contract dmrc-mu-line2a-aeud-05r: turnkey ... (span vab 26-27), using multi-circuit utility steel...

25
Contract DMRC-MU-LINE2A-AEUD-05R: TURNKEY PROJECT OF DESIGN, SUPPLY, ERECTION, TESTING & COMMISSIONING FOR MODIFICATION & RAISING OF HEIGHT OF EXISTING 220 KV/110KV MULTI CIRCUIT TRANSMISSION LINES OF M/S RELIANCE INFRA INFRINGING LINE-2A AT BANGUR NAGAR(SPAN VAB 13-14) AND LINE-7 AT MAHANANDA ( SPAN VAB 26-27), USING MULTI-CIRCUIT UTILITY STEEL MONOPOLE STRUCTURES. ADDENDUM No.2 (SUMMARY SHEET) Modification to Tender Documents S. No. Clause No. /Page No. In place of Please read as Remarks 1. NIT Key Details Page 1R & 2R Page 1R1 & 2R1 Key Dates Extended 2. NIT Clause 1.1.3.2 A Page 5 Page 5R Eligibility criteria has been modified 3. Technical Specifications (Volume-3) Page 4, 5, 14, 20 & 28 Page 4R, 5R, 14R, 20R & 28R 4. GTP of ACCC LIBSON Conductor - - 5. Reply to Pre Bid Query enclosed with this Addenda No. 2

Upload: vucong

Post on 07-May-2018

214 views

Category:

Documents


2 download

TRANSCRIPT

Contract DMRC-MU-LINE2A-AEUD-05R: TURNKEY PROJECT OF DESIGN, SUPPLY,

ERECTION, TESTING & COMMISSIONING FOR MODIFICATION & RAISING OF HEIGHT OF

EXISTING 220 KV/110KV MULTI CIRCUIT TRANSMISSION LINES OF M/S RELIANCE INFRA

INFRINGING LINE-2A AT BANGUR NAGAR(SPAN VAB 13-14) AND LINE-7 AT MAHANANDA (

SPAN VAB 26-27), USING MULTI-CIRCUIT UTILITY STEEL MONOPOLE STRUCTURES.

ADDENDUM No.2

(SUMMARY SHEET)

Modification to Tender Documents

S.

No.

Clause No.

/Page No.

In place of Please read

as

Remarks

1. NIT Key Details

Page 1R & 2R

Page 1R1 & 2R1

Key Dates Extended

2. NIT Clause 1.1.3.2 A

Page 5 Page 5R Eligibility criteria has been modified

3. Technical Specifications

(Volume-3)

Page 4, 5, 14, 20 & 28

Page 4R, 5R, 14R, 20R & 28R

4. GTP of ACCC LIBSON

Conductor

- -

5. Reply to Pre Bid Query enclosed with this Addenda No. 2

Contract DMRC-MU-LINE2A-AEUD-05R

Page 1R1

NOTICE INVITING TENDER (NIT)

1.1 GENERAL

1.1.1 Name of Work:

Delhi Metro Rail Corporation (DMRC) Ltd. invites open e-tenders from eligible applicants, whofulfil qualification criteria as stipulated in Clause 1.1.3 of NIT, for the work

“CONTRACT DMRC-MU-LINE2A-AEUD-05R: TURNKEY PROJECT OF DESIGN, SUPPLY,ERECTION, TESTING & COMMISSIONING FOR MODIFICATION & RAISING OF HEIGHT OFEXISTING 220 KV/110KV MULTI CIRCUIT TRANSMISSION LINES OF M/S RELIANCE INFRAINFRINGING LINE-2A AT BANGUR NAGAR(SPAN VAB 13-14) AND LINE-7 ATMAHANANDA (SPAN VAB 26-27), USING MULTI-CIRCUIT UTILITY STEEL MONOPOLESTRUCTURES”.

The brief scope of the work and site information is provided in ITT Clause A1 (Volume-1) &Technical Specifications (Volume–3)

1.1.2 Key details :

Approximate value of work Rs. 11.78 Crores

Tender Security amount Rs. 11.78 Lakhs

Validity of Tender Security in case of BG & FDR: -07.11.2018

Tender Security in case of BG, FDR, Demand Draft,Banker’s Cheque (in original) as per clause C18 of ITTshall be accepted only up to 1500 hrs on 13.03.201820.03.2018 09.04.2018 in the office of Chief GeneralManager/Contracts at the address mentionedhereinafter.In case of RTGS/NEFT & IMPS transactions, biddersshall required to upload the scanned copies oftransaction of payment (clearly indicating tender numberi.e. AEUD-05R in the remarks or description column oftransaction) of tender security / EMD at the time ofonline bid submission. The detail of bank account ofDMRC is mentioned below this table.

Completion period 06 months

Tender documents on sale From 03.02.2018 to 13.03.2018 20.03.2018 09.04.2018(upto 15:00 Hrs) on e- tendering websitewww.eprocure.gov.in/eprocure/app.

Tender document can only be obtained online afterregistration of tenderer on the websitewww.eprocure.gov.in/eprocure/app. For furtherinformation in this regard bidders are advised tocontact on 011-49424307, 011-49424365 or 011-23417910, 011-23415838

Cost of Tender documents INR 23,600/- (inclusive of 18% GST) Non-Refundable(Payment of tender document cost/ tender fee is to bemade only by RTGS, NEFT & IMPS. No other mode ofpayment will be accepted. The detail of bank accountof DMRC is mentioned below this table. The biddersare required to upload scanned copies of transaction ofpayment (clearly indicating tender number i.e. AEUD-05R in the remarks or description column oftransaction) of tender document cost/ tenderfee at thetime of online bid submission.)

Contract DMRC-MU-LINE2A-AEUD-05R

Page 2R1

Last date of SeekingClarification

19.02.2018

Pre-bid Meeting

Pre-bid Meeting (2nd Round)22.02.2018 at 11:00 Hrs

26.03.2018 at 11:00 Hrs

Last date of issuing addendum 28.02.2018 08.03.2018 28.03.2018

Date & time of Submission ofTender

Tender submission start date :05.03.201812.03.2018 (0900 hrs)Tender submission end date : 13.03.201820.03.2018 09.04.2018 (1500 hrs)

Date & time of opening ofTender 14.03.2018 21.03.2018 10.04.2018 at 15:00 Hrs.

Authority and place forsubmission of Bid Documentcost, tender security, seekingclarifications & Pre Bid Meeting

Chief General Manager/Contracts,Delhi Metro Rail Corporation,5th floor, A-Wing, Metro Bhawan,Fire Brigade Lane, Barakhamba Road,New Delhi –110 001

To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS,the details of bank account of DMRC is mentioned below:

Name ofBank Bank’s Address Account Name

&No.Account

Type IFSC code

ICICIBank

9A, Phelps Building,Connaught Place, NewDelhi -110001

DMRC Ltd. TenderCell A/C,000705045337

Current ICIC0000007

1.1.3 QUALIFICATION CRITERIA :

1.1.3.1 Eligible Applicants:

i. The tenders for this contract will be considered only from those tenderers(proprietorship firms, partnerships firms, companies, corporations, consortia or jointventures) who meet requisite eligibility criteria prescribed in the sub-clauses ofClause 1.1.3 of NIT. In the case of a JV or Consortium, all members of the Groupshall be jointly and severally liable for the performance of whole contract.

ii. (a) A non-Indian firm is permitted to tender only in a joint venture or consortiumarrangement with any other Indian firm having minimum participation interest of26% or their wholly owned Indian subsidiary registered in India underCompanies Act-2013 with minimum 26% participation.

(b) A tenderer shall submit only one bid in the same tendering process, eitherindividually as a tenderer or as a partner of a JV. A tenderer who submits orparticipates in, more than one bid will cause all of the proposals in which thetenderer has participated to be disqualified. No tenderer can be asubcontractor while submitting a bid individually or as a partner of a JV in thesame bidding process. A tenderer, if acting in the capacity of subcontractor inany bid, may participate in more than one bid, but only in that capacity.

iii. Tenderers shall not have a conflict of interest. All Tenderers found to have aconflict of interest shall be disqualified. Tenderers shall be considered to have aconflict of interest with one or more parties in this bidding process, if:

(a) a tenderer has been engaged by the Employer to provide consulting servicesfor the preparation related to procurement for on implementation of theproject;

Contract DMRC-MU-LINE2A-AEUD-05R

Page 5R

* Similar works” for (i),(ii),(iii) above for this contract shall be the work of Design,supply, erection, testing and commissioning of minimum of 110kV or higher voltageelectrical transmission line.** Value of successfully completed portion of any ongoing work up to last day of themonth previous to the month of tender submission will also be considered forqualification of work experience criteria.

AND

The bidder shall have to submit an Authorization Letter from manufacturer ofsteel monopole for all technical support like design, manufacture, supply,erection, testing, commissioning of monopole etc. whichever is required for thesmooth execution of the contract in the format prescribed as Appendix-2. Suchmanufacturer should have the qualification as mentioned below:

1. Should have a manufacturing plant in India.

2. Pole manufacturer should have a manufacturing & galvanizing plant in Indiaand should have supplied at least 10 2 Nos of 110 kV or higher voltage leveltransmission line monopoles (in which at least 8 1 Nos of 110 kV or highervoltage level Transmission line mono poles must have been in satisfactoryoperation for one year) in India during the last 5 years as on the date of bidopening. The completion certificate/s & one year performance certificate/sin this regard needs to be submitted from any transmission utility ofstate/central government along with the bid client.

Notes:

The pole manufacturer will inspect and certify the satisfactory completion ofinstallation, testing and commissioning done by executive agency.

The tenderer shall submit details of works executed by them in the Performa ofAppendix-17 and 17A of FOT for the works to be considered for qualification ofwork experience criteria. Documentary proof such as completion certificates fromclient clearly indicating the nature/scope of work, actual completion cost andactual date of completion for such work should be submitted. The offerssubmitted without this documentary proof shall not be evaluated. In case thework is executed for private client, copy of work order, bill of quantities, bill wisedetails of payment received certified by C.A., T.D.S certificates for all paymentsreceived and copy of final/last bill paid by client shall also be submitted.

Value of successfully completed portion of any ongoing work up to last day of themonth previous to the month of tender submission will also be considered forqualification of work experience criteria. in case of ongoing works of design,supply, erection, testing & commissioning for modification & raising of height ofexisting 220 kv/110kv multi circuit transmission lines, tenderer shall submitcertificate issued by competent authority certifying substantial completion thatincludes design, supply, erection, testing & commissioning for modification &raising of height of existing 220 kv/110kv multi circuit transmission lines

For completed works, value of work done shall be updated to ending last day ofthe month previous to the month of tender submission price level assuming 5%inflation for Indian Rupees every year and 2% for foreign currency portions peryear. The exchange rate of foreign currency shall be applicable 28 days beforethe submission date of tender.

In case of joint venture / Consortium, full value of the work, if done by the samejoint venture shall be considered. However, if the qualifying work(s) were done bythem in JV/Consortium having different constituents, then the value of work as pertheir percentage participation in such JV/Consortium shall be considered.

If the above work(s) (i.e. “similar work” -“design, supply, erection, testing &commissioning for modification & raising of height of existing 220 kv/110kv multi

Contract DMRC-MU-LINE2A-AEUD-05R

DMRC/MU/Line-2A/AEUD-05R/Vol-3/TS Page 4R

2.5 Electrical Clearances

Ground Clearance - The minimum ground clearance from the bottom conductor shall not beless than 6100mm at the maximum sag conditions i.e. at 85° C and still air.

a) An allowance of 150 mm shall be provided to account for errors instringing.

b) Conductor creep shall be compensated by over tensioning the conductorat a temperature of 26 °C lower than the stringing temperature for“Twin3M Ostrich conductor”

Metro Crossing Clearances - The minimum clearance of bottom conductor shall not be lessthan 15.56Mtrs. from Metro Rail Level at the maximum sag conditions i.e. at 85° C in case ofAAAC zebra conductor and 210 deg C in case of 3M Ostrich conductor(ACCR) and still air.

Phase to Phase Spacing - The phase to phase spacing shall be governed by the live metalclearances to be maintained as per the specifications and dimensions of the structures/components. However, the minimum phase to phase clearance shall be as follows:

NOTE: Electrical clearance for 220 kV will be followed as per IS 5613. However, Raillevel clearances shall be maintained as per TSD attached.

Live Metal Clearance - The minimum live metal clearance to be provided between the liveparts and steel work of superstructure shall be as given in the table below:

SI. No. Particulars Units Clearance required to be maintainedfor110 KV

1. Live Metal Clearance

(a) Suspension Towers mm 1525(0°- 25° swing)1075(25° - 45° swing)

(b) Tension towers mm 1525

MonopoleStructure Normal condition Broken Wire Condition

Max (m) Min (m) Max (m) Min (m)DD 450 0 270 -150

Minimum phase to phaseclearance 110 KV

(mm)

1. Vertical 37002. Horizontal 6800

Contract DMRC-MU-LINE2A-AEUD-05R

DMRC/MU/Line-2A/AEUD-05R/Vol-3/TS Page 5R

Mid Span Clearance - The minimum vertical mid span clearance between any of theearthwires (OPGW) and the nearest power conductor shall not be less than 6.1meters for 110KV which shall mean the vertical clearance between earthwire (OPGW)and the nearestconductor under all temperatures and still air condition in the normal ruling span. Further, thetensions of the earthwires and power conductors shall be so co-ordinated that the sag ofearthwires shall be at least 10% less than that of conductor sag under all temperatureconditions.

Angle of Shielding -The angle of shielding is defined as the angle formed by the line joiningthe centre lines of the earthwire/OPGW and outer power conductor, in still air, at Monopolestructure supports, to the vertical line through the centre line of the earthwire./OPGW. Biddersshall design the Monopole structure in such a way that the angle of shielding does not exceed30 deg. The drop of the earthwire clamp, which is Contractor’s supplied items, should beconsidered while calculating the minimum angle of protection. For estimating the minimumangle of protection the drop of earth wire suspension clamp along with shackle shall be takenas 150mm.

3.0 DESIGN OF MONOPOLE STRUCTURES

The following clauses specify the minimum requirements for design of Monopolestructures:

3.1 Design Spans - The wind span for the purpose of computing the wind load onconductors and ground-wire shall be indicated in the offer. Similarly the weight span shall alsobe indicated.

3.2 Design Criteria - The Monopole structure shall be designed to meet designrequirements &designcriteria stipulated in IS-5613,ASCE Manuals and reports on Engineeringpractice No. 72 and ASCE/SEI 48-055, “Design of Steel Transmission Monopole Structures”,as applicable except otherwise specified in this specification. Monopole shall be designedand tested for Anti cascading condition. The following parameters shall be considered forwind loading and other loads on tower. Minimum grade of structural steel shall be 450MPA

Basic wind speed : 4647 m/sec (Wind Zone-4)Reliability Level : 1(D/D)

Terrain category : 2Angle of incidence : 0 degof wind

The Monopole structure shall also be designed for narrow front wind load corresponding to250 km/hr speed i.e. 2.9 kPa (considered to be acting on Monopole structure) acting in anydirection i.e. 0, 45 or 90 deg. P-Delta analysis shall be done for pole structure.

3.3 Design Temperatures

i) Minimum temperature : 0 deg.Cii) Every day temperature : 32 deg.Ciii) Max. temperature of

a) Conductori) AAAC zebra :85 deg. C

Contract DMRC-MU-LINE2A-AEUD-05R

DMRC/MU/Line-2A/AEUD-05R/Vol-3/TS Page 14R

chromic acid base additive at a predetermined concentration and kept atroom temperature to retard white rust attack. The temperature of thechromate solution shall not exceed 65 degree C. The articles shall not bestacked immediately after quenching and dichromating. It shall be ensuredthat the articles are dry before any further handling operation.

(ix) Storing, Packing and Handling: In order to prevent white rust formationsufficient care should be exercised while storing handling and transportinggalvanized products. The articles shall be stored in an adequatelyventilated area. The articles shall be stored with spacers in between themand kept at an inclination to facilitate easy drainage of any water collectedon the articles. Similar care is to be taken while transporting and storing thearticles at site.

7.0 TESTING OF MONOPOLE STRUCTURE

7.1 DESIGN APPROVAL:

Designs of Monopoles of all the types which are to be used in the project must be got tested atCPRI/ IIT/ any other third party Govt. accredited institution / lab at the cost of bidder dulywitnessing the representative of DMRC &R-Infra/(Owner of the transmission line ) prior toerection at site and 04 sets of approved drawings with all other related observations/ test resultsetc. in consultation with Engineer-Incharge and shall be submitted to the employer. In casefailure in testing bidder is required to redesign/replace the monopole.

7.2 TYPE TEST:

Type test is waived off, if the manufacturer/supplier has already got successfully type testedany monopole of110 KV& above voltage in CPRI/ in any independent NABL accreditedtesting centres as per latest IS/International Standardsubject to submission of its report forverification.Type test for Mono Pole design on offer is mandatory.Type test shall be conducted atCPRI/ in any independent NABL accredited testing centres as per latest IS/InternationalStandard subject to submission of its report for verificationIn case of Type test waiveoff (depend on solely discretion of utility owner), Bidders shall produce type test reportfor 110/220KV OR higher voltage level multi-circuit mono pole with higher bendingmoment.

Bidder shall submit the manufacturer quality plan to DMRC for approval. The validity of thetype test already conducted shall be for 5 years from the date of issue and should be valid fornext six months fromsubmission of bid.

In case, the type test for new type of Monopole is required, the bidder shall carry out the typetest at his own cost.

7.3 ROUTINE TEST:

The relevant Routine Tests on all the monopoles must be carried out by the manufacturer as per lateststandards & specifications and their reports must be submitted to the Employer for verification.

7.4 INSPECTION:

The Employer / Owner reserve the right to visit the manufacturing plant of the monopole forphysical verification / testing of material & procedure being followed during the process ofmanufacturing of the monopole.

Contract DMRC-MU-LINE2A-AEUD-05R

DMRC/MU/Line-2A/AEUD-05R/Vol-3/TS Page 20R

8.0 HARDWARE FITTINGS & OTHER ACCESSORIES

8.1 Composite Polymer Insulators8.1.1 The insulators of the strings shall consist of composite polymer long rod insulators

for a three phase, 50 Hz, effectively earthed 110 KV / 220kV transmission systemapplication in a very heavy polluted environment. Couplings shall be ball and sockettype. Composite polymer insulators shall be of 90kN & 120kN (for 110 KV) and 90kN& 160kN (for 220kV)

8.1.2 Tenderer shall quote such composite polymer insulators which have proven useunder foggy/humid operational conditions in polluted industrial environmentcombined with smoke and dust particles.

8.1.3 Insulators shall have sheds of the “open aerodynamic profile without any under ribs”with good self-cleaning properties. Insulator shed profile; spacing projection etc. shallbe strictly in accordance with the recommendation of IEC-60815.

8.1.4 All insulators shall be designed to facilitate cleaning and insulators shall have theminimum practical number of sheds and grooves. All grooves shall be soproportioned that any dust deposit can be removed without difficulty either by wipingwith a cloth or by remote washing under live line condition.

8.1.5 Polymer Insulators for 220 kV circuit and Porcelain Insulators for 110 kV circuitshall be considered for design.

8.2 Pin and CapPin and cap shall be designed to transmit the mechanical stress and develop uniformmechanical strength in the insulator. The cap shall be circular with the inner andouter surfaces concentric of such design that it will not yield or distort under loadconditions.

The design shall be such as to permit easy removal of replacement of either insulatorunits or fittings under the live line conditions.

8.3 Ball and Socket DesignationThe dimensions of the Ball and Socket shall be for 90kN, 120kN & 160kN Insulatorsin accordance with the standard dimensions stated in IEC: 60120 / IS: 2486 (Part-II).

8.4 InterchangeabilityThe composite long rod insulators inclusive of the ball & socket connection shall bestandard design suitable for use with the hardware fittings of any make conforming torelevant IEC standards.

8.5 Corona and RI PerformanceAll surfaces shall be clean, smooth, without cuts, abrasions or projections. No part shall besubjected to excessive localized pressure. The insulator and metal parts shall be sodesigned and manufactured that it shall avoid local corona formation and shall not generateany radio interference beyond specified limit under the operating conditions.

8.6 Earth wire/OPGW Clamps Attachments

For Suspension and tension clamp for attachment of earthwire/OPGW wherever required,the Contractor shall supply U – bolts, D – Shackles etc. for attachment of clamp to theMonopole structure. These items shall be of same rating/strength as that of corresponding

Contract DMRC-MU-LINE2A-AEUD-05R

DMRC/MU/Line-2A/AEUD-05R/Vol-3/TS Page 28R

13 Erection andcommissioning manual

.10.11 Guarantee for 12 months from the date of commissioning or 18 months from the date of

receipt of material whichever is earlier.

10.12 ACCC LIBSONHTLS Conductor: for R-Infra 110 kV circuitonly

ACCC LIBSONHTLS conductor will be used for R-Infra EHV line for 110 kV circuit atBangur Nagar and Mahananda (NESCO) site. Contractor have to submit GTP for theconductor for approval from R-Infra.Formal format for GTP of 110 kV HTLS conductor is asfollows. Technical requirements of this conductor shall be as per latestNational/Inter-national standards.

GUARANTEED TECHNICAL PARTICULARS OF HTLS CONDUCTOR

Sr No Particular Unit Value guaranteed by the bidder1 Name of Manufacturer2 Address of Manufacturer3 Name of the conductor4 Construction of Conductor/Design of

conductor as per IEC-610895 Particular of raw Material

5.1 Outer Layersa. Type of conductor strandb. Chemical composition of

conductor strandi. Minimum purity of

aluminium%

ii. Maximum coppercontent

%

iii. Si %iv. Fe %v. ............................... %

5.2 Inner Corea. Material of coreb. Chemical composition of

corei. ....................... %ii. .......................... %iii. ............................... %iv. ................................... %

6 Outer Aluminium Alloy Strand afterStranding

6.1 Number of outer layers6.2 Diameter

a) Nominal mmb) Maximum mm

S.No Section Page No Concerned clause Point for clarification DMRC Reply to Pre-Bid Query

1

Minimum

Eligibility Criteria

1.1.3.2

Page 5

Pole manufacturer should have a manufacturing & galvanizing

plant in India and should have supplied at least 10 Nos of 110

kV or higher voltage level transmission line monopoles (in

which at least 8 Nos of 110 kV or higher voltage level

Transmission line mono poles must have been in satisfactory

operation for one year) in India during the last 5 years as on

the date of bid opening. The completion certificate/s & one

year performance certificate/s in this regard need to be

submitted from any transmission utility of state/centre

government along with the bid.

Pole manufacturer should have a manufacturing &

galvanizing plant in India and should have supplied

at least 02 Nos of 110 kV or higher voltage level

transmission line monopoles in India during the last

5 years as on the date of bid opening

Refer Addendum-2

2

Vol-6/SOI-

General

Requirement

Page 1

we kindly request to provide the provisional

quantities of Materials in price schedule for bidding

purpose as quantities can be estimated only after

detailed survey on award of contract.

Please follow Tender condition

3Vol-2/GCC

clause no. 4.12Page 21

We understand that DMRC will acquire & provide

the land and right of way to contractor for execution

of work.

Please follow Tender condition

410)/Vol-2/SCC

clause no 29 Page 6

All shut down will be taken by Contractors/his authorized

representative in writing from concern department and proper

intimation should also be given to DMRC. All shut down taken

from concern department i.e. TATA Corporation Ltd or R-Infra

Ltd, etc. will be the responsibility of Contractors. Non-

availability of shutdown will not be accepted as a reason for

delay in normal case

the execution of the work. The contractor will be responsible

for obtaining permission from concerned local authorities such

as TATA Corporation Ltd, MCGM, BSNL, MTNL,, forest

department, Irrigation & Flood Control, Gas agencies, traffic

department, Electrical Inspector to the Govt., other DMRC civil

contractors for Land & tree cutting, drainage, sewerage &

water supply, etc., traffic department for digging of trenches,

cutting of road, traffic diversion etc. connected with this work.

The actual road restoration charges shall be paid by DMRC, if

any and Necessary help shall be provided by DMRC, if needed

We request DMRC to Amend the clause as follows:-

Obtaining the permissions/shutdowns from all the

local authorities / utilities shall be in scope of

DMRC. As DMRC can effectively co-ordinate with

local authorities/ utilities rather than contractor

Please follow Tender condition

5

VOL 3: Clause:

2.2

Angle Monopole structure(0-30)

Also to be used for uplift forces resulting from 300 m uplift

span under broken wire conditions( three power conductor+

one guard wire)

For monopole (0-30), 3 contractor broken is

condition was mentioned. But CBIP suggest to use

2 contractor broken condition on medium angle

monopoles. Please clarify.

Please follow Tender condition

REPLY TO PRE-BID QUERIES

Page 1 of 5

S.No Section Page No Concerned clause Point for clarification DMRC Reply to Pre-Bid Query

6

VOL 3: Clause:

2.4Normal Span - The normal ruling span for the line shall be

300 metres for both multi circuit and double circuit lines

The normal span provided is 300m, but TSD

shown of 200m. Please clarify.Please follow Tender condition

7

VOL 3: Clause:

2.5

Minimum phase to phase clearance for 110 kV Vertical 3700

mm and Horizontal 6800mm.

The electrical clearance provided are for 110kV,

please provide clearance to be maintained for

220kV. Can we calculate using IS 5613 for 220kV

clearance or we have to maintain the clearance

attached in TSD.

Refer Addendum-2

8

VOL 3: Clause:

4.2Bolts, Nuts and Washers: The design of the monopoles

should be based on use of HRH mild steel hot dip galvanized

bolts having grade 6.8(for foundation bolts)/8.8(for connection

bolts). The connections shall be designed on the basis of use

of 24 mmdia bolts. The spring washers shall be provided for

insertion under all nuts. These washers shall be of steel,

electro galvanized, positive lock type and of minimum 3.5mm

thickness

Can we use 8.8 grade bolts as foundation bolts. Accepted can be used. But at no extra

cost to DMRC

9

VOL 3/TS

clause no. 10.12

Page 28

HTLS conductor will be used for R-Infra EHV line for 110 kV

circuit at Bangur Nagar and Mahananda (NESCO) site.

Contractor have to submit GTP for the conductor for approval

from R-Infra.Formal format for GTP of 110 kV HTLS conductor

is as follows.Technical requirements of this conductor shall be

as per latest National/Inter-national standards.

We request you to kindly provide the Sag tension

calculations for HTLS 3M Ostrich conductor. Also

we have not received the GTP for the same.

Refer Addendum-2

10VOL 3/TS

clause no. 2.2Page 2

The above table provides indicative classification of

Monopolestructures. Spotting data for various Monopole

structures to be used in the transmission lines under the

specificpackage shall be given by the contractor during

execution stage.The pole shall be designed to conform to IS:

802

Kindly confirm the three monopoles shall have

design 30-60 deg deviation angle.Please follow Tender condition

Page 2 of 5

S.No Section Page No Concerned clause Point for clarification DMRC Reply to Pre-Bid Query

11Vol-3/TS Clause

no 6.1 Page 12

All fabrication work on monopole sections (including welding of

base section with base plate) shall be complete in all respects

before hot dip galvanizing. No cutting grinding or welding shall

be allowed on any of the Monopole sections after hot dipper

galvanizing. Precaution shall be taken against embrittlement,

warpage and distortion in accordance with IS/ASTM.

We kindly request you to modify the clause as

follows:

“Pole segment, as far as possible shall be

fabricated in single piece. In case of restriction due

to the size of hot dip galvanising bath, pole

segments having outer diameter more than 1m

may be fabricated in two halves. However, if

diameter of any pole segment exceeds 2m, the

fabrication of pole and galvanizing is permitted in

more than two parts but limited to, maximum four

parts. These parts/halves shall be seamlessly

welded after galvanizing. “Clause was also

accepted by the Central Transmission Utility Power

tender floated in Apr 2017 for 320 kV D/C HVDC

Monopole.

Please follow Tender condition

121.0 &2.2 of Vol 3

2.0 & Vol.4

One 30-60 deg. Pole for Bangur Nagar Location

and Two 0-30 deg. Poles for Mahananda locationPlease follow Tender condition

13 2.4 of Vol.3 Page 3Normal Span - The normal ruling span for the line shall be

300 metres for both multi circuit and double circuit lines

During enquiry stage working we used 230m span

with only one pole design i.e 30-60 deg.Please follow Tender condition

14 1.3 of Vol.3 Page 1 Contractor shall have to carry out detail survey

In Vol. 4 preliminary survey details are given. Do

we need to follow the same or we will get revised

survey details.

Please follow Tender condition

15 2.5 of Vol.3 Page 4We shall follow IS:5613 for swing and clearance

details of 110 & 220kV voltage level.Refer Addendum-2

16 2.2 of Vol.3 Page 3

Angle Monopole structure(0-30)

Also to be used for uplift forces resulting from 300 m uplift

span under broken wire conditions( three power conductor+

one guard wire)

GW+3CD broken is mentioned but as per IS:802

we don't have any such broken wire conditions. We

shall follow IS:802 with following broken wire

conditions. 1. 0-30 deg. Pole-GW

+ One CD or 2 CD broken

2. 30-60 deg. Pole- GW + Two CD or 3 CD

broken

Please follow Tender condition

Page 3 of 5

S.No Section Page No Concerned clause Point for clarification DMRC Reply to Pre-Bid Query

17 3.2 of Vol.3 Page 5 Basic wind speed : 46 m/sec (Wind Zone-4)

Basic wind speed of 46m/sec is given but as per

location (Mumbai) and reterning to IS:875 wind

map it should be 44m/sec.

Refer addendum-2

18 10.12 of Vol.3 Page 28

HTLS conductor will be used for R-Infra EHV line for 110 kV

circuit at Bangur Nagar and Mahananda (NESCO) site.

Contractor have to submit GTP for the conductor for approval

from R-Infra.Formal format for GTP of 110 kV HTLS conductor

is as follows.Technical requirements of this conductor shall be

as per latest National/Inter-national standards.

we need detail sag tension calculation for HTLS

conductorPlease follow Tender condition

19 Vol.4 Pole BXA level

Pole BXA (30-60 deg) given as 37.3 m and pole

BXA (0-30 deg) given as 34.05 m. As per our

enquiry stage design we used 31.05 m BXA and

battom dia comes around 2.45 m . Considering

current BXA levels these poles will go out of our

manufacturing limit with option remaining of double

pole structure.

Please follow Tender condition

20 Vol.4 Tower geometry

Vartical phase to phase and phase to earth as per

lower drawing seems to be more. We shall follow

IS:5613 for clearance requirement as per code and

standards.

Please follow Tender condition

211.0 &2.2 of Vol.

3

One 30-60 deg. Pole for Bangur Nagar Location

and Two 0-30 deg. Poles for Mahananda locationPlease follow Tender condition

22 1.3 of Vol.3 Contractor shall have to carry out detail survey

In Vol. 4 preliminary survey details are given. Do

we need to follow the same of we will get revised

survey details.

Please follow Tender condition

23 2.2 of Vol.3

Angle Monopole structure(0-30)

Also to be used for uplift forces resulting from 300 m uplift

span under broken wire conditions( three power conductor+

one guard wire)

GW+3CD broken is mentioned but as per IS:802

we don't have any such broken wire conditions. We

shall follow IS:802 with following broken wire

conditions.

1. 0-30 deg. Pole-GW + One CD or 2 CD

broken.

2. 30-60 deg. Pole-GW+Two CD or 3CD broken.

Please follow Tender condition

24 2.4 of Vol 3Normal Span - The normal ruling span for the line shall be

300 metres for both multi circuit and double circuit lines

During enquiry stage working. We used 250 mtr

span with only one Pole design i.e 30-60 deg.Please follow Tender condition

Page 4 of 5

S.No Section Page No Concerned clause Point for clarification DMRC Reply to Pre-Bid Query

25 2.5 of Vol.3We shall follow IS 5613 for swing and clearances

details of 110 & 220 kV voltage level.Refer Addendum-2

26 3.2 of Vol.3 Basic wind speed : 47 m/sec (Wind Zone-4)

Basic wind speed of 46m/sec is given but as per

location (Mumbai) and reterning to IS:875 wind

map it should be 44m/sec.Refer Addendum-2

27 10.12 of Vol.3

HTLS conductor will be used for R-Infra EHV line for 110 kV

circuit at Bangur Nagar and Mahananda (NESCO) site.

Contractor have to submit GTP for the conductor for approval

from R-Infra.Formal format for GTP of 110 kV HTLS conductor

is as follows.Technical requirements of this conductor shall be

as per latest National/Inter-national standards.

we need detail sag tension calculation for HTLS

conductorPlease follow Tender condition

28 Vol.4 Pole BXA level

Pole BXA (30-60 deg) given as 37.3 m and pole

BXA (0-30 deg) given as 34.05 m. As per our

enquiry stage design we used 31.05 m BXA and

battom dia comes around 2.45 m . Considering

current BXA levels these poles will go out of our

manufacturing limit with option remaining of double

pole structure.

Please follow Tender condition

29 Vol.4 Tower geometry

Vartical phase to phase and phase to earth as per

lower drawing seems to be more. We shall follow

IS:5613 for clearance requirement as per code and

standards.

Please follow Tender condition

Page 5 of 5