity = 10 Cum / hr
6) OBR (13 Hrs) 200 cum
10 10.1 Kindly confirm MOC of Suction and Delivery as well as fitting to be used
Section 6 Part 2 Pumps for Supply,Installation,Testing with respect of instrumental Isolation valves & Filter
water supply and Commissioning of
309 Follow bid conditions
/ Sewage following Hydro
Seepage / pneumatically operated
Water pump
Pre-bid
VOLUME
Query CLAUSE REFERENCE PAGE NO CLAUSE BRIEF DESCRIPTION CLARIFICATIONS SOUGHT JMRC Replies
REFERENCE
No.
Please confirm if the firm or Joint Venture is
able to qualify the criteria & requirement of
Section - 3 Financial Plese refer Form FIN-3. Total
7 & 31 financial resourse through Working Capital then
310 Resourses & Section - 4 Clause 2.3.3 & Form Fin-3 Financial Resources available financial resources
Respectively Credit Line substantiated by a letter from the
Bidding Forms will be evaluated
bank & other financial resourses is not
required. Pls Confirm.
Providing information on current contract
commitments for contract under extension may
not be feasible as the completion date of
311 contract cannot be envisaged. In view of this, Please follow Bid conditions
such contract shall not be considered for
Section - 3 Financial referred clause vide Form Fin-4. Please
7 & 32 Financial Requirement - Current Contract confirm.
Resourses & Section - 4 Clause 2.3.3 & Form Fin-4
Respectively Commitments Further to above, if project under extension are
Bidding Forms
to be considered under current contract
commitments, contract extended completion
312 date shall be assumed by contractor for the Please follow Bid conditions
purpose of calculation based on current project
condition and anticipated completion time.
Please confirm.
Please confirm whether work considered under
criteria 2.4.1 shall be considered for evaluation
Section-3 Evaluation &
313 2.4.1 & 2.4.2 8&9 Bidders Experience under criteria 2.4.2 or criteria 2.4.2 can be YES
Qualification Criteria
qualified based on multiple/single projects
different from 2.4.1.
As per Form Exp-2 required to be filled for
qualification under clause 2.4.2 of section-3,
Section-3 Evaluation &
314 2.4.2 9 Experience in Key Activities value of works have to be mentioned. However, Please follow Bid conditions
Qualification Criteria
we understand that there in specific
requirement of value of works under this clause.
Regarding TVS works, please confirm is there
Section-3 Evaluation & any qualifying criteria in terms of value of TVS
315 2.4.2 9 Experience in Key Activities - TVS Please follow Bid conditions
Qualification Criteria works or Length of Tunnel in km for TVS works
as per referred clause.
The employer shall provide overall security of
the Site and personnel, record of the personnel Please refere Interface
316 General Obligations moving at the site, security of the equipments Management Document in
kept at site for execution should also be Volume-II of Section-6
provided by the employer. Please confirm.
The employer shall provide the site / area of
works and necessary approvals and the same
317 General Obligations Please follow Bid conditions
shall be paid to the contractor in accordance
with the contract.
Electricity, water, etc for testing and Please refere Interface
318 General Obligations commissioning shall be provided by the Management Document in
Employer. Please confirm. Volume-II of Section-6
Electricity & water supply shall be provided by
Please refere Interface
contractor for his manpower. Electricity, water,
319 General Obligations Management Document in
etc for testing and commissioning shall be
Volume-II of Section-6
provided by the Employer. Please confirm.

The employer shall provide overall security of


General
the Site and personnel, record of the personnel Please refere Interface
320 General Obligations moving at the site, security of the equipments Management Document in
kept at site for execution should also be Volume-II of Section-6
provided by the employer. Please confirm.

Diversion of any services and facilities required


321 General Obligations for the purpose of work shall not be the scope Please follow Bid conditions
of work of the contractor. Please confirm.
Access Key Date shall be provided at the time The access dates will be
322 General Obligations of tendering stage by the Employer. Please provided after award of the
confirm. works
We request you to provide covered and
secured space for site office approximately
1000 sq mtr, material stores approx 10000 sq
Adequate space for
mtr and labour camp approximately 2000 sq
323 General Obligations contractor's office and store
mtr at all the stations. The electrical, water and
shall be provided by JMRC
sanitatory connection points for office, stores,
and site shall also be provided by the client free
of cost. Please confirm
Contradiction between clause 9.3 & 10.3 with
regards to payments of permits for aquiring
permits, approvals & license. Please clarify.
324 Section-7( GCC) 9.3 & 10.3 10 & 11 Permits, Approvals & License However we propose that the employer shall be Please follow Bid conditions
responsible to making payments towards
permits, whereas contractor shall provide
assistance.
The employer shall provide within the site,
staging, storage and unloading areas for the
Adequate space for
use of designated contractors / other system-
325 Section-7( GCC) 10 9 Employers Responsibility contractor's office and store
wide contractors. Same shall be provided to
shall be provided by JMRC
contractor by Employer. Please amend /
confirm.
Access route to site shall be provided to Acceptable. Any
contractor by the Employer. In case of special arrangement for material
326 General Access Routes
requirement the same should also be shifting are in the scope of
provided. Please confirm. the bidder
The contractor shall be responsible clearance
Please refere Interface
of site for their own works, however general
327 Section-7( GCC) 22.7 28 Site Clearance Management Document in
house keeping shall be reponsibility of system
Volume-II of Section-6
wide contractor. Please confirm.
The contractor shall provide safety for their own
works i.e. light, guard, watchmen, etc but
328 Section-7( GCC) 22.8 28 Safety of Works Please follow Bid conditions
overall safety of works shall be provided by the
Employer free of cost. Please confirm.
The contractor shall provide task lighting for
Please refere Interface
their own works but general lighting shall be
329 Section-7( GCC) 22.8 28 Lighting Management Document in
provided by the system wide contractor or the
Volume-II of Section-6
Employer. Please confirm.
In case of extension of time is granted by the
employer for reasons not attributable to
contractor and letter issued by the employer to
the contractor to extend the actual completion
330 General Extension of Time date, all expenses with respect to extension of Please follow Bid conditions
BG charges for bank guarantees, insurance
charges for insurance policies etc shall be born
by the employer. Also escalation and overrun
cost to be paid. Please confirm.

LD to be imposed in case last Key Date


331 General Liquidated Damages for Delay delayed subject to non-provision of EOT and Please follow Bid conditions
not for intermediate Key Date. Please confirm.

Performance Bank Guarantee shall be released


by the employer after issuance of Taking Over
Certificate proportionately. Also Insurance
332 General Taking over certificate Please follow Bid conditions
Policy shall be reduced accordingly and after
ROD Theft, damages and security shall not
covered by the contractor.

DLP of complete system shall be commenced


from the date of first take over certificate / ROD
in case of part take over. Please confirm.

Manpower, tools and tackles, spares for routine


maintenance and operation of the system
during DLP shall not be in our scope of work.
However, breakdown maintenance and
Completion of Outstanding works and remedying supervision required during DLP shall be
333 General Please follow biid conditions
defects carried out by contractor. Any type of
consumables, oil, lubricants etc required for the
system in normal operation during DLP shall
be provided by Employer.

Manpower required for the operation of the


system shall be provided by the Employer.

Please confirm the above.


Performance Certificate shall be issued to the
Contractor upon completion of Defect Liability
Period. If not issued by the Employer, the
reasons must be provided by the Employer 90
334 General Performance Certificate days in advance so as to take necessary Please follow Bid conditions
action. However, part Performance certificate
to be issued in case of part DLP completion
and proportionate PBG to be released in part .
Please confirm.

Contractor understand that all the taxes and


duties like Central Excise Duty, Custom Duty,
Central Sales Tax, Service Tax, Octroi, Levies,
Cess, etc are to be included in the rates of the
priced offer.
Only DVAT shall not be included and same
shall be reimbursed to the contractor on
submission actual documentary proof. DVAT
335 General The contractor price, inclusions / exclusions paid under DVAT Act 2004 not to distinct for Please read SCC clause 6
indigious items or others. Please confirm.
It is also to confirm that Taxes and Duties shall
be reimbursed in case of the quantity of the
material not measured due to Wastage,
philferage, loss etc. as the subject quantity has
been procured only for the project. Therefore,
duties payable on respective quantities shall
also be reimbursed.

System shall deemed to be handed over from


the date of ROD or commercial uses of system
by employer, whether taking over certificate
336 General Contractor Care of works Please follow Bid conditions
shall be issued or not by the employer. Any
theft or damage or loss of any type shall be the
responsibility of the employer. Please confirm.
No additional performance security / insurance
policy shall be required if variation is within
337 Section-8(SCC) Sub Clause-13.3 9 Performane Security Please follow Bid conditions
25% value of original contract value. Please
confirm.
1/2 of performance security shall be released to
the contractor from the date of ROD or
commercial usage whichever is earlier and
balance 1/2 of the performance security shall
338 Section-8(SCC) Sub Clause-13.3 9 Performane Security be released after DLP. Please confirm. Please follow Bid conditions
In case of partial take over certificate issued
performance bank guarantee value shall be
reduced proportionally and insurance policy
accordingly. Please confirm.
Value of the sub-contractor should be 50 % as
there are end number of sub-contractors /
suppliers will be there for this project.
Accordingly the value shuld also be increased
339 Section -8(SCC) 11.Sub Clause 19 10 Sub-Contractracting to 50% to 75%. Please amend this clause. Please follow Bid conditions
Proposal of Technical and Vendor submittal
shall be proposed for those items which have
been speacified in the contract documents Vol-
7 Appendix-A Only. Please confirm.

Necessary Coordinated Installation programme


SCC Clause no 11 ( Sub / interfacing inputs shall be provided by
340 Section -8(SCC) 9 programmes Please follow Bid conditions
Clause 4.13) employer from the designated contractor with
the stipulated period. Please confirm.
DLP of complete system shall be commenced
from the date of issuance of taking over
certificate / part taking over certificate / ROD /
Commercial usage of system whichever is
earlier. Please confirm.
341 Section -8(SCC) 25.Sub Clause 27.2 15 Defect Liability Period Please follow Bid conditions
Penalty to be imposed in case of complete
system failure only for reason entire attributed
to the contractor. Please confirm.
Space to establish maitenance office and store
to be provided to contractor free of cost.
Please confirm.
In case item is quoted in
foreign currency and
In case item quoted in Foreign Currency at procured indeginously then
tendering stage are procured from within India the amount shall be paid in
during execution, then also payment shall be INR. The lowest amount
342 Section -8(SCC) 6.Sub Clause 11.1 6 Contract Price
made in quoted currencies without any compared between the
clarification or financial impact. Please confirm. quoted price after conversion
at evaluated price and
procured price as per SCC
clause 28(g) will be payable.
All contract shall be quoted without Custom /
Excise Duty / VAT / CST in case same is paid
or applicable in part or full, the same shall be
reimbursed at actual and the same shall prevail
for any statutory variation in case of EOT of
contract completion period. Please confirm.
Please read the notifications
343 Section -8(SCC) 6.Sub Clause 11.1 6 Contract Price It is also to confirm that Taxes and Duties shall
and quote accordingly.
be reimbursed in case of the quantity of the
material not measured due to Wastage,
philferage, loss etc. as the subject quantity has
been procured only for the project. Therefore,
duties payable on respective quantities shall
also be reimbursed.

Concessional duty shall be payable and the


same shall be reimbursed as evaluation is
344 Section -8(SCC) 6.Sub Clause 11.1 6 Contract Price Please read SCC clause 6
without custom duty. Please confirm.

Service Tax shall be reimbursed in case it is


applicable. Please confirm.
345 Section -8(SCC) 6.Sub Clause 11.1 6 Contract Price VAT / CST shall be reimbursed in case it is Please read SCC clause 6
applicable. Please confirm.

Only concessional / full custom duty shall be


346 Section -8(SCC) 6.Sub Clause 11.1 6 Contract Price reimbursed as paid at actual. Please read SCC clause 6

Any deemed export benefit shall not be availed


by the contractor as per SCC 24.1a.b.
Therefore, any type of custom duty / excise
duty / VAT / CST paid in full / part /
concessional to be reimbursed to the contractor
at actual. In case full custom duty or excise
duty is paid same shall be reimbursed.
Any increase in cost due to new taxes or
change is existing durng extended contract
period, same shall be reimbursed to the
347 Section -8(SCC) 6.Sub Clause 11.1 6 Contract Price contractor. Please read SCC clause 6
Reimbursement of Taxes and Duties shall be
payable withiin 21 days from the date of
submission of documents. Plase confirm.
It is also to confirm that Taxes and Duties shall
be reimbursed in case of the quantity of the
material not measured due to Wastage,
philferage, loss etc. as the subject quantity has
been procured only for the project. Therefore,
duties payable on respective quantities shall
also be reimbursed.
For Custom Duty Reimbursement Bill of entry &
challan is required & Excise Duty
348 Section -8(SCC) 6.Sub Clause 11.1 6 Contract Price Reimbursement Excise Invoice & challan is Please read SCC clause 6
required. Any other documents is not required.
Please Confirm.
10% advance to be paid in Single Instalment
immediately against submission of Advance of
Bank Guarantee of 110% from a commercial
SCC Clause no 26 ( Sub
349 Vol-2 (SCC) 20 Mobilisation Advance bank. Additional 5% payment is acceptable Please follow Bid conditions
Clause 11.2.1 )
towards KD achievement of detailed design
and submittal without any submission of
Advance Bank Guarantee. Please confirm.
In case of extension of time is available
SCC Clause no 29 ( Sub
350 Section -8(SCC) 21 Terms of Payment advance recovery to be extended without any Please follow Bid conditions
Clause 11.2.5 )
interest. Please confirm.
This clause is applicable for those BOQ items
in which quantity is Zero or either rate only
quantities or blank quantity. Please confirm.
Also the rates for the subject items should not
351 Section -8(SCC) 32.Additional Clause 24 Quantity Variation be re-negotiated or the subject item should not Please follow Bid conditions
be executed by 3rd party re-negotiated rate at
the rates not available in the respective
contract without acceptance of the contractor.
Please confirm.

Retention money shall become due to the


contractor from the date of issue of part or full
352 Section -8(SCC) 33.Additional Clause 24 Retention Money Please follow Bid conditions
taking over certificate or ROD or Commercial
Usage whichever is earlier. Please confirm.
Operation during DLP shall not be in the scope
of Contractor. Therefore, all manpower for
353 Section -8(SCC) 35.Additional Clause 26 Operation and Maintenance Please follow Bid conditions
operation shall be provided by the employer.
Please confirm.

Stage Payments shall be made as under:


10% against Advance Bank Guarantee
05% i.e. submission of working drawing / shop
drawing
80% against delivery of material / equipments
Please follow Bid condition
354 Section -8(SCC) 8.Sub Clause 13 8 Terms of Payment 10% against installation
(Section 4 , Vol II- Preamble)
05% against testing and commissioning or ROD
For supply 100%, Installation 100%, Testing
and Commissioning 100% shall be payable as
per quoted rate.

Contractor shall not be responsible for any


355 Section -8(SCC) 43. Additional clause 28 Nuisance unhygenic conditions created by other system- Please follow Bid conditions
wide contractor. Please confirm.
Please follow Bid conditions.
Kindly provide the list of intermedating the
A detailed Interface
356 Section -8(SCC) 44. Additional clause 28 Interface requirement interface requirements within the other different
Management Document is
contractors.
provided in the Bid document
In case of urgency and in the interest of the
Please follow procedure for
project any unapproved make may be
357 Section -8(SCC) 47. Additional clause 28 Material not as per approved make Vendor approval, provided in
regularised to make the demand . Please
Bid document
confirm.
Rate of BOCE cess is
BOCW shall be applicable only for labour part presently 1%. The same is to
358 Section -8(SCC) 48. Additional clause 29 BOCW
i.e 15 % of contract value .Pls Confirm be deducted and deposited
by JMRC
Please clarify to which item this clause is
359 Section -8(SCC) 49. Additional clause 29 Bank agreement for supplementary agreement The clause is self explanatory
applicable.
We understand that this is a BOQ based tender
and the contract scope of works is limited to
design verification only and their fore
submission of any proffesional indeminity
insurance shgall not be applicable to the The PII is required to be
Kindly remove the
360 51.Additional Cause 29 Proffesional Indemenity Insurance contractor.Damage to material,machinery and submitted for the DG portion
refered clause
works due to fire,theft etc.Validity required till of the bid.
the material is delivered at site.Since there is a
considerable cost associated with the validity of
aboe mention validity criteria is acceptable to
the employer.
Intrest of advance not recovered due to delay
in work completion/extension of time for
whatever be the reason being attributed shall
not be acceptable.Therefore request you to
kindly remove the refered clause.In case of
delay except reasons pertains to contractor and
361 Section-8(SCC) Sub Clause-13 8 Intrest in case of delay in repayment of advances Please follow Bid conditions
for which key date extension is granted by
employer,date of original completion shall
change automatically to extension of key
datesand intrest shall be payable only after
expiry of revised key dates which may get
extended from time to time.Please Confirm
We understand that the validity for the inurance
policy has to be considered till the ROD period till the completion of the
362 Section-7( GCC) 34.Insurance 41 Insurance Validity
or same has to be considered till the project.
completion of the project.Kindly Confirm.

Due to long length of susbject work it is


requested to confirm the length of cables to be
considered in primary point of Tunnel light as it
Part-I Section 4 Volume- may vary from 60-400 meters in each section Please refer tunnel alignment
363 E04.4.11 a & b 54 of 86 Cabling of Tunnel Light Fixture
2 of the tunnel. Also in case the length of cables drawings in addendum.
is higher than the length mentioned In the
primary point and the same shall be paid extra
as per actual measurement.

Please provide separate rates for all sizes of


Part-I Section 4 Volume-
364 E04 51 of 86 Point Wiring Conduits, wires & cables used in Wiring Please follow Bid conditions
2
Accessories section
Since LBT is Used in these areas 3 nos of DP
RCCB provided Per phase shall not working as
Part-I Section 4 Volume-
365 E02.2.2.1 42 of 86 Concourse and Platform Public Areas LDB desired, and the same shall be replace with 1 Please follow Bid conditions
2
no of 4 pole RCCB provided in the incomer.
Please confirm
Part-I Section 4 Volume- Please add all the ratings of Breakers in this
366 E09 72 of 86 Add./Del. Work Please follow addendum
2 schedule
Part-I Section 4 Volume- In the discription of BOQ DMF is mentioned for
367 E11 4 of 7 Softener Removal & Iron Removal Filter Please follow BOQ.
2 Softener & IRF. Please clarify.
CI Butterfly valve shall be provided rather than
Part-I Section 4 Volume- Softener Removal & Iron Removal Filter- Isolation
368 E11.2 & 11.3 5 of 7 diaphram valve as per manufacturers standard. Please follow Bid conditions
2 Valves
Please confirm.
MOC for the Brine Measuring tank is
Part-I Section 4 Volume-
369 E11.4 6 of 7 Brine Measuring Tank mentioned .That is proposed to be HDPE. Pl Please follow Bid conditions
2
confirm acceptance.
The BOQ do not list the provision of any "Brine Please follow Bid conditions.
Transfer pumps (1 w+1s) " from the Salt All necessary equipments &
Part-I Section 4 Volume-
370 E11 4 of 7 PUMP for Brine Measuring Tank Dilution Tank to the Brine measuring Tank. pumps required for
2
Please introduce this item in BOQ so that same functioning of system are in
can be quoted. scope of bidder.
Part-I Section 4 Volume- Please describe the requirement of cables
371 E11.6 6 OF 7 Level Controllers for Water Tanks Please follow Bid conditions
2 required for these level controllers.
Foundation and all necessary civil works Masonry foundations
Part-I Section 4 Volume-
372 E12 1 of 15 Fire Pumps- Foundation required for fire pumps shall be provided by (RCC/PCC) will be provided
2
Civil Contractors. Please confirm. by civil
Pressure gauges shall be measured under
Part-I Section 4 Volume-
373 E14.14.6 6 of 15 Piping Ancillaries for Fire Systems separate BOQ item i.e 3.7 (Pressure Gauge) Please follow Bid conditions
2
Kindly confirm.
Part-I Section 4 Volume- We understand UL Listed & FM Approved Fire
374 E15.15.3 7 of 15 Fire Hydrant System Please follow Bid conditions
2 Pumps are required. Please confirm.
Specs: The air vessel shall be fabricated from MS
plate confirming to IS:2002 grade 2A with minimum
8 mm thickness for the shell and the dished ends
and suitable supporting legs.
Part-I Section 4 Volume- Contradiction. Please confirm the thickness of MS Plate of minimum 8mm
375 E15.15.1 7 of 15 BOQ: Air Vessel of size 450 mm
2 shell material. Should we follow BOQ. thickness as specified
diameter and 1.50 m high, fabricated out of 6 mm
thick
M.S. plate having dish ends of 8 mm thick MS plate,

Portable Fire Extinguisher of 4.5 Kg. capacity, Pressure gauges are not tecnically applicable.
Part-I Section 4 Volume-
376 E17.17.3 11 of 15 carbon dioxide type with cylinder with CO2 gas- No manufacturer provieds. Please delete and Acceptable
2
Pressure Gauge confirm.
Any make/vendor which is there in list of
approved makes but deviate from
Part-I Section 4 Volume-
377 LIST OF MAKES specifications. Such deviations shall be Please follow Bid conditions
2
acceptable to client without any cost
implication. Please confirm.
Kindly suggest more Makes/Vendor for the
Contractor can propose any
Part-I Section 4 Volume- Equipment/Items which have only one/two
378 LIST OF MAKES vendor meeting the bid
2 approved make/vendor specified. Kindly
requirements.
suggest.
Vendor and Technical Submittals shall be
provided for the items mentioned in the
Appendix-A1 of Vol-2. For other items not
mentioned in theAppendix-A1 of Vol-2. Contractor can propose any
Part-I Section 4 Volume-
379 LIST OF MAKES Contractor shall be free to use any make vendor meeting the bid
2
complying to specifications without going for requirements.
any vendor approval. Since there are so many
small items which are required in projects to
complete the works. Kindly confirm.

Also it is to confirm that vendors /


manufacturers approved in earlier DMRC
Projects i.e. DMRC Phase II projects, should
also be considered as part of this approved list
of vendors for this contract. Even though the
Contractor can propose any
Part-I Section 4 Volume- respective names are not mentioned in the
380 General LIST OF MAKES vendor meeting the bid
2 subject list and also no financial benefit shall
requirements.
be transferred to the employer as these makes
are being to be approved make of the project.
Also any vendor approval shall not be required
in the subject case.
Please confirm the above.

Please confirm their shall be no cost implication


or passing of any benefits to clients in case
contractors proposes a new vendor/make. And
if cost implication is envisaged by client,
Part-I Section 4 Volume-
381 General LIST OF MAKES method of calculating the implication shall be Please follow bid condition
2
stated in tender stage so that contractor can
bid accordingly. If no method is proposed at
this stage, it is assumed that their shall be no
cost implication attached.

Please confirm contractor shall be free to Contractor can propose any


Part-I Section 4 Volume-
382 General LIST OF MAKES choose any make from the list of approved vendor meeting the bid
2
make or in case any new make. Kindly confirm. requirements.
If in specification/BOQ/Data Sheet or anywhere
in the tender documents there is any
equipment/item mentioned whose specification
Part-I Section 4 Volume-
383 General LIST OF MAKES provides technical selection with options, Please follow bid condition
2
employer shall accept the technical proposal of
contractor as proposed by him without any
objection. Please confirm.
Interface Management Document for
If Civil Contractor will not give the access as
Part-II Section 6 Civil,Tunnel,Ventilation,ECS,E&M,Power
384 1 18 of 23 per schedule programme,Employer would Please follow Bid conditions
Volume-II Supply,S&T,AFC,Escalators,Lift and Track
arrange the same to Contractor.
Contracts of Underground Section.
UPS can charge batteries in the same duration
as per defined above but it is not
Part-II Section 6 139 &155 of Automatic Supply Changeover System & Battery recommended by Battery Manufacturer.So, we
385 E11.3.1.2.2.4 & E11.1.8 Please follow Bid conditions
Volume-II 259 System request you to kindly remove the above
clauses and please mention as per battery
manufacturer recommendation. Kindly Confirm
As per the specification, there should be total
discrimination between ACBs,MCCB and MCBs
Part-II Section 6 upto the design fault level of the downstream
386 E01.4.14.1 30 of 259 Descrimination Please follow Bid conditions
Volume-II devices and rating of MCCB & ACB is clearly
defined in BOQ, so please confirm which is to
be considered.
Temperature rise at any point in the bus duct shall As per the manufacturer, Over ambient
Part-II Section 6
387 E.13.1 162 of 259 not exceed 55 degree C over ambient temperature temperature shall be of 40 degree C.Kindly Please follow Bid conditions
Volume-II
of 50 degree C. confirm
Part-II Section 6 PAINT FINISH: RAL 7032 Grey Epoxy Paint or as In place of Ral 7032 grey Epoxy paint, ANSI 49
388 E.13.1.7 .1 164 of 259 Please follow Bid conditions
Volume-II approved by Engineer-in-charge Gray shall be used. Kinldy confirm.
The enclosure of Bus Duct system and Rising The enclosure of Bus Duct system and Rising
Part-II Section 6
389 E.13.1.4.2 164 of 259 Mains shall be fabricated from 1.6mm thick CRCA Mains shall be fabricated from 1.5mm thick Please follow Bid conditions
Volume-II
sheet steel/GI/Extruded AL Electro-galvanized steel. Kindly confirm.

Provision of five Plug in Holes to be made in


Provision of six Plug in Holes to be made in the
the Standard Length of 3.048 Mtrs. for 8 Wire Please follow Bid conditions,
Part-II Section 6 Standard Length of 3 Mtrs. for 8 Wire System with
390 E.13.2 167 of 259 System with accessibility on both sides and however it will be decided
Volume-II accessibility on both sides and three Plug in Holes
three Plug in Holes in Standard Length of 3.048 during technical approvals
in Standard Length of 3 Mtrs for 2 Wire Sysem.
Mtrs for 2 Wire Sysem. Kindly Confirm
Regarding the Spare Space in Electrical
Panels, 20 - 25% spare space shall be
provided. But if due to space constraint it is not
Part-II Section 6
391 E 01.3.2.20 10 of 259 Spare Space Capacity of Electrical Panels possible to provide the spare space and the Please follow Bid conditions
Volume-II
same is authenticated by the Engineer then No
price deduction shall be applicable to the
Contractor. Please confirm.
Part-II Section 6 14 of 23 & Please confirm the Supply of CT's required for
392 pt 4 & pt 5 Auxiliary Transformer Protection Please follow BOQ.
Volume-II 7 of 23 Diff Protection
E&M contractor shall Provide the Sealing of
cutouts for Openings less than or equal to
50mm x 1000 mm. If the Opening is larger in
size the same shall be Sealed by Civil
Contractor at no extra cost to E&M contractor.
Part-II Section 6
393 3 C iii 20 of 23 Civil with E & M Also E&M shall provide the requirement of Please follow Bid conditions
Volume-II
Openings in the slabs as per their reqiurement,
if the Openings related to E&M are made
higher in size due beam crossing or any other
issue related to civil shall not be to E&M
account.
The short time withstand current shall be as per
Part-II Section 6 General & Technical Requirements of Electrical manufacturer standard and discrimination chart
394 E01.3.1.9 7 of 259 Please follow Bid conditions
Volume-II Panels for all other Electrical Panels except the panels
mentioned above. Please confirm.
Part-II Section 6 The size of Earthing bus bar shall be as per
395 E01.3.3.3 10 of 259 Earthing Busbar Please follow Bid conditions
Volume-II Panel manufacturer Design. Please confirm.
Please follow Bid conditions.
As per Panel manufacturers it is not required to No sleeves on bus bars are
provide Bus bar insulation as the panels are to be provided, however all
designed and type tested without Bus bar shrouds, insulators, as per
Part-II Section 6 insulation. IEC 61439 Pt 1& 2 and as
396 E01.4.1.7 & E01.4.1.11 12 of 259 Busbar Insulation and identification
Volume-II If it is mandatory to provide Busbar Insulation per type tested report have
then please provide Specification for the same. to be provided. Material for
Please confirm whether Paint shall be used for bus bar identification should
Busbar Identification or not. be non fading of proven
design.

Part-II Section 6
397 E01.4.1.11 12 of 259 Busbar Please confirm whether Paint shall be used for Please follow Bid conditions
Volume-II
Busbar Identification or not.
Non Hygroscopic Melamine material shall be
used for Terminal Blocks. It is to be noted that
Part-II Section 6 Melamine material is little bit Fragile in nature
398 E01.4.9.3 18 of 259 Terminal Blocks Please follow Bid conditions
Volume-II in comparision with Polyamide Terminal blocks.
Please confirm whether Polyamide TB's shall
be used in place of Melamine TB's
Please confirm whether 1.5 sqmm Cu
conductor shall be used in Internal wiring of
panels or not due to easiness of wiring and
Part-II Section 6
399 E01.4.8.3 16 of 259 Internal & Control Wiring maintanence of the same is better. Please note Please follow Bid condition
Volume-II
that there shall be better connectivity by using
1.5sqmm Cu conductors in switchgears and
controlgears.
Transducers shall be Provided by BMS
contractors to E&M contrctors Prior to
Manufacturing /Despatch of Electrical panels
Part-II Section 6 Both BMS and E&M works
400 E01.4.11.2 & E01.4.11.8 20 of 259 BMS Interface from Manufacturing unit. If the same is not
Volume-II are in scope of this bid
done then the Wiring of transducers to be done
at site shall be at extra cost to the Employer.
Please confirm.
MCCB trip units shall be as per BOQ, since it is
Part-II Section 6 mentioned in Technical Specs that all MCCB's
401 E01.4.13.3.2 (m) 26 of 259 BMS Interface Please follow BOQ.
Volume-II shall have OverLoad ,ShortCircuit protection.
Please Clarify
Part-II Section 6 Please confirm the List of Panels where Control Internal control wiring of
402 E01.4.8 16 & 17 of 259 Control Wiring
Volume-II wire complying BS-7846 to be used. LSZH are required.
Part-II Section 6 Please confirm the % of Voltage Drop to be
403 E02.3.8.2 67 & 68 of 259 Voltage Drop Please follow Bid condition
Volume-II considered.
Part-II Section 6 Please confirm the Vandal Prone areas and the As per prevailing site
404 E08.1.6 105 of 259 Vandal Resistant
Volume-II Light fixtures which has to be Vandal Resistant. conditions
The Size of Earth busbar in the panels shall be
provided as per the Manufacturer design.
Please confirm. If no and the same has to be
provided as per technical specifications then
Part-II Section 6 123 & 124 of please mention the list of panels where 400
405 E09.3.5.5 & E09.3.5.10 Earthing Busbar Please follow Bid conditions
Volume-II 259 sqmm Earth bond has to be provided.
Also note that the Glandplate is made of
Aluminium material and connected to the Panel
earth bond hence no Extra Earthing Tape is
required Please confirm.
The electrical panel shall be mounted on a robust
Maximium height of panels shall be 2300 mm &
Part-II Section 6 E.01.3.2.6 frame made up of steel channel with a minimum
406 8 of 259 Minimum operating height shall be 350MM Please follow Bid conditions
Volume-II height of 100 mm and the maximum height of
electrical panel shall not exceed 2.40 meter.
Connections: All the incoming / outgoing
terminations shall be extended via fully insulated
copper connections into a separate termination Upto 250A Copper flexible wire shall be used
chamber adjacent to the rear of the switchboard. for linking and above 250A
Part-II Section 6 E.01.3.2.18 When busbars are used between switchboards, the Insulated copper busbar shall be used. Size of
407 9 of 259 Please follow Bid conditions
Volume-II internal busbars of the switchboard shall be in fully busbar/wire shall be as per manufacturer
insulated copper bars of the same size as the standard and current rating of switchgear.
switchboard busbars. No linking with cables shall
permitted in this case.

A continuous copper earthing busbar shall be


provided along the whole length of each LVSB and
shall be provided with terminals for connections to
the Same is written 50X6 MM in clause Schedule of
metal housings of incoming busways, cable quantities/Switchboards/Panels. Cu. Earthing
Part-II Section 6 E.01.3.3.3 & E.01.3.3.4
408 10 of 259 trunkings, and cladding or armouring of all incoming Busbar shall be sized based upon calculation/ Please follow Bid conditions
Volume-II
and outgoing cables and to the substation earth. manufacturer standard.Kindly confirm
The copper earthing busbar shall be tin-plated and
with a cross-sectional area of not less than 400
mm.

The busbars shall be designed for easy extension Extensible busbar shall be only in more than 2
Part-II Section 6 E.01.4.1.3
409 11 of 259 in future at either end. bay panels.Kindly Confirm Please follow Bid conditions
Volume-II
All internal and control wiring shall be Low Smoke
Zero Halogen (LSZH) copper conductor wires rated
at 450/750 V complying with BS 7211 and Section
A16 of this Specification. All control wiring within
We recommend to use wires 2.5 mm sq for
the LVSBs shall be with single core; minimum 2.5
Part-II Section 6 E.01.4.8.3 current circuit, 1.5 mm sq for voltage circuit and
410 16 of 259 mm copper conductor complying with the Please follow Bid conditions
Volume-II 1 mm sq for BMS circuit. Kindly Confirm
requirements
of this Clause. Insulation shall have a glossy finish,
be resistant to oil and be incapable of supporting
combustion.
All internal wiring shall be neatly run and securely
fixed in non-metallic cleats in
such a manner that, wherever practicable, wiring
Material for flexible tubes or conduits shall be
Part-II Section 6 4.8.5 & can be checked against diagrams without removal
411 16 & 17 of 259 as per manufacturer standard practice. Please follow Bid condition
Volume-II 4.8.6 of the cleats. Wiring passing out to fully accessible
positions shall be run in non-metallic low smoke
halogen free flexible tubes or conduits.

All the meters shall be of 3 phase Digital type and


shall be provided with a maximum demand Wattmeter shall be provided if mentioed in
Part-II Section 6 E01.4.4.2 & E01.4.4.4 Confirmed. Please follow
412 13 of 259 indicator with RS-485/RS232 connectivity, as BOQ.
Volume-II BOQ
required.

Trivector meter shall be provided if mentioed in


Part-II Section 6 E01.4.4 Confirmed. Please follow
413 13 of 259 Instrumentation BOQ.
Volume-II BOQ
BMS provisions shall be provided as per I/O
There shall be one interface for control open and
Part-II Section 6 E01.4.11.6 schedule in panels. BMS supervision or
414 20 of 259 one for control close operations BMS is in scope of this bid
Volume-II commissioning is not in our scope.

Since Rating of ACB/MCCB is clrearly written in


Part-II Section 6 E01.4.14.1 BOQ, so any variation to achieve total Not accepted. please follow
415 30 of 259 Descrimination
Volume-II discrimination will be provided on extra cost. Bid conditions

As per IS:2705, short time current rating should


Part-II Section 6 E01.4.4.4.14 Please follow Bid conditions
416 14 of 259 CT & VT be 25 times of rated primary current for one
Volume-II (Relevant IEC 60044-1)
Sec.Kindly confirm.
Kindly clarify wether total discrimination is
Part-II Section 6 E01.4.14.1 required upto designed fault level or Ics value
417 30 of 259 Descrimination Please follow Bid conditions
Volume-II of downstream CB?As two are entirely different
concepts.
Electrical Endurance of 10000 operations is not
Acceptable as per
Part-II Section 6 E01.4.13.3.5 possible for rating upto 630A for any vendor,
418 26 of 259 MCCB Specification manufacturer's type tested
Volume-II kindly reduce it to 5000 op. upto 630A & 8000
design
Op. upto 250A MCCBs.
Form 4b type 5 is in accordance with BS EN
Part-II Section 6 General & Technical Requirements of Electrical
419 E01.3.1.10 7 of 259 60439 and not BS EN 60947-1 as mentioned in Please follow Bid conditions
Volume-II Panels
Specifications, kindly clarify
ACB shall Be EDO but rest all switchgear shall
Part-II Section 6
420 E01.3.2.10 9 of 259 Electrical Panel Construction be fixed mounted on fixed type enclosure Acceptable,
Volume-II
module
As per IS:2705, short time current rating should
Part-II Section 6 E01.4.4.4.14 Please follow Bid conditions
421 14 of 259 CT & VT be 25 times of rated primary current for one
Volume-II (Relevant IEC 60044-1)
Sec.
Since the subject tender is Unit Rate BOQ
based and at tendering stage design
Part-II Section 6 calculation are not carried out the referred
422 E-14.1.3 169 of 259 pump heads Please follow Bid conditions
Volume-II clause shall be deleted. Also there is a
provision of addition of new items which can
cater such requirements. Please clarify.
Vibration isolators are not applicable to
Submersible Pumps. Also, any sound
Part-II Section 6
423 E-14.1.7 169 of 259 Additional vibration isolators. attenuator if required shall form extra item. Please follow Bid conditions
Volume-II
Noise levels are not mentioned in tender
documents. Please clarify.
As per manufacturers standard of various
will be reviewd at the time of
Part-II Section 6 reputed manufacturers. In addition to referred
424 E-14.3.2.5 170 of 259 Cold Water Pumps- Impeller vendor and technical
Volume-II impeller MOC, SS-304 shall also be
approval
acceptable. Please clarify.
As per manufacturers standard of various
will be reviewd at the time of
Part-II Section 6 reputed manufacturers. In addition to referred
425 E-14.3.2.6 170 of 259 Cold Water Pumps- Sleeves vendor and technical
Volume-II Sleeves MOC, SS-304 shall also be
approval
acceptable. Please clarify.
Part-II Section 6 Interconnecting pipes and ancillaries shall not Plumbing is in the Civil
426 E-14.3.2.10 170 of 259 Cold Water Pumps- Interconnection Pipes etc
Volume-II be in E&M Contractors scope. Please clarify. Contractor Scope
As per manufacturers standard of various
will be reviewd at the time of
Part-II Section 6 reputed manufacturers, Base Plates of MS with
427 E-14.3.2.11 171 of 259 Cold Water Pumps- Base Plate vendor and technical
Volume-II epoxy coating shall be applicable. Please
approval
clarify.
Since Tender BOQ call for only Pump Sets.
Part-II Section 6 Therefore piping and all ancillaries like valves, Confirmed pump accessories
428 E-14.3.2 170 of 259 Cold Water Pumps- General
Volume-II strainer, gauges etc shall not be in E&M are in the scope of the bid
contractors scope.Please clarify.
Both Sewage and Seepage impellers shall be
open/semi-open type with cutter and tearing
Part-II Section 6 arrangement, closed impeller are not applicable
429 E-14.3.3.2 171 of 259 Seepage & Sewage Pumps- Impeller Construction Please follow Bid conditions
Volume-II for submersible type pumps.
Please confirm

As per manufacturer standard, Impeller shall be


Part-II Section 6
430 E-14.3.3.4 171 of 259 Seepage & Sewage Pumps- Impeller MOC suitable with FG 260 as per ASTM 40A. Please Please follow Bid conditions
Volume-II
confirm as per manufacturer standards.
The requirement of no. of mechanical seals
varies with manufacturer. Therefore this will be reviewd at the time of
Part-II Section 6 Sewage & Seepage Pumps- Two Mechanicals
431 E-14.3.3.6 171 of 259 requirement shall be as per manufacturers vendor and technical
Volume-II Seals
standard. Accordingly moisture sensor shall or approval
shall not be applicable.Please clarify.
Please provide the tentative length of lifting
Part-II Section 6
432 E-14.3.3.7 171 of 259 Sewage & Seepage Pumps- Lifting Chains chains required as the same will incur As per site requirement
Volume-II
considerable cost. Please confirm.
H class motor insulation is not required for
underground cold water application and F
Part-II Section 6
433 E-14.3.3.8 171 of 259 Sewage & Seepage Pumps- Insulation Class class motor insulation will suffice the Please follow Bid conditions
Volume-II
requirement. Manufacturers also recommends
in this favor. Please confirm.
EBXL type (Electron Beam irradiated) cable
shall be supplied with pumps which is best
suitable for working in pumping media like
Part-II Section 6 171 & 172 of sewage with better chemical resistance
434 E-14.3.3.9 Sewage & Seepage Pumps- Submerged Cable Please follow Bid conditions
Volume-II 259 capacity & is having higher current capacity.
Thus the submerged cable type shall be
pertinent to the manufacturers standard.
Please confirm.
However most of the pumps shall have this
arrangement. But as per manufacturing range
Part-II Section 6 Sewage & Seepage Pumps- Boltless Self Alingning of most manufacturer, such requirement varies
435 E-14.3.3.10 172 of 259 Please follow Bid conditions
Volume-II Pumpset with pump working paremeter and thus the
model selected. Therefore it shall be as per
manufacturers standard. Please confirm.

Lead/Lag selection shall only be possible when


the system in operated in remote mode through
BMS. Automatic alteration is not possible as
Part-II Section 6 Water Supply Pump Sets Control- Lead/Lag per the available description of Electrical panel
436 E-14.3.4.2 ( c ) 172 of 259 Please follow Bid conditions
Volume-II Selection BOQ. Other hardwares are required for such
control. If still required kindly incorporate all
hardwares as required. Please clarify or else
same shall be considered deleted.

Lead/Lag selection shall only be possible when


the system in operated in remote mode through
BMS. Automatic alteration is not possible as
Part-II Section 6 Water Supply Pump Sets Control- Lead/Lag per the available description of Electrical panel
437 E-14.3.5.3 ( d ) 173 of 259 Please follow Bid conditions
Volume-II Selection BOQ. Other hardwares are required for such
control. If still required kindly incorporate all
hardwares as required. Please clarify or else
same shall be considered deleted.

Please note that the WTP equipment listed in


the BOQ (DMF + IRF + Softener + Chlorination)
, shall not be able to reduce the TDS level of
the raw water ( referred clause asks for less
Part-II Section 6
438 E-15.1.1 176 of 259 Water Treatment Plant- Reduction of TDS than 100 ppm TDS) . Please note that in order Please follow Bid conditions
Volume-II
to reduce TDS of raw water , you need to
provide Reverse Osmosis (RO ) plant for water
treatment. Please clarify what type of WTP is
required -Softener based or RO plant based.

Referred clause specifies all wetted parts to be


SS. The BOQ, however, is asking for Mild
Part-II Section 6
439 E-15.1.2 176 of 259 Water Treatment Plant- Wetted Surface of SS Steel -Rubber Lined vessel. Pl clarify the Please follow BOQ.
Volume-II
vessels MOC However manufacturer
recommends MS -Rubber Lined vessels only.
We shall consider testing of water quality of the
produced treated water after WTP
Part-II Section 6 commissioning at each site only once. Any
440 E-15.3.2 176 of 259 Water Treatment Plant- Monthly Testing Reports Please follow Bid conditions
Volume-II further water testing charges shall be excluded
from our scope of work / services.Please
confirm acceptance.
The Water Softener manufacturer to decide
will be reviewd at the time of
Part-II Section 6 whether the Softener shall be Upflow or down
441 E-15.4.1.1 176 of 259 Water Treatment Plant- Softening Plant vendor and technical
Volume-II flow as per their own design. Please confirm
approval
acceptance.
Filter / Softener underdrain shall be as per will be reviewd at the time of
Part-II Section 6
442 E-15.4.1.2.1 177 of 259 Water Treatment Plant- Softening Plant Underdrain manufacturer's design.Please confirm vendor and technical
Volume-II
acceptance. approval
Face piping of Filters & Softeners shall consist
Part-II Section 6 Water Treatment Plant- Softening Plant of CI Butterfly valves & not Diaphragm or Ball
443 E-15.4.1.3.1 177 of 259 Please follow Bid condition
Volume-II Interconnecting Valves valves as per standard practices.Please
confirm acceptance.
Since these test kits are to be proivided
Part-II Section 6 177 & 178 of
444 E-27.4.1.7.1 Water Treatment Plant- Test Kits seperately. Please form a BOQ item for Test Please follow Bid condition
Volume-II 259
Kit. Please confirm.
As per manufacturers standard, please accept
following alternate standards
1) BS 599: Methods of Testing Pumps. 1) The referred standard is obsolete,
2) BS 970: Wrought Steels for Mechanical and hence testing will be done as per ISO 9906
Allied Engineering Purposes. 2) We propose equivalent Indian Standard IS
3) BS 1400: Copper Alloy Ingots and Copper Alloy 1570 with carbon steel.
and High Conductivity Copper Castings. 3) We propose equivalent Indian Standard IS will be reviewd at the time of
Part-II Section 6
445 E-16.2 182 of 259 4) BS 1452: Flake Graphite Cast Iron. 318 with LT Bronze vendor and technical
Volume-II
5) BS EN 1092-1: Circular Flanges for Pipes, 4) The referred standard is obsolete, hence we approval
Valves and Fittings. offer equivalent ISO 210 with Gr.260
6) BS 5316: Parts 1 and 2 : Acceptance Tests for 5) We propose Pump Flange drilling as per BS
Centrifugal Mixed Flow and Axial Pumps 4504 PN 16
6) The referred standard is obsolete, hence
testing will be done as per ISO 9906 Grade 2

As per manufacturers standard, please accept


a) Casing-Cast iron to BS 1452 Grade 260
following alternate standards
will be reviewd at the time of
Part-II Section 6 a) Casing-Cast Iron to IS 210 Grade 260
446 E-16.3.3 183 of 259 b) Shaft sleeve Stainless steel 410 vendor and technical
Volume-II b) Shaft sleeve- Bronze to IS 318 LT B2 ( As
c) Wear rings Bronze to SS 316 S 16 approval
SS will Cause Galling)
c) Wear rings- Bronze to IS 318 LT B2
will be reviewd at the time of
Part-II Section 6 Impeller wear rings are not applicable as per
447 E-16.3.8 184 of 259 Fire Pumps - Wear Rings on impeller vendor and technical
Volume-II manufacturing standards. Please confirm.
approval
The referred clause for Motors are general and
will be reviewd at the time of
Part-II Section 6 no one manufacturer can comply all the
448 E-12 157 of 259 Motors - Fire Pump vendor and technical
Volume-II requirements. However in principle they shall
approval
comply to it. Please confirm.
Anti condensation heaters are not required for
Part-II Section 6 Fire pumps and same has never been used in
449 E-12.1.10 157 of 259 Motors - Fire Pump Anti Condensation Heaters Acceptable
Volume-II previous DMRC projects. Please confirm if it is
still required.
will be reviewd at the time of
Part-II Section 6 Most manufacturers offer Bearing with 50,000
450 E-12.1.16 158 of 259 Motors - Fire Pump Bearing Life vendor and technical
Volume-II Hrs operation life. Please confirm.
approval
will be reviewd at the time of
Part-II Section 6 MS Motor frame shall be applicable as most
451 E-12.3.2.1 159 of 259 Motors - Fire Pump Motor Frame vendor and technical
Volume-II manufacturer offers the same. Please clarify.
approval
Part-II Section 6 Terminal Box shall be as per manufacturers
452 E-12.3.3 159 of 259 Motors - Fire Pump Motor Terminal Box Please follow Bid conditions*
Volume-II standard. Please clarify.
The rectifier / charger shall have sufficient
The rectifier / charger shall have sufficient capacity
capacity to enable simultaneous supplying of
Part-II Section 6 to enable simultaneous supplying of full load to the
453 3.1.2.2.4 139 of 259 full load to the inverter and recharging a fully Please follow Bid conditions
Volume-II inverter and recharging a fully discharged battery to
discharged battery to
100% rated value within 10 hours.
90% rated value within 10 hours.
For
specifications
and
Part-II Section 6 requirements, Document DMES - E - 0003 is not available.
454 142 of 259 VRLA batteries shall be as per BS6290 Please follow addendum
Volume-II refer to the Hence clause shall be modified.
battery
specifications
DMES-E- 0003
Output power UPS System is designed with a fix power
Part-II Section 6
455 143 of 259 factor:- 0.9 and Output power factor:- 0.9 and above. factor. This is also required while battery sizing. Please follow Bid conditions
Volume-II
above. Hence, clause shall be modified.
The efficiency
of the
proposed UPS
shall be at
least 90% and
above from
25% load to
full load. The
life and
efficiency is of
prime The efficiency of the proposed UPS shall be at
importance. least 90% and above from 50% load to full load.
The The life and efficiency is of prime importance. The Efficiency will achievable from 50% to Full load.
Part-II Section 6
456 149 of 259 manufacture manufacture may offer UPS with any new proven This has asked with built in transformer. Hence, Please follow Bid conditions
Volume-II
may offer UPS technology having advantage of life and energy clause shall be modified.
with any new efficiency without compromising on other
proven parameters of specification.
technology
having
advantage of
life and energy
efficiency
without
compromising
on other
parameters of
specification
The overall
capacity of the
battery system
shall be such
as to meet the
specified
The overall capacity of the battery system shall be
performance
such as to meet the specified performance and
and technical
technical requirements throughout the life of the
requirements
battery. The battery capacity shall be designed for
throughout the
long life with uniform charging and discharging
life of the
rates. In calculating the battery capacity, an ageing
battery. The
factor of 25% and design margin of 10% shall be
battery Ageing factor and design margin shall be
Part-II Section 6 taken into account. This factor shall not be more
457 154 of 259 capacity shall clearly defined for batter clarity. Hence, clause Please follow addendum
Volume-II than 0.8. Battery sizing calculations shall assume
be designed shall be modified.
an ambient temperature of up to 40 C and room
for long life
temp. of 25C. The battery cell shall be of heavy
with uniform
duty, rechargeable, valve regulated lead acid and
charging and
maintenance-free type and the performance shall
discharging
comply with latest amendment of relevant code or
rates. In
IEC 60896- 21&22 having an intended design life of
calculating the
at least 20 years.
battery
capacity, an
ageing de-
rating factor,
advised by the
supplier, shall
Temperature
monitoring
equipment
shall be
incorporated in
the UPS
system to
optimise the
charger
voltage as a Temperature monitoring equipment shall be
function of incorporated in the UPS system to optimise the
There is no relation between temperature alarm
Part-II Section 6 battery room charger voltage as a function of battery room
458 155 of 259 and back up time. Hence, clause shall be Please follow Bid conditions
Volume-II temperature, to temperature . , to generate alarm in case of room
modified.
generate alarm temperature exceeding the preset permissible
in case of temperature and to predict the battery backup time.
room
temperature
exceeding the
preset
permissible
temperature
and to predict
the battery
backup time.
Employers Requirement Manufacturing, Installation Please clarify that the lamps,ballast,salt etc will Spares to be quoted as per
459 Part-II Sectioin-6 5 62 of 73
& Testing come in the maintainence consumables or not BOQ
Please clarify that the traction contractor will
provide the transformer bus bar upto the Included in the scope of this
460 Part-II Sectioin-6 Table 6.3 item no. 2 7 of 23 Interfacing with E&M contractors in stations (E&M)
transformer enclosure/ or as required by E&M bid
contractor.
461 Part-II Sectioin-6 Table 8 item no. 4 15 of 23 Interfacing with E&M contractors in stations (E&M) Question not clear
Please clarify, as per our understanding as
provided in the TS and BOQ, the fire alarm
cables are required FS cable as per BS 7846.
Part-II Sectioin-6
462 E02.3.20.1 (d) 76 of 259 General In addition to this contractor is having a choice Please follow BOQ.
Volume-II
to provide mineral insulated copper cable for
fire alarm system and it is not compulsary or
employers choice
Please clarify whether the cost of C-Channel
Part-II Sectioin-6 ,cantiliver arm etc are required for installation of
463 E03.3.2.6-2.9 79 of 259 Cable Containment System Please follow BOQ.
Volume-II cable tray/cable ladder will be provided as per
BOQ no. 3.11(pagege no. 56 of 80)
The wiring for the connection of light fixtures
pertaining to emergency services will be done
Part-II Sectioin-6 by low smoke zero halozen fire survival
464 E08.1.5 105 of 259 Lighting Please follow Bid conditions
Volume-II wire.Therefore it is requested not to use LSZH
FS wire in light fixture internally . Please
confirm.
Input / Output power supply panel are included
Part-II Sectioin-6
465 E11.1.5 (a) 135 of 259 UPS seperately in BOQ, and it is not the part of UPS Please follow BOQ.
Volume-II
System. Hence, shall be deleted.

As per technical specification 30 minutes back


Part-II Sectioin-6
466 E11.1.1/BOQNo. 7.1.a 135 of 259 UPS up is required at full load while in BOQ same it Please follow addendum
Volume-II
required of 120 minutes backup.please clarify
Please confirm that in Cross passage Area Fire
alarm system not required. If
467 Fire alram specification E.22.1.3 Page 232/259 Scope of work -Fire Alarm in cross pasage Area Not required.
required, Please provide the schematic of Fire
alarm system for cross passage.
As per previous DMRC/JMRC metro project
Communication driver at the FACP for interfacing
468 Fire alram specification E.22.1.3 Page 232/259 FACP Interfacing with ISCS shall be done Please follow Bid conditions
with ISCS.
through Fire relay Module . Kindly confirm
As per previous DMRC/JMRC metro project
FACP Interfacing with lift,Escalator,PAC and
469 Fire alram specification E.22.1.3 Page 233/259 Other function of fire alarm system will include Please follow Bid conditions
AFC shall not be required to avoid false alarm .
Kindly confirm
UL does not provide any IP rating. Panel
The FACP housing shall be to a minimum
470 Fire alram specification E.22.3.2.3 Page 235/259 cabinets shall be tested & approved by UL. Please follow Bid conditions
protection rating of IP 54
Kindly confirm
will be reviewd at the time of
Multi sensor detector shall meet UL standard and Multi sensor detector shall be acceptable UL
471 Fire alram specification E.22.3.5.2 (a) Page 240/259 vendor and technical
comply with BS EN. listed only. Kindly confirm.
approval
This is not a common feature for all
Hooter cum strobe - the unit shall be tapped for 1/4,
472 Fire alram specification E.22.3.5.5 (e) Page 242/259 manufacturer, please confirm if /14, 1 and 2 Please follow Bid conditions
1, 2 and 4 watts output.
watts output is acceptable.
will be reviewd at the time of
All vendor dosent have built in printer at
473 Fire alram specification E.22.3.13.4 Page 245 Buit in printer -Repeater Panel vendor and technical
repeater Panel .kindly confirm
approval
Repater panel shall comminicate with main
will be reviewd at the time of
The repeater panel shall be fully stand alone FACP panel for fire status display and no
474 Fire alram specification E.22.3.13.2 Page 245 vendor and technical
complete with power supply,charger/batteris. serprate charger/battery shall be provided for
approval
repater panel.kindly confirm.
will be reviewd at the time of
475 Fire alram specification E.22.3.14 Page 245 Fire zone mimic panel Kindly confirm IP rating for mimic panel. vendor and technical
approval
Please provide the feeder or panel
All internal control wiring
476 Vol. 2 (BOQ) Cl A.15.4.8.3 174 of 270 Control Cables description where we will use FS wire as a
shall be of LSZH
control wiring.
LED indication lamp for trip indication not
BOQ (Part A Electrical Indication lamps shall be
mentioned in BOQ
477 Vol. 2 (BOQ) works 33 of 61 LED indication lamp provided. Please quote
for power factor correction panel 130 &
1.8.03.(d)) accordingly
230. Please clarify
BOQ (Part A Electrical in BOQ, cable tray mentioned as GI
works whereas in TS at A17.3.3.1 same is mentioned Hot dipped galvanized cable
478 Vol. 2 (BOQ) 34 of 61 Electrical cable tray
2.08) as MS Hot dipped galvanised. Please clarify trays are required.
225 of 270 which material we have to consider for pricing

There are two items mentioned for LCP namely


BOQ Item 1.14 and 1.14.01.BOQ Item no 1.14
BOQ (Part A Electrical
for local control panel for chiller
479 Vol. 2 (BOQ) works 47 of 61 Switch boards/ panels Please follow addendum
pumps, condenser water pump, and cooling
2.08)
tower pumps should have complete description.
Please clarify which is to be considered
Outgoings for FCU's taken in DB 132 &
BOQ (Part A Electrical 232 are 10A whereas flush type sockets taken
480 Vol. 2 (BOQ) works 35 of 61 DB-232 for these FCU's at BOQ 1.10 are without MCB. Please follow addendum
1.10) Whereas MCB with socket is required for
protection. Please clarify
BOQ (Part A Electrical in BOQ DOL starters for single phase
481 Vol. 2 (BOQ) works 27 of 61 DB-131 & 231 damper motor mentioned whereas as MPCB DOL starter to be provided
1.5.03(a)) considered is 3P, Please clarify the starter pole
BOQ item no 1.10.1 of DB 170/270 having 3 no
BOQ (Part A Electrical
2500A ACB, which is not matching with SLD. 1
482 Vol. 2 (BOQ) & SLD works 4 of 61 DB-170 & 270 Please follow addendum
additional ACB is required as shown in SLD.
1.1.01)
Please clarify
BOQ & SLD short circuit withstand capacity of
483 Vol. 2 (BOQ) & SLD Vol. 2 (BOQ) & SLD Short circuit withstand capacity main breaker & ACB's are not matching. Please follow BOQ.
Please clarify
Request to include following makes as the
samehave been used in other Metro Projects
1) Axial Flow Fans: Flaktwood/System Air Contractor can propose any
484 Vol-2 (BOQ) Appendix-A1 BOQ List Of Makes 2) Butterfly Valve: Honeywell vendor meeting the bid
3) Pre Fab Duct: ETA/Techno/Zeco requirements.
4) Panels: Neptune-Elsteel,Tricolite,
5) ECS & TVS Sound Atteunator: ETA
8) Tunnel Ventilation Damper: System-Air
We understand that as in other metro projects
ABB & L&T switchgears were approved. Same Contractor can propose any
485 Vol-2 (BOQ) BOQ List Of Makes- Switchgear shall also be acceptable as an approved vendor meeting the bid
manufacturer without any cost implication for requirements.
the subject tender. Please confirm.
Contractor can propose any
Kindly provide makes of all BOQ items and
486 Vol-2 (BOQ) Appendix-A BOQ List Of Makes vendor meeting the bid
contact details of the vendors.
requirements.
Latest models of equipments may deviate from
487 Vol-2 (BOQ) Appendix-A BOQ List Of Makes specification. Same shall be acceptable to Please follow bid conditions
emplyoer without any financial implication.

List 'A' and 'B' shall be provide for items


488 Vol-2 (BOQ) Appendix-A BOQ List Of Makes- Vendor Approval Please follow bid conditions
mentioned under respective BOQ heads only.
Discrepancy: Please confirm the minimum no.
List Of Makes- Vendor Approval & Selection of years for the product. As in the referred
489 Vol-2 (BOQ) Appendix-A BOQ Please follow bid conditions
Procedure clause 2(a) and 2(c-3) mentions 3 Yrs and 10
Yrs respectively. Plaese confirm.
Please confirm whether earlier execution
List Of Makes- Vendor Approval & Selection
490 Vol-2 (BOQ) Appendix-A BOQ experience of Metro system is mandatory for all Not mandatory
Procedure
the vendors approvals.Kindly confirm.
PLC Panel shall be IP 54 panel with 2mm
(Minimum IP-54) panels with foamed -in PU
Volume -2 BOQ PART- Part D BMS works for ECS CRCA sheet at front & Rear Door, However
491 page 6 of 17 gaskets ,fabricated from 2 mm thick CRCA sheets Please follow Bid conditions
D & E&M 7.01 side panel CRCA sheet shall be 1.5 mm.
incorporating.
Please confirm if acceptable.
The by-pass selecter switch
By pass switch is not a feature of PLC.kindly
492 Vol. 2 (BOQ - PART D) 8.01 BMS PLC Equipment Pg. 7 of 17 By-pass switch for PLC incase of total PLC failure. is to be provided at the MCC
confirm
panels
Redundancy at ECS PLCs is
For ECS PLC no redundancy required .kindly not required, the
493 Vol. 2 (BOQ -PART D) 8.01 BMS PLC Equipment Pg. 8 of 17 Redundancy Module
confirm. communication ring shall be
provided as per the drawing.
CPU module with board Etherenet RS 485 or
Suitable local communication
494 Vol. 2 (BOQ -PART D) 8.01 BMS PLC Equipment Pg. 8 of 17 CPU module with on board Etherenet RS 485 Port. RS 232 Port,both shall be acceptable kindly
port shall be provided.
confirm.
in wiring containment system BMS cable, Cable
Part D BMS works for ECS tray, conduit, LAN cable & earthing are under
& E&M, clause 10.0 one BOQ head item i.e. clause 10.0. Please
495 Vol. 2 (BOQ -PART D) page 10 of 17 WIRING CONTAINMENT SYSTEMS Please follow Bid conditions
WIRING CONTAINMENT accept for seprate boq heads for each
SYSTEMS mentioned items for seprate billing purpose.
Kindly confirm
All items mentioned in these clause refer to
SIEMENS PLC system. Other vendors
BMS PLC Equipment/7.01- mentioned in the vendor list cannot supply the
496 Vol. 2 (BOQ Part E) Pg. 7 of 18 BOQ Please follow addendum
7.20 specified item. However, they will comply all
other specifictions of BMS and SCADA.
Please confirm / clarify.
in wiring containment system BMS cable, Cable
tray, conduit, LAN cable & earthing are under
Part E BMS works for TVS,
one BOQ head item i.e. clause 10.0. Please
497 Vol. 2 (BOQ Part E) clause 10.0 WIRING page 12 of 18 WIRING CONTAINMENT SYSTEMS Please follow Bid conditions
accept for seprate boq heads for each
CONTAINMENT SYSTEMS
mentioned items for seprate billing purpose.
Kindly confirm
50 mm wide x 50 mm deep cable tray shall be
Boq item 10 wiring
498 Vol. 2 (BOQ Part E) page 15/18 wiring containment system acceptabale in TVS BMS as accpepted in ECS Please follow Bid conditions
containment Systems
BMS BOQ. Kindly confirm
BMS contractor shall not provide any new PLC/
IT hardware for chandpole station.BMS
The TVS SCADA for Chandpole station is also in The integration work at OCC
499 Vol. 2 (BOQ Part F) 1.0 SCADA for OCC system page 1/5 contractor shall do engineering ,modification
the scope of bidder. is in the scope of the bid
and Integrate the New station BMS system to
existing OCC . Kindly confirm
In BMS & TVS SCADA IO summary, Linear
ECS SPECIFICATION Heat Detection System interface shown with
Tentative station IO
Tentative station IO Tentative station IO Summary TVS North & South, BMS System, please confirm if Lineat heat LHDS system is not in scope
500 Summary TVS North & Pg No 6/6
Summary TVS North & LHDS DATA detection System shall provide by another of this bid
South
South, , vendor or please provide specification & BOQ
for LHDS.
Bidder to select suitable
BOQ PART D - BMS Please provide PM2.5, & PM10.5 sensor
501 9 Transducer & Actuator, PM2.5, & PM10.5 model of the same having
ECS specification.
BMS compatibility
in BOQ qty. mentioed zero but as per CPM IO
Supply, installation, testing & commissioning of flow
502 BOQ PART B - ECS 26.2 Flow Meter summary flow meter qty is 7 please confirm the Please follow addendum
meter compatible with BMS including all wiring
same.
Chiller Plant 2 core, ATC, multistrand, 1.0 sqmm, twisted, Please confirm size of the cable shall be 1.00
503 BOQ PART B - ECS 1B Please follow Bid conditions
Manager shielded, LSZH sheathed cable (BAS Signal) sqmm.
Kindly clarify the defination of nearest property
line of residence for which the acoustic
Vol-II Technical calculation shall be claculated for 2 stations of
504 ECS A00.9.1.2 8 of 270 General Specification- Acoistic Criteria Please follow Bid conditions
Specification Jiapur metro Phase-1 B project to avoide any
type of discripencies during design verfication
stage or at exicution stage.
Instead of grooves in the extruded section,
Vol-II Technical profile lips shall be acceptable as per
505 ECS A01.3.6.4 19 of 270 AHU- Enclosure Please follow Bid conditions
Specification manufacturing standards of various vendors.
Kindly confirm.
Sandwich panels shall be bolted from inside or
Vol-II Technical
506 ECS A01.3.6.5 19 of 270 AHU- Enclosure outside for 50mm thick insulation as per Please follow addendum
Specification
manufacturing practices. Kindly confirm.
As per manufacturer measurable tolerance
Vol-II Technical shall be provided for the copper tube on
507 ECS A02.3.2.1 30 of 270 FCU- Tube Thickness Please follow Bid conditions
Specification behalf of 12.5 mm thick copper tube. Kindly
confirm.
As per manufacturer 0.105mm thick Aluminum
Vol-II Technical
508 ECS A02.3.2.2 30 of 270 FCU- Al Fin Thickness fins is applicable and shall be provided instead Please follow Bid conditions
Specification
of 0.15mm thick Al Fin. Kindly confirm.
Please specify the make of Anti Fouling device Contractor can propose any
Vol-II Technical
509 ECS-A.03.3.5.7 39 of 270 Chiller- Anti Fouling Device as all chiller manufacturers doesnt provide Anti vendor meeting the bid
Specification
Fouling deivice. Kindly confirm. requirements.
As per recommendations of manufacturers,
Vol-II Technical insulation to be done at site so the subject Agreed. Insulation to be
510 ECS-A.03.3.5.6 39 of 270 Chiller- Insulation
Specification clause should be as per manufacturer's done by OEM only.
standerd. Kindly confirm
As per manufacturer's recommendation the
will be reviewd at the time of
Vol-II Technical refrigerent should be charged at site to avoide
511 ECS-A.03.3.8.3 40 of 270 Chiller- Pre Charged Refrigerent vendor and technical
Specification any type of leakage durig transportation -
approval
Kindly Confirm
Chillers shall be as per DMRC Specifications-
Vol-II Technical Any daviation in the chillers accepted by DMRC
512 Data Sheet 55 of 270 Chiller Data Sheet- Notes Point no.1 Please follow Bid conditions
Specification same shall be accepted in this contract also.
Kindly confirm
Condensor & cooler shall be provided with
Vol-II Technical marine water boxes made of steel or CI- shall
513 Data Sheet 59 of 270 Chiller Data Sheet- Notes Point no.2 Please follow Bid conditions
Specification be as per manufacturer's standerd . Kindly
confirm
Kindly confirm whether R407C being Zero ODP
Vol-II Technical
514 ECS- A.04 - 4.1 61 of 270 Air Cooled Chiller- Refrigerant Environmental friendly refrigerant shall be Please follow Bid conditions
Specification
acceptable.
Kindly confirm the tubes shall be acceptable in
Vol-II Technical mark up to some tolerance as per
515 ECS- A.04 - 4.2 62 of 270 Air Cooled Chiller- Chiller Tube Thickness Please follow Bid conditions
Specification manufacturers standards on behalf of minimum
12 mm O.D.
Kindly confirm whether direct solenoid valve will be reviewd at the time of
Vol-II Technical
516 ECS- A.04 - 4.2 62 of 270 Air Cooled Chiller- Solenoid Valve shall be accepable as per manufacturer vendor and technical
Specification
recommendation performing same function. approval
Compressor oil are selected as per Refrigerant. will be reviewd at the time of
Vol-II Technical
517 ECS- A.04 - 4.4 63 of 270 Air Cooled Chiller- Compressor Oil Therefore mineral oil may not be applicable for vendor and technical
Specification
all refrigerant. Kindly confirm. approval

Vol-II Technical Automatic capacity control is not applicable for


518 ECS- A.04 - 4.7 63 of 270 Air Cooled Chiller- Capacity Control. Please follow Bid conditions
Specification Screw Chillers if applibale. Kindly confirm.
Programmable set points, display data, etc of
control panel may slightly vary from
will be reviewd at the time of
Vol-II Technical manufacturer to manufacturer. Therefore
519 ECS- A.04 - 4.8 63 of 270 Air Cooled Chiller- Control Panel vendor and technical
Specification manuacturer shall be free to supply the
approval
standard control panel as per industrial
practice. Kindly clarify.
Vol-II Technical Referance codes & Standerds- Kindly add As
520 Data Sheet 90 of 270 GI Sheet - Data Sheet Please follow Bid conditions
Specification per IS 277/655
Vol-II Technical Thickness of sheet & type of joints- Kindly
521 Data Sheet 90 of 270 GI Sheet - Data Sheet Please follow Bid conditions
Specification confirm as per IS 277/655
Supply of accessories like fire paint, rockwool,
sealant, gasket etc is not possible from single
vendor. However installation & manufacuring of
Vol-II Technical
522 ECS- A.06.3.4.4 89 of 270 Fire Rated Duct Work fire rated duct system certification shall be Please follow addendum
Specification
provided includng all fire rated components as
a whole. Same process was followed in
previous DMRC projects. Please confirm.
Vol-II Technical Please confirm UL 555 S Class-II and III shall
523 ECS- A.06.3.6.4 93 of 270 Motorised Smoke & Fire Damper Please follow Bid conditions
Specification also be acceptable.
Accessories including Electric Actuator, Limit
Vol-II Technical Switch, Sensors etc shall be UL Listed fire
524 ECS- A.06.3.6.6 93 of 270 Motorised Smoke & Fire Damper- Actuator, etc Please follow Bid conditions
Specification rated for 176 degC for 1Hrs as available with
manufacturers . Please confirm.
As per specification Cooling Towers are
required with CTI certification. Please suggest
other makes at tender stage if the approved
Vol-II Technical make/vendor does not have CTI certified
525 ECS-A08.2.1 108 of 270 Cooling Tower- CTI Certification Please follow Bid conditions
Specification Cooling Tower. Otherwise manufacturing
standard of approved make shall be
acceptable to employer without any cost
implication. Please confirm.
While measuring noise for a running equipment
there are many variables which contributes to
noise apart from equipment noise itself. Noise
Vol-II Technical criteria mentioned is 85dbA at 1 Mtr. There
526 ECS-A08.3.5 109 of 270 Cooling Tower- Noise Criteria Please follow Bid conditions
Specification may be cases where these results may not be
achieved. Also, we suggest noise shall be
measured at 3Mtr and not 1Mtr. Please clarify
and confirm.

As per referred clause, FCU connections are


Vol-II Technical required to be in Copper. Please include
527 ECS-A09 114 of 270 FCU Connections- Copper Please follow Bid conditions
Specification quantity of Copper pipe in BOQ as the same
shall be measureable item. Please clarify.
As per the table in the referred clause for
Hanger Rod sizes. The rod sizes mentioned
seems be too high and some are even non
Vol-II Technical standard sizes. Hanger rod sizes shall be
528 ECS- A.09.3.6.3 116 of 270 Piping- Supports & Hangers Please follow Bid conditions
Specification selected during project stage with supporting
calculations and as per best engineering
practice superceeding this clause. Please
confirm.
Sleeves as required in walls and floors shall be
Vol-II Technical
529 ECS- A.09.3.8.12 & 13 117 of 270 Piping Installation- Sleeves provided by civil as per Final Approved SEM Please follow Bid conditions
Specification
Drawing of DDC. Please confirm.
If during static claculation and fans selection
Vol-II Technical during project stage any change in fan capacity Please follow general note
530 ECS- A.12.1.2 140 of 270 Fans- General
Specification is required. It shall form new item. Kindly (c) of ECS BOQ.
confirm.
Fans with nominal rating above 7.5 kW shall
Vol-II Technical
531 ECS- A.12.3.1.2 140 of 270 Fans- Efficiency have a minimum efficiency of 60% as per Please follow Bid conditions
Specification
manufacturer. Kindly confirm.
Thrust bearing are not part of all manufacturers
Vol-II Technical
532 ECS-A.12.3.3.3 142 of 270 Fans- Impeller design and instead they provide B3 Footed Please follow Bid conditions
Specification
mounting or as applicable. Kindly confirm.

Vol-II Technical Drain pipe material and construction shall be as


533 ECS-A.12.3.4.3 142 of 270 Fans- Casing (Centrifugal) Please follow Bid conditions
Specification per manufacturers standards. Kindly confirm.

Vol-II Technical Shaft material and Anti Rust coating shall be as


534 ECS-A.12.3.4.4 143 of 270 Fans- Impeller (Centrifugal) Please follow Bid conditions
Specification per manufacturers standards. Kindly confirm.
Vol-II Technical Please confirm the enclosure of VFD shall be
535 ECS-A.05.4.4.3 74 of 270 Pumps- AFD Please follow Bid conditions
Specification as per manufacturer standard.
This section specifies manufacture and
installation of motors.
(1) But it is
not clear whether these specifications are
applicable for Pump Motors, Fans Motors, AHU
& FCU Motors, Chiller Compressor Motors,
Cooling Tower Motor, etc as required.
(2) This clause will be applicable
Vol-II Technical Moreover specification for motors are also mailny for AHU, Pump, ECS
536 ECS- A.19 243 of 270 Motors covered in seperate item wise
Specification Fans and Cooling Tower
specification/details. Which one is to be motors.
followed and,
(3) Please confirm in case of
discrepancy which specification will supercede.
(4) Also,
specification as per this clause is
common/general for all which may not be
applicable for all.
Kindly clarify above points.
As per manufacturing standards of various
Vol-II Technical manufacturer, base frame are provided with
537 ECS-A.19.1.16 244 of 270 Motors- Base Frame Please follow Bid conditions
Specification epoxy coating and not galvanized structure.
Kindly clarify.
For non-American Fan/equipment
manufacturers equivalent, international
Vol-II Technical
538 TVS-V.01.2 12 of 78 TVS- Quality Controls standards shall be complied i.e (ISO mostly Please follow Bid conditions
Specification
equal to BS), European (EN) and German
(DIN, VDI, VDMA) standards etc.
Documents to be submitted after empoyer
Vol-II Technical
539 TVS-V.01.2.3.2 16 of 78 TVS- Documents notice- GA drawings shall be provided by the Please follow Bid conditions
Specification
vendor . Kindly confirm
Possible only with DOL starters, whereas in
case of the start delta starters start up time
Vol-II Technical
540 TVS-V01.3.3.4 18 of 78 TVS- Fan Start Up Time may vary from 15 to 60 seconds approx. It is Please follow addendum
Specification
recommended to follow NFPA reversing
intervals. Kndly Confirm.
Vol-II Technical Shall be complied at design operation point
541 TVS-V01.3.3.6 18 of 78 TVS- Fan BkW & Nameplate kW Please follow Bid conditions
Specification only. Kindly Confirm.
All manufacturers do not give index marks
will be reviewd at the time of
Vol-II Technical embossed or engraved on the hub and
542 TVS-V01.3.4.1 19 of 78 TVS- Fan Fabrication vendor and technical
Specification recommends other ways to abjust blade pitch
approval
angle. Please confirm.
Weld located in the air stream should be
Vol-II Technical
543 TVS-V01.3.4.2 19 of 78 TVS- Fan Fabrication ground smooth- Welds only close to the Please follow Bid conditions
Specification
impeller will be ground smooth kindly confirm
Vol-II Technical
544 TVS-V01.3.6.4 20 of 78 TVS- Fan Motors Possible only with DOL starters. Kndly Confirm. Please follow addendum
Specification
Starting Volatge dip of 25% is not possible
incase of Star Delta Starter and Motor shall not
To be evaluated during
Vol-II Technical be insensitive to line votage variation but may
545 TVS-V01.3.6.7 21of 78 TVS- Fan Motor Voltage Dip vendor and technical
Specification function and deliver the torque required by the
approval
the motor at +/- 10% variation for continuous
operation.
Vol-II Technical It shall be including allowed tolerances. Please
546 TVS-V01.3.6.9 21of 78 TVS- Motor Power Factor Please follow Bid conditions
Specification confirm.
Most manufacturers do not carry out stress
testing on impeller. They are part of a range
will be reviewd at the time of
Vol-II Technical that has been subjected to finite elements
547 TVS-V01.3.16.4 26 of 78 TVS- Stress Test vendor and technical
Specification analysis and stress testing as part of design
approval
and development process. Therefore kindly
waive this test. Please confirm.

Manufacturers offer reversal test where fan and


motor being run up to full speeds in forward
Vol-II Technical mode and allowed to run at that speed until the
548 TVS-V01.3.18 27 of 78 TVS- Reversal Test Please follow Bid conditions
Specification data is collected to create the fan curve.
Similarly for reverse mode. Please confirm as
per manufacturer standards.
Bearing mounting shall be pressed into frame
will be reviewd at the time of
Vol-II Technical instead of external to frame or as per
549 TVS-V02.3.2.4 39 of 78 TVS Dampers- Bearing Mounting vendor and technical
Specification manufacturing standard of some
approval
manufacturers. Please confirm.
For non-American Fan/equipment
manufacturers equivalent, international
Vol-II Technical
550 TVS-V05.2 62 of 78 TVS- Booster Fan Quality Controls standards shall be complied i.e (ISO mostly Please follow Bid conditions
Specification
equal to BS), European (EN) and German
(DIN, VDI, VDMA) standards etc.
In addition to referred clause. Some reputed
Vol-II Technical manufacturers offers surface treatment of
551 TVS-V05.3.8.1 69 of 78 TVS- Booster Fan Housing Please follow Bid conditions
Specification booster fans with hot dip galvanization as per
ISO 1461. Please Confirm.
Damper are with Concealed knob operated by
will be reviewd at the time of
Vol-II Technical Screw Driver and hence no extra
552 ECS A06.3.12.7(Point-3) 97 of 270 Grille/Diffuser Damper- Concealed Lever vendor and technical
Specification tool/adjustment lever is required. Please
approval
confirm.
Please clarify this clause as diffuser dont have will be reviewd at the time of
Vol-II Technical
553 ECS A06.3.12.7(Point-4) 97 of 270 Diffuser- Dummy parts any dummy parts. Please confirm manufacturer vendor and technical
Specification
standard shall be accepted. approval
Maximun Pressure drop shall be 30 Pa at 4 will be reviewd at the time of
Vol-II Technical
554 ECS A06.3.12.7(Point-8 a) 97 of 270 Square Diffuser m/s. Please confirm as per manufacturers vendor and technical
Specification
standard. approval
will be reviewd at the time of
Vol-II Technical Free area varies between 65% to 70%. Please
555 ECS A06.3.12.8(Point-1) 98 OF 270 Free Area - Supply air Grille vendor and technical
Specification confirm as per manufacturers standard.
approval
Vol-II Technical Fire dampers with 1.5 hrs Fire rating shall be
556 ECS A06.3.6.6 93 OF 270 MSFD/MFD- Fire Rating Please follow Bid conditions
Specification applicable. Please confirm.
Fire dampers cannot be used as volume
Vol-II Technical
557 ECS A06.3.6.8 93 OF 270 Fire Damper as VCD control damper as per manufacturers Please follow Bid conditions
Specification
standards. Please allow.
As per the referred clause multi colour display
will be reviewd at the time of
Vol-II Technical control panel is mentioned. Please waive off
558 A 03.3.7 39 OF 270 Chiller- Control Panel vendor and technical
Specification this clause as all reputed manufacturer do not
approval
provide multi colour display. Please confirm.

Plug Fans with intagrated factory VFD.- As the


fans and VFD's will be precured by different
Vol-II Technical
559 A01.3.3 18 of 270 Fans & Accessories vendors so many of the manufacturer's will not Please follow addendum
Specification
comply for the same so kindly confirm this as
per manufacturer's standard.
The mesurment of Insensity of UVC emmiter in
Vol-II Technical AHU's shall be Checked by UV Sensor at the
560 A01.3.16.B.2 21 of 270 Intensity Please follow Bid conditions
Specification time of testing and commissioning of AHU only.
Kindly Confirm
The selection of minimum number of tubes per
Vol-II Technical
561 Data Sheet-AHU 27 of 270 Notes- Point no.5 AHU shall be done as per design calculation Please follow Bid conditions
Specification
given by proposed Vendor. Kindly Confirm
All the Dimensional/Tickness/Density and other
tolerances of material or equipments shall be
Vol-II Technical
562 GENENRAL NA Genreral as per relavent Codes and standards of related Please follow Bid conditions
Specification
to that perticular material or Equipments. Kindly
Confirm
We understand as being an seprate BOQ item
Vol-II Sechdule of
the factory fitted FCU Valve package shall be
563 Prices- BOQ Part B 8.5 14 &15 of 28 PICV & Factory fitted Ball valves Confirmed
billed to the Employer under this BOQ Sub
ECS Works
head sepratly. Kindly Confirm
Busbars shall be coloured with fire
retardant LSZH paint for phase
564 Vol-2 (TS) Cl A.15.4.1.11 171 of 270 Busbar Phase identification identification.That means there is no Please follow Bid conditions
requirement of fire retardant sleeves in that
case.Please confirm.
For maintenance and service point of view
terminal block made melamine material was not
565 Vol-2 (TS) Cl A.15.4.9.3 175 of 270 Terminal Blocks Please follow Bid conditions
reliable.Shall we propose polyamide instead of
that.Please confirm.
Shall we use 1.5 sq.mm core wire instead
566 Vol-2 (TS) Cl A.15.4.8.3 174 of 270 Size of Control Cabling Please follow Bid conditions
of 2.5 sq.mm in control cabling.Please confirm
Shall we use ferrule made of PVC material
567 Vol-2 (TS) Cl A.15.4.8.4 175 of 270 Material for ferrule in place of LSZH material.LSZH ferrule is not Please follow Bid conditions
easily available in the market. Please confirm.
Please confirm allowable number of joints
for long cables above 300 mtr. Also please
568 Vol-2 (TS) Cl A.16.3.18.1 220 of 270 Cable jonts confirm the number of joints allowable for Please follow Bid conditions
cables which shall be stolen at site during
execution.
Cable tray earthing is only required where
non armoured cable was laid.But in this project
we will use armoured cable which is already
earthed through armoured.However we have
569 Vol-2 (TS) Cl A.17.3.3.2.(e) 226 of 270 Cable tray earthing used earth strips of suitable sizes on overall Please follow Bid conditions
length of
cable tray.So that there is no need of cable tray
jointing through 150 sq.mm tinned copper
bond.Please confirm.
Hot dipped galvanized clamps,bolts shall
Cable Ladders-Additional General
570 Vol-2 (TS) Cl A.17.3.3.4.(e) 227 of 270 not easy to install.Shall we use Electro tinned Please follow Bid conditions
Requirement;point (e)
clamps,bolts. Please confirm.
Shall we use M.S type of conduit as a
571 Vol-2 (TS) Cl 2.9.5 236 of 270 Cast in Conduits/Concealed conduits point(a) Please follow Bid conditions
concealed conduit. Please confirm.
Only Energy meter is compatible with RS-
All meters shall be compatible to RS-485 485 to suit BMS .Other meters like
572 Vol-2 (TS) Cl A.15.4.4.2 172 of 270 Please follow Bid conditions
connectivity ammeter,voltmeter etc are not compatible with
RS-485.Please confirm.
We have consider 3.0 mm thick non-
Low voltage Switchboards
573 Vol-2 (TS) Cl A.15.3.2.8 168 of 270 magnetic gland plates rather than 5 mm thick Please follow Bid conditions
Cubicle Construction
at the top and bottom.Please clearify.
Upto 250A Copper flexible wire shall be
used for linking and above 250A Insulated
Low voltage Switchboards
574 Vol-2 (TS) Cl A.15.3.2.18 169 of 270 copper busbar shall be used. Size of Please follow Bid conditions
Cubicle Construction
busbar/wire shall be as per our standard and
current rating of switchgear.
As per Standard Design, we have used
8.8G HT,MS Fastners which are Zn
Plain and spring washers, nuts and lockouts shall Coated and Hexavalent yellow passivated,
575 Vol-2 (TS) Cl A.15.4.9.4 176 of 270 Please follow Bid conditions
be electro-tinned these bolts & nuts are capable of withstanding
30Nm torque required on the busbar
joints.Please confirm.
Available range for ammeter and voltment
576 Vol-2 (TS) Cl A.15.4.4.6 172 of 270 Display of meter is 3.5 Digit. We shall propose to use 3.5 digit Please follow Bid conditions
meters.Please confirm.
Utility category for MCCB shall be
577 Vol-2 (TS) Cl A.15.4.13.3 (i) 181 of 270 Category for MCCB shall be A or B. Please follow Bid conditions
A.Please confirm.
complete Building Management System (BMS)
(including TVS SCADA work) to fully integrate
control, monitoring, and supervision Environmental In tender it is mentioned different Please follow Bid conditions,
Page No. 2/10 Control Systems, Low Voltage Power & Distribution units/equipments to be covered but as IO IO Summary is indicative
Volume 2 Part 1 Scope
578 1.1 scope of work- System, Fire Alarm System, Hydraulic System summary is avaliable so we consider IO bidder to consider additional
and Purpose
BMS (Seepage, Sewage, Bore Well Pumps etc.), and summary as your final requirement.kindly IO if required to completely
other nominated Building Services Systems and confirm. integrated the system
interface with Tunnel Ventilation System SCADA at
the station level as well as at the OCC level.
Earthing (MET & CET) for all BMS Equipment
Page No. 6/10
Earthing of all Equipment as defined in the shall be provided system -vide contractor at Both BMS and E&M works
579 Volume 2 Part 1 1.3/5 scope of work-
specification. Respective PLC, VCP & Mid tunnel controller are in scope of this bid
BMS
locations. Kindly confirm.
Page No. 6/10 The contractor will be responsible for sealing with sealing with fire material of all opening left due
580 Volume 2 Part 1 1.3/11 scope of work- fire rated material of all openings left due to BMS to BMS shall be the scope of civil or other vide Please follow Bid conditions
BMS works. contractor .kindly confirm
Confirmed the software or
Page No. 6/10 Please confirm if there is requirement of
Providing Energy management system at station hardware required for Energy
581 Volume 2 Part 1 1.3/12 scope of work- additional software & hardware other then BMS
and OCC is in the scope of BMS works. Management System is in
BMS software for Energy Management System.
scope of this bid

Confirmed the software or


Page No. 6/10 Please confirm if there is requirement of
Providing Energy management system at station hardware required for Energy
582 Volume 2 Part 1 1.3/12 scope of work- additional software & hardware other then BMS
and OCC is in the scope of BMS works. Management System is in
BMS software for Energy Management System.
scope of this bid
The Works to be executed under the Contract
include the detailed design, development,
manufacture, verification, delivery to site,
installation, testing, commissioning (including
integrated testing and commissioning) and
technical support for a complete Integrated
Supervisory Control System (ISCS) to fully
integrate the control, monitoring, and supervision of
Tunnel Ventilation System from OCC as well from
station level. The Equipment, CPUs, Modules, Sub contractor shall provide the redundant server
Pg 2/-12 Modules, Power Supplies, Local Control Panels, at SCR and data exchange with OCC will take
Volume 2 Part 1 Scope clause 1.1 Servers, Work Stations, modems, Gateways, place directly from Local Station PLC and if the
583 Cl 1.1 RTUs, Printers, Local Area Network (LAN), Confirmed.
of Works TVS SCADA scope and BMS vendor is not able to achieve the same
Purpose Ethernet Hubs and Switches, Ventilation Control they need to provide the RTU at SCR kindly
Panel (VCP), Cable containment and wiring confirm the same.
systems, and other components as required
whether or not specified necessary to deliver the
requirements of this Specification to fully integrate
the control, monitoring, and supervision of Tunnel
Ventilation System from OCC in future and at
present from Station Control Room as well as for
control, monitoring, and supervision as required at
the Operational Control Centre (OCC) in future and
at present from Station Control Room for the ECS
and other E&M systems The TVS contractor shall
All necessary equipments at OCC whether
specified or not specified like servers, work station,
RTUs, Modems, Gateways, switches and other
associated accessories including cables their
containment arrangement necessary to provide for
control, monitoring, and supervision of Tunnel
Ventilation System from OCC as well as from
station level and ECS, PS and BS system from
Volume 4 Part 1 Scope Pg No. 3/14 In previous phase we have TVS control from
584 Cl 1.2 OCC. Control and Monitoring Facilities the Please follow Bid conditions
of Works TVS SCADA clause 1.2 OCC and not ECS so kindly confirm the same.
Contractor shall provide necessary hardware,
software, data, etc., so that the control and
monitoring functions for the TVS can be performed
from OCC and stations and control and monitoring
functions for ECS and E&M system from OCC.
DMRC reserves right not to award/ execute the
work of RTUs at the station and other equipment at
the OCC level.

Kindly confirm whether indiviual control is


needed or group control is needed from OCC
Volume 2 Part 1 Scope Pg No. 7/12 To provide individual or group start/stop and Individual control is not
585 Pont 5 as its effect the Design and size (SCADA and
of Works TVS SCADA Point 5 indicate status of TVS equipment. required from OCC
CTU ) at OCC level, accordingly which involves
considerable cost implication.

To indicate and log the operating status and alarm


conditions of the TVFs, TBFs, UPEFs, TEFs and As UPEF's and its damper points are not
Volume 2 Part 1 Scope Pg No. 7/12 Please follow Bid conditions,
586 Point 5 their associated dampers, tunnel ventilation system mentioned in the IO summary so kindly provide
of Works TVS SCADA Point 5 I/O schedule is indicative
bypass and isolation dampers, MCCs and the same.
emergency stop push button.

As per Schedule of quantities For Part E -BMS


Volume 2 Part 1 Scope Pg No. 8/12 works for TVS, BOQ item no 7 .22 Touch
587 Point 8 Local sequential controller Confirmed
of Works TVS SCADA Point 5 screen LCD type local control panel shall be
provided in Place of LSC/LCP . Kindly confirm
To monitor the activation of the push buttons or
Volume 2 Part 1 Scope Pg No. 9/12
588 Point 8 switches on the VCP, SCP and LCP and execute Kindlly confirm that SCP will be part of VCP. Please follow addendum
of Works TVS SCADA Point 8
priority control.
Only Communication channel
The designated contractor shall provide main
between OCC and station will
communication link with 2 redundant port at
The designated contractor will only provide the be provided by Others. Any
Volume 2 Part 1BMS each station & OCC. Also designated
589 BMS/2.01.13 Page 14 of 91 main communication network and Local area hardware like Routers,
specifications contractor shall provide IP addresses with
network (LAN) located in OCC. switches, gateways and
router for communication with OCC. Kindly
software is in scope of this
confirm.
bid.
Pg 17/91
Volume 2 Part 1BMS EMC conformance and certification Applicable
590 2.01.23 clause EMC Conformance and certification. Please follow Bid conditions
specifications to PLC and not other devices. Kindly confim.
BMS/2.01.23
Point 17/91 All the testing will be carried out on the actual
Volume 2 Part 1BMS For off-site testing simulation
591 2.01.24 Clause Computer Simulation systems installed at site and no separate
specifications shall be required.
BMS/2.01.24 simulation will be provided.kindy confirm

Design Considerations
pg No. 20/91 The complete installation shall be in strict contractor shall provide equipment as per To be evaluated at the time
Volume 2 Part 1BMS
592 2.01.30 Clause accordance with the national and local electrical country of origin standards like CE, EN or of vendor and technical
specifications
BMS/2.01.30. codes. All devices designed for or used in line UL.kindly confirm. approval
voltage applications shall be U.L. Listed.

Micro processor based PLC control processors


Micro processor based PLC control processors
pg No. 21/91 shall interface with sensors ,actuators and
Volume 2 Part 1BMS shall interface directly with sensors ,actuators and
593 2.01.31 Clause enviormental control systems (i.e HVAC units Confirmed
specifications enviormental control systems (i.e HVAC units
BMS/2.01.30. ,chillers ,pumps etc) directly or through CPM as
,chillers ,pumps etc).
per Tender I/O schedule.Kindly confirm.

PLC All the Modules of the PLC platform should have For TVS system which is redundant is fine, for
Volume 2 Part 1BMS
594 BMS/5.01.13 processor the capacity to be inserted and removed under fully ECS systems which are non redundant Please follow Bid conditions
specifications
page 31 of 91 powered up conditions, including the CPU Module. systems, serves no purpose. kindly confirm

To indicate and log the operating status and alarm


Pg No. 28/91 conditions of the TVFs, TBFs, UPEFs, TEFs and As UPEF and its damper points are not
Volume 2 Part 1BMS
595 5.01.6 Clause their associated dampers, tunnel ventilation system mentioned in the IO summary so kindly provide UPEF IO are not required
specifications
BMS/5.01.6 bypass and isolation dampers, MCCs and the same.
emergency stop push button.
To provide back-up for the operation of the TVS in
the event of failure of automatic control of the
Pg No. 29/91 SCADA, the following additional provisions shall be From OCC group commands will be intiated
Volume 2 Part 1BMS Individual control is not
596 5.01.8 Clause provided and not the Manual opertaion of indiviual of
specifications required from OCC
BMS/5.01.8 Manual points. Kindly confirm
operation of the individual TVFs, TBFs and TEFs
from the OCC.
BMS contractor shall provide the PLC as per
The PLC system shall be Fail safe control
PLC tender for ECS BMS - Non -SIL & for TVS BMS
Volume 2 Part 1BMS ,Programmable Logic controller (PLC) based with a
597 5.01.13 processor -SIL-2. It shall not be based on QMR system Please follow addendum
specifications QUADRUPLE MODULAR REDUNDANCY (QMR)
page 31 of 91 architecture which is OEM specific. kindly
system architecture.
confirm.
Pg No. 34/91 PLC additional feature - Options shall include a
Volume 2 Part 1BMS its not a common feature for PLC maufacturer,
598 5.01.17 Clause built-in display screen, memory cartridges, a real- Please follow Bid conditions
specifications Kindly confirm for deletion of this point.
BMS/5.01.17 time clock and communication adapters.
Alarm
If a network link fails, the system shall have inbuilt
Pg No. 39/91 programs within the processors which will generate
Volume 2 Part 1BMS
599 6.01.9 Clause fault bits available to workstation and OCC. The Kindly clarify the requirement. Please follow Bid conditions
specifications
BMS/6.01.9 communications error rate will be logged and stored
in the processor. If the error rate exceeds the set
point, an alarm will be sent to OCC.
Volume-2 Part -1 In case of clock system ;information will have to be Master clock - system vide contractor shall
600 specification OCC & 3.2.10 Page 9 of 72 retrieved through FOTS or vias RTUs at stations provide redundant port at stations & OCC for Agreed
Related works and depots or through Channel interfaces. synchronization of BMS system . Kindly confirm
Volume-2 Part -1
Pg No. 50/72 Kindly clarify the requirment as histrocial data
601 specification OCC & 4.20.2 Historical data shall be able to be manipulated. Please follow addendum
Clause 4.20.2 stored can not be manipulated in the database.
Related works
In particular the design and positioning of the
Volume-2 Part -1 As per BOQ, MIMIC display is not availabble.
Pg No52/72 mimic displays within the OCC shall be such that
602 specification OCC & 5.1.3 Please confirm if need to provide the same by Mimic display is not required
Clause 5.1.3. the information of interest to each operator is
Related works BMS vendor.
visible from their normal position.
Two identically- configured PLC processors are
connected in a Hot Standby arrangement as
Master and Standby so that when a component Redundancy at ECS PLCs is
Pg 37/91 Contractor shall provide redunant PLC's for
Volume 2 Part 1 ECS & of the Master PLC fails, the standby PLC will take not required, the
603 6.01.6 Clause only TVS System (SIL-2) and for ECS System
TVS BMS Specification over automatically without interrupting the plant communication ring shall be
BMS/6.01.6 PLC shall be non redundant. kindly confirm.
operation. The two PLCs communicate with each provided as per the drawing.
other over Modbus plus communication bus or
Fiber optic.
The drawings are for
Ecs Bms Tender drawings refferring to particular
Ecs Bms system reference only. The system
604 Volume 3 Bid Drawings system JP -CRD-ECS-TVS-SC-1901 make/model .kindly remove to same for
architecture architecture as per drawings
architecture competitive bid .
are to be followed

Redundancy at ECS PLCs is


Ecs Bms As per the ECS BMS specification No
Ecs Bms system not required, the
605 Volume 3 Bid Drawings system JP -CRD-ECS-TVS-SC-1901 redundant LAN network required for ECS BMS
architecture communication ring shall be
architecture works.kindly confirm
provided as per the drawing.

The drawings are for


TVS Bms Tender drawings refferring to particular
TVS Bms system reference only. The system
606 Volume 3 Bid Drawings system JP -CRD-ECS-TVS-SC-1902 make/model .kindly remove to same for
architecture architecture as per drawings
architecture competitive bid .
are to be followed
PLC Panel shall be IP 54 panel with 2mm
(Minimum IP-54) panels with foamed -in PU
Volume -2 BOQ PART- Part D BMS works for ECS CRCA sheet at front & Rear Door, However
607 page 6 of 17 gaskets ,fabricated from 2 mm thick CRCA sheets Please follow Bid conditions
D & E&M 7.01 side panel CRCA sheet shall be 1.5 mm.
incorporating.
Please confirm if acceptable.
The by-pass selecter switch
By pass switch is not a feature of PLC.kindly
608 Vol. 2 (BOQ - PART D) 8.01 BMS PLC Equipment Pg. 7 of 17 By-pass switch for PLC incase of total PLC failure. is to be provided at the MCC
confirm
panels
Redundancy at ECS PLCs is
For ECS PLC no redundancy required .kindly not required, the
609 Vol. 2 (BOQ -PART D) 8.01 BMS PLC Equipment Pg. 8 of 17 Redundancy Module
confirm. communication ring shall be
provided as per the drawing.
CPU module with board Etherenet RS 485 or
Suitable local communication
610 Vol. 2 (BOQ -PART D) 8.01 BMS PLC Equipment Pg. 8 of 17 CPU module with on board Etherenet RS 485 Port. RS 232 Port,both shall be acceptable kindly
port shall be provided.
confirm.
in wiring containment system BMS cable, Cable
Part D BMS works for ECS tray, conduit, LAN cable & earthing are under
& E&M, clause 10.0 one BOQ head item i.e. clause 10.0. Please
611 Vol. 2 (BOQ -PART D) page 10 of 17 WIRING CONTAINMENT SYSTEMS Please follow Bid conditions
WIRING CONTAINMENT accept for seprate boq heads for each
SYSTEMS mentioned items for seprate billing purpose.
Kindly confirm
All items mentioned in these clause refer to
SIEMENS PLC system. Other vendors
BMS PLC Equipment/7.01- mentioned in the vendor list cannot supply the
612 Vol. 2 (BOQ Part E) Pg. 7 of 18 BOQ Please follow addendum
7.20 specified item. However, they will comply all
other specifictions of BMS and SCADA.
Please confirm / clarify.
in wiring containment system BMS cable, Cable
tray, conduit, LAN cable & earthing are under
Part E BMS works for TVS,
one BOQ head item i.e. clause 10.0. Please
613 Vol. 2 (BOQ Part E) clause 10.0 WIRING page 12 of 18 WIRING CONTAINMENT SYSTEMS Please follow Bid conditions
accept for seprate boq heads for each
CONTAINMENT SYSTEMS
mentioned items for seprate billing purpose.
Kindly confirm
50 mm wide x 50 mm deep cable tray shall be
Boq item 10 wiring
614 Vol. 2 (BOQ Part E) page 15/18 wiring containment system acceptabale in TVS BMS as accpepted in ECS Please follow Bid conditions
containment Systems
BMS BOQ. Kindly confirm
BMS contractor shall not provide any new PLC/
IT hardware for chandpole station.BMS
The TVS SCADA for Chandpole station is also in The integration work at OCC
615 Vol. 2 (BOQ Part F) 1.0 SCADA for OCC system page 1/5 contractor shall do engineering ,modification
the scope of bidder. is in the scope of the bid
and Integrate the New station BMS system to
existing OCC . Kindly confirm
In BMS & TVS SCADA IO summary, Linear
ECS SPECIFICATION Heat Detection System interface shown with
Tentative station IO
Tentative station IO Tentative station IO Summary TVS North & South, BMS System, please confirm if Lineat heat LHDS system is not in scope
616 Summary TVS North & Pg No 6/6
Summary TVS North & LHDS DATA detection System shall provide by another of this bid
South
South, , vendor or please provide specification & BOQ
for LHDS.
Bidder to select suitable
BOQ PART D - BMS Please provide PM2.5, & PM10.5 sensor
617 9 Transducer & Actuator, PM2.5, & PM10.5 model of the same having
ECS specification.
BMS compatibility
in BOQ qty. mentioed zero but as per CPM IO
Supply, installation, testing & commissioning of flow
618 BOQ PART B - ECS 26.2 Flow Meter summary flow meter qty is 7 please confirm the Please follow addendum
meter compatible with BMS including all wiring
same.
Chiller Plant 2 core, ATC, multistrand, 1.0 sqmm, twisted, Please confirm size of the cable shall be 1.00
619 BOQ PART B - ECS 1B Please follow Bid conditions
Manager shielded, LSZH sheathed cable (BAS Signal) sqmm.
As defined in Chiller Palnt Manager BOQ & IO
summary, Chiller Plant manager scope is
SECTION A.25 CHILLER Energy metering using special Energy Software limited to montoring & controlling of Chiller
620 ECS SPECIFICATION PLANT MANAGER, POINT Pg No 263/270 with dashboard and customized reporting tools for Plant room equipments Like chillers, pumps, Please follow addendum
F(d) DMRC stations. cooling towers & Valves only. Please confirm if
Energy metering report is required only for
these equipments.
Automatic alarm routing through email is
SECTION A.25 CHILLER avialable in maximum all vendors equipment
Automatic alarm routing through email & SMS to
621 ECS SPECIFICATION PLANT MANAGER, POINT Pg No 263/270 but SMS feature is not availbale commonly. Please follow addendum
user
F(e) Please confirm if only email option is sufficient
for automatic alarm routing.
In CPM IO summary there are approximate 300
hard and soft I/O points, we shall consider the
software with maximum IO points requirement
The system (CPO) shall have minimum controlling
SECTION A.25 CHILLER as per actual site conditions with 20% extra
capacity of 10,000 physical points without
622 ECS SPECIFICATION PLANT MANAGER, POINT, Pg No 264/270 spare capacity. Also hardware module for the Please follow addendum
upgrading the data server software or related
Work included Point B same shall consider accoringly as per actual
hardware.
site conditions with 20% spares otherwise
panel size & cost with 10,000 I/O module shall
be very high & not useful.

SECTION A.25 CHILLER


PLANT MANAGER, Work
included Point B, CPO
Network engine should have inbuilt display & keys This is not a common feature for all
623 ECS SPECIFICATION System Architecture point 1 Pg No 265/270 Please follow addendum
to operate in absence of PC manufacturer, please confirm if it can delete.
standalone network
automation/cpntrol engine
(H)

SECTION A.25 CHILLER


PLANT MANAGER, Work
included Point B, CPO Network engine should have inbuilt IO points
This is not a common feature for all
624 ECS SPECIFICATION System Architecture point 1 Pg No 265/270 functionality able to act as a DDC controller as well Please follow addendum
manufacturer, please confirm if it can delete.
standalone network as supervisory contoller.
automation/cpntrol engine
(I)

SECTION A.25 CHILLER


PLANT MANAGER, Work
The Specification mentioned herein are applicable Please clarify if there is requirement of
included Point B, CPO
for the energy management system which is to be additional software other than CPM software for
625 ECS SPECIFICATION System Architecture point 2 Pg No 265/270 Please follow addendum
provide in the station BMS & OCC for central installation in BMS PC at station level & at
Work Station & Energy
monitoring OCC for central monitoirng & controlling.
Management Software (To
be integrated in BMS)

SECTION A.25 CHILLER


Each panel shall be provided with a socket for a
PLANT MANAGER, Work
portable operators terminal which can be connected
included Point B, CPO
via Bluetooth communication fr easy access for Bluetooth connectivity is not common for all
626 ECS SPECIFICATION System Architecture point 3 Pg No 267/270 Please follow addendum
testing & trouble shooting and no need to open the manufacturer, please confirm if can delete.
DDC field equipments
panel, and a port for network communication in
controller and input/output
Max. speed of 76 KBPS.
Module. Point F
Please confirm the type of flow meter to be
627 ECS SPECIFICATION A 13.3.9.7 Pg No 151/270 Flow Convertor Electronic Package Flow converter not required.
used for works.
CARBON DI OXIDE & AIR QUALITY MONITOR Please confirm types of parameter to be
628 ECS SPECIFICATION A 13.3.18 Pg No 153/270 Please follow addendum
SENSOR, AIR QUALITY monitor by Air quality sensor.
CARBON DI OXIDE & AIR QUALITY MONITOR Please confirm if 4-20ma signal is acceptable
629 ECS SPECIFICATION A 13.3.19 Pg No 154/270 SENSOR, The communication interface shall be instead of RS-485 for third party Agreed
RS-485 communication.
As being an high value item we request the
Details of the same should be incorporated as
Vol-I General Appx : 7-1 of 2/
630 Appendix 7 Engineer's Accommodation for Site Works an BOQ item so that we can Quote the relevent Please follow addendum
Specification 7-1 of 3
scope during submission of finalcial bid. Kindly
provide the BOQ for the same
We understand all the necessary approvals
from Govt.Dept or Bodies shall be provided by
Vol-I General Liaision with
631 16.1.1 Obtaning necessary Approvals for Govt. Bodies empoyer i.e JMRC ,however Contractar shall Please follow Bid conditions
Specification others
corinate for necessary paper works for the
same.Kindly confirm
We understand that the area/land for disposing
Vol-I General
632 17.2.7 Site Restriction Waste Disposal waste shall be provided by employer . Kindly Agreed
Specification
confirm
We understand all the necessary approvals
from Govt.Dept or Bodies shall be provided by
Vol-I General Transportation
633 17.10.3 Inteface with Govt. bodies empoyer i.e JMRC ,however Contractar shall Please follow Bid condition
Specification to site
corinate for necessary paper works for the
same.Kindly confirm
Vol-I General Outline Work Programe to be provided by the
634 2.4 Work Programe Outline Work Programe Please follow Bid conditions
Specification Employer. Kindly Confirm
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
TECHNICAL QUERIES (ELECTRICAL SYSTEMS)
PART-II REQUIREMENTS Section A15: 167 of 4.3.12 Insulatio Rated insulation voltage: 660 V AC, In Technical Specifications Please follow BOQ
Section 6 - Employers Low Voltage 270 n higher voltage acceptable insulation voltage is mentioned
Requirements (ERQ) Electrical Panel Voltage as 660V or higher but in BOQ it
Volume II Technical of is mentioned as 690 V Please
Specifications 1.q MCCB confirm.
PART-A BOQ 2 of 86
635
PART-I BIDDING PROCEDURES for Electrical
Section 4 - Bidding Forms (BDF) Works
Volume 2- Schedules of Prices
(BOQ)

PART-II REQUIREMENTS Section A15: 180 of 4.13.2(1) MCCB MCCBs shall comply with and be type- Kindly confirm whether the Fixed Type
Section 6 - Employers Low Voltage 270 tested to IS/IEC 60947-2 or EN 60947- MCCB shall be fixed or
Requirements (ERQ) Electrical Panel 2. Each MCCB shall be of fixed or withdrawable since the same is
Volume II Technical withdrawable type, as specified in the not mentioned in BOQ.
Specifications BOQ
PART-A BOQ
636
PART-I BIDDING PROCEDURES for Electrical
Section 4 - Bidding Forms (BDF) Works
Volume 2- Schedules of Prices
(BOQ)

PART-II REQUIREMENTS Section A15: 181 of 4.13.2(1) MCCB MCCBs to be provided in LV Main As per specifications & BOQ Please follow BOQ
Section 6 - Employers Low Voltage 270 Switchboard shall be stored energy MCCB shall be Stored energy
Requirements (ERQ) Electrical Panel type motorized and Suitable for typr motorised breaker but the
Volume II Technical Remote Closing by BMS. same is not mentioned in SLD.
Specifications Kindly clarify.
637
PART-I BIDDING PROCEDURES PART-A BOQ
Section 4 - Bidding Forms (BDF) for Electrical
Volume 2- Schedules of Prices Works
(BOQ)
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS Section A15: 181 of 4.13.3 (h) MCCB Rated: service short-circuit breaking Kindly clarify as there is a Please follow the
Section 6 - Employers Low Voltage 270 capacity (Ics): 65/50/35 kA mismatch in the clauses BOQ
Requirements (ERQ) Electrical Panel mentioned.
Volume II Technical
Specifications 1.0 (m)
The breaking capacity as mentioned
638
PART-I BIDDING PROCEDURES PART-A ECS 2 of 61 in items of
Section 4 - Bidding Forms (BDF) ELECTRICAL BOQ below, shall be Ics values and
Volume 2- Schedules of Prices WORKS shall not be less then
(BOQ) 50kA.

PART-II REQUIREMENTS List of electrical Classific Classification B, C & D1 As per SLD bus bars are Please follow bid
Section 6 - Employers drawings ation classified as B/C/D1. The same conditions
Requirements (ERQ) is not mentioned in BOQ. Kindly
639
Volume - III Bid drawings provide/clarify classification
basis of the same.

PART-II REQUIREMENTS List of electrical 1.05 Quantity of outgoing feeders is Please follow Bow
Section 6 - Employers drawings 25 Nos as per BOQ but in SLD it
Requirements (ERQ) is 29 nos. Kindly clarify.
Volume - III Bid drawings

640 PART-I BIDDING PROCEDURES 19 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.06 Quantity of 400/250 A 3p MCCB Please follow BOQ
Section 6 - Employers drawings outgoing feeders is 8 Nos as per
Requirements (ERQ) BOQ but in SLD it is 7 nos.
Volume - III Bid drawings Kindly clarify.

641 PART-I BIDDING PROCEDURES 19 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 1.06 Quantity of 160/100 A 3p MCCB Please follow BOQ
Section 6 - Employers drawings outgoing feeders is 8 Nos as per
Requirements (ERQ) BOQ but in SLD it is 9 nos.
Volume - III Bid drawings Kindly clarify.

642 PART-I BIDDING PROCEDURES 20 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.09 Mentioned Capacitor panel is Please follow BOQ
Section 6 - Employers drawings not available in SLD. Kinldy
Requirements (ERQ) provide. We will quote as per
Volume - III Bid drawings BOQ.

643 PART-I BIDDING PROCEDURES 22 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.16 Outgoing feeder of DB 155 as Please follow BOQ
Section 6 - Employers drawings per BOQ has RCBO where as in
Requirements (ERQ) SLD it is mentioned as RCCB.
Volume - III Bid drawings Kindly clarify.

644 PART-I BIDDING PROCEDURES 26 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 1.17 Outgoing feeder as per BOQ is Please follow BOQ
Section 6 - Employers drawings RCBO where as in SLD it is
Requirements (ERQ) mentioned as RCCB. Kindly
Volume - III Bid drawings clarify.

645 PART-I BIDDING PROCEDURES 26 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.18 For Outgoing feeders TP Please follow BOQ
Section 6 - Employers drawings contactor is mentioned in SLD
Requirements (ERQ) but not in BOQ. Kindly clarify.
Volume - III Bid drawings

646 PART-I BIDDING PROCEDURES 29 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.19 Quantity of borewll outgoing Please follow BOQ
Section 6 - Employers drawings feeders in 3 Nos as per BOQ
Requirements (ERQ) but in SLD it is 2 nos only.
Volume - III Bid drawings Kindly clarify.

647 PART-I BIDDING PROCEDURES 31 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 1.19 Outgoing feeder as per BOQ is Please follow BOQ
Section 6 - Employers drawings RCBO where as in SLD it is
Requirements (ERQ) mentioned as RCCB. Kindly
Volume - III Bid drawings clarify.

648 PART-I BIDDING PROCEDURES 31 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.19 Quantity of Stat delta starter Please follow BOQ
Section 6 - Employers drawings with 13 A MCCB is not matching.
Requirements (ERQ)
Volume - III Bid drawings

649 PART-I BIDDING PROCEDURES 33 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.19 Quantity of DOL starter with 6.3 Please follow BOQ
Section 6 - Employers drawings A MCCB is not matching.
Requirements (ERQ)
Volume - III Bid drawings

650 PART-I BIDDING PROCEDURES 33 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 1.20 Quantity of Local motor control Please follow
Section 6 - Employers drawings panels for sewage pumps is 2 Addendum
Requirements (ERQ) nos (DB 111 & 211) as per BOQ
Volume - III Bid drawings but only one(DB 111) is
mentioned in SLD. Kindly clarify.
651 PART-I BIDDING PROCEDURES 33 of 86
Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.20 Rating of incomer feeder ois Please follow BOQ
Section 6 - Employers drawings 100/63 A 4p motorised MCCB
Requirements (ERQ) as per BOQ but in SLD it is
Volume - III Bid drawings 160/100 A MCCB . Kindly clarify.

652 PART-I BIDDING PROCEDURES 34 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.20 Outgoing feeder as per BOQ is Please follow BOQ
Section 6 - Employers drawings RCBO where as in SLD it is
Requirements (ERQ) mentioned as RCCB. Kindly
Volume - III Bid drawings clarify.

653 PART-I BIDDING PROCEDURES 34 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 1.20 For Outgoing feeders TP Please follow BOQ
Section 6 - Employers drawings contactor is mentioned in SLD
Requirements (ERQ) but not in BOQ. Kindly clarify.
Volume - III Bid drawings

654 PART-I BIDDING PROCEDURES 34 of 86


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 1.20 Local motor control starter for Please follow BOQ
Section 6 - Employers drawings Entry/Exit pumps panel is not
Requirements (ERQ) available in SLD. Kinldy clarify.
Volume - III Bid drawings

655 PART-I BIDDING PROCEDURES PART-A BOQ 35 of 86


Section 4 - Bidding Forms (BDF) for Electrical
Volume 2- Schedules of Prices Works
(BOQ)

PART-II REQUIREMENTS List of electrical 2.1 SLD's for Small power boards Please follow BOQ
Section 6 - Employers drawings are not available. Kindly
Requirements (ERQ) provide. The same will be
Volume - III Bid drawings quoted inline with BOQ.

656 PART-I BIDDING PROCEDURES PART-A BOQ


Section 4 - Bidding Forms (BDF) for Electrical
Volume 2- Schedules of Prices Works
(BOQ)
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS Section A17: 225 of A17.3.3.1 Cable Widths of cable trays, thickness of Thickness of trays below 300 Please follow BOQ
Section 6 - Employers CABLE 270 ( e) trays steel, flanges of trays, and bends or mm width is mentioned as
Requirements (ERQ) CONTAINMENT tees, shall be nominally as follows: 1.5mm as per specification but
Volume II Technical SYSTEM in BOQ it is 2 mm. Kindly clarify.
Specifications
657
PART-I BIDDING PROCEDURES 3.09
Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS Section A17: 225 of A17.3.3.1 Cable Widths of cable trays, thickness of Thickness of trays for 300- Please follow BOQ
Section 6 - Employers CABLE 270 ( e) trays steel, flanges of trays, and bends or 450mm width is mentioned as
Requirements (ERQ) CONTAINMENT tees, shall be nominally as follows: 1.6mm as per specification but
Volume II Technical SYSTEM in BOQ it is 2 mm. Kindly clarify.
Specifications
658
PART-I BIDDING PROCEDURES 3.09
Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS Section A17: 225 of A17.3.3.1 Cable Widths of cable trays, thickness of Flange height for trays below Please follow BOQ
Section 6 - Employers CABLE 270 ( e) trays steel, flanges of trays, and bends or 300 mm is 35 mm as per
Requirements (ERQ) CONTAINMENT tees, shall be nominally as follows: specification but in BOQ it is 50
Volume II Technical SYSTEM mm. Kindly clariify
Specifications
659
PART-I BIDDING PROCEDURES 3.09
Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS Section A17: 225 of A17.3.3.1 Cable Widths of cable trays, thickness of Flange height for trays 300-450 Please follow BOQ
Section 6 - Employers CABLE 270 ( e) trays steel, flanges of trays, and bends or mm is 35 mm as per
Requirements (ERQ) CONTAINMENT tees, shall be nominally as follows: specification but in BOQ it is 50
Volume II Technical SYSTEM mm. Kindly clariify
Specifications
660
PART-I BIDDING PROCEDURES 3.09
Section 4 - Bidding Forms (BDF)
Volume 2- Schedules of Prices PART-A BOQ
(BOQ) for Electrical
Works

PART-II REQUIREMENTS List of electrical 79 of 86 9A.1 DG supply incoming feeder is Please follow BOQ
Section 6 - Employers drawings mentioned as 3P ACB in BOQ
Requirements (ERQ) but in SLD it is 4P ACB. Kindly
Volume - III Bid drawings clarify.

661 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-I BIDDING PROCEDURES PART-A BOQ 80 of 86 Outgoing feeders - (Total 4 Nos) - One We presume that the total no f Please follow BOQ
Section 4 - Bidding Forms (BDF) for Electrical Nos. for DB - 260, One Nos. for DB - outgoing feeders shall be 3 nos-
Volume 2- Schedules of Prices Works 310 & One Nos. for Spare with each of ne Nos. for DB - 260, One Nos.
662
(BOQ) the above feeders consisting of the for DB - 310 & One Nos. for
following: Spare . Kindly confirm.

PART-II REQUIREMENTS List of electrical 80 of 86 9A.2.D Quantity of 400/400 A 3p MCCB Please follow BOQ
Section 6 - Employers drawings is not matching with SLD.
Requirements (ERQ)
Volume - III Bid drawings

663 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 80 of 86 9A.2.D Quantity of 100/40 A 3p MCCB Please follow BOQ
Section 6 - Employers drawings is not matching with SLD.
Requirements (ERQ)
Volume - III Bid drawings

664 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 80 of 86 DB-291 Outgoing feeder 160/100 A 3p Please follow BOQ
Section 6 - Employers drawings MCCB is not mentioned in BOQ.
Requirements (ERQ) Kindly clarify.
Volume - III Bid drawings

665 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 81 of 86 9A.3.A Incomer to DB-291 is mentioned Please follow BOQ
Section 6 - Employers drawings as 160/100 A in SLD but in BOQ
Requirements (ERQ) it is 100/40 A . Kindly clarify
Volume - III Bid drawings

666 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 81 of 86 9A.3.C Quantity of DOL outgoing is not Please follow BOQ
Section 6 - Employers drawings matching.
Requirements (ERQ)
Volume - III Bid drawings

667 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 81 of 86 DB-291 DG battery charger outgoing is Please follow BOQ
Section 6 - Employers drawings mentioned in SLD but in BOQ
Requirements (ERQ) the item is not available. Kinldy
Volume - III Bid drawings clarify.

668 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 81 of 86 9A.3.C Outgoing of 10 A MCB is Please follow BOQ
Section 6 - Employers drawings mentioned in BOQ but not in
Requirements (ERQ) SLD. Kindly clarify
Volume - III Bid drawings

669 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 4 of 61 1.1.01 No of incomers for 170/270 as Please follow BOQ
Section 6 - Employers drawings per BOQ is 2 nos whereas SLD
Requirements (ERQ) shows 3 incomers for DB-
Volume - III Bid drawings 170/270. Please clarify

670 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 4 of 61 1.1.01 As per SLD incomer of Please follow
Section 6 - Employers drawings DB170/270 have 4P ACB Addendum
Requirements (ERQ) whereas in BOQ it is TPN ACB.
Volume - III Bid drawings Please clarify

671 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 9 of 61 1.1.08 As per SLD feeder rating of Please follow BOQ
Section 6 - Employers drawings Cooling tower fans is 40A
Requirements (ERQ) whereas in BOQ it is 25A.
Volume - III Bid drawings Please clarify

672 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 10 of 61 1.1.10 Please confirm whether MCCB Please follow BOQ
Section 6 - Employers drawings or MCB is used in feeder for
Requirements (ERQ) UPS-AB (Anciliary Building).
Volume - III Bid drawings BOQ does not call for any MCB
feeder
673 PART-I BIDDING PROCEDURES
Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 14 of 61 1.3.03 As per SLD, there 3 nos of 250A Please follow BOQ
Section 6 - Employers drawings star -delta feeder whereas BOQ
Requirements (ERQ) does not call for star delta
Volume - III Bid drawings feeder. Please clarify

674 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works

PART-II REQUIREMENTS List of electrical 14 of 61 1.3.05 As per SLD, there are 7 nos of Please follow BOQ
Section 6 - Employers drawings 4A DOL and 1 no of 100A DOL
Requirements (ERQ) feeder whereas in BOQ it is
Volume - III Bid drawings mentioned as 8 nos 4A
feeder.Please clarify
675 PART-I BIDDING PROCEDURES
Section 4 - Bidding Forms (BDF) PART-A BOQ
Volume 2- Schedules of Prices for Electrical
(BOQ) Works
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 35 of 61 1.06A In SLD there is only 1 CT for Please follow BOQ
Section 6 - Employers drawings metering but in BOQ it is
Requirements (ERQ) mentioned as 3 nos. Kinldy
Volume - III Bid drawings clarify.

676 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 35 of 61 1.06C In SLD DP Contactor for DOL Please follow BOQ
Section 6 - Employers drawings outgoing feeders are mentioned
Requirements (ERQ) where as in BOQ it is mentioned
Volume - III Bid drawings as 3Pole contactor.Kindly clarify.

677 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 35 of 61 1.07.A In SLD there is only 1 CT for Please follow BOQ
Section 6 - Employers drawings metering but in BOQ it is
Requirements (ERQ) mentioned as 3 nos. Kinldy
Volume - III Bid drawings clarify.

678 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 31 of 61 1.07.C In SLD DP Contactor for DOL Please follow BOQ
Section 6 - Employers drawings outgoing feeders are mentioned
Requirements (ERQ) where as in BOQ it is mentioned
Volume - III Bid drawings as 3Pole contactor.Kindly clarify.

679 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 32 of 61 1.08.A Incomer breaker for capcitor Please follow BOQ
Section 6 - Employers drawings bank panel is 630 A TP ACB as
Requirements (ERQ) per SLD whereas in BOQ it is
Volume - III Bid drawings mentioned as 630 A 3P MCCB.
Kindly clarify.
680 PART-I BIDDING PROCEDURES
Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 32 of 61 1.08.A In SLD there is only 1 CT for Please follow BOQ
Section 6 - Employers drawings metering but in BOQ it is
Requirements (ERQ) mentioned as 3 nos. Kinldy
Volume - III Bid drawings clarify.

681 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 33 of 61 1.09.A In SLD there is only 1 CT for Please follow BOQ
Section 6 - Employers drawings metering but in BOQ it is
Requirements (ERQ) mentioned as 3 nos. Kinldy
Volume - III Bid drawings clarify.

682 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 36 of 61 1.11 The mentioned item is not Please follow BOQ
Section 6 - Employers drawings available in SLD. We will quote
Requirements (ERQ) as per BOQ. Kindly confirm
Volume - III Bid drawings

683 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 43 of 61 1.12.01.A In SLD there is only 1 Ct for Please follow the
Section 6 - Employers drawings metering but in BOQ it is BOQ
Requirements (ERQ) mentioned as 3 nos. Kinldy
Volume - III Bid drawings clarify.

684 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 43 of 61 1.12.01.B As per BOQ short circuit rating Please follow BOQ
Section 6 - Employers drawings of bus bars is 50 kA whereas in
Requirements (ERQ) SLD it is 65 kA. Kindly calrify.
Volume - III Bid drawings

685 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 43 of 61 1.12.01.C Rating of soft starter feeder is Please follow
Section 6 - Employers drawings mentioned as 280 KW in SLD Addendum
Requirements (ERQ) whereas in BOQW it is 270 KW.
Volume - III Bid drawings Kindly clarify.

686 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 43 of 61 1.12.01.C For Soft starter outgoing 1.no of Please follow
Section 6 - Employers drawings ACB is mentioned in BOQ. We Addendum
Requirements (ERQ) presume that ACB for 2 sets
Volume - III Bid drawings ofsoft starter shall be 2 nos .
Kindly confirm.
687 PART-I BIDDING PROCEDURES
Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
PART-II REQUIREMENTS List of electrical 44 of 61 1.12.01.C As per BOQ 10 sets of Dol units Please follow
Section 6 - Employers drawings are mentioned whereas in SLD Addendum
Requirements (ERQ) there are 11 nos(including
Volume - III Bid drawings spare). Kindly clarify.

688 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 43 of 61 1.12.01.C The mentioned item is not Please follow
Section 6 - Employers drawings available in DB-240 in SLD. Addendum
Requirements (ERQ) Kindly clarify.
Volume - III Bid drawings

689 PART-I BIDDING PROCEDURES 2 No. 10 A MCCB feeder for


Section 4 - Bidding Forms (BDF) PART-A ECS compressor Drier
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

PART-II REQUIREMENTS List of electrical 45 of 61 1.12.01.C 2 No. 100 A MCCB feeder for The mentioned item is not Please follow
Section 6 - Employers drawings compressor available in DB-240 in SLD. Addendum
Requirements (ERQ) Kindly clarify.
Volume - III Bid drawings

690 PART-I BIDDING PROCEDURES


Section 4 - Bidding Forms (BDF) PART-A ECS
Volume 2- Schedules of Prices ELECTRICAL
(BOQ) WORKS

TECHNICAL QUERIES (MECHANICAL SYSTEMS)


Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II A04 Witness Air Witness Testing of A/C Scroll Chillers The chiller can be tested at full Please follow bid
Testing of Cooled in Factory load (100%) load that too for conditions
A/C Scroll Screw 250 KW at 28 Deg C Ambient
Chillers in Chiller Temp. The Eurovent Certified
Factory Test Bed has a limitation of
691
minimum testing possibility for
250 KW which comes at 28 Deg
C for proposed Model. Hence
Part Load testing is not possible.

Volume II A03 page 44 Clause Centrifu Factory Installed Insulation Insulation on cold parts are
of 270 A03.3.5.C gal done on site as per factory
hillers - Water recommendation; to avoid any
Acceptable.
A03.3.4 Chiller kind of damage on insulation
692 Insulation to be
during transition from factory till
done by OEM only
site.Hence , we request you to
consider Insulation at Site
instead at Factory.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II A03 page 55 Data Water Winding Temp. Sensor Tripping happens due to other Please follow
of 270 Sheet Cooled safeties like high current draw, Addendum
& Screw low suction pressure, Hi
page 59 Chiller discharge Pressure, oil temp.
of 270 etc.
The draw back of winding
temperature sensors embedded
in windings is that when these
sensors get weak/faulty after
certain period of time , it leads
to frequent on/offs of the
693 machine. In order to replace the
faulty sensor, the complete
compressor need to be
dismantled, winding to be
removed , sensor to be inserted
in stator slot & rewind again (
gas to be removed/ flushing/
nitrogen charged/vaccumised &
then recharged with refrigerant)
. The other method is to bypass
the faulty sensor.

Volume II A25 ECS - Chiller Energy metering using special Energy We can provide customised
Specific plant Software with dashboard and energy reports (captured from
ations - manage customised reporting tools for DMRC EM/FM etc) of equipments on
Page r daily basis . We can generate
No daily/monthly/quartely/annual
260R1, consumption reports.
point no Customised Energy Dashboard Please follow
694
Fd will be there for real time values. Addendum
KWh Consumption is calculated
through energy meters and TR
is calculated through flow meter
in chilled water line.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II A25 Page CPO Chiller Historian of Point Data shall be We are partially complying with
No 266 System plant configurable as part of the point this with the clarification that live
of 270 Architectur manage definition. Historian shall be provided trend viewer polls at 10 seconds Please follow
695
e.2.C r for both snapshot and averages with intervals and we can go up to 1 Addendum
intervals ranging from 5 Sec to 24hrs minute trend interval for data
logs.
Volume II A25 Page CPO Chiller Trend and change of value data shall From the specifications, we
No 266 System plant be stored within the engine and have understood that all trends
of 270 Architectur manage uploaded toa dedicated trend are being stored in network
e.2.D r database or exported in a selectable engine (Tracer SC) and can be Please follow
696
data format via a provided data easily exported to required Addendum
export utility. format in Tracer ES. With this
understanding we confirm that
we are complying.
Volume II A25 Page CPO Chiller Automatic Alarm routing through e- SMS feature is not available
No 266 System plant mail and SMS to user, Automatic however the email option is
of 270 Architectur manage Alarm Email/SMS option available available Please follow
697
e.2.K r In case of CPM, critical alarms Addendum
etc shall be sent through email
of the customer
Volume II A25 Page CPO Chiller Network Engine should have inbuilt The supervisory controller does
No 266 System plant display and keys to operate in not have inbuilt IO points and it
of 270 Architectur manage absence of PC. Network Engine cannnot act as a DDC controller.
e.1.H & I r should have inbuilt IO points, Since our Network engine is
funcionally able to act as a DDC webbased we can connect any
controller as well as a supervisory Tab/PC/Laptop and directly
controller access data in it. So no need to Please follow
698 have dedicated inbuilt Addendum
display.There is no need of built
in IO points in Network
Controller. However if there is
any such requireement we can
add one IO module.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II A25 Page CPO Chiller
Each Panel will be provided with a the controllers are provided with
No 267 System plant
socket for a Portable Operator the USB Port(Socket) to
of 270 Architectur manage
Terminal(POT) which can be connect POT, Instead of
e.3.F r connected via Bluetooth Bluetooth, the portable operator
Please follow
699 communication for easy access for terminal will be connected with
Addendum
testing and trouble shootingand no the controllers through a cable.
need to open the panel, and a port for
network communications in max
speed of 76 Kbps
Volume II A25 Page Immersion Chiller Standard of acceptance : johnson We propose to supply DMRC
No 268 plant controls TE-6300 series or approval Approved make(GREYSTONE)
Please follow
700 of 270 Temperatu manage equal
Addendum
re Sensors r

Volume II A25 Page Worl Chiller The.Chiller Plant Optimizer System we confirm that Trane software
no 264 Included B plant (CPO) shall be a state of theart (Tracer ES) as well as hardware
of 270 manage technology, freely expandable for any (server) has capacity of 10,000
r future expansion plans.The system controlling points without
(CPO) shall have a minimum upgrading.
controlling capacity of
10,000 physical points without
upgrading the data server softwareor
related hardware. In general the
701 system shall support "Open Noted
Architecture Concept" with capability
to Dynamic Data Exchange(DOE)
Link. The system shall be modular in
nature, and shall permit expansion of
both capacity and functionality through
the
addition of sensors, actuators,
controllers and operator devices,while
re-using existing controls equipment.

Volume II A01 Page A01.3.2.1 Air The Cooling coil shall be of seamless Please Clarify ,can it be as per Please follow bid
no 18 of handling copper tubes,not less than 0.5 mm manufacture standards conditions
702
271 Unit thick and minimum 12.5 mm .
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II A01 Page A01.3.6.2 Air outer Skin shall be 1.0 mm GI Steel We confirm that unit Please follow bid
no 19 of handling sheet ,while inner skin shall be performance, coil performance conditions
271 Unit minimum 1.2 mm GI steel Sheet. and Mechanical Strength shall
be certified with Eurovent.
However, we can meet the
same with sheet thickness of
703
0.6mm and therefore, request
you to kindly allow us to quote
with Sheet thickness equal to
0.6mm or more, as per
manufacturere standards

Volume II A10 page no A10.3.27.1 PICV- FCU Control valve IN BOQ not Considered It is considered in
704 134 of FCU item 8.5 of ECS
270 BOQ
Volume II A02 page no A02.3.2.1 Fan in cooling cooling .coil shall be 4 rows Please Clarify ,can it be as per Please follow bid
30 of Coil Unit deep of seamless copper tubes not manufacture standards conditions
270 less than 12.5 mm O.D and 0.5 mm
705
thick encased in SS-304 frame and
having copper header

Volume II A02 page no A02.3.2.2 Fan the Coil Shall have continuous Please Clarify ,can it be as per Please follow bid
30 of Coil Unit aluminium fins having minimum manufacture standards conditions
271 thickness of 0.15 mm max 13 fins per
706
inch.The Fins shall have hyfrophilic
coating and shall be of sinusoidal
pattern.
Volume II A10 page no A10.3.27.4 PICV- Valve vody to mbe made from only Please Clarify ,can it be as per Please follow bid
134 of FCU ductile iron for Ahu and brass for Fcu manufacture standards conditions
707
270 PICV and should be dual soild Painted
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II Scope Capacities/Rating of Equipments Tender price is based on the Please follow
of Work: tender drawings(fan pressure general note (c) of
drop, noise anlaysis,pump ECS BOQ.
heads, cables, switchgear and
etc. are determined based on
the tender drawing hence the
708 quoted price also based on the
given tender drawings. Incase
any changes from either
structure or architectural room
layout in the execution stage,
this shall be treated as variation.
Please confirm this.

Volume II Scope Delay Contractor's responsibilities for Please follow bid


of Work: the delay shall be confined by conditions
Contractor's fault If delays from
other contractors(Civil or other
system wide contractor), the
709 time extension shall be given
and resaonable monetary
reimbursement.if the delay is
more than 90 days also shall be
given.please confirm

Volume II BOQ Sound Attenuators Hope that Size of TVS Sound Please follow bid
attenuators system taken care conditions
based on the velocity/cross
710 section.Do we need to take
additional size during design,if
any change.Pleaese confirm.

Volume II V01 page no V01.3.3.3. TVS Emergency fan-motor units shall 1400mm fan efficiency is Please follow
18of 78 Fans have a total efficiency of not less 57%.Please Clarify ,can it be as Addendum
711 than and not less than 50 percent in per manufacture standards
reverse flow, when operating at the
specified nominal flow rate.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II V01 page no V01.3.3.4. TVS Fans shall be capable of starting from Only possible with Please follow
18of 78 Fans a standstill to full speed, in not more DOL start. We recommend Addendum
than 30 seconds as per NFPA reversal intervals of NFPA
130,without failure of any part of the and our O&M manual.Please
unit. Fans shall be capable of Confirm
reversing to full speed from either
712 direction of airflow and rotation during
an emergency within 20 seconds,
after a 10 second delay between
power interruption and the energising
of themotor for the reversed rotation,
without failure of any part of the unit.

Volume II V01 page no V01.3.4.1. TVS Impeller hub and blades shall be of Please Clarify ,can it be as per Follow bid condition
18of 78 Fans rating for 250 degreeC for 2 hours manufacture standards
fabricated of aluminium alloy castings
(ASTM B686) or forgings (ASTM
B247) or steel (ASTM A-588, Grade A
and A-151, 1020 hot rolled) or
equivalent BS, EN & DIN std., suitable
for the specified performance and
environment. Fan rotating
componentsshall be designed such
that no measured or calculated stress
713 level shall exceed 60 percent of the
components materials ......................
In addition, the Contractor shall
providemetal templates or other
approved devices to facilitate settings
of blade angles in the field. One
emplate shall be provided attached to
each fan unit in a location that is
subject to the Authority's approval.
One emplate shall also be provided
with each maintenance manual.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II V01 page no V01.3.4.6 TVS Emergency fan-motor unit assembly Fan/Motor supports will be of
19 of 78 Fans supports shall be of carbonsteel not sufficient structural rigidity and
less than 10 mm thick for TVF and design to meet their required
6mm thick for TEF.Supports for purpose, thrust plates will not be
horizontally floor mounted fans shall required for smaller fan
include fan-motorunit structural steel diameters.Please Clarify ,can it
base with vertical supports extending be as per manufacture standards Will be evaluated
714 from thebase to the fan housing during vendor and
centreline flange and with horizontal technical approval
thrust
plates extending over the full length of
the fan housing. Verticalsupports and
thrust plates shall be welded
continuously to thesurfaces with which
they come into contact.
Volume II V01 page no V01.3.4.9 TVS Bolts shall be not less than 12 mm Galvanized bolts and nuts had Please follow bid
20 of 78 Fans diameter. Bolts, nuts, washersand been used conditions
lock washers used on the fans and in earlier Metro Projects.please
715 components shall be Type316 Confirm
stainless steel, silicon bronze, or other
corrosion-resistant material as
approved.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II V01 page no V01.3.5.1 TVS After fabrication and prior to We will use our standard paint Acceptable as per
20 of 78 Fans assembly, all inside and which will manufacturer
outsidesurfaces of all fan housings, be of course non-toxic. Appr. standard
fan housing extensions, supports thickness of the total coating
andfan-motor unit bases shall be (primer+paint) would
prepared in conformity to be160 m. Same had been
therequirements of SP-10 NewWhite done for Dehli Metro
Blast Cleaning and shall be givena before.Please Confirm
rust-inhibiting coating, which may
consist of an approved plastic coating,
or bonderizing, or phosphatizing,
followed by the application of a
suitable rust-inhibiting primer and
716 finish paint that is resistant to abrasion
and to exposure to elevated
temperatures. Surface finish shall be
capable of withstanding for one hour
in an ambient temperature of 250
degree C without degradation of its
protective quality, and without emitting
toxic or noxious fumes. Contractor
may also provide Hot dip galvanized
fan housings, fan housing extensions,
supports and fan-motor unit bases etc.
with minimum 275GSM galvanisation

Volume II V01 page no V01.3.6.4 TVS Motors shall be capable, under the Some units may require up to Please follow
20 of 78 Fans specified operating conditions, of 20 seconds to reach full speed. Addendum
accelerating the impeller from a Only possible withDOL start. We
standstill to rated rotational speed in recommend
not more than 15 seconds after being reversal intervals of NFPA and
energised. Motors shall also be our O&M manual.Please Confirm
717
capable of decelerating the impeller
and accelerating to rated rotational
speed in the opposite direction in not
more than 30 seconds after being
energised for reverse rotation.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II V01 page no V01.3.6.7 TVS During continuous operation, motors Al the fan shall suitable to work
21 of 78 Fans shall be insensitive to line for 415V +/- 10% or 5%/-15%
voltage variation of ten percent above
or below the rated voltage
To be evaluated
and to normal frequency variation.
718 during vendor and
Motors shall be able to
technical approval
accelerate to full speed at rated load
with starting voltage (dip) of
25 percent below rated voltage of
themotor.
Volume II V01 page no V01.3.6.9 TVS Minimum power factor of motors shall All the power factor of the motor Please follow bid
719 21 of 78 Fans be 85 percent of the high shall be per IEC Standard conditions
speed winding at the rated load.
Volume II V01 page no V01.3.15.1 TVS At least one TEF and oner TVF fan Unidirectional fans will be only Unidirectional fans
26 of 78 Fans shall be operated continuously for a tested in one direction.Please can only be tested
total of 8 hours, 4 hours in the forward Confirm in one direction.
(exhaust) mode and 4 hours in the
720 reverse (supply) mode of rotation.
During reversal, fan shall be allowed
to coast for a period of five minutes
before being restarted in the reverse
direction.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II V01 page no V01.3.16.4 TVS Triaxial Strain gauges shall be applied This is not required for our blade
26 of 78 Fans to two blades per impeller and to the design as per the manufacturer
hub of the unloaded impeller of each standard. The loads are
fan. To accurately measure strains transferred by cast-in steel
and stresses developed in each rotor, structures. The aluminium just
one strain gauge at themidpoint and gives the aerodynamic shape.
one strain gauge at the tip of blades But by strain tests you measure
on each side shall be applied on the strain on the surface of the
minimum of two blades. In addition, blade only. the results do not
one strain gauge shall be applied on say anything about the strain
impeller hub for each strain gauged inside the aluminium and
blade. The strains developed during nothing about the loads within
performance testing shall be the cast-in steel To be evaluated
721 continuouslymeasured and monitored. stuctures.Please confrm during vendor and
Themeasured strains produced under technical approval
the performance test load shall be
used to calculate the corresponding
stresses. Stresses found shall not
exceed sixty percent of thematerial
yield strength at 250C. The methods
of strain measurement and stress
calculation shall be submitted to the
Authority for approval. The Contractor
shall submit themanufacturer's
notarised certification that the
measured strains and the
corresponding calculated
Volume II V01 page no V01.3.17.1 TVS Preproduction unit which has Noise test will be done acc. To Please follow bid
27 of 78 Fans satisfactorily passed all preceding ISO13347/ISO3747/DIN45635 conditions
tests and inspections specified shall as for previous Metro
be tested in accordance with Projects.Please Clarify.
the induct test procedure of ANSI
722
12.34 / BS EN 848 / ISO 13347 /
DIN 45635 to obtain sound power
level data at eight-octave band
centre frequencies from 63 Hertz to
8,000 Hertz.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II V05 page no V05.2.3.3 TVS Submit design calculations for the fan As a civil design is not in our Please follow bid
64 of 78 Fans structural supports. scope ,We shall deliver GA conditions
drawings showing all necessary
informationto the Civil
723 Contractors.Based on the
information civil contractor has
to design the pedestal/Structural
supports for the Fans

Volume II V05 page no V05.2.3.7 TVS Submit design calculations for the fan As a civil design is not in our Please follow bid
64 of 78 Fans structural supports. scope ,We shall deliver GA conditions
drawings showing all necessary
informationto the Civil
724 Contractors.Based on the
information civil contractor has
to design the pedestal/Structural
supports for the Fans

Volume II V05 page no V05.3.5.3. TVS Fabricate fan supports of galvanised As per Manufacturer standard Please follow bid
64 of 78 5 Fans steel not less than 10 mm material thickness (8mm) is conditions
thick. Weld supports to the fan offered, they are NOT welded to
725
housing and cross brace to provide fan casing.Please Clarify.
rigidity.

Volume II V06 page no A06.3.6.6 Motorise All materials used for the construction As per Manufacturer Standard Shall be rated for 2
93 of d of the MSFD/MFD shall be so selected all the fire dampers shall with hrs @ 250C
270 Smoke and all components and accessories stand 1.5 hrs @ 250C.Please
And of the dampers shall be so designed Confirm
Fire that the dampers will be fully
Damper operational in accordance with the
726 performance requirements specified
when fully exposed in an air
streamtemperature of 250C for not
less than one hour. Accessories shall
include electric actuators, limit
switches and any other damper status
sensing devices.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II A08 page no A08..3.3.1 Cooolin the Fan Assembly shall be statically As per Manufacturer Standard Please follow
109 of g Tower and dynamically Balanced Fan Assembly will be statically Addendum
727
270 balanced only.Please Confirm.

Volume II A08 page no Data Cooolin Fan : Blade/Hub--Cast Aluminum Blades shall be of cast Please follow
111 of Sheet g Tower Alloy,En-8 aluminium alloy and hub shall Addendum
728
270 be of CI/ aluminium
plated.Please Confirm
Volume II A05 page no A05.3.2 Water The pump efficiency shall As the Duty conditions of the Please follow
71 of Circulati be 80% minimum for primary pumps are in a wide range the Addendum
729 270 ng pump Secondary and condeser water pump. efficiency can also be from 73 to
80% and above.Please Confirm

Volume II A10 page no A10.3.19.3 Vaccum The Degasser shall be able to switch Smart Degasser can be Please follow bid
130 of Degaser itself off when the pipeline achieves connected to BMS & the status conditions
270 desired Pressure & degassed levels of can be seen on the computer.
water. Switching off the Degasser on
reaching the set pressure can
be achieved only if it is
combined with refill equipment.
730 We have not offered refill
equipment & degasser which
has been offered will not do
water filling job & hence will
operate after water is filled up in
the system.

Volume II A10 page no A10.3.19.3 Vaccum The Degasser shall be of Carbon Degasser offered can be used Please follow bid
130 of Degaser Steel with a Brass Automatic Airvent. only up to 150 CuM. For conditions
270 It should degas the volume from 150 systems of water quantities
731
to 300m3 more than 150 CuM, two
holding degassers in parallel need to be
used.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Volume II BOQ Pumps Actual head should be as per please confirm once again the Please follow bid
for contractor calculation ,without any same clause. conditions
Water extra cost for all pumps
Supply/
732
Sewage/
seepage
water

Volume II BOQ Pumps - Since tender BOQ call for only Confirmed pump
for pumps sets,therefore piping and accessories are in
Water all ancillaries likes valves, the scope of the bid
Supply/ strainer,guauges etc,shall not
733
Sewage/ be in E&M Contractors Scope
seepage .please Clarify
water

COMMERCIAL QUERIES
Part- I Sec-1, ITB 1-5 4.3.e Conflict A Bidder participates in more than one We request you to kindly The same will be
of bid in this bidding process, confirm that vendors mentioned treated as vendor.
interest either individually or as a partner in a under approved vendor list in
joint venture, except for specification will be treated as
alternative offers permitted under ITB sub-vendors only and not as
13. This will result in the "sub-contractor".
disqualification of all Bids in which it is
734 involved. However, subject to any
finding of a conflict of interest in terms
of ITB 4.3 (a) - (d) above, this does
not limit the participation of a Bidder
as a subcontractor in another Bid or of
a firm as a subcontractor in more than
one Bid; or

Part- I Sec-1, ITB 2-3 19.1 Currenci The prices shall be quoted either in We request you to kindly Please follow ITB
es of Bid the currency of the Bidder's home mention the list of fully 19.1 of Section-2
735 country, or in any fully convertible convertible foreign currencies in
currency of up to three foreign which Bidder can quote his
currencies prices
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Part- I Sec-6, ER 6-20 7 Personn Personnel Requirements We would like to bring to your Please follow bid
el kind notice that the key conditions
Require minimum staff requirement
ments specified under the referred
clause is on higher side and
request you to kindly allow the
736 Contractor to deploy sufficient
manpower based on his
execution expertize for
successful & timely completion
of the project as per the Key
Dates. Please confirm.

Part- III Sec-6,ER 6-24 9 Time 9. Schedule of Key Dates Please let us know the The access dates
Schedul readiness of the Civil Works of will be provided
e the two stations. Request you to after award of the
kindly provide the details of the works
Access Dates in order to the
737
assess the lead time available
for the Contractor to meet the
Key Dates of the Project
Completion Schedule

Part-I Vendor Approval 6 to 11 Appendix- Vendors Vendors List We would like to bring to your Contractor can
A1 List kind notice that there are certain propose any make
items for which only 1 or 2 meeting the bid
makes are specified in the requirements
approved vendor list. In those
738
cases we request you to kindly
accept any other equivalent
make in order to avoid
monopoly. Please confirm.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Part- III Sec-9, 9-7 Appendix- Price Price Adjustment Since major electrical vendors Please follow bid
Contract Forms 2 Adjustm like Cables, Switchgears, conditions
ent Batteries etc. in India follow
IEEMA basis for calculating
Price Variation,we request you
to consider IEEMA formulae for
739 electrical equipments. And items
for which IEEMA formulae
doesn't exist, we shall follow the
formulae given in Appendix-2 of
Contract Forms.Kindly accept
and confirm.

Part- III Sec-9, 9-7 Appendix- Price Price Adjustment Contractor shall be Please follow bid
Contract Forms 2 Adjustm compensated for any price conditions
ent escalation during
740
extension/delay period for the
reasons not attributable to
Contractor.
Part- III Sec-8,SCC 8-6 6 Form C Contract Price Please clarify whether JMRC Form 'C'will not be
shall issue 'C' form for obtaining issued.
741 Concessional Sales Tax for inter-
state transaction on sale in
transit basis
Part- III Sec-8,SCC 8-6 6 High Contract Price Please clarify whether the
Sea equipment under this project High Sea Sales not
742
Sales can be shipped on High Sea permitted
Sales basis?
Part- III Sec-8,SCC 8-6 6 Contract Contract Price We request you to kindly clarify
Price the following,
(i) Whether Octroi to be
included in the Price Bid ?
Please follow bid
743 (ii) Whether Octroi shall be
conditions
considered for price bid
evaluation?
(iii) Whether Octroi shall be
reimbursed by JMRC?
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Part- III Sec-8,SCC 8-15 23 Complet Liquidated Damages Delay on account of any Please follow bid
ion reasons not attributable to conditions
Time Contractor shall not be liable for
744
Guarant levy of Liquidated Damages on
ee Contractor, Please confirm.

Part- III Sec-7,GCC 7-10 9 Contract Contractor's Responsibilites We presume that our scope is Please follow bid
or's limited to getting approval from conditions
745
Respon CEIG / CEA approvals only.
sibilites
Part- III - - - - ROW approvals and permissions We presume that the ROW Agreed
permissions and approvals is
available for this project and
shall be in Employer's Scope.
746 All payments to the concerned
authorities for obtaining ROW
approvals, if any, shall be made
directly by the Employer. Please
confirm.
Part- III Sec-8,SCC 8-24 32 Quantity The quantities of items shown in the Please restrict the quantity Please follow bid
Bill of Quantities are approximate, and variation of individual item to conditions
Variatio liable to vary during the actual 10% of tender specified Bill of
n execution of the work. The Contractor Quantities and shall not be
shall be bound to carry out and considered on overall contract
complete the stipulated work value. Further variation in the
irrespective of variation in individual quantities derived during
747 items, at the same rate as specified in detailed engineering shall be
the Bill of Quantities subject to implemented only for this project
variation in the value of the Contract i.e., NCB NO. JP/EW/1B/E1.
being limited to 25% of the total Please confirm.
original/enhanced value of the
contract.
The variations can be implemented
anywhere in the network
of JMRC.
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Part- III Sec-9, 9-7 Appendix- Price Price Adjustment Considering the volatile market Please follow bid
Contract Forms 2 Adjustm conditions, we request you to conditions
ent kindly consider Price Variation
748
for Annual Maintenance
Contract and provide the
formulae.
Part-II Sec-6,ERQ 2-3 of 2.4.2.7 Project All programmes shall be prepared We propose to use "Microsoft MS project
13 Monitori using the latest version of CPM Projects" software for Project software is also
ng scheduling software Primavera Project Monitoring Plan instead of acceptable.
749
Planner; Primavera, without any
deviations to the tender
requirements. Please confirm.
Part- I Preamble 8 of 9 Preamble Civil Schedule for Civil works items We understand that all Civil The Part G and
Works Works related to this package Part D is in the
are in CIVIL CONTRACTOR ECS, TVS & E&M
Bill of Quantities 1 of 1 SCHEDUL SCHEDULE OF QUANITITIES SCOPE. Please clarify the contractor scope
750 E OF "Part-G BOQ for Civil Works" & "Part- scope and requirements of the for any minor civil
QUANITITI D BOQ for Civil Works" Civil Works to be quoted in related work
ES "Part-G BOQ for Civil Works" & required to be done
"Part-D BOQ for Civil Works" by the contractor

Part-II Sec-6,ERQ 2 of 6 Chapter Constru Temporary Electricity Supply Employer shall provide Please refere
22 ction construction power at 415V Interface
Power level at each station nearest to Management
and the Contractor's scope of work Document in
751 Water at free of cost. Volume-II of
Also, Please confirm that the Section-6
construction water shall be
made available at free of cost
the contractor.
Part-II Sec-6,ERQ 7-1 of 2 Appendix - Enginee Engineers Accomodation for Off Site Please clarify whether Bidder Please follow
7 rs Work has to provide the Engineers Addendum
Accomo Accomodation for Off Site Work
752 dation (Project Office and Two Site
for Off Offices) as per the requirements
Site specified in the Appendix 7
Work
Pre-
bid Page
Volume Section Clause Item Relevant Abstract from Tender Query JMRC REPLY
Query No.
No.
Part- I Preamble 7 of 9 Preamble Duration Payment will be made after We presume that the payment Please follow bid
of certification by the Contractor and shall be made within 45 days conditions
Paymen acceptance by the Engineer that the from the date of certification by
t sub-systems and systems, including the Contractor. Please confirm.
all equipment have successfully Also, clarify the mode of
753 completed the test procedures, and payment.
have been set-to-work and that all test
results and other documentation, as
described in the specifications, have
been approved by the Engineer
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
Quoted rates shall be deemed to
Section 1 - We shall be free to choose any subcontractor and vendor
apply to whichever subcontractor is
754 Instructions to Page 1-10 Clause 17.2, proposed by us. We should also be free to propose any make Follow bid conditions (SCC Clause 11)
selected and no adjustment in price
Bidders (ITB) which substantially complies to the tender requirement
shall be permitted
Section 1 -
Clause says custom duty to be shown separately which is unlike
755 Instructions to Page 1-12 Clause 18.4, Plant supplied from abroad Follow bid conditions
DMRC where CD is not shown at all
Bidders (ITB)
Section 1 -
Plant supplied from within the Clause says sales tax to be shown separately which is unlike
756 Instructions to Page 1-12 Clause 18.4, Follow bid conditions
employer's country DMRC where sales tax is not shown at all
Bidders (ITB)
Section 1 -
Clause says all tax inclusive which is unlike DMRC where
757 Instructions to Page 1-12 Clause 18.4, Design services and installation Follow bid conditions
service tax is exempt
Bidders (ITB)
Section 3 -
Clause 2.3.3,
Evaluation and The requirements of subject contract Please clarify how requirement of Rs. 15 crore will be ascertained From the audited financial statements
758 Page 3-7 Financial
Qualification of Rs. 15 crore from the tender (Balance Sheets) of the bidder
Resources,
Criteria
Please clarify whether any solvency is required. Please specify
759 General Solvency Not required
the amount
VAT, Rajasthan Entry Tax - Rajasthan
Please let us know the items on which Rajasthan VAT and Entry Please read the notifications and quote
760 Section -8, SCC Page 8-7 Clause 6, VAT and Entry tax on certain goods
Tax are exempted accordingly.
are exempted
Service tax is the liability of the Bidder,
we have only referred the notification
Service Tax - Service Tax is leviable that the exemption has been withdrawn
Actual Labour component shall be worked out for payment of
761 Section -8, SCC Page 8-7 Clause 6, at 40% of total value @ 14% = 5.6% and abatement is available. The bidder
service tax. It may be lower than 40%
on gross value plus cess as applicable may opt any scheme and to bear all
service tax liabilities also as may be
applicable to the Contract.
Taxes and duties paid to the sub
As we will be taking most of the material from other vendors,
vendor shall not be paid separately
762 Section -8, SCC Page 8-8, Clause D Clause 6, therefore taxes and duties paid to the vendors shall be paid Follow bid conditions
and therefore are to be included in the
separately by JMRC/reimbursed/exempted
price
Deployment of Personnel by the
763 Section -8, SCC Page 8-26 Clause 36 We request you to delete this clause Follow bid conditions
Employer
Appendix 4, Time We request you to shift Key Date 2 to 40 weeks and Key Date 3
764 Key Dates Please follow addendum
Schedule to 68 weeks and Key Date 4 to 76 weeks

ECS & TVS Works

Volume Reference Clause Page No./Dwg no. Existing Provision Point for Clarification
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
Tripping happens due to other safeties like high current draw, low
suction pressure, Hi discharge Pressure, oil temp. etc. The draw
back of winding temperature sensors embedded in windings is
ECS -
that when these sensors get weak/faulty after certain period of
Specifications -
time, it leads to frequent on/offs of the machine. In order to
765 General Compressor Chiller - Winding Temp. Sensor Please follow addendum
replace the faulty sensor, the complete compressor need to be
Motor - & Data
dismantled, winding to be removed , sensor to be inserted in
Sheet.
stator slot & rewind again ( gas to be removed/ flushing/ nitrogen
charged/vaccumised & then recharged with refrigerant) . The
other method is to bypass the faulty sensor.
The chiller can be tested at full load (100%) load that too for 250
Witness Testing KW at 28 Deg C Ambient Temp. The Eurovent Certified Test Bed
766 General of A/C Scroll Chiller - Air Cooled Chiller has a limitation of minimum testing possibility for 250 KW which Follow bid conditions
Chillers in Factory comes at 28 Deg C for proposed Model. Hence Part Load testing
is not possible.
Chiller Plant Manager - We can provide customised energy
Chiller Plant Manager -Energy
reports (captured from EM/FM etc) of equipments on daily basis .
Section 6 - Vol. II - Page No. 263 of metering using special Energy
767 General, F (d.) We can generate daily/monthly/quartely/annual consumption Please follow addendum
TS Part-I 270 Software with dashboard and
reports. Customised Energy Dashboard will be there for real time
customised reporting tools for DMRC
values.
Chiller Plant Manager -Historian of
Point Data shall be configurable as
Chiller Plant Manager - We are partially complying with this
Section 6 - Vol. II - Page No. 266 of part of the point definition. Historian
768 Serial No. 2. (C) with the clarification that live trend viewer polls at 10 seconds Please follow addendum
TS Part-I 270 shall be provided for both snapshot
intervals and we can go up to 1 minute trend interval for data logs.
and averages with intervals ranging
from 5 Sec to 24hrs

Chiller Plant Manager -Trend and


Chiller Plant Manager - From the specifications, we have
change of value data shall be stored
understood that all trends are being stored in network engine
Section 6 - Vol. II - Page No. 266 of within the engine and uploaded toa
769 Serial No. 2. (D) (Tracer SC) and can be easily exported to required format in Please follow addendum
TS Part-I 270 dedicated trend database or
Tracer ES. With this understanding we confirm that we are
exported in a selectable data format
complying.
via a provided data export utility.
Chiller Plant Manager - Automatic
Section 6 - Vol. II - Page No. 266 of Alarm routing through e-mail and Chiller Plant Manager - SMS feature is not available however
770 Serial No. 2. (K) Please follow addendum
TS Part-I 270 SMS to user, Automatic Alarm the email option is available
Email/SMS option available
Chiller Plant Manager - Network
Engine should have inbuilt display
and keys to operate in absence of PC.
Section 6 - Vol. II - Page No. 265 of Chiller Plant Manager - The supervisory controller does not
771 Serial No. 1. (J) Network Engine should have inbuilt IO Please follow addendum
TS Part-I 270 have inbuilt IO points and it cannnot act as a DDC controller
points, funcionally able to act as a
DDC controller as well as a
supervisory controller
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
Chiller Plant Manager - Each Panel
will be provided with a socket for a
Portable Operator Terminal(POT)
Chiller Plant Manager - The controllers are provided with the
which can be connected via Bluetooth
Section 6 - Vol. II - Page No. 267 of USB Port(Socket) to connect POT, Instead of Bluetooth, the
772 Serial No. 3. (F) communication for easy access for Please follow addendum
TS Part-I 270 portable operator terminal will be connected with the controllers
testing and trouble shootingand no
through a cable.
need to open the panel, and a port for
network communications in max
speed of 76 Kbps
AHU - AHU shall not be EUROVENT Certified with plug fan.
Section 6 - Vol. II - AHU shall be Eurovent certified. Follow
773 Clause - A01.2.1 Page 15 of 270 AHU - AHU shall be Eurovent certified However overall construction of unit shall be same as
TS Part-I addendum
EUROVENT Certified AHU.
Certain EUROVENT certified AHUs do not meet the specs like
Section 6 - Vol. II - AHU - AHU shall be Eurovent Casing thickness, Cooling Coil thickness, No. of blowers etc. And AHU shall be Eurovent certified. Follow
774 Clause - A01.2.1 Page 15 of 270
TS Part-I certified these AHU's are available for maximum of 65000 CMH. Please addendum
Advise.
AHU - Section A12.1, A12.2, A12.3.1 & A12.3.2 shall not be
AHU - The centrifugal fans shall also
applicable because these clauses are related with Propeller
Section 6 - Vol. II - comply with section A12.1,A12.2, Plug fans not required. Follow
775 Clause - A01.3.2.2 Page 19 of 270 Fans, Axial Fan & Centrifugal fans, but in this case AHUs are
TS Part-I A12.3.1 and A12.3.4 of the addendum.
equipped with plug fans which have different characteristics and
specifications.
features than Axial Fans & Centrifugal fans.
Plug fans not required. Follow
776 General List of Make AHU - Make of Plug fans Plug fans make for AHUs shall be as per OEM Standard.
addendum.
Pumps - Shaft shall be SS protected
Section 6 - Vol. II - Clause - Pump - Pumps shall be supplied with Mechanical Seal, hence
777 Page 72 of 270 by gun metal sleeves extending Agreed
TS Part-I A05.4.2.2, Sr. No.3 Stuffing Box not Required.
through stuffing boxes
Section 6 - Vol. II - Clause - A05.3.2, Secondary pumps - Adjustable Secondary pumps - AFD Drive shall be without manual by pass
778 Page 72 of 270 Please follow addendum
TS Part-I Sr. No.3 frequency drives with manual by pass starter.
Secondary Pumps -
Section 4 - Vol. 2 BOQ Item No. Secondary Pumps - Pumps shall be Vertical split casing end
779 Page 7 of 28 Horizontal/Vertical Split case double Follow bid conditions
(BOQ) 3.1.2 suction pump.
suction pump
Air Cooled Primary Pump - The
pump efficiency shall
Section 4 - Vol. 2 BOQ Item No. be 80% for primary, secondary and Air Cooled Primary Pump - The Efficiency of Air cooled chilled
780 Page 8 of 28 Please follow addendum
(BOQ) 3.1.3 condenser water pump. Monoblock Water pump shall be maximum 56%.
pump efficiency shall be minimum
60%
Clause No. Cooling Tower - Cooling Tower Shall Cooling Tower - Heat load cannot be generated in factory as
Section 6 - Vol. II -
781 A08.2.1 under Page 108 of 210 be demonstrate the performance test such performance test on cooling tower cannot be carried out in Please follow addendum
TS Part-I
Quality control on selected sample in factory. factory. However testing can be done at site post commissioning.

Section 6 - Vol. II - Clause No. Cooling Tower - Hot Water Cooling Tower - Hot water distribution shall be through header
782 Page 109 of 270 Please follow addendum
TS Part-I A08.3.2.1 Distribution shall be open gravity type and branch pipe arrangement consisting of spray nozzles.
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
Section 6 - Vol. II - Clause No. Cooling Tower - Handrail shall be Cooling Tower - Vertically straight ladder will be provided with
783 Page 109 of 270 Please follow addendum
TS Part-I A08.3.4, provided alongwith Ladder safety cage instead of handrail
Cooling Tower - As per Data Sheet, the design wet bulb
approach is only 2.6 Deg C = (30 Deg C - 27.4 Deg C). Which is
Section 6 - Vol. II - Datasheet for Cooling Tower - WBT Approch 2.6 Will be evaluated at the time of vendor
784 Page 110 of 270 not suitable for a CTI Certified Cooling Tower Designing. As per
TS Part-I Cooling Tower Deg C and technical approval.
CTI-STD 201. the design wet bulb approach should be minimum
2.8 Deg C or 5 Deg F. Please Clarify
Section 6 - Vol. II - Piping - Flanges - Welding neck Raised faced flanges of PN-16 rating shall be used which is
785 Clause - A09.3.3 Page 115 of 270 Please follow addendum
TS Part-I pattern suitable for such application.
Section 6 - Vol. II - Air & Dirt Separator - Mesh Made of
786 Clause - A10.3.24 Page 130 of 270 Air & Dirt Separator - Mesh shall be made of SS. Follow bid conditions
TS Part-I Copper Wire
GI Steel Works - GI Steel Works to
Section 4 - Vol. 2 support bus duct, light fixtures, GI Steel Works - Cable tray support should also be included
787 BOQ Item No. 2.10 Page 57 of 61 Please follow addendum
(BOQ) conduit wirings , Bracket , & other under this item for both ECS, TVS and E&M item.
electrical works
ECS Fans - Axial Fan with nominal
Section 6 - Vol. II - ECS Fans - Axial Fan with nominal rating above 7.5 KW shall
788 Clause A12.3.1.2 Page 140 of 270 rating above 7.5 KW shall have a Follow bid conditions
TS Part-I have a minimum efficiency of 60% as per manufacturer standard.
minimum efficieny of 70%
Propeller Fan - Motor of Propeller
Section 6 - Vol. II - Propeller Fan - Motor of Propeller Fans shall be suitable for
789 Clause A12.3.2.2 Page 140 of 270 Fans shall be suitable for relative Follow bid conditions
TS Part-I relative humidity upto 80% instead of 100%.
humidity upto 100%
TVS Fans - Motor shall be type H
Section 6 - Vol. II - TVS Fans - Motor shall be type H Insulation and shall be rated
790 Clause - V01.3.6.5 Page 21 of 78 Insulation, rated for Class F Follow bid conditions
TS Part-I for Class B Temperature rise instead of Class F.
Temperature.
TVS Fans - Motor shall be able to accelerate to full speed at
Section 6 - Vol. II - To be evaluated during vendor and
791 Clause - V01.3.6.7 Page 21 of 78 Starting Voltage Dip shall be 25% rated load with starting Voltage Dip upto 20% below rated voltage
TS Part-I technical approval
instead of 25%
TVS Fans - TVF and TBF will include motors from a single
Section 6 - Vol. II - TVS Fans - Motor shall be product of
792 Clause - V01.3.1.4 Page 17 of 78 manufacturer, while TEF could include motors from an alternative Please follow addendum
TS Part-I single manufacturer.
manufacturer.
TVS Fans - Emergency fan-motor
Section 6 - Vol. II - TVS Fans - Emergency fan-motor units shall have a total
793 Clause - V01.3.3.3 Page 18 of 78 units shall have a total efficiency of Please follow addendum
TS Part-I efficiency 57 percent in forward flow.
not less than 60% in forward flow
TVS Fans - Emergency fan-motor
TVS Fans - Fan/Motor supports will be of sufficient structural
Section 6 - Vol. II - unit assembly supports shall be of Will be evaluated at the time of vendor
794 Clause - V01.3.4.6, Page 19 of 78 rigidity and design to meet their required purpose, thrust plates
TS Part-I carbon steel not less than 10 mm and technical approva
will not be required for smaller fan diameters.
thick for TVF and 6mm thick for TEF.
TVS Fans - All fixings will be of a size suitable for their purpose,
Section 6 - Vol. II - TVS Fans - Bolts shall be not less
795 Clause - V01.3.4.9 Page 20 of 78 not limited to 12mm minimum size, fixings will be of suitable Follow bid conditions
TS Part-I than 12 mm diameter.
corrosion resistant material
Section 4 - Vol. 2 TBS Fans - Axial flow Jet Fan with up
796 BOQ Item No. 1.2 Page 03 of 10 TBF Fans - Metallic diffuser shall not required with Jet fan. Follow bid conditions
(BOQ) and down stream metallic diffuser
TVS Dampers - Damper Linkage
Section 6 - Vol. II - TVS Dampers - Damper Linkage shall be fabricated of Bronze
797 Clause - V02.3.2.5 Page 39 of 78 shall be fabricated of Stainless Steel Follow bid conditions
TS Part-I instead of SS.
type 304.
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
Section 4 - Vol. 2 TVS Nozzles - Tunnel Ventilation
798 BOQ Item No. 4 Page 7 of 10 Please provide the drawing of TVS Nozzles Follow addendum
(BOQ) Nozzles
BMS Works - The Contractor shall
also interface for control, monitoring,
BMS Works - The interface with the existing station at OCC shall
Scope of Works- and supervision as required at the The Chandpole station is having Open
799 1.1 2 of 10 be on open protocol like Modbus TCP/ OPC. Kindly confirm the
BMS Operational Control Centre (OCC) for protocol.
same
the existing chand pole U/G station of
Jaipur Metro

SPECIFICATIONS BMS Works - The PLC System shall


BMS Works - The requirements are for a SIL2 certified PLC for
FOR ECS & TVS be a Fail Safe Control, Programmable
TVS control system, however the internal architecture of the PLC
800 BUILDING BMS/1.00 Logic Controller (PLC) based with a Please follow addendum
shall be as per manufacturer's standards to meet the SIL2
MANAGEMENT Quadruple Modular Redundancy
standards whether its QMR or TMR or DMR.
SYSTEM (QMR) system architecture.

BMS Works - 1) CPU Module with on


BMS Works - Since the ECS BMS PLC equipment are quantified
board Ethernet RS 485 port, .
as a Lot item as per the segregation & quantification provided in
Integrated Remote I/O Bus Manager,
the IO summary, the quantification in the BOM sub-items( 4 nos
Part D ECS-BMS 96 word Base memory, 12,000 I/O
801 8.01 of item 1, 2 nos of item 2, 2 nos of item 3) should not be Please follow addendum
BOM capacity, 64 process channels :4 nos.
provided. It should be the responsibility of ECS BMS vendor to
2) CPU Module with Remote I/O Bus
provide sufficient number of modules to meet the technical
manager : 2 nos. 3) 256 KB memory
specification and scope requirements. Kindly confirm the same.
Extension Capsule: 2 nos
BMS Works - Kindly confirm if redundancy is required for ECS Redundancy at ECS PLCs is not
Part D ECS-BMS
802 8.01 BMS Works - Redundancy Module BMS PLCs as well. If yes, kindly confirm the level of redundancy( required, the communication ring shall
BOM
processor/power supply/communication) be provided as per the drawing.
DLP spares to be quoted as per
DLP Spare - Minimum list of DLP Spares for ECS & TVS is given
Annexure-1 of Appendix-C1 (ECS TVS
803 General BOQ DLP Spare BOQ both between page 6 of 14 to 11 of 14 and 1 of 5 to 5 of 5 and in
BMS) and Annexure-1 of Appendix-B2
four pages after page 5 of 5. Please clarify which one to consider.
(E&M) once only
Minimum list of mandatory tool & Testing equipment during DLP
Minimum list of mandatory tool & To be quoted in the supply of spares
804 General BOQ is given on page 1 of 2 to 2 of 2. However annexure for priceing
Testing part of the BOQ
this item is not given in tender. Please clarify.

E&M Works

Volume Reference Clause Page No./Dwg no. Existing Provision Point for Clarification
Each incomer and outgoing feeder
In BOQ of Power feeder MCCB, same is not shown. Please
Part-A- Electrical Item no. 1 (LT shall be provided with LED type status Indication lamps shall be provided.
805 Description 1 (l) confirm whether to be considered. Also, please confirm what
BOQ Panels) indication lamps suitable for 240 V, Please quote accordingly
status required (ON/Off/Trip).
AC, as approved.
All Motor feeders, having separate
Part-A- Electrical Item no. 1 (LT In case where Inbuilt O/L relay in MPCB/MCCB, please clarify if it
806 Description 1 (y) Thermal Over - load relay, shall be Please follow BOQ
BOQ Panels) is required separately also.
provided with Reset push button.
Part-A- Electrical Item no. 1 (LT Surge Protection Device (SPD) shall Not mentioned in individual item, please clarify whether to be
807 Description 1 (aa) To be provided in all panels
BOQ Panels) be provided in all panels. considered in all panels. Please clarify.
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
LSZH and Fire Survival Cables shall Please clarify whether all internal control wiring shall be of LSZH
808 Tech Specification 4.8.3 16 of 259 Internal wiring shall be LSZH
be as specified in cable specification or FS.
All control wiring within the Electrical
Panels shall be with single core
We recommend to use control wire of 1.5A mm2 for Voltage
809 Tech Specification 4.8.3 16 of 259 minimum 2.5 mm2 for CT and Follow bid conditions
circuit and 0.75 MM SQ for BMS/PLC circuit. Please clarify
balance as per approved
manufacturer design
Terminal blocks for low voltage wiring All terminal blocks asked with Melamine Material. Since
810 Tech Specification 4.9.3 18 of 259 shall be moulded from high-grade non- Melamine is breakable material so can we use non-breakable Follow bid conditions
hygroscopic melamine material of Polyamide. Please clarify.
DBs shall beprovided with suitable
Not mentioned in BOQ. Please clarify whether to be considered
811 Tech Specification 4.22.1 45 of 259 size of To be provided in all DBs
in all panels.
surge protection
1 No. 3200/3200A, 415V, 70kA, 4
Part-A- Electrical Item no. 1.01 & Since other outgoing ACB are with 65KA/1sec breaking capacity
812 Description C (a) Pole, Electrically operated Draw Out Follow bid conditions
BOQ 1.02 (LT Panels) so request to accept 3200A ACB with 65KA/1sec also.
type, ACB
Part-A- Electrical Item no. 1.10 & Auto Transfer Switch for UPS - 100 & Please specify fault level of MCCB and busbar in ATS for UPS-
813 Please follow addendum
BOQ 1.11 (LT Panels) UPS - 200 & for Lifts 100 & UPS-200, ATS for Lifts ATS.
Wiring in cable trunking
Part-A- Electrical We presume that supply of cable trunking/raceway shall not be
814 Item no. 4.1-4.6 /codiuits/flexible conduits/raceway Follow bid conditions
BOQ covered under thse items.
complete.
Wiring in cable trunking
Part-A- Electrical Please clarify wiring for how many points is to be done in trunking
815 Item no. 4.1-4.6 /codiuits/flexible conduits/raceway Follow bid conditions
BOQ /raceways and how many in conduits.
complete.
Electrical Panels: M/s Neptune -
Elsteel JV (Sri Lanka), Schneider Since authorized channel partners of Schneider are approved, we
Contractor can propose any vendor
816 List of Makes Appendix A1 9 of 11 Electric (Nashik), Siemens (Kalwa), L request you to approve authorized channel partners of other
meeting the bid requirements.
& T (Powai), M/sTricolite-Schneider, OEMs also.
Adlec-Schneider, Sudhir- Schneider

Electrical Panels: M/s Neptune -


Elsteel JV (Sri Lanka), Schneider
We request you to approve ABB as OEM and its authorized Contractor can propose any vendor
817 List of Makes Appendix A1 9 of 11 Electric (Nashik), Siemens (Kalwa), L
channel partner as ABB is approved for switchgear. meeting the bid requirements.
& T (Powai), M/sTricolite-Schneider,
Adlec-Schneider, Sudhir- Schneider
Cables: M/s Ducab,M/sPolycab, M/s Contractor can propose any vendor
818 List of Makes Appendix A1 10 of 11 Please approve Bonton as additional make for the same.
KEI meeting the bid requirements.
UPS: M/s PCI, M/s Schneider, M/s Contractor can propose any vendor
819 List of Makes Appendix A1 10 of 11 Please approve Socomec, Consul & Eaton as additional makes.
Emerson meeting the bid requirements.
Contractor can propose any vendor
820 List of Makes Appendix A1 10 of 11 Cable Tray & Raceways Please approve BEC, Steelways & Rico as additional makes.
meeting the bid requirements.
Please approve Siemens as the same is approved as OEM for Contractor can propose any vendor
821 List of Makes Appendix A1 10 of 11 Switchgears: Schneider, ABB, L&T
Panels. meeting the bid requirements.
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
Bus Duct: M/s EAE, M/s enikwon, M/s
Contractor can propose any vendor
822 List of Makes Appendix A1 11 of 11 Schneider, M/s Siemens, M/s L&T, Please approve Godrej as additional make.
meeting the bid requirements.
M/s C&S
Plesae clarify whether required DG set is Prime Continues Duty
Part-III- DG Set Standby Power rated output with other or Stand by Duty. We prsume that requirement for DG sets is
823 1.1, DG BOQ Standby Duty
BOQ standard accessories suitable for unlimited nos. of hrs. running in a year, hence it has
to be Prime Duty DG Set only. Please confirm.
1800 KVA (comprising of 2 DG sets.
Mentioned requirement is for comprising of 2 & 3 nos. of 900
Minimum capacity of each DG set
KVA DG Set. Rating of 900 KVA is not available with any Diesel
Part-III- DG Set 1.1, (a) & (b), DG should be 900 kVA) & 2700 KVA
824 Engine manufacturer hence you are requested to kindly confirm Follow bid conditions
BOQ BOQ (comprising of 3 DG sets. Minimum
the suitable rating of DG set for essential DG output, refer to
capacity of each DG set should be
other DMRC job, it has to be 1010KVA Prime Only.
900 kVA)
Please confirm, DG Control Panel (/ AMF panel) / Isolation panel
DG Control Panel DG control panel (AMF panel)/ isolation
Part-III- DG Set required along with the DG set or not, Please also confirm the
825 (/ AMF panel)/ panel is to be provided. Their location is
BOQ location of the Panel, it has to be inside the canopy or outside the
Isolation panel part of GA which would be approved later
canopy, please clarify.
Approved makes of AMF Panels
Tricolite Electrical Industries, ECS,
DG PS - L&T, GE, Associated Switchgears, Kindly also allow the DG OEM (Sterling generators) make of AMF Contractor can propose any vendor
826 AMF PANEL 100 of 105
Specification Schneider, Unilec, Neptune, Anand panel for better intregation of DG set system. meeting the bid requirements.
Power, Adlec, ABB, Sudhir Genset
Limited.
The set shall be used only for the
standby purposes, supplying average
As per latest ISO 8528 the Avg. Load Factor 70 % and 10 %
DG PS - 4.3.1(b) - load factor of 80 to 85% for periods of
827 19 of 105 overload is not applicable hence you are requested to kindly Follow bid conditions
Specification Operating Mode up to 24 hours continuously, followed
issue sweetable amendemt for the same.
by a rest period of minimum 30
minutes as per ISO-8528 standards
As per all manufactures standard manufacturing procedure for
415 V -rated Engine designed at 50 C and Alternator designed
Temperature: 0oC to 50oC, Maximum
DG PS - 4.3.1(d) - Ambient Amb. Temp. at 40C & Class of Insulation H & Temp rise limited
828 19 of 105 Humidity: 95% RH, Altitude: 300 M Follow bid conditions
Specification conditions to Class H.
(Above mean Sea Level)
Please clarify the same is suitable with you or we have to
consider higher size Alternator.
The starting system shall comprise a
24 V heavy duty sealed maintenance As per our standard manufacturer design, our standard inbuilt
DG PS - free lead acid battery and electric Lead Acid automotive Batteries 24 V, 180 AH of adequate rating
829 4.14.1 28 of 105 Follow bid conditions
Specification starting motor. The battery shall be suitable for 3 (three) successive quick starts in lieu of SMF.
sized to give not less than six Please clarify the same is suitable with you.
consecutive starts of the engine at 0C

The generator set shall be provided


DG PS - As per our standard manufacturer design, we will provide
830 4.9.5 24 of 105 with an exhaust system incorporating Follow bid conditions
Specification residential type silencer. Please confirm.
Hospital grade silencers
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
All approvals of the DG set
We presume that our scope is limited only Electrical Inspector to
DG PS - Installation Including the EIG approval
831 3.1.1. (g) & 7.1.5 19 of 105 Government approval of the DG set. And also clarify In DG-BOQ, Follow bid conditions
Specification before the final commissioning of the
which line item / sub head we will consider the same price.
system.
Mentioned requirement for Silent DG set/ Acoustic Enclosure in
Part-III- DG Set Acoustic Enclosure & Acoustic DG set but in Sr. no. 8.1, 9.2 & 9.3 also ask for Room Acoustic &
832 8.1, 9.2 & 9.3 BOQ item will be operated if required.
BOQ Treatment For DG Room Door Acoustic. Please confirm both are required or DG Room
Acoustic/ Insulation are appropriate.
Part-III- DG Set 250 mm dia MS pipe is not suitable for required DG set, request
833 3.1 MS Piping for Exhaust system Follow bid conditions
BOQ please incorporate the 300 & 350mm dia pipe.
Bellows required for Exhaust system for horizontal run is not
Part-III- DG Set
834 3.1 Exhaust Bellow mentioned in the BOQ, we also request you to please incorporate Follow bid conditions
BOQ
the same as a separate line item for further clarity.
Kindly confirm the DG set running operation of hour per year for
Part-III- DG Set
835 12.1, 12.21 & 12.3 Comprehensive maintenance services CAMC charges & also required manpower deputation of site per Follow bid conditions
BOQ
year.
Part-III- DG Set We presume O&M & CAMC charges will start immediately after
836 11 & 12 Follow bid conditions
BOQ commissioning inlieu of after DLP.
Please confirm / clarify the Spares to be considered in the scope
Consumable
837 Appendix B2 General of supply, we assume Fuel / Lube Oil will be provided by Client Follow bid conditions
Spares
for running the DG sets
(vi) The Contractor shall include the
price of this item in cost of DLP in Please confirm Consumables & Mendatory Spares prices & cost
Commissioning
838 Appendix B2 their Financial bid. This will be part of include in DG Vendor Financial bid. This will be part of Bid Follow bid conditions
And DLP Spares
Bid evaluation while assessing the L-1 evaluation while assessing the L-1 bidder or not, please confirm.
bidder.
We assume Std. Testing will fulfil the requirement, We will submit
839 DG Sets Testing at Works the test report of the complete DG set tested at DG Vendor works Follow bid conditions
to you along with DG Sets, please confirm
Any Other testing of the DG sets at Dg vendor works, if any,
840 DG Sets Follow bid conditions
please confirm the Nos. of Hrs. to be considered in the costing.
We assume Loading boarding charges for works testing, if
841 Follow bid conditions
witnessed, the same shall be in clients scope.
We assume Diesel & Load for testing the DG sets at site will be
842 DG Sets Testing at Site Follow bid conditions
provided by DMRC, Please confirm.
As we are not the civil experts, request you to please remove the
Civil works assciated with the DG set
Part-III- DG Set 5) Civil Work, same from our scope of work.
843 dismentalling and its re-installation at Follow bid conditions
BOQ Row No. 49 If it will remain the part of our scope of work, request please
the other station.
clarify the scope.
Part-III- DG Set Dismantling of all existing Electrical Request please clarify the scope to be considered, also please
844 Subhead 7 Follow bid conditions
BOQ system share the layout for the same.
Part-III- DG Set 9.4 Intake / Intake / Exhaust Fans for ventilation Request please remove it from DG vendor scope and keep it in
845 Follow bid conditions
BOQ Exhaust Fans of Air requirements of DG Sets HVAC scope as they are the experts for Ventilation part.
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
The sounder is required to operate on
21242. Interface
4,2 and 1/4 watts only.
Management & Hooter cum Strobe - Kindly request to approve the wattage
846 E22. 3.5.5 Pg. 265 Whereas the approved make Follow bid conditions
Specification of range between 2 watts to 1/4 watts only.
speakers will only operate from 2
E&M (E22)
watts to 1/4 watts
21242. Interface
Control Panel - The Product would be UL listed and UL does
Management & Main FACP Cabinet shall be IP 54
847 E22. 3.2.3 Pg. 258 not provide any IP rating. Panel cabinets are tested as per UL Follow bid conditions
Specification of Compliant
standards only for Indoor application.
E&M (E22)
21242. Interface
Batteries: The system shall work Battery Charger and Batteries- As per NFPA the system shall
Management &
848 E22. 3.3.3 Pg. 261 thorugh battery power for 1 hour work cnsistently for half an hour only under alarm condition. Follow bid conditions
Specification of
continuously under alarm condition Please approve for half an hour alarm condition.
E&M (E22)
21242. Interface
Multisensor detector shall meet the
Management & Multi-Sensor Detectors - Both the approved makes comply to Will be evaluated at the time of vendor
849 E22. 3.5.2 Pg. 263 UL standards and comply to the EN
Specification of UL standards only. and technical approval.
norms
E&M (E22)
E&M works Part C
Section- 4 volume - BOQ Sr. No. 12 & Fire works bill of Main fire pumps, Pump RPM
850 Please clarify the exact requirement of RPM for the pumps Please follow addendum
II subclause 12.1 quantities Page 1 mentioned is 1400/2900.
and 2
The specifications calls for single/ multistage, single/ multioutlet,
E&M works Part C
BOQ is silent on the same. We understand that single stage
Fire works Page
single outlet pumps are sufficient for the requirement.Please
BOQ Sr. No. 12 & 2& 3 fo BOQ &
clarify the requirement.
Section- 4 volume - subclause 12.2 & Page No:- 189 of
851 II & Section-6, M&W 259 of Material Diesel engine Fire protection pump Please follow addendum
BOQ calls for Heat exchanger/ Radiator cooled please clarify the
volume -II specification Workmanship (
requirement wether heat exchanger or radiator cooled.
E16.3.18.1 M&W) / E&M
Technical
Pump RPM mentioned is 1400/2900 Please clarify the exact
specifications requirement.

Page No:- 198 of


259 of Material
M&W The specification calls for Mechanical Grooved Joints for MS
Section-6, volume - Workmanship (
852 specification Mechanical Grooved joints piping, Please clarify the requirement as the piping in the BOQ Please follow addendum
II M&W) / E&M
E17.3.4.5 are all galvanised piping.
Technical
specifications

Page No:- 204 of Seismic provisions for pipes and conduits shown in drawings are
M&W 259 of Material provisional. Seismic isolation/ provisions are not available in the
Section-6, volume - specification Workmanship ( drawings provided in the tender documents. Please specify the Seismic Zone category -III may be
853 Siesmic Design Consideration
II E17.3.10.2 sub M&W) / E&M requirement, request to add separate item for the seismic considered for Jaipur
clause b Technical protection in BOQ. BOQ is silent on the requirement of seiemic
specifications protection to the pipes and equipments.
Pre-
bid Reference Page No./Dwg
Volume Existing Provision Point for Clarification JMRC REPLY
Query Clause no.
No.
E&M works Part C
Section-4, volume - Fire works bill of Fire protective clothing & breathing Please provide the List of Makes for the Line item No:- 17.4.1 to Contractor can propose any vendor
854 BOQ Sr. No. 17.4
II quantities Page apparatus 17.4.6 meeting the bid requirements.
11 of 15
E&M works Part E
Additional
Please provide the List of Makes for all the line items as the
Section-4, volume - Miscellaneous Contractor can propose any vendor
855 Bill of Quantities Fire Sealing same are not available in the list of makes in the tender
II items bill of meeting the bid requirements.
documents.
quantities Page 1
of 3 & 2 of 3
Pre-bid
Query Sr No Existing Clause Request for Change/addition JMRC Reply
No.
Please refer to Section 3 -
In this regard we would to request you to consider the following as experience in
Evaluation and Qualification
this clause
Criteria clause 2. Qualification
2.4.2 Experience in Key Activities
(Must be complied with by the
Bidder in all. In case of a Joint
Venture Bidder, at least one of the
partners must have experience in
the key activity.
1.Experience of HVAC be added as or into this clause , as the requirement
1. Centralized Air Conditioning with
856 1 is to maintain a stable temperature/environment in Tunnel / station and not only Please follow bid conditions
Water/Air cooled chiller
providing Air Conditioning.

2.Also please refer to the Mumbai Metro

The similarity shall be defined as A single contract with Air conditioning system
of minimum capacity 2000TR for project MRT/ Railways/ Airports/ Ports/ Big
Hospitals etc and/or Tunnel ventilation system of 2.5km tunnel for MRT/
Railways/ Highways.

Hence requesting to add or Tunnel ventilation system of 2.5km tunnel for MRT/
Railways/ Highways
4 *Control & monitoring of TVS
857 2 system, ECS systems and E&M requesting to add tunnel projects for MRT/ Railways/ Highways Please follow bid conditions
System of MRTS projects.
At all places Be replaced as At all places

858 3 At least one completed similar work Please follow bid conditions
At least one completed similar work of one U/G metro station or tunnel for MRT/
of one U/G metro station within last
Railways/ Highways within last 7 years.
7 years.
PRE BID QUERIES FROM M/s JAKSON LIMITED

Pre-
bid Page
Equipment Specification Details Description Clarification/ Observation JMRC Reply
Query No/Clause
No.

FIRE ALARM
SYSTEM
Addressing / Programming is to be considered as per OEM
Pg 239 of 259 - architecture, we request to amend this clause as addressing
E22. FIRE ALARM Each detector shall carry a built-in address via
mode as address switch/ electronic programming/soft
859 AND DETECTION SYSTEM easily understood decade Please follow bid conditions
Cl-E22. addressing so that all OEM's can comply as now many OEM's
-Tech Specs of E&M-Electrical switch.
3.5.1 ( c) offers electronic programming which is based on advanced
technology, secure and easy to configure.
LT PANELS
Non-magnetic gland plates of not less than 5 mm
thick of suitable size shall be provided at the top and
bottom of the LV main switchboards for the
E01LOW VOLATGE Page 8 of 259- termination of incoming and outgoing power cables We shall provide non-magnetic gland plate of 5mm thickness at
ELECTRICAL PANELS - Tech of size 120 sq. mm or more or bus ways and 3 mm top or bottom of panels for single core cables. However 3mm
860 Please follow bid conditions
Specs of E&M-Electrical Clause No. thick for cables of size less than 120 sq. mm. Where thick gland plate shall be provided for multicore cables with
3.2.8 at armoured multicore cables terminate inside the CRCA material.
switchboard enclosure, glanding plates or glanding
brackets shall be provided for securing the cables to
the switchboard.
SCHEDULE OF QUANITITIES There are slight mismatche between the SLD & the BOQ (refer
Various BOQ
861 FOR PART-A ECS attached Annexure). Kindly advice whether we have to follow Please follow BOQ
Items
ELECTRICAL WORKS SLD or BOQ in case of any discrepency.
DG SETS
We have following queries / observations in the DG Sets Part -
Hospital grade silencers shall be suitable to
LOT 1 - 2125PART-III DG PS- For residential silencer there shall be Insertion loss of 25dBA at
862 Cl - 4.9.9 achieve sound attenuation of minimum 32 dBA Please follow bid conditions
Specification 1 meter from exhaust pipe under free field conditions.
suitably certified by the silencer Manufacturer.
To facilitate starting in cold conditions, jacket water
heating with automatic controls allowing
temperature preset shall be provided as per
LOT 1 - 2125PART-III DG PS- Cl - For given ambient temperature there is no requirement of jacket
863 recommendations of manufacturer, to heat the Please follow bid conditions
Specification 4.14.7/4.14.8 water heaters and same is not considered.
engine, while not in operation, so that the starting
time and thermal shock is reduced as applicable for
emergency generator sets
Transient voltage deviation following a step load of
60% of rated load at a power factor of between 0.4
LOT 1 - 2125PART-III DG PS- We request you to provide the detail of load such as base load,
864 Cl - 4.18.7 and zero shall not exceed 15% with the recovery Please follow bid conditions
Specification step loading. Detail and method of starting to confirm the TVD.
time to 97% of rated voltage not exceeding 1
second.
The alternator shall be capable of continuous
As per BS/IS alternator are designed to withstand up to 25%
LOT 1 - 2125PART-III DG PS- operation with a phase current imbalance of 33% of
865 Cl - 4.18.8 unbalance between phase provided when none of the phase Please follow bid conditions
Specification rated current whilst maintaining the output voltage
exceeds rated current.
within 5% of rated
The alternator shall have pre-packed grease
lubricated ball or roller bearings and
In alternator there is no requirement of on line greasing facility
LOT 1 - 2125PART-III DG PS- provided with facilities for re-greasing whilst in
866 Cl - 4.18.9 with grease nipples and grease relief device as the offered Please follow bid conditions
Specification service. The alternator shall be foot mounted on a
alternators are permanent grease lubricated.
common bed frame with the prime mover and shall
be close-coupled to the engine flywheel housing
LOT 1 - 2125PART-III DG PS- Cl - 4.20.1.1 (2- Engine Parameter Monitoring: (d) Exhaust There is no provision of exhaust temperature and same will not
867 Please follow bid conditions
Specification d) Temperature be considered in our controller.
PART-III DIESEL GENERATOR As per manufacture standard 900kVA is not our standard rating
868 BOQ Cl - 1.1 Please follow bid conditions
(DG SET) hence we propose 800kVA or 1010kVA. Kindly confirm
There is ambiguity in the BOQ as per the clause no. 1 DG set
shall be silent type and clause 8 calls for Acoustic room BOQ item will be operated if
869 Cl - 1 & 8
treatment hence kindly confirm whether we have to consider required.
Acoustic enclosure or Acoustic room treatment in our scope.
Dismantling of all existing Electrical system,
including 750 kVA to 1250 kVA DG Sets , Exhaust
Pipe, Day Fuel Tank, Fuel pipe, Panels, Cables, etc Request you to mention the exact location of existing DG set
BOQ item will be operated if
870 Cl - 7 installed in DG Room of a Station and shfiting and also mention whether existing Exhaust system, fuel system
required.
(including Loading, Transportation and Unloading) , panel and cable are re-useable or not.
them to alternative location within Jaipur as
suggested by JMRC.
AIR COOLED
SCROLL
CHILLERS
Data Sheet for
SPECIFICATIONS FOR
Air Cooled
ENVIRONMENTAL CONTROL
871 Scroll Chillers - Spring Type Vibration Isolators Please confirm. Plase follow bid conditions
SYSTEM INCLUDING
Vibration
ELECTRICAL WORKS
Isolators
WATER
COOLED
SCREW
CHILLERS

SPECIFICATIONS FOR
Cl - A03.3.5. /
ENVIRONMENTAL CONTROL Insulation shall be provided at ite /factory depending on th Acceptable. Insulation to be
872 Chillers Cl - Factory Installed Insulation
SYSTEM INCLUDING manufacturer. Please confirm. done by OEM only
A03.3.4
ELECTRICAL WORKS

SPECIFICATIONS FOR Cl - A03.3.10 /


Vendor Recommends & Supplies Rubber Pads for Vibration Rubber pads are also
ENVIRONMENTAL CONTROL Accessories Cl -
873 Spring Type Vibration Isolators Isolations Vibration Isolation pads are factory supplied inline to acceptable based on
SYSTEM INCLUDING A03.3.10.1 &
their guidelines. manufacture recommendation
ELECTRICAL WORKS Data Sheet
Tripping happens due to other safeties like high current draw,
low suction pressure, Hi discharge Pressure, oil temp. etc.The
draw back of winding temperature sensors embedded in
windings is that when these sensors get weak/faulty after certain
SPECIFICATIONS FOR
Compressor period of time , it leads to frequent on/offs of the machine. In
ENVIRONMENTAL CONTROL
874 Motor - & Data Winding Temp. Sensor order to replace the faulty sensor, the complete compressor Please follow addendum
SYSTEM INCLUDING
Sheet. need to be dismantled, winding to be removed , sensor to be
ELECTRICAL WORKS
inserted in stator slot & rewind again ( gas to be removed/
flushing/ nitrogen charged/vaccumised & then recharged with
refrigerant) . The other method is to bypass the faulty
sensor.Please clarify.
COOLING
TOWERS
SPECIFICATIONS FOR Cooling tower Should be CTI Certified as per latest
Heat load can not be generated in factory as such performance
ENVIRONMENTAL CONTROL CTI Std 201 Clarification Standard for cooling
875 Cl - A08.2.1 test on cooling tower can not be carried out in factory.however Please follow addendum
SYSTEM INCLUDING Towers and Shall Demonstrate the performance
testing can be done at site post commissionig
ELECTRICAL WORKS test on selected sample in factory

The cooling tower shall be constructed with a study


structrul hot dipped galvanized/FRP frame designed
SPECIFICATIONS FOR to transmit all wind, seismic and mechanical load to
ENVIRONMENTAL CONTROL the equipment ancchorage,the body shall be made Fan deck panel shall be installed on the structural frame of
876 Cl - A08.3.1.2 Please follow bid conditions
SYSTEM INCLUDING of FRP sections of equal segments,all bolted cooling tower.Please clarify.
ELECTRICAL WORKS together.the surface on both inside & outside shall
be smooth,for minimum air resistence.The fan deck
shall form an integral part of the body.

SPECIFICATIONS FOR The water diffusion deck shall be of rigid PVC fill as
ENVIRONMENTAL CONTROL per manufacturer"s standard,arranged in suitable
877 Cl -A08.3.1.5 Not clear .Please Clarify. Please follow bid conditions
SYSTEM INCLUDING pattern for ease of replacment.the fill shall be rated
ELECTRICAL WORKS & certified by the cooling tower manufacturer

The hot water distribution basin shall be open


SPECIFICATIONS FOR gravity type for easy cleaning and constructed with
ENVIRONMENTAL CONTROL FRP and shall be distributed through a sprinkler Hot water Distribution shall be through header branch pipe
878 Cl - A08.3.2.1 system consisting of PVC,sprinkler pipe which shall arrangment consisting of spray nozzles. Please follow addendum
SYSTEM INCLUDING
ELECTRICAL WORKS be mounted on top of the main supply stand
pipe.Alternatively,the water distribution could be
with a water diffusion deck

SPECIFICATIONS FOR
ENVIRONMENTAL CONTROL The Fan assembly shall be statically and
879 Cl - A08.3.3.1 The Fan shall be statically and balanced only. Please follow addendum
SYSTEM INCLUDING dynamically Balanced
ELECTRICAL WORKS
SPECIFICATIONS FOR
ENVIRONMENTAL CONTROL in the cooling tower,vertically straight ladder will be provided
880 Cl - A08.3.4.1 Handrails shall be provided along the ladder Please follow addendum
SYSTEM INCLUDING with safety cage instead of handrail
ELECTRICAL WORKS

SPECIFICATIONS FOR
Suitable arrangment shall be provided for easy
ENVIRONMENTAL CONTROL In counter flow cooling tower no access door shall be
881 Cl - A08.3.8.1 access into the plenum action for maintenance Please follow bid conditions
SYSTEM INCLUDING provided/Applicable.
purpose.
ELECTRICAL WORKS

SPECIFICATIONS FOR
ENVIRONMENTAL CONTROL Induced draft,cross flow type with vertical discharge As per BOQ and ECS Specification both cross flow and counter
882 Cl - A08.3.1.1 Please follow addendum
SYSTEM INCLUDING Cti certified flow cooling tower are acceptable.Please confirm.
ELECTRICAL WORKS

In case of Foreign Partner(s), Power of Attorney(s) Please confirm that in case of Foreign Partners, said documents
and Board Resolution confirming authority on the will be accepted either stamped by Embassy/High Commission
Pg no. - 2-4,
883 Section II, Bid Data Sheet person(s) issuing the Power of Attorney for such & tenderers from member country of Hague Convention may Agreed
ITB - 22.2
actions, shall be submitted duly notarized by the submit these documents with apostilled stamp instead of
notary public of origin. notorized.

Você também pode gostar