Bid Docs So Opd22 007
Bid Docs So Opd22 007
BID DOCUMENTS
Name of Project: SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
Contents : Volume 1
Q)
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
_________ VisP2121282Se
SECTION I
INVITATION TO BID
D)
NATIONAL POWER CORPORATION
National Power Corporation
INVITATION TO BID
PUBLIC BIDDING - BCS 2022-0544
1. The NATIONAL POWER CORPORATION (NPC). through its approved Corporate Budget
of CY 2022 intends to apply the sum of tPlease see schedule belovrt being the Approved Budget
for the Contract (ABC) to payments under the contract. Bids received in excess of the ABC shall be
automatically rejected at Bid opening.
Supply, Delivery,
Installation. Test and
Commissioning or
SO-OPD22-007 / Construction of Power
PB220831-HG00341 Facilities, Installation,
Supply, Delivery, Installation, Test and
Test and Commissioning of 1 Commissioning of 17 August 31 August Total
X 120kW and 2 x 90kW “Unit Diesel Generator 2022 2022 P 16.630.952.00/
Modular Diesel Gensets and - Transformer” with 9:30 A.M 9:30 A.M P 25,000.00
Associated Electrical generator capacity of
Equipment for Tagubanhan at least 90kW Prime
DPP or Continuous and
associated Power
Transformer of at
least 112.5 kVA rating
Supply, Delivery,
Installation, Test and
HO-PIG21-019 /
Commissioning or
PB211117-SV00417 (PB4)
Construction of Power
Supply. Delivery, Installation, Facilities, Installation,
Test and Commissioning of 1 Test and
X 100 kW (for Dancalan DPP) Commissioning of 17 August Total
31 August
and 1 X 100 kW (for Malaking “Unit Diesel Generator 2022 2022 P 13.956,855.00/
-Nog DPP) Modular Diesel - Transformer" with 9:30 A.M 9:30 A.M P 25,000.00
Gensets and Associated generator capacity of
Electrical Equipment under at least 50kW Prime
Package 13-A or Continuous Power
and associated Power
Transformer of at
least 100 kVA rating
2' iVitf• bi?lfor l.tem ,isted above- De,ivery of the Goods is required (see table below)
fhP rififd 'I1 thh T®Chnica 5pecificatlons- Bldders should have completed, within (see table below) froni
hiHnl * 0f sudmi®s.l0" arid receipt of bids, a contract similar to the Project. The description of an eliqible
bidder is contained in the Bidding Documents, particularly, in Section II. (Instruction to Bidders). 9
AFG-LOG.002.F03
Rev.No.O
Page 1 of 3
Invitation to Bid • BCS 2022-0544
PR No/s. / PB Ref No/s. Delivery Period / Contract Duration Relevant Period of SLCC reckoned from
the date of submission & receipt of bids
Two Hundred Forty (240) Calendar
SO-OPD22-007 Fifteen (15) Years
Days
HO-P1G21-019 Two Hundred Forty (240) Calendar
Days Fifteen (15) Years
3. Bidding will be conducted through open competitive bidding procedures using a non-discretlonary
“pass/fair criteiion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of
Republic Act (RA) No. 9184.
4. Prospective Bidders may obtain further Information from National Power Corporation, Bids and Contracts
Services Division and inspect the Bidding Documents at the address given below during office hours
(8:00AM to 5:00PM), Monday to Friday.
5. A complete set of Bidding Documents may be acquired by interested Bidders from the given address and
website(s) and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest
Guidelines Issued by the GPPB. Bidding fee mav be refunded in accordance with the ouideiinea hexed nn
the grounds provided under Section 41 ofR.A. 9184 and its Revised IRR.
6. The National Power Corporation will hold Pre-Bid Conference (see table above) and/or through video
conferencing or webcasting which shall be open to prospective bidders.
Only registered bidder/s shall be allowed to participate for the conduct of virtual pre-bid conference.
Unregistered bidders may attend the Pre-Bid Conference at the Kanao Room, NPC subject to the
following:
a. Only a maximum of two (2) representatives from each bidder / company shall be allowed to
participate during the virtual pre-bid conference.
b. A “No Face mask / No Entry" policy shall be Implemented in the NPC premises. Face mask shall
be 3-ply surgical or KN95 mask type.
c. The requirements herein stated Including the medium of submission shall be subject to GPPB
Resolution No. 09-2020 dated 07 May 2020
d. 00 the ,mP|ementation of Early Procurement Activities (EPA) shall be subject to
GPPB Circular No. 06-2019 dated 17 July 2019 J
7. du|y .,;ece?'ed by !he BAC secretariat through (i) manual submission at the office address
indicated b^lowjjii) online or electronic submission before the specified time stated In the table above
for opening of bids. Late bids shall not be accepted.
8' l^"lTBcI^usLb14aCCOmPanied by 3 bid Se0Urity in any °'the ac“plable forms and in the amount staled
9' fnlmTn'll'Ifl™3!' bh °n Ka''a° NPC HSad 0ffiCe’ Diliman' Que20n Ci|y ahd/or via
* be. anno“n“d bJ/ NPC' Blda w'll ho oponed in the presence of the bidders’
representatives who choose to attend the activity.
10' I!,®7tl!?rrH(hOWer for?ti0n.reserves lhe ri9ht to r°ject any and al1 bids. declare a failure of bidding
•theJCSlra?«t*an^.,ime pnor t0 contract award in accordance with Sections 35.6 and 41 of
bidders6 reVISed RR 0f R,A' No* 9184, without thereby incurring any liability to the affected bidder or
AFG.LOGC02.F03
Rev.No.O
Page 2 of 3
Invitation to Bid - BCS 2022-0544
/RENE B. BARRUELA
Vice President, Corporate Affairs Group
Chairman, Bids and Awards Committee
AFG-LOG-002.F03
Rev.No.O
Page 3 of 3
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
\flsP21Z1282Se
I
I
SECTION II
INSTRUCTIONS TO
BIDDERS
El
BtD DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUSANHAN DPP
SECTION II - INSTRUCTIONS TO BIDDERS VisP21Z1282Se
TABLE OF CONTENTS
1. SCOPE OF BID.......................................................................................................... 1
2. FUNDING INFORMATION................. 1
3. BIDDING REQUIREMENTS...................... -........ -................. ..... ........................... l
4. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE PRACTICES......... .. l
5. ELIGIBLE BIDDERS.............................................................................................. „2
6. ORIGIN OF GOODS..-................................................................................................2
7. SUBCONTRACTS......................................................................................................2
8. PRE-BID CONFERENCE...........................................................................................3
9. CLARIFICATION AND AMENDMENT OF BIDDING DOCUMENTS........................3
10. DOCUMENTS COMPRISING THE BID: ELIGIBILITY AND TECHNICAL
COMPONENTS..........................................................................................................3
11. DOCUMENTS COMPRISING THE BID; FINANCIAL COMPONENT...................... 3
12. BID PRICES... ................................ 4
13. BID AND PAYMENT CURRENCIES........... -.... -..................................................... .4
14. BID SECURITY-..-................... 4
15. SEALING AND MARKING OF BIDS......... .......... -..................................................5
16. DEADLINE FOR SUBMISSION OF BIDS..................................................................5
17. OPENING AND PRELIMINARY EXAMINATION OF BIDS.......................................5
18. DOMESTIC PREFERENCE....................................................................................... 5
19. DETAILED EVALUATION AND COMPARISON OF BIDS.......................................5
20. POST-QUALIFICATION.............................................................................................6
21. SIGNING OF THE CONTRACT................................................................................. 6
1. Scope of Bid
The National Power Corporation (NPC or NAPOCOR) wishes to receive Bids for the
The Procurement Project (referred to herein as “Project") is composed of one (1) lot and
wiii be awarded to one (1) Bidder in one complete contract, the details of which are
described in Section VI (Technical Specifications).
2. Funding Information
2.1. The GOP through the source of funding as indicated below for CY 2021 in the
amount specified in the Invitation to Bid.
2.2. The source of funding is the Corporate Operating Budget of the National Power
Corporation.
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may affect
the cost, duration and execution or implementation of the contract, project, or work and
examine ail instructions, forms, terms, and project requirements in the Bidding
Documents.
The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I" of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable will
be evaluated.
5.2. Foreign ownership exceeding those allowed under the rules may participate when
citizens, corporations, or associations of a country, included in the list issued by
the GPPB, the laws or regulations of which grant reciprocal rights or privileges to
citizens, corporations, or associations of the Philippines.
5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the Bidder
shali have an SLCC that is at least one (1) contract similar to the Project the value
of which, adjusted to current prices using the PSA’s CPI, must be at least
equivalent to at least fifty percent (50%) of the ABC.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of the
2016 IRR of RA No. 9184.
6. Origin of Goods
There is no restriction on the origin of goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN, subject to
Domestic Preference requirements under ITB Clause 18.
7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by the
Procuring Entity as stated herein, but in no case more than twenty percent (20%)
of the Project.
7.2. The Supplier may identify its subcontractor during the contract implementation
stage. Subcontractors identified during the bidding may be changed during the
implementation of this Contract. Subcontractors must submit the documentary
requirements under Section 23.1 of the 2016 revised IRR of RA No. 9184 and
comply with the eligibility criteria specified in ITB Clause 5 to the implementing or
end-user unit.
7.3. Subcontracting of any portion of the Project does not relieve the Supplier of any
liability or obligation under the Contract. The Supplier will be responsible for the
acts, defaults, and negligence of any subcontractor, its agents, servants, or
workmen as fully as if these were the Supplier’s own acts, defaults, or negligence,
or those of its agents, servants, or workmen.
8. Pre>Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date
and time and either at its physical address and/or through videoconferencing/webcasting
as indicated in paragraph 6 of the IB.
Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the Procuring
Entity, either at its given address or through electronic mail indicated in the IB, at least
ten (10) calendar days before the deadline set for the submission and receipt of Bids.
10.1. The first envelope shall contain the eligibility and technical documents of the Bid
as specified in Section VIII (NPCSF-GOODS-01 - Checklist of Technical and
Financial Documents).
10.2. The Bidder's SLCC as indicated in ITB Clause 5.3 should have been completed
within Fifteen (15) Years prior to the deadline for the submission and receipt of
bids.
10.3. If the eligibility requirements or statements, the bids, and all other documents for
submission to the BAC are in foreign language other than English, it must be
accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent office
having jurisdiction over the foreign bidder's affairs In the Philippines. Similar to the
required authentication above, for Contracting Parties to the Apostille Convention,
only the translated documents shall be authenticated through an apostille pursuant
to GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation shall
govern, for purposes of interpretation of the bid.
10.4. The Statement of the bidder's Single Largest Completed Contract (SLCC)
(NPCSF-GOODS-03) and List of all Ongoing Government & Private Contracts
Including Contracts Awarded but not yet Started (NPCSF-GOODS-02) shall
comply with the documentary requirements specified in the BPS.
11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section VIII (NPCSF-GOODS-01 - Checklist of Technical and
Financial Documents).
11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices provided
the conditions are met under Section 31.2 of the 2016 revised IRR of RA No. 9184,
12.1. Prices indicated on the Price Schedule shall be entered separately in the following
manner;
li. The cost of all customs duties and sales and other taxes already paid or
payable;
iv. The price of other (incidental) services, if any, listed in the BPS.
i. Unless otherwise stated in the BPS, the price of the Goods shall be
quoted delivered duty paid (DDP) with the place of destination in the
Philippines as specified in the BPS. In quoting the price, the Bidder shali
be free to use transportation through carriers registered in any eligible
country. Similarly, the Bidder may obtain insurance services from any
eligible source country.
ii. The price of other (incidental) services. If any, as listed in the BPS.
13.1. For Goods that the Bidder will supply from outside the Philippines, the bid prices
may be quoted in the local currency or tradeable currency accepted by the BSP at
the discretion of the Bidder. However, for purposes of bid evaluation, Bids
denominated in foreign currencies, shall be converted to Philippine currency based
on the exchange rate as published in the BSP reference rate bulletin on the day
of the bid opening.
14.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in
the amount indicated in the BPS, which shall be not less than the percentage of
the ABC in accordance with the schedule in the BPS
14.2. The Bid and bid security shall be valid for One Hundred Twenty (120) calendar
days from the date of opening of bids. Any Bid not accompanied by an acceptable
bid security shall be rejected by the Procuring Entity as non-responsive.
Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a ground
for disqualification.
If the Procuring Entity allows the submission of bids through online submission or any
other electronic means, the Bidder shall submit an electronic copy of its Bid, which must
be digitally signed. An electronic copy that cannot be opened or is corrupted shall be
considered non-responsive and, thus, automatically disqualified.
16.1. The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.
17.1. The BAG shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAG Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.
17.2. The preliminary examination of bids shall be governed by Section 30 of the 2016
revised IRR of RA No. 9184.
18.1. The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR of
RA No. 9184.
19.1. The Procuring Entity’s BAG shall immediately conduct a detailed evaluation of all
Bids rated “passed," using non-discretionary pass/fail criteria. The BAG shall
consider the conditions in the evaluation of Bids under Section 32.2 of the 2016
revised IRR of RA No. 9184.
19.2. If the Project allows partial bids, bidders may submit a proposal on any of the lots
or items, and evaluation will be undertaken on a per lot or item basis, as the case
maybe. In this case, the Bid Security as required by ITB Giause 14 shall be
submitted for each lot or item separately.
19.3. The descriptions of the lots or items shall be indicated in Section VI (Technical
Specifications), although the ABCs of these lots or items are indicated in the
BPS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the
2016 revised IRR of RA No. 9184. The NFCC must be sufficient for the total of
the ABCs for all the lots or items participated in by the prospective Bidder.
19.4. The Project shall be awarded to one (1) Bidder in one complete contract.
19.5. Except for bidders submitting a committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation, all Bids must include the
NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of RA
No. 9184, which must be sufficient for the total of the ABCs for all the lots or
items participated in by the prospective Bidder. For bidders submitting the
committed Line of Credit, it must be at least equal to ten percent (10%) of the
ABCs for all the lots or items participated in by the prospective Bidder.
20. Post-Qualification
20.1. Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,
the Bidder shall submit its latest income and business tax returns filed and paid
through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.
21.1. The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184
shall form part of the Contract. Additional Contract documents are indicated in
the BDS.
m tl-ITB-6
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL 6ENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
VlsP21Zl282Se
SECTION
The Single Largest Completed Contract (SLCC) as declared by the bidder shall
be verified and validated to ascertain such completed contract. Hence, bidders
must ensure access to sites of such projects/equipment to NPC representatives
for verification and validation purposes during post-qualification process.
Bidders must also comply with the Diesel Engine-Generator and Associated
Equipment Data Summary specified in Section M-1.0, of the Section VI -
Technical Data Sheet.
10.4 The list of on-going contracts (Form No. NPCSF-GOODS-02) shall be supported
by the following documents for each on-going contract to be submitted during
Post-Qualification:
The bidder shall declare in this form all his on-going government and private
contracts including contracts where the bidder (either as individual or as a Joint
Venture) is a partner in a Joint Venture agreement other than his current joint
venture where he is a partner. Non declaration will be a ground for
disqualification of bid.
1. Contract/Purchase Order
The prospective bidders shall declare its Joint Venture partner during the
purchase of bid/tender documents. Any single bidder/s who already
procured/secured the bidding documents but want to avail the Joint Venture
Agreement (JVA) shall inform the BAC in writing prior to the bid opening for
records and documentation purposes. Faiiure to do so shall be a ground for
disqualificalion/non-acceptance of its bid.
10.5 Bidders shaii aiso submit the following requirements in their first enveiope,
Eiigibility and Technical Component of their bid:
12 The price of the Goods shall be quoted DDP Project Site or the applicable
International Commercial Terms (INCOTERMS) for this Project.
14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the
following forms and amounts:
a) The amount of not less two percent (2%) of ABC, if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit: or
b) The amount of not less than five percent (5%) of ABC, if bid security is in
Surety Bond.
19.3 The goods are grouped together in one (1) lot and will be awarded to one (1)
bidder in one complete contract. Partial bid is not allowed.
The lot is further divided into sub-lots for the purpose of bid evaluation. The
sub-lots are as follows:
The bidders bid offer must be within tlie ABC of the lot/sub-lots. Bid offers that
exceed the ABC of the lot/sub-lots, or with Incomplete price, shall be rejected.
Bids shall also be further evaluated based on the Computed Fuel Consumption
Cost. The formula and its application are stated below. It is understood however,
that the award of contract shall be at the Bidder's submitted bid price or its
calculated bid price due to computational errors, omissions and discount,
whichever is lower. Contract amount shall be exclusive of computed Fuel
Consumption Cost.
Fuel Consumption for one (1) year for each bidder for their guaranteed fuel rate
at Guaranteed Rated Output, shall be computed based on the accomplished Bid
Forms, (Section M-2.0 — Fuel Consumption Form for Diesel Engine-Generator
Sets), which shall be accomplished and submitted by the Bidders. The formula
for the Fuel Consumption Cost (FCC) is:
c. The website, name, address, contact person, telephone number and e-mail
address of the principal supplier of the Diesel Gensets to be supplied for this
project.
e. The name, address, contact person and number of the Bidder’s Local Service
Center in the Philippines declared In the Bid Proposal, that will efficiently cater
to the maintenance, repair, and spare parts requirements of the supplied
unit/s during the warranty period as prescribed in the Conditions of Contract
and/or Technical Specifications. Bidders shall also submit the Bio-data/work
experience of at least two (2) of its personnel in the Local Service Center. A
certification from Manufacturer/Authorized Representative to prove that the
said personnel has undergone required training to service the unit/s to be
supplied for this project shall also be submitted.
In case the Local Service Center is not owned by the Bidder, a Memorandum
of Agreement (or any similar document) between the Bidder and the
Manufacturer/Authorized Representative of the supplied unit/s shall be
submitted by the Bidder subject to verification/approval of NPC. Non
submission of this requirement shall be grounds for disqualification of the
bid.
20.2 The licenses and permits relevant to the Project and the corresponding law
requiring it as specified in the Technical Specifications, if any.
SECTION IV
GENERAL CONDITIONS
OF CONTRACT
1. SCOPE OF CONTRACT..................................................................................... 1
2. ADVANCE PAYMENT AND TERMS OF PAYMENT............................................ 1
3. PERFORMANCE SECURITY............................................................................. 1
4. INSPECTION AND TESTS................................................................................. 1
5. WARRANTY......................................................................................................2
6. LIABILITY OF THE SUPPLIER.......................................................................... 2
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and Its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for
the terms and conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.
Additional requirements for the completion of this Contract shall be provided in the
Special Conditions of Contract (SCC).
2.1. Advance payment of the contract amount is provided under Annex “D” of the
revised 2016 IRR of RA No. 9184.
2.2. The Procuring Entity is allowed to determine the terms of payment on the partial
or staggered delivery of the Goods procured, provided such partial payment
shall correspond to the value of the goods delivered and accepted in
accordance with prevailing accounting and auditing rules and regulations. The
terms of payment are indicated in the SCC.
3. Performance Security
3.1. Within ten (10) calendar days from receipt of the Notice of Award by the Bidder
from the Procuring Entity but in no case later than the signing of the Contract
by both parties, the successful Bidder shall furnish the performance security in
any of the forms prescribed in Section 39 of the 2016 revised IRR of RA No.
9184.
3.2. The performance bond to be posted by the Contractor must also comply with
additional requirements specified in the SCC.
The Procuring Entity or its representative shall have the right to inspect and/or to test
the Goods to confirm their conformity to the Project specifications at no extra cost to
the Procuring Entity in accordance with the Generic Procurement Manual. In addition
to tests in the SCC, Section VI (Technical Specifications) shall specify what
inspections and/or tests the Procuring Entity requires, and where they are to be
conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner,
of the identity of any representatives retained for these purposes.
All reasonable facilities and assistance for the inspection and testing of Goods,
including access to drawings and production data, shall be provided by the Supplier to
the authorized inspectors at no charge to the Procuring Entity.
Warranty
5.1 In order to assure that manufacturing defects shall be corrected by the Supplier,
a warranty shall be required from the Supplier as provided under Section 62.1
of the 2016 revised IRR of RANo. £184.
5.2 The Procuring Entity shall promptly notify the Supplier in writing of any claims
arising under this warranty. Upon receipt of such notice, the Supplier shall
correct/repair or replace the defective Goods or parts thereof within the period
specified in the SCC. without cost to the Procuring Entity, pursuant to the
Generic Procurement Manual.
The Supplier's liability under this Contract shall be as provided by the laws of the
Republic of the Philippines.
If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.
CD
NATIONAL POWER CORPORATION
IV-GCC-2
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
VisP2121282Se
SECTION V
SPECIAL CONDITIONS
OF CONTRACT
The delivery terms applicable to the Contract is DDP delivered to the project
site specified in the technical specifications, in accordance with INCOTERMS.
Risk and title will pass from the Supplier to the Procuring Entity upon receipt
and final acceptance of the Goods at their final destination.
Delivery of the Goods shall be made by the Supplier in accordance with the
terms specified in Section VI - Technical Specifications. The details of
shipping and/or other documents to be furnished by the Supplier are as follows:
For Goods supplied from within the Philippines
Upon delivery of the Goods to the Project Site, the Supplier shall notify the
Procuring Entity and present the following documents to the Procuring Entity:
(i) Original and four copies of the Supplier’s invoice showing Goods’
description, quantity, unit price, and total amount:
(iii) Original and four copies of the certificate of origin (for imported Goods):
(iv) Delivery receipt detailing number and description of items received
signed by the Procuring Entity’s representative at the Project Site:
(vi) Original and four copies of the Inspection Receiving Report signed by the
Procuring Entity’s representative at the Project Site;
(vii) Original and four copies of the Manufacturer’s and/or Supplier’s warranty
certificate: and
Upon shipment, the Supplier shall notify the Procuring Entity and the insurance
company by e-mail the full details of the shipment, including Contract Number,
description of the Goods, quantity, vessel, bill of lading number and date, port
of loading, date of shipment, port of discharge etc. Upon delivery to the Project
Site, the Supplier shall notify the Procuring Entity and present the following
documents as applicable with the documentary requirements of any letter of
credit issued taking precedence:
(I) Original and four copies of the Supplier’s Invoice showing Goods’
description, quantity, unit price, and total amount;
(ii) Original and four copies of the negotiable, clean shipped on board biii of
lading marked “freight pre-pald" and five copies of the non-negotiable bill
of lading;
(vi) Original and four copies of the Inspection Receiving Report signed by the
Procuring Entity’s representative at the Project Site;
(vii) Original and four copies of the certificate of origin (for imported Goods);
and
(viii) Original and four copies of the Manufacturer's and/or Supplier's warranty
certificate including all other documents specified in the Technical
Specifications, if any.
For purposes of this Clause the Procuring Entity’s Representative at the Project
Site is Vice President - SPUG or duly authorized representative..
Incidental Services ~
The Contract price for the Goods shall include the prices charged by the
Supplier for incidental services and shall not exceed the prevailing rates
charged to other parties by the Supplier for similar services.
Spare Parts -
1. such spare parts as the Procuring Entity may elect to purchase from the
Supplier, provided that this election shall not relieve the Supplier of any
warranty obligations under this Contract; and
The spare parts and other components required are listed in Section VI
(Technical Specifications) and Section VII (Schedule of Requirements/Bid
Price Schedule) and the costs thereof are included in the contract price.
Packaging -
The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
The outer packaging must be clearly marked on at least four (4) sides as
follows:
Transportation-
Where the Supplier is required under Contract to deliver the Goods CIF, CIP,
or DDP, transport of the Goods to the port of destination or such other named
place of destination in the Philippines, as shall be specified in this Contract,
shall be arranged and paid for by the Supplier, and the cost thereof shall be
included in the Contract Price.
Where the Supplier is required under this Contract to transport the Goods to a
specified place of destination within the Philippines, defined as the Project Site,
transport to such place of destination in the Philippines, including insurance
and storage, as shall be specified in this Contract, shall be arranged by the
Supplier, and related costs shall be included in the contract price.
Where the Supplier Is required under Contract to deliver the Goods CIF, CIP
or DDP, Goods are to be transported on carriers of Philippine registry. In the
event that no carrier of Philippine registry is available, Goods may be shipped
by a carrier which is not of Philippine registry provided that the Supplier obtains
and presents to the Procuring Entity certification to this effect from the nearest
Philippine consuiate to the port of dispatch. In the event that earners of
Philippine registry are avaiiabie but their schedule delays the Supplier in its
performance of this Contract the period from when the Goods were first ready
for shipment and the actual date of shipment the period of delay will be
considered force majeure.
The Procuring Entity accepts no liability for the damage of Goods during transit
other than those prescribed by INCOTERMS for DDP deliveries. In the case
of Goods supplied from within the Philippines or supplied by domestic Suppliers
risk and title will not be deemed to have passed to the Procuring Entity until
their receipt and final acceptance at the final destination.
The Supplier shall indemnify the Procuring Entity against all third-party claims
of infringement of patent, trademark, or industrial design rights arising from use
of the Goods or any part thereof.
2.0 The applicable Terms of Payment for this Contract is Clause 2.2, Item No. 3.
2.2 Advance payment not to exceed fifteen percent (15%) of the contract amount
shall be allowed and paid within sixty (60) calendar days from effectivity of the
contract and upon the submission to and acceptance by the Procuring Entity
of an irrevocable letter of credit or bank guarantee issued by a Universal or
Commercial Bank. The irrevocable letter of credit or bank guarantee must be
for an equivalent amount, shall remain valid until the goods are delivered, and
accompanied by a claim for advance payment.
All progress payments shall first be charged against the advance payment until
the latter has been fully exhausted.
(b) On Delivery: Eighty percent (60%) of the price of the delivered Goods,
excluding price for installation, test and commissioning shall be
considered for payment, less the total amount of advance payment, if
any and other deductions. If the amount is sufficient to fully recoup the
advance payment, the remainder after deductions shall be paid to the
Supplier within sixty (60) days after the date of receipt of the Goods
and upon submission of the documents (i) through (vi) specified in the
SCC provision on Delivery and Documents. Otherwise, the total
delivery payment shall be charged against the advance payment and
the remaining advance payment will be fully recouped from the
succeeding claims.
(b)On Delivery: Sixty percent (60%) of the price of the delivered Goods
shall be considered for payment, less the total amount of advance
payment, if any and other deductions. If the amount is sufficient to fully
recoup the advance payment, the remainder after deductions shall be
paid to the Supplier within sixty (60) days after the date of receipt of
______ the Goods and upon submission of the documents (i) through (vi)
(c) On Acceptance: The remaining forty percent (40%) of the price of the
delivered Goods shall be paid to the Supplier within sixty (60) days
after the date of submission of the acceptance and inspection
certificate for the respective delivery issued by the Procuring Entity’s
authorized representative. In the event that no acceptance certificate
is issued by the Procuring Entity’s authorized representative within
forty five (45) days after successful test and commissioning, the
Supplier shall have the right to claim payment subject to the Procuring
Entity’s own verification of the reason(s) for the failure to issue
documents (vii) and (viii) as described in the SCC provision on Delivery
and Documents
i. Company Name
ii. Correct amount of the Bond
iii. Contract/Purchase Order Reference Number
iv. Purpose of the Bond:
“To guarantee the faithful performance of the Principal’s obligation to
undertake (Contract/Purchase Order Description) in accordance with
the terms and conditions of (Contract No. & Schedule/Purchase Order
No.} entered into by the parties.’
2. The bond shall remain valid and effective until the duration of the contract
(should be specific dale reckoned from the contract effectivitv) plus sixty
(60) days after NPC’s acceptance of the last delivery/final acceptance of
the project.
i. The bond is a penal bond, callable on demand and the entire amount
thereof shall be forfeited in favor of the Obligee upon default of the
Principal without the need to prove or to show grounds or reasons for
demand for the sum specified therein;
If
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELtiCTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION V - SPECIAL CONDITIONS OF CONTRACT VisP21Z1282Se
The amount claimed by the Obligee under this bond shall be paid in
full and shall never be subject to any adjustment by the Surety;
In case of claim, the Surety s hall pay such claim within sixty (60) days
from receipt by the Surety of the Obligee’s notice of claim/demand
letter notwithstanding any objection thereto by the Principal.
The inspections and tests that will be conducted are specified in the Technical
Specifications.
5.2 The period for correction of defects in the warranty period shall not exceed
thirty (30) days upon receipt of the notice from NPC.
Aside from the Liquidated Damages, the PROCURING ENTITY shall also
implement the following additional pisnalties;
The penalty to be imposed to the Supplier for each diesel genset that failed
to attain the guaranteed fuel rate shall be in accordance with the formula
specified below:
SECTION VI
TECHNICAL
SPECIFICATIONS
PART I - TECHNICAL
SPECIFICATIONS
GW - GENERAL WORKS
GW-5.5 Locks..................................................................................................20
GW-5.6 Guards................................................................................................20
GW-5.7 Lifting Lugs.........................................................................................20
I GW-6.0
GW-6.1
DRAWINGS AND INSTRUCTION MANUALS..................................20
Drawings Contained in the Tender Document...................................20
GW-6.2 Drawings and Documents to be submitted with theBid......................21
GW-6.3 Supplier's/Manufacturer’s Drawings and InstructionManuals........... 21
GW-6.3.1 General............................................................................ 21
GW-6.3.2 Bar Chart......................................................................... 23
GW-6.3.3 General and Detailed Drawings and Specifications for Electro-
Mechanical Equipment........................................................................23
GW'6.3.4 General and Detailed Design Drawingsfor Civil Works... 24
GW-6.3.5 Working Plan................................................................... 24
GW-6.3.6 Progress Report............................................................... 24
GW-6.3.7 Instruction Manuals......................................................... 24
GW-6.3.8 As-Built Drawings.............................................................26
GW-6.3.9 Documents for NPC's Records....................................... 27
GW-6.4 Processing of Drawings/Documents.................................................. 27
m Vl-GW-ii
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
This section covers the general technical requirements for furnishing all
labor, materials, supplies, tools and equipment in accordance with
specifications contained herein and as shown on the accompanying
drawings for the Supply, Delivery, Installation, Test and Commissioning
of 1x120 kW and 2 X 90 kW Modular Diesel Gensets and Associated
Electrical Equipment for Tagubanhan DPP;
It is not the intent to specify completely herein all details of design and
construction of the Works. However, the Works shall conform in all
respects to high standards of engineering, design and workmanship, and
shall be capable of performing its continuous commercial operation up to
the Supplier's guarantees in a manner acceptable to NPC, who shall be
entitled to reject any work or material which in his Judgment is not in full
accordance therewith.
The Supplier shall be fully responsible for Its work in the design,
manufacturing, assembly, documentation, reports, corrosion protection,
shop testing, preparation for shipment, field testing and commissioning,
warranty provisions and compliance with the applicable codes and
standards and the requirements of this specification.
The Project calls for site development as required for the supply, delivery,
installation/erection, test and commissioning of 1 x 120 kW and 2 x 90 kW
Diesel Generator Sets and auxiliaries including its associated electrical
equipment.
Each generating set shall be designed for Prime Duty operation as defined
in ISO 8528, capable of delivering the required Guaranteed Prime Rated
Power of not less than 1 x 120 kW and 2 x 90 kW measured and/or
adjusted to the Reference Site Conditions in Clause MW-4,1 of the
Mechanical Works specifications.
Each diesel engine shall be designed to bum on diesel fuel oil with
characteristics as specified in the relevant section of this specifioation.
Each generating set shall be provided with separate Generator Control and
Protection Panel to be installed in the existing control room.
The Supplier shall complete the works as specified within Two Hundred
Forty (240) Calendar Days which shall become effective from receipt of
the Notice to Proceed. The total contract period is inclusive of twenty (20)
rainy/unworkable days, considered unfavorable for the execution of works
I at each site.
GW-2.1 General
The Supplier shall be responsible for visiting each project site and
thoroughly Investigate and familiarize himself with all the conditions at site,
the surrounding area and take particular reference to its accessibility,
means of communication and transportation, determine possible sources of
materials and equipment to be supplied/utilized during the project
execution, verify the actual scope of works and relative costs, and all other
factors that could hamper the smooth execution of the contract.
The Supplier shall also be responsible to assess and determine all and
every work and service although not specifically detailed but are deemed
required to fully complete the work and placing ready for the safe and
reliable operation of the diesel generating sets and associated electrical
equipment. Relative costs of any additional works or materials which the
Supplier deemed required or necessary to complete the works shall be
included in the bid proposal.
I Any discrepancies of the scope of work specified in this section with those
specified in the relevant specific technical specifications (Mechanical,
Electrical and Civil Works), the specific technical specifications shall govern.
However, anything mentioned in the specific technical specifications and
not shown on the drawings, or shown in the drawings but not mentioned in
the specifications but which are obviously necessary to make a complete
installation shall be considered under the Supplier’s Scope of Works.
The Supplier’s scope of work under this Project shall generally consist of
the following:
The Supplier also provide all other related works not specifically mentioned
in the Specifications but are necessary to complete the Works so as to be
ready for commercial operation in accordance with the intent of the
Contract. It is understood that all costs pertinent thereto are included in the
Schedule of Requirements.
b) 1,000L elevated fuel day tank for each generating set, complete with
accessories, associated structural supports. Isolation valves. 50 liters
per minute @ 10 meters discharge head cast iron double acting rotary
hand pump with flexible hose of appropriate materials and size,
instruments and other accessories as shown on the bid drawings.
The fuel day tank shall be provided with high and low level alarm
contacts for annunciation in the generator control and protection
panel;
c) One (1) lot of Piping Materials complete with valves, fittings, supports
and accessories, interconnection works with the common piping and
existing piping systems (fuel oil storage tank & fuel oil day tanks'
supply/filling, cooling water make-up supply/filling and engine fuel
supply/return from/to fuel day tank), waste oil piping to existing oil-
water separator and engine smoke stack/pipe and associated
f) Supply and delivery of all required spare parts including labor and
travel time necessary for repair works (consumables are by supply
and delivery only) during the warranty period.
The supply shall include all spare parts specified in the technical
specifications and Technical Data Sheets including replacement parts
which are consumed during the test and commissioning:
i) Conduct test and commissioning of the diesel generating sets and its
auxiliaries including associated eiectrical equipment in accordance
with the approved test procedure submitted by the Supplier. It shall
include compiling, recording and submitting test reports to NPC.
e) Supply of One (1) Spare Circuit Breaker for 120 kW D/G Set;
f) Supply of One (1) Spare Circuit Breaker for 90 kW D/G Set;
g) Supply, Installation and Test of 1 x 150 kVA, 480V/13.8kV, 3-Phase,
60Hz Generator Transformer;
j) Supply, Installation and Test of Bus Conductor and Line Materials and
Hardware;
o) Supply, Delivery and Test of Two (2) sets of Job Site Cameras to be
installed before the start of construction and/or installation of
equipment; and
p) All other works and services including those not specifically detailed
herein but are required to fully complete the project.
h) Supply and erection of one (1) lot of steel pole/s complete with
appropriate steel cross arms, braces and structure dressing as
specified and/or as shown on the bid drawings;
The services shall include plant visits of not less than two (2) days in
two (2) separate visits which will coincide on the first two (2)
scheduled periods of preventive maintenance (every 250 hours or per
manufacturer’s recommended hours) of at least one generating set
during the warranty period to perform the services as described in the
relevant clause of this specification. This shall include any
maintenance/repair services rendered upon request of NPC in the
event of any abnormality occurs within the warranty period. The costs
of said services shall be Included in the bid price proposal;
The Supplier shall be responsible for visiting the plant site and thoroughly
investigate and familiarize himself with all the conditions at each site, the
surrounding area and take particular reference to its accessibility, means of
communication and transportation, and all other factors that could hamper
the smooth execution of the contract.
The conditions stated below shall be taken into consideration in the design,
manufacture and selection of the equipment and materials to be supplied by
the Supplier, unless otherwise specifically indicated in the relevant technical
specifications.
There are two (2) pronounced seasons in the province, the dry and wet
season. The wettest months are from July to November. The other months
of the year are generally dry with occasional rain showers.
The plant and equipment required under this contract shall meet the seismic
design requirement for earthquake conditions to conform with the latest
edition of National Structural Code of the Philippines.
It is evident from the design response spectra that the degree of response
varies markedly with the period of vibration. It is essential, therefore, that
any equipment, or its supporting structure which has modes of vibration or
components with modes of vibration with a natural period longer than 0.1
second be identified.
The plant and equipment under this contract shall meet the requirements
for a wind velocity of not less than 250 km/hr gust and/or as specified in the
latest edition of National Structural Code of the Philippines.
The Supplier shall ensure that the sound level of equipment covered by this
specification, including those equipment and tools to be used during the
performance of his works, are within the permissible limits for personnel as
defined in DOLE’S Occupational Safety & Health Standards for Noise and
contractual requirements for overall plant noise levels.
The sound pressure level for the modular diesel generating set and auxiliary
equipment shall not exceed 85 dBA measured at 1 meter distance from any
point around the unit's enclosure or source. Sound pressure levels shall be
indicated in the Suppliers proposal for review and evaluation by NPC.
The diesel-generating units shall also comply with the Emission Standards
of the Philippine Clean Air Act, including but not limited to the following:
The basic specification for the diesel fuel oil to be used by the diesel engine
unit will be as follows:
ASTM
Property Unit Min. Max.
Method
1. Density® 15C kg/L D-1289 0.82 0.88
2. Kinematic Viscosity
cSt D-445 1.7 5.5
@40 °C
3. Flash Doint °C (°F) D-93 55(131)
4. Pour Point °C (°F) D-97 10(50)
5. Cloud Point °C (°F) D-2500 16(60.8)
6. Ash % wt. D-482 0.01
7. Sulfur % wt. D-4294/D-129 0.3
8. Waters Sediment % vol. D-2709 0.1
9. Water Content (by
% vol. D-95 0.1
distillation)
10. Calorific Value
HHV BTU/lb D-240/D4868 19.600
LHV BTU/lb D-4809 18,400
11. Others
a) Distillation
Temperature 90% °C D-86 370
Recovery
b) Carbon Residue,
% wt. D-4530-85 0.35
10% Bottoms
c) Cetane Index D-976 45
d) ASTM Colour D'1500 5.0
e) Sediment (by
extraction) % wt. D-473 0.01
f) Copper strip
corrosion. 3 h at ASTM D-130 No. 1
50 °C
PNS EN
g) FAME content % vol. 14078 1.7
modified
h) Methyl laurate PNS EN
% wt. 14331 0.8
(Cl 2 ME)
modified
i) Free Water % vol. 1.0
Although this is the base specification that will be used for Performance
Test, NPC prefers that the engine be able to run on a wide range of fuels.
The Supplier shall ensure that the torsional vibration conditions of the units
under dynamic conditions are satisfactory. Calculations shall be produced,
if called for, showing the torsional vibrational stresses in the engine
crankshaft, generator and exciter shafts resulting from torsional critical
speeds.
b) At no time during any loading sequence shall the voltage fall below 85
percent of rated value and the frequency fall below 95 percent of rated
value.
c) Rejection of the total short time capability load shall not cause an
overspeed trip nor shall rejection of the largest single load, when the
unit is carrying the maximum load, cause a speed rise in excess of
15% of rated speed.
The governor and excitation control systems shall be designed to permit the
operation of the unit either isolated or In parallel with the system specified
herein, without exceeding the active and reactive power limitations of the
engine and generator.
Each diesel generator unit shall be designed for remote start-up and speed
control including automatic and manual control. It shall be equipped with ail
necessary instrumentation to provide adequate monitoring and control of
the unit under all operating conditions including "standby”.
During the above condition, engine and generator design, i.e. overspeed,
over & under frequency capability & relay setting, must be fully coordinated
and made compatible with the generator excitation limits to ensure that the
generator does not suffer damage due to over excitation, continuous field
flashing and other frequency related events.
Each engine shall be capable of starting from the “cold" condition, and of
Operating for specified time (to be specified by the Supplier) under load,
without AC power available for motor-driven auxiliaries, if applicable.
b) Harmful torsional vibration stresses shall not occur within a range from
10 percent below rated idle speed and from 5 percent above to 5
percent below rated synchronous speed.
The power system with which parallel operation may be required shall have
I the following characteristics:
GW'4.1 General
All materials shall comply with the latest revisions or editions of the
specified standards for each material specification unless otherwise
specified or permitted by NPC. The materials selected shall be
appropriately matched to other items complying with all applicable
regulations, quality and dimension standards. All materials or components
used shall be tested in conformance with the applicable specifications and
purchased with certified mechanical and chemical properties.
UL Underwriter’s Laboratories
44 Rubber-Insulated Wires and Cables
508A Industrial Control Equipment
2200 Standard for Stationary Engine Generator
Assemblies
In addition to the above codes and standards, the Supplier shall comply
with all applicable national and local laws, codes, regulations, statutes, and
ordinances.
All units, dimensions and calculations used for the project under this
contract shall be in metric.
GW-4.4.1 General
In choosing materials and their finishes, due regard shall be given to the
humid tropical conditions under which the equipment is to work. Cubicles
used for switchgear and control cabinets in outdoor plant shall be vermin-
proof and fungus-proof. Some relaxation of the following provisions may be
permitted where equipment is hermetically sealed but It Is preferred that
tropical grade materials should be used wherever possible.
GW-4.4.2 Metals
Pivots and other parts for which non-ferrous material is unsuitable are to be
of approved rustless steel where possible.
GW-4.4.5 Adhesives
GW<4.5 interchangeability
GW*4.6 Workmanship
I Workmanship shall be of first class quality and in accordance with the best
modern engineering practice for the manufacture, assembly, test and
commissioning of equipment, notwithstanding any omissions from the
specifications and drawings. To have quality workmanship, only
technicians skilled in their respective trades shall be employed.
For other major components, i.e. pumps, motors, etc., the following shall be
added: rated horsepower, speed, total head, capacity, direction of rotation
and any other pertinent information.
Nameplates for panels, boards, etc. shall be made of laminated black and
white plastic. The lettering shall be bold-engraved through the black layer
so that the letters appear white.
Each equipment and plant areas (engine room, switchyard area, etc.)
wherever necessary, shall be provided with cautionary and warning plates
and signs in accordance with the prescribed ANSI/IEEE or equivalent lEC
Standards for the particular equipment.
GW-5.2 Labels
Labels contain only the Standard Plant Identification Number (SPIN) of
each component or equipment for maintenance management and record
purposes, in case SPIN is already factory fixed in the nameplate, labels are
no longer required.
Labels for pumps and other rotary equipment shall be securely attached or
installed adjacent to the equipment or as directed by NPC. For large
equipment, i.e. tanks, piping, etc, the labels may be printed directly on the
equipment's external surface which shall be fixed at readily visible locations.
In addition to labels, a direction of flow for pipelines shall also be identified
by arrows painted with color different from the pipe base color. Size of
labels varies with the size of the equipment.
I All valves shall be provided with suitable labels attached to the valve
handwheel and engraved In it the valve number or SPIN and other
Inscriptions as applicable. Valve body mounted shall be applied where
handwheel top mounted labels are not applicable.
Labels shall be provided on both front and rear sides of MCC’s, boards,
panels, etc.
Tag Numbers or SPIN for all supplied equipment and materials shall be
provided by the Supplier.
GW-5.5 Locks
Where locks are called for in the Specification, they shall be of the barrel
type. Whenever possible, they shall be incorporated in the appropriate door
handle. Padlocks will be acceptable on valves and are preferred for all
outdoor equipment.
In general, all locks shall be supplied with three keys, and all locks and keys
are to be non-interchangeable. However, in the case of an electric
switchboard containing a number of lockable doors, all locks shall be
operated by one key. In all other cases where a set of locks is provided
I under any section of the equipment, a group master key shall also be
supplied. Where a group of locks is supplied under any part of the
Contract, a key cabinet is to be supplied for the accommodation of all
padlocks and/or keys while not in use. Padlocks and keys are to be
engraved with a suitable identifying code or inscription and this is to be
repeated in the cabinet on engraved labels.
GW-5.6 Guards
Bid drawings which show the work to be done as definitely and in as much
detail as possible may be used as guide by the Supplier in the performance
of his works. Bid drawings particularly plant layout, equipment layout and
piping layout, which require changes or adjustments to suit with actual site
The Supplier shall submit with his Bid the required copies of all the
documents specified in Section VI - (Part II) Technical Data sheets under
the Section “Annexes” including other documents specified in the relevant
Clauses of the bid documents (Refer to Form No. NPCSF-GOODS-01-
Checklis of Technical and Financial Envelope Requirements for Bidders,
Section Vlll-Bidding Forms).
Drawings and other data or information that the Bidders may deem useful in
the evaluation of their bids may be submitted with the bid.
GW-6.3.1 General
The Supplier shall submit to NPC five (5) copies for approval or reference,
drawings, plans, brochures, equipment technical specifications or data
sheets, erection manuals, calculations as required, codes and standards,
operation and maintenance instructions and all other documents necessary
for rendering the Works, prior to fabrication, manufacturing and/or
purchasing all equipment and materials to be supplied under this Contract.
Drawings approved by NPC shall in no way relieve the Supplier from entire
responsibility for engineering, design, workmanship, material and all other
liabilities under the Contract.
NPC shall have the right to require the Supplier to make any changes to the
drawings necessary to make the works conform to the intent of the
Contract.
NPC reserves the right to reproduce any drawings or prints received from
the Supplier as may be required despite any notice prohibiting the same
appearing on the drawing or the print. All drawings are preferred In a
computer-aided format. However, if unable to comply with this requirement,
manual drafted drawings will be acceptable. All CAD produced drawings
are to be submitted in Autocad formats. All other computer-generated
documents are to conform to Microsoft Office.
The "Agreed Bar Chart” shall not be revised or modified without the prior
approval/confirmation of NPC or except where extension of the contract
period is approved in accordance with relevant provisions of the
specification.
The Supplier shall see to it that the “Agreed Bar Chart” is followed as much
as possible. The percentage which will be the basis for Judgment of the
progress of the Works shall be computed in percent of progress in each
different item of work and integrated on the “Agreed Bar Chart". The actual
value or quantity of work done divided by the value or quantity of the total
work, respectively, and multiplied by 100 shall be the Contractor’s
percentage of accomplishment.
The drawings shall show all necessary dimensions and tolerances, field
joints, and sub-assemblies in which the equipment will be shipped, terminal
boxes and wire sizes for electrical circuits and wiring diagram for power and
control circuits.
Formats and symbols for electrical drawings and logic diagram shall be
standardized for all the plant systems under this Contract subject to NPC’s
approval.
I The structures shall not substantially differ from those shown in the bid
drawings.
The Working Plan shall include the organization, working system, temporary
yard installation, construction method, overall construction schedule, a list
of Construction Equipment/Temporary Facilities to be used, etc.
a) Monthly Reports
The Supplier shall submit to NPC on the seventh (7th) day of every
month written detailed progress report, in an approved form, indicating
the stage reached and anticipated completion dates for the design,
ordering, procurement, manufacture, delivery and erection of the
components. The report should be fonvarded promptly so that on
receipt by NPC the information is not unduly out of date.
The Supplier shall also prepare a weekly summary report covering all
the site activities and submit it to NPC. This report shall include
projected work activities for at least 2 weeks ahead of those being
reported upon.
Supplier shall submit five (5) sets of the draft of Operation and Maintenance
Manuals required for all equipment supplied under this Contract, at least
forty five (45) days prior to test and commissioning for NPC review and
approval. Upon approval, the Supplier shall submit seven (7) final copies of
the O & M Manuals per plant site for distribution to the following:
Number of
Delivery Site/Group
Copies/Rating
3 Plant Site
Eastern Visayas Workshop, Maintenance
2
and Technical Services Division
1 Eastern Visayas Operations Division
The Manuals shall Include Parts List and Preventive Maintenance Schedule
during the life span of the generating set and shall be submitted at least 1
month prior to the delivery of the generating sets.
Manuals shall contain data relevant to the equipment or system design and
its installation, start-up, operation, lay-up, preventive maintenance,
troubleshooting, testing and repair. Drawings and schedules which are to
be bound into the manual shall also be A4 or A3 folded to A4.
The descriptions shall not be general or applicable to any type and size of
Supplier’s equipment, but shall be specific with (whenever possible)
references to drawings submitted by the Supplier.
e) Piping Line and Valve lists itemizing type, size, material, and ANSI
class;
k) Parts list including ASTM designation (if applicable). The spare parts
list shall be In the form of a report that provides sufficient data
necessary for computerized Information processing. The set of data
for a particular piece of equipment shall include, but not limited to the
following:
The Supplier shall provide and keep an up-to-date “As-Built” drawings of all
structures constructed and all equipment and accessories and
miscellaneous works erected or installed. These drawings shall show all
changes and revisions from the original drawings and specifications,
including the exact "as-built” locations, sizes and kinds of equipment and
These drawings shall be kept in the Supplier's field office but shall be made
available at all times for review of NPC. At the end of every work, all
entries, changes or revisions made in the drawings by the Supplier shall be
checked and approved by NPC.
The complete and duly checked and approved “As-Built" drawings shall be
submitted by the Supplier within thirty (30) calendar days from the
completion of the contract in five (5) prints and one (1) set of electronic copy
on CD/DVD. Such CD/DVD shall be suitable for any optical drive of
computer system.
The Supplier shall furnish five (5) copies of the following documents for
NPC’s records:
NPC shall review, comment or note corrections to be made and return two
(2) copies to the Supplier within twenty (20) calendar days after receipt of
the drawing. If corrections are required, the Supplier shall make all
necessary corrections and re-submit within fourteen (14) calendar days for
NPC's review and approval.
Five (5) prints with dark lines on a white background shall be furnished to
NPC for each drawing submitted for approval. Two (2) copies will be
returned to the Supplier either marked “Approved", “Approved with
Corrections Indicated", or Returned for Corrections". Prints marked
“Approved" or “Approved with Corrections Indicated" authorize the Supplier
to proceed with the procurement/fabrication, assembly and construction of
the works shown on the drawings, with corrections, if any, indicated
thereon.
If minor revisions are made after a drawing has been approved, the
Supplier shall incorporate the corrections on the as-built drawings to be
submitted by the Supplier. No major revision affecting the design shall be
made after a drawing has been marked “Approved" without re-submitting
the drawing for formal approval of said revision.
GW-7.1 General
This section shall apply and/or serve as guide in the performance of the
works which require dismantling/removal, crating, hauling, transporting,
disposal of debris and temporary storage of any existing facilities or
equipment at the project site, as applicable. He shall furnish all necessary
plant, equipment, tools and labor to execute the works.
The Supplier shall submit after the award of contract the general procedure
or overall work program which require the dismantling/removal, crating as
required, hauling, transporting, disposal of debris and temporary storage of
the existing facilities/equipment including the new equipment and materials
within the Power Plant site.
All works shall be coordinated with NPC at site so that interference in the
performance of works will be avoided. In case interference occurs, NPC will
decide which work is to be relocated.
GW-7.2 Preparation
NPC shall make available and provide access to the Plant Site for the
dismantling, removal, construction and/or modification works and
installation activities of the Supplier. After contract award and prior to any
dismantling/relocation works, the Supplier shall submit detailed schedule
and methodology or work program for review and approval of the NPC. The
work program and/or procedures shall comply with safety standards,
existing environmental laws, rules, and regulations.
The Supplier shall inspect and check properly all relative equipment and
structures to ensure that these are securely disconnected from their
respective main source or associated structures before the conduct of the
actual dismantling activities.
Piping systems shall be totally drained prior to dismantling. Lube oil, fuel
oil, chemicals and water coolant shall be properly disposed in a container
with appropriate labels describing the contents. Water contents on pipes
may be disposed in the existing drainage lines. Waste water found to be
contaminated shall be properly treated prior to disposal.
All peripheral pipes, electncal power and control cables, conduits and cable
trays including protruding steel supports that may obstruct the free
movement of equipment going out from the Powerhouse shall be
dismantled first and removed.
The Supplier shall identify the most convenient access and manner of
moving the equipment out of a fixed structure/s. The Supplier shall provide
temporary shelter/cover {tarpaulin or equivalent type of cover) on the torn
down part until it is properly packed and crated. Any part of fixed structures
that has to be torn down or damaged shall be brought back to its original
form to the satisfaction of NPC.
All bevels, threads, flange faces and other sealing surfaces shall be suitably
protected with wood, plastic or soft metal to prevent damage to these
surfaces during shipping and handling.
All pipes shall be capped using plastic or soft caps or plugs. All caps shall be
taped.
All packaging or crating shall be suitable for long term outdoor storage on or
off the ground.
The Supplier shall provide all the necessary equipment, tools and labor for
the dismantling, transferring and moving out of all affected equipment and
its associated structures and accessories.
Utmost care shall be strictly observed by the Supplier during the dismantling
of the plant equipment and components up to unloading to the designated
laydown areas within the Plant site or at any areas designated by
authorized NPC representatives to avoid damage of any kind to equipment
and installations.
The Supplier shall comply with the Plant security procedures and
requirements. The Supplier shall also be liable for loss of or damage to any
property (including property of NPC) or any loss, claim, damage, or
expenses of whatsoever nature arising out of death, injury, illness, or
disease of any person caused by the execution of all the works under this
contract except to the extent that such loss or claim are due to negligence
of the NPC,
GW-7.4 Demolition
The Supplier shall exercise due care and diligence during demolition of
structures, foundations, equipment and installations, including the provision
of screens and canopies to protect them from dust and debris. In the event
that any such damage should occur, the Supplier shall repair, replace or
otherwise make good all damaged Items to the approval of NPC.
The Supplier shall clean the area of debris and hazardous materials
resulting from the removal/dismantling of the equipment mentioned herein.
The areas should be free from safety and environmental hazards during
and after the dismantling activities.
All salvable materials shall be carefully handled to avoid damage and shall
be piled neatly at a location adjacent to the work or as directed by NPC. All
salvable materials shall become the property of NPC and the Supplier shall
be held responsible for all materials not accounted for.
The salvable material shall not be used by the Supplier for any of his
construction operations, unless otherwise authorized by NPC.
The Supplier shall clean the area of debris and hazardous materials
resulting from the removal/dismantling of the equipment from the site
mentioned herein. The areas should be free from safety and environmental
hazards during and after the dismantling activities.
GW-8.1 General
For each part of the Contract Works to be erected it shall be examined and
passed by NPC. This particularly applies to the accurate plumbing of all
I stanchions and columns, and to the leveling, setting and aligning of the
various parts, and to the fitting and adjusting of bearings and other parts.
NPC reserves the right to inspect all parts of equipment in the Works and/or
on Site but at the discretion of NPC Inspection may be waived on certain
items. This shall in no way absolve the Supplier from his responsibilities.
Full assistance and facilities are to be afforded by the Supplier for NPC’s
representatives to check the works. The Supplier shall be required to carry
out dimensional checks at various stages of completion and these shall be
witness by NPC.
I Materials and equipment shall be handled with care at all times to prevent
damage and defects during handling, hauling, packing/crating, loading,
transportation, unloading, assembly, erection and any such damage and
defects shall be repaired, replaced or otherwise make good by the Supplier
to the satisfaction of and at no cost to NPC.
During installation, the Supplier shall provide adequate lifting gears and
other protective devices that may be required to prevent damage to the
equipment during and after erection. The Supplier shall be responsible for
the correct positioning and leveling of the equipment and auxiliaries, and
any checking made by NPC during the course of the work shall not relieve
the Supplier from his responsibility. The equipment shall be carefully lifted
or glided on their respective foundations by using only approved methods
and devices on a manner that will prevent damage during
erection/installation. They shall be positioned on locations as shown on the
drawings.
The equipment shall be set level and checked true to grade and alignment.
Foundation bolts/bed plates of the number and sizes required shall be
supplied and installed by the Supplier. The cost of which shall be included
in the cost for the installation of respective equipment.
Welding works for structural steels and piping system shall be by an electric
arc process. The procedure, testing and inspection shall conform generally
with the relevant approved standards and to the approval of NPC. Weld
joint preparations shall be in accordance with approved standard and to
NPC’s approval. Approval of the welding procedure, etc. shall not relieve
the Supplier of his responsibility for correct welding, electrodes and for
minimizing distortion in the finished structure and piping systems.
The Supplier shall Identify the most convenient access and manner of
moving the equipment out of a fixed structure/s. The Supplier shall provide
temporary shelter/cover (tarpaulin or equivalent type of cover) on the tom
down part until it is properly packed and crated as required.
Any part of existing fixed structures that has to be temporarily tom down or
damaged shall be brought back to its original form to the satisfaction of
NPC.
If applicable, the access area identified or used during the removal of the
existing equipment and associated structures shall also be utilized in
moving-in the new generating sets and auxiliaries. Any part of fixed
structures that has been torn down and used as temporary access during
the removal of the existing generating sets may be left open and provided
with temporary tarpaulin or equivalent type of cover until the new generating
sets have been unloaded and installed inside. Such temporary access shall
be brought back to Its original form by the Supplier to the satisfaction of
NPC.
All nameboards on and adjacent to the Site shall only be erected after
written approval from NPC. Before approval is given, the Supplier shall
submit details of the location, size and layout of the proposed nameboard.
The use of any advertisements, publicity photographs and the like relating
to or including reference to the Project shall be required to be approved by
NPC prior to publication.
GW-8.5 Signs
GW-8.5.1 General
All signs mentioned below shall be located at suitable location within the
sight of people or the people to whom they apply. The sign shall be
properly displayed. For temporary dangerous area (e.g. construction site),
the signs shall be of the portable type. To avoid misunderstanding, all signs
shall be complete, easy to understand and are mounted in the designated
iocation.
For the safely of traffic on Site, adequate number of warning signs and
prohibiting signs are to be erected at the appropriate places by NPC
working in the area. Special attention shall be considered to Right of Way,
The signs shall be coloured with appropriate black and yellow strips to
attract the attention of the people working in the area by keeping them
aware of such existing or possible existing danger.
GW-9,1 General
The Supplier shall perform at his own expense all tests required to ensure
adequacy of material, workmanship and conformance of equipment to the
guaranteed data and other requirements of the specifications and
standards.
The Supplier shall submit five (5) copies of test procedures for NPC’s
review/approval for all his supplied materials and equipment covered by the
Contract at least fort/ five (45) calendar days prior to the conduct of actual
test.
Tests not requiring the presence of NPC shall be, in any case, notified in
advance. In such case, the Supplier shall then proceed with the tests and
shall submit test reports in five (5) copies to NPC at least two (2) weeks
after the conduct of the tests. NPC’s acceptance of the work by waiving
the inspection of tests and receipt of the Supplier’s Certified Test Reports
and Inspection & Testing Certificate shall in no way relieve the Supplier of
his responsibility in accordance with the requirement of the Specifications.
For inspected or tested goods that fail to conform with the Specification, the
Supplier shall either replace or make any alternations necessary to meet
the requirements of the Specifications at no costs to NPC.
During the site test and commissioning period, the Supplier may request
NPC to provide plant operations and maintenance personnel to assist in the
performance of the required tests under the direct supervision and
coordination of the Supplier for the purpose of on-the-job training.
NPC shall provide the fuel requirements of the generating sets during the
performance/reliability tests. However, if any equipment fails to pass the
performance tests, fuel oil requirements for the re-test of the genset shall be
provided by the Supplier at his own cost. The Supplier shall therefore
provide NPC the recommended quantity at least sixty (60) calendar days
prior to the conduct of site test and commissioning.
Calibrated measuring and testing instruments, tools, and devices shall also
be furnished by the Supplier. Any relevant instruments supplied and
installed by the Supplier in the various systems of the diesel generator sets
shall preferably be used during the fuel consumption test. However, any
other applicable measuring devices other than the installed instruments
may be used as mutually agreed during the witnessing of the test or as
specifically described in the relevant Clauses of this Specification. The cost
of all tests and relative activities shall be borne by the Supplier.
The Supplier shall carry out all tests in accordance with the requirements
described in the pertinent clauses of these specifications and test
procedures duly approved by NPC. Certified test reports/results of all tests
NPC reserves the right to inspect all shop and assembly work associated
with the Works, verify quantities consigned to stores and inspect quality
control and assurance records as well as shop and purchase order records.
The Supplier shall carry out tests, as may be required by the specified
Standards and the Quality Control and Assurance Program, as well as the
entire test program approved by NPC. Prior to the witnessing of Factory
Test the Supplier shall remove all faults found and correct ail failures noted
to the best of his knowledge such that no functional or procedural errors will
occur during the test.
The Suppiier shali immediately advise NPC should failures occur, take
remedial action subject to NPC's approval, and proceed with the Factory
Test as and when directed by NPC. It shall be NPC’s prerogative to order a
repeat of alt such tests that he deems may have been affected by the
failure.
The Supplier shall ensure that during the test, all hard copies from output
devices are retained and that no outside parties interfere in any way with
testing, equipment or test instruments, fixtures and jigs for the entire
duration of the Factory Test. Only Supplier’s personnel who are needed on
the testing of the equipment shall be allowed in the test area.
The Supplier shall also be responsible that an accurate record of tests are
kept and each individual test is duly initialed and dated by the Supplier and
stamped or marked either “passed" or “failed" with annotations of
antecedents and observations concerning the test.
For each day of testing, the Supplier shall submit to NPC the proposed
disposition of each criterion that failed during the previous day of testing,
prior to commencement of the tests scheduled for that day.
Before ieaving the factory, each diesel engine generator set shall be
carefully tested, using diesel fuel oil, by the Supplier in the presence of
NPC and/or its duly authorized representative.
Load Duration
a.7 Test for Vibration and Sound Level at 1m distance from genset
After the factory test, each diesel engine generator set shall be
thoroughly checked and inspected to determine the condition of the
external and internal parts. If defective parts are found, those parts
shall be replaced or remedied and necessary adjustments shall be
made at the expense of the Supplier. Emission testing on each stack
is required for diesel gensets with dual stacks.
Notes: 1. The use of Weighing Scale shall be the basis for the
acceptance of Fuel Rate requirement during the
conduct of Factory Acceptance Test (FAT) or as
specified in the approved Test Procedures.
b) Auxiliary Equipment
c) Electrical Equipment
GW-9.3.1 General
The Supplier shall submit personal data sheet of at least one (1) of its
proposed Commissioning Engineers/technical staffs for NPC’s evaluation
and approval at least one (1) month prior to testing. A certification from
Manufacturer/Authorized Representative to prove that the said personnel
has undergone previous test and commissioning services of similar unit/s to
be supplied for this project shall also be submitted.
During the test and commissioning period, NPC shall provide operations
and maintenance personnel, upon request of the Supplier, who shall assist
in the performance of the commissioning test. The said personnel shall be
placed under direct supervision of the Supplier/Commissioning Engineer
and shall also serve the purpose of on-the-job training in the field of
operation and maintenance of the plant.
The Supplier, with the assistance of NPC personnel involved In the test and
commissioning, shall be responsible in compiling, recording and submitting
the test reports to NPC.
Calibrated measuring and testing instruments, tools, and devices shall also
be furnished by the Supplier. The cost of all tests and relative activities
shall be borne by the Supplier.
The typical Pre-Commissioning Test shall Include but not limited to the
following:
a) Alignment of engine-generator;
b) Wiring continuity test;
c) Megger testing of equipment and power cables;
d) Checking of safety valve settings:
e) Checking of settings for switches and instrument transmitters:
f) Calibration and test of C & I equipment and measuring instruments:
g) Checking and testing of AVR, electrical relays, CT’s and PT’s;
h) H.V. test for relevant equipment;
i) Functional test of all supplied equipment:
j) Checking for tightness, rotation, direction of auxiliary electrical motors,
etc.;
k) Setting/calibration of relays and other protective devices;
l) Fuel injectors, fuel injection pump calibration and settings;
m) Conduct the following tests/works, as applicable:
m.1 Hydrostatic and pneumatic tests of field assembled
equipment and piping
m.2 Lube Oil flushing of field installed engine lube oil pipe
Considering the expected unavailability of reliable load at the plant site, the
Supplier may conduct the performance test to determine the Guaranteed
Prime Power Output and Guaranteed Fuel Consumption at 100% load and
other loads (50%, 75%, and 110%) including other applicable/required tests
specified above at its local facility or at any local facility acceptable to NPC.
The Supplier shall provide a load bank if the performance test will be
conducted after installation at the plant site. Accordingly, fuel cost to be
used during the performance test at the Supplier’s facility shall be borne by
the Supplier.
than the installed instruments may be used as mutually agreed during the
witnessing of the test.
The Supplier shall provide key test personnel who will supervise the tests
and collaborate closely with NPC’s representatives who are duly designated
to participate in the conduct/performance of the test and commissioning.
All tests shall be coordinated with NPC and shall be timed to conform with
the grid requirements. Correction factors for variations of test conditions
from the specified design conditions shall be stated in the Test Procedure to
be submitted by the Supplier for NPC’s review and approval.
a) Introduction:
b) Purpose of Test:
c) Procedure for the Test:
d) Simplified diagrams indicating test envelope, test points and
measuring equipment:
e) Test data and parameters to be measured:
f) Step by step calculations indicating how the test data are used to
arrive at the final results:
g) Forms to be used: and
h) Correction curves and other curves or tables to be used in the test
{correction curves shall be submitted with the Bid)
In the event that the guaranteed power output cannot be tested due to
unavailability of the required load at the time of testing, the available loads
that fall either at 25%, 50% or 76% shall be used for reference/record
purposes. The results shall be used as basis for comparing with the results
taken from the FAT and shall then be the basis of acceptance if found
satisfactory.
a) Governing Test: gradual speed change from zero to full load and
instantaneous speed change with 25% load on or off
b) Overspeed Trip Test
Ten percent (10%) overload test shall be carried out no more than one
(1) hour every twelve hours. 100% load test may be separated in
several times.
The results of the test at 100% load for one (1) hour shall be the basis
in determining the required guaranteed rated power output and
guaranteed fuel consumption.
The above test shall be determined during the Load Test at 100%
Load. Refer also to the requirements as noted in item "d)’’ of
Clause GW-9.2.2.
After the Supplier has notified NPC that the generating set is ready for
commercial service including its associated auxiliary equipment, and
provided NPC is satisfied that the generating sets are ready for commercial
service, the generating sets with all its associated auxiliaries are required to
operate under the normal working conditions of the power plant and within
the limits of output specified or at any load available at site and operating
continuously without major failure for a period of eight (8) hours or at any
programmed/scheduled operating hours available at the plant site.
The plant will be operated by the NPC staff under the supervision of the
Supplier’s Commissioning Engineer during the reliability test period.
The Reliability Test shall be carried out in accordance with the applicable
codes and standards and the approved test procedures.
Should any major failure occur in the generating set or any portion of the
supplied associated equipment due to, or arising from, faulty design and
materials, sufficient to prevent safe and full commercial use of the plant, the
reliability test shall be considered void and the reliability test period of eight
(8) hours shall be recommenced after the Supplier has remedied the cause
of defect.
Reliability Test would be considered a failure for any one of the following
major causes:
In case of the above failure, the reliability test period of eight (8) hours or at
any programmed/scheduled operating hours available at the plant site shall
recommence after the Supplier has remedied the cause of defect.
If any equipment or component fails to pass any test. NPC may direct the
Supplier to make any necessary corrections or alterations for defects or
order equipment/component replacement, as maybe deemed appropriate.
Any and all expenses due to additional tests or retests made necessary by
failure of Supplier’s supplied equipment/component, i.e. failure to meet the
guarantees and other requirements of the specification, shall be borne by
the Supplier. The costs of witnessing the Factory Tests by NPC or its
representative(s) as a result of re-test to be conducted on the equipment
shall also be borne by the Supplier.
If the results of the performance test at site show that the equipment failed
to meet the guaranteed Prime power output and/or the guaranteed fuel oil
rate, the Supplier shall be given two (2) weeks maximum from the
completion date of the performance test to make any necessary corrections
or alterations of defects before conducting the retest. The Supplier may
request time extension for any corrections subject to NPC’s
evaluation/approval of corresponding justification for such extension. One
(1) retest is aliowed only during the required two (2) weeks maximum period
including trial runs. If the results of the latest test/retest failed to meet the
guaranteed prime power output and/or the guaranteed fuel oil rate, then
these results shall become the basis in applying the applicable penalties.
NPC shall have the right to reject Diesel Generating Sets whose fuel oil rate
during test deviates to more than +5% of its guaranteed fuel oil rate and/or
the prime power output is less than its guaranteed power output.
NPC shall also have the right to reject the Diesel Generating Sets if it fails
during tests to comply with the Standards of the Philippine Clean Air Act
and Sound Pressure Level as required in the Technical Specifications.
Five (5) certified copies of the reports of all NPC’s specified tests and other
manufacturer standard tests shall be furnished to NPC within a maximum of
fifteen (15) days following the completion of the tests.
Test certificates shall include, in addition to the test results, the following
information:
I a)
b)
Date of the performance of test;
Equipment data; and
c) The equipment serial number.
The Supplier shall bear the cost of furnishing these records and reports.
If NPC opted not to witness the Factory Tests, NPC will issue a Certificate
of Waiver of Tests Witnessing/Inspection for the equipment and materials.
In such case, the Supplier shall proceed with the Factory Tests in
accordance with the requirement of the specification and the manufacturer’s
test procedures as approved by NPC.
GW-10.1 General
The Supplier shall plan, develop training module and program schedule
which shall be submitted to NPC for approval and shall cover all plant
The components of the training modules shall include but not limited to the
training procedures/methodology, instructional materials such as audio
visual materials, tapes and slides, and manuals for each trainee.
The training program shall be adequate for the trainee to acquire the
necessary expertise and competence in the area of engineering, operation
and maintenance and as trainors for in-house technology transfer program
of NPC.
Five (5) sets of materials included in the training modules shall be turned
over to NPC upon completion of the training. An evaluation shall be jointly
undertaken by the Contractor and NPC's representative on the adequacy,
appropriateness and relevance of the training and the program
effectiveness after the training.
The Supplier shall conduct the training program preferably at the plant site
or at any venue convenient and acceptable to both NPC and Supplier.
The cost of training of all involved NPC personnel at Plant site shall be
borne by the Supplier and shall be included in the bid price.
Upon completion of the training, the Supplier shall issue the participants
with Certificate of Completion.
The Supplier shall conduct training at the Plant Site of NPC’s personnel
who will be assigned to operate and maintain the plant. All the existing O &
M Plant Personnel, but not less than four (4) NPC Personnel from plant,
shall participate in the training program. The Supplier shall provide a
comprehensive training program related to design application, operation
and maintenance, including trouble shooting of the Supplier's supplied
system and equipment starting from Start of Pre-
Commissioning/Commissioning and thereafter up to the issuance of
Certificate of Completion.
The contents of the training program shall include but not limited to:
I b)
practices for operators, technicians and in maintenance personnel;
Said training program shall be submitted to NPC for approval. The program
shall contain the schedule of activities summarizing the time and duration
(not less than three days) and the corresponding topics/content of the
program.
The timing of the training should be such that the participants will be
equipped with sufficient know-how to participate in the pre-commissioning
and commissioning tests of the Plant.
NPC shall have the right to send to the Site its personnel intended to
operate and maintain the equipment supplied under this Contract. The
Supplier shall use his staff to instruct these personnel relative to the
operation and maintenance of the equipment.
GW-11.1 General
The Supplier shall apply corrosion protection and painting to all equipment
and materials to be furnished in accordance with the minimum requirements
specified in this section.
Within sixty (60) calendar days from the award of the Contract, the Supplier
shall submit for the approval of NPC, a full schedule of coating systems
including the following information:
The various items which do not fall under the paintings or lining
specifications in the documents shall be surface treated for shipping.
All iron or steel external surfaces shall be covered with two (2) coats of
protective anti-rust paint.
I Piping, valves and other parts that have undergone hydraulic tests and
which cannot be completely dried should be treated with water-absorbing
corrosion inhibitor before the application of protective coating.
No painting shall take place outdoor during the presence of rain, fog, dew or
where the surfaces may be otherwise damp; In particular and no application
of paint should be made on plaster surfaces that are not completely dry. No
coating shall be applied unless the surface is at minimum of 3°C above dew
point.
I For successive coats, first coat shall be dried hard before the second coat.
The color of successive coats must be sufficiently different to allow easy
identification of the sequence of painting of surfaces for control purposes.
For internal surfaces for the receipt of oil, three (3) coats of paint having a
phenolic-base or equivalent shall be applied. As minimum, first coat shall
be applied with 80 microns DFT of zinc rich polyamide epoxy primer.
Second and final coat shall be applied with 100 microns DFT polyamide
I epoxy for each coat. External surfaces shall be painted with 80 microns
DFT of zinc rich polyamide epoxy primer on first coat. On second coat, 160
microns FTF of intermediate chlorinated rubber shall be applied and 80
I microns DFT chlorinated rubber topcoat as final coat.
All other equipment and piping shall be prime coated with 80 microns DFT
zinc rich epoxy paint and 80 microns DFT of chlorinated rubber for each
intermediate and top coat.
For surfaces where blast cleaning and a wash primer are specified, touch-
up painting shall Include application of the wash primer before the touch-up
coats.
Final tests and inspection shall be carried out by the Supplier to ascertain
the correspondence of the paintwork to the prescribed color and treatment.
These tests will indicate whether or not the paintwork is correctly applied
and is free from wrinkles or roughness which might affect the adhesion of
the protective coating.
Should the measured dry film thickness result to less than the specified
one, the Supplier shall apply additional paint to the coat inspected or shall
increase the thickness of succeeding coat, as applicable, to assure the
specified total dry film thickness.
I
NATIONAL POWER CORPORATION VI-GW48
[Di
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VlsP21Z1282Se
I The zinc protective coat shall be adherent, smooth and free from
discontinuity and imperfections such as bubble, porosity, cracks, or other
irregularities of the protective layer.
The Bidder shall indicate "N/A" to the respective items in the said lists if
found not applicable to the brand/model of the proposed equipment.
However, NPC reserves the right to request the Supplier to provide the
same or its equivalent if it is determined to be "required or necessary"
I during the evaluation, checking and review/approval of the final lists to be
submitted by the Supplier during the Contract Stage at no cost to NPC.
The Supplier shall supply, deliver and install as required (consumables are
by supply and delivery only like filter elements, fan belts, lubricants, oils and
coolants. Injector tips, etc) all the spare parts including labor and travel time
necessary for replacement or repair works during the warranty period. The
supply shall include all the spare parts specified in the specification and
Technical Data Sheets, and all other replacement parts required to sustain
I the operation of all the generating units during the warranty period.
Quantity of specified/listed spare parts which are not sufficient and will
require additional spares during the warranty period shall be provided by
the Supplier at no cost to NPC.
Spare parts shall include all the items that are expected to be consumed or
replaced during the test and commissioning stage and these shall be
identified and submitted in the form as specified in the Spare Parts List in
Part II - Technical Data Sheets. However, should the Supplier borrow any
Items from the supplied Spare Parts during the test and commissioning, a
replacement shall be ordered immediately.
All the spare parts shall be delivered/arrived at the plant site before the start
of test and commissioning, complete with markings showing the description
or code numbers to facilitate identification and retrieval.
I
NATIONAL POWER CORPORATION
P)i VI-GW-49
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VjsP21Z1282Se
All spare parts shall be delivered into storage areas nominated by NPC and
I the delivery will be deemed to be complete when the packages have been
opened by the Supplier, their contents checked by NPC, and articles
reprotected and replaced by the Supplier to the satisfaction of such
representatives or assembled into units at NPC's option and stored as
directed by NPC. Damaged or incorrect item shall be replaced by the
Supplier at his own cost.
All bidders are required to submit in their proposal the detailed list of spare
parts to be supplied with its corresponding costs and in the form as
specified in Part II - Technical Data Sheets. This list is preliminary and
I subject to changes in order to conform with the final design without any
additional cost. The final list of spare parts shall be submitted to NPC for
approval not later than one (1) month prior to the delivery of the equipment.
Special tools are defined as all tools required for installation, assembling,
dismantling and adjustment of all the works and usually not available in a
standard machine shop or retailing store.
Each tool or appliance is to be clearly marked with its sign for purposes of
Identifying the function of each tool and the specific item(s) for which it is
used. Each set of tools and appliances listed above shall be fitted into a
custom built lockable box clearly marked with the name of the item or
equipment for which they are used and with a list of the tools contained,
stamped and attached on an attached metal tab.
If the weight of any box, or its size, is such that it cannot be conveniently
carried, it shall be supported on steerable rubber tired wheels. AH large
tools and wrenches shall be mounted on a suitable shadow board arranged
for wall mounting.
All tools and appliances supplied shall be handed over to NPC in perfect
condition at the time of taking over.
All bidders are required to submit in their proposal the detailed list of special
tools to be supplied in a form specified In Part II - Technical Data sheets.
This list is preliminary and subject to changes in order to conform with the
final design without any additional cost. The final list with the corresponding
brochures/catalogues shall be submitted to NPC for approval not later than
one (1) month prior to the delivery of the equipment.
GW'13.1 Packing/Crating
Equipment shall be completely drained of all water and thoroughly dry prior
to shipment. When such draining requires removal of plugs, drain valves,
etc., the Supplier shall make sure that these parts are re-inserted or
reassembled prior to shipment. Other fluids (coolant, fuel oil, lube oil, etc.)
shall be drained only if the Supplier deems it necessary.
Equipment shall be adequately supported for shipment. All loose parts shall
be crated or boxed for shipment and appropriately identified. Where
shipment is braced internally, it shall be marked conspicuously, “Remove
internal braces before testing and operating”.
All large and heavy shipping units shall have suitable skids for moving.
Crating shall also be adequate for lifting with slings. If location of slings is
critical, these locations shall be marked accordingly.
As the shipment may be left in open storage at the designated place, the
Supplier shall ensure that the delivered items have appropriate protection
from water and other elements.
Valves, including its bolts, nuts, and washers, shall be segregately packed
and properly marked according to plant system, size, and number of pieces.
All spare parts shall be packed in a sealed container including special and
standard tools in their separate sealed toolboxes.
All packages, crate boxes, drums, bags, bundles, or other containers or any
loose pieces shall carry the following identification marks on the two (2)
sides in black with a stencil proof ink or paint by means of block letters not
less than 30 mm high, i.e.
I CONTRACT NO.
ITEM NO.
I PORT OF DISCHARGE
DESCRIPTION
OF CONTENT
NET WEIGHT _kgs.
GROSS WEIGHT kgs.
DIMENSION mJ
CRATE NO.
All packages shall be fonwarded with a copy of packing list placed inside the
package and another copy thereof contained in a waterproof envelope
placed outside the package. The packing list shall give all information on
the package such as package no., packing appearance, net weight, gross
weight, dimension, measurement, and description of the equipment
including storage and handling instructions with descriptions for periodic
inspection and/or storage maintenance to ascertain that no deterioration will
occur during storage.
I
NATIONAL POWER CORPORATION
Q) Vl-GW-62
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP2121282Se
Prior to shipment, the Supplier shall furnish NPC advance copies of all
packing lists and other pertinent documents.
The Supplier shall employ methods that will warrant safe delivery of
equipment to its ultimate destination, with careful consideration given to the
type of commodity, method of transportation, destination, storage time, and
storage facilities at point of destination.
GW‘13.2 Shipment/Transport
The Supplier shall be responsible for the sea .and land transportation of the
equipment, materials and supplies required under this Specification and
shall ensure that they are safely and timely delivered to the specified site.
Supplier shali be deemed to have visited the plant site and other areas on
the route of delivery, Including port facilities, inter-island shipping facilities,
island transport, access roads, bridges, railways and to have acquainted
themselves with all factors that will affect the cost of shipping and freight to
Site.
Any damages to the roads, bridges, railways, ports, etc. arising out of
neglect of Supplier shall be the responsibility of the Supplier. Likewise, any
additional claim attributable to Supplier’s lack of knowledge or
understanding on existing conditions of the site shall not be given due
credence.
The Supplier shall ship the materials and equipment on clear commercial
I bill of lading and the cost of all freight, insurance, shipping, handling and
road transport charges shall be included in the Bid Price.
Upon arrival of equipment and materials at site, NPC and the Supplier or
their authorized representatives, shall jointly verify the plant equipment to
be stored at site following the steps below:
b) Visual inspection of the condition of the packing and its surfaces; and
I c) Partial opening of the crates and plastic sheet protection of the plant
auxiliary equipment and diesel generating sets to verify the content
and its physical condition and to check pilferage or damage during
shipment and storage.
The Supplier shall keep a proper store ledger carefully noting all
movements of materials within the project site. NPC has the right of
access to the ledger, which shall be kept by the Supplier on site at all times.
GW-13.3 Storage
The Supplier shall be responsible for securing all his supplied equipment at
a place designated by NPC until the completion of the erection/installation
and test. Any loss and/or damage of said equipment at said storage area
shall be the responsibility of the Supplier.
If the Supplier desires to use any storage area other than those designated
by NPC, he may do so at his own expense and subject to the approval of
NPC.
Any part or auxiliary equipment which are exposed to the open and need to
be protected from rain, dust or other eiements that may result to damage
and deterioration of said equipment, the Supplier shall provide with
temporary tarpauiin or equivalent type of cover until the they have been
I installed in their respective areas.
The Supplier shall treat the wooden equipment crates/packages and the soil
under the equipment and immediate surroundings to make it impervious
and toxic to subterranean termites, often referred to as white ants or “anay"
by application of soil poison solutions. Materials to be used shall be a
solution commonly used by licensed companies or entities engaged in pest
control or pest eradication. Banned solutions must never be applied.
Applications of the solution shall be in accordance with the manufacturer’s
I recommendation.
GW-14.0 CLEAN UP
When the Works are completed and before the Issuance of the Certificate of
Completion is made, the Supplier shall remove from the Site, without expense
I to NPC, all temporary structures, all materials and rubbish of every sort, shall
fill and dress all holes and cavities made for his convenience, and shall leave
the whole area in good order and condition, all as required and directed by
NPC.
When all the works and services have been satisfactorily completed as
required in the Contract, the Supplier may give notice to this effect to NPC.
I
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
The notice shat! be the basis for the issuance of Certificate of Completion in
respect of the works within fifteen (15) days of receipt of such notice.
After the lapse of the warranty period, provided that there are no defects found
and/or pending repair works {including completion of the required Supplier’s
I Service Personnel Services specified in Clause GW-16.0 (Guarantee) as
certified by the Plant Manager), NPC shall Issue the Certificate of Final
Acceptance.
GW*16.0 GUARANTEE
The Supplier shall guarantee that upon receipt of NPC’s Notice of Request,
he will promptly repair, and/or replace, at his own expense, equipment and
However, if any generating set/s or plant system/s has been put into
commercial operation even before the issuance of the Certificate of
Completion, the warranty period of the particular generating set/s or plant
system/s shall commence on the first day of the commercial operation.
Commercial operation shall mean when generated loads are already
exported to the grid/consumers following the successful
performance/reliability tests. Accordingly, a Certificate shall be issued by
the implementing group and/or plant head stating that the Warranty Period
has started for the particular genset/s or plant system/s with the date
stipulated thereon.
I
NATIONAL POWER CORPORATION
CD VI-GW-55
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X SO KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
In the event that undue delay is being caused by the Supplier for failing to
attend the requested maintenance/repair services within ten (10) calendar
days, NPC reserves the right to attend/complete the maintenance/repair
services at the risk and cost of the Supplier. The decision of NPC in this
regard shall be final. Accordingly, a penalty shall be charged to the
Supplier as follows:
The Supplier guarantees that when the equipment and/or material are
placed in operation and/or use, it will perform in the manner as set forth in
the Contract.
Measurement for payment for all works shall be based on the bid price of
each item as shown in the respective Schedule of Requirements. The cost
shall cover all works required and described in the pertinent provisions of
the specifications and for the satisfactory completion of each work.
I
PART I-TECHNICAL
SPECIFICATIONS
I
CW-CIVIL WORKS
[ID
NATIONAL POWER CORPORATION
BIO DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
Vl-CW-i
NATIONAL POWER CORPORATION
D)i
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUSANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS__________________________________________________ VisP21Z1282Se
CW-5.0 CONCRETE................................................................................................... 10
CW-5.1 Scope...............................................................................................................10
CW-5.2 Class of Concrete............................................................................................10
CW-5.3 Materials.......................................................................................................... 10
CW-5.3.1 Cement...........................................................................................10
CW-5.3.2 Reinforcing Steel............................................................................11
CW-5.3.3 Water..............................................................................................11
CW-5.3.4 Aggregates..................................................................................... 11
CW-5.3.5 Formwork....................................................................................... 11
CW-5.4 Storage of Materials.........................................................................................11
CW-5.4.1 Cement and Aggregates................................................................ 11
CW-5.4.2 Reinforcing Steel.......................................................................... 12
CW-5.5 Concreting....................................................................................................... 12
CW-5.5.1General...........................................................................................12
CW-5.5.2 Formwork Construction................................................................. 12
CW-5.5.3 Placing Reinforcement...................................................................13
CW*5.5.4 Mixing Concrete............................................................................. 13
CW-5.5.5 Placing Concrete........................................................................... 13
CW-5.5.6 Finishing Concrete.........................................................................14
CW-5.5.7 Removal of Forms..........................................................................14
CW-5.5.8 Curing and Protection.................................................................... 15
CW-5.5.9 Sampling and Testing of Concrete................................................ 15
CW-5.5.10 Tolerances and Repair for Concrete Construction.......................15
CW-5.5.11 Second Stage Concrete.............................................................. 16
CW-5.6 Measurement and Payment.............................................................................16
I3)f
NATIONAL POWER CORPORATION Vl-CW-iii
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KWAND2X90KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS__________________________________________________ VisP2121282S_e
TECHNICAL SPECIFICATIONS
CW-CIVIL WORKS
CW-1.1 Scope
CW-1.2 Moving-In
The Contractor shall bring to the site all his necessary construction equipment
and plant and install all stationary construction equipment and plant at location
and in the manner approved by the NPC. The Contractor shall submit sufficient
detailed plans showing the proposed location of such stationary equipment and
plant and other pertinent data. No installation of such stationary equipment
shall be undertaken unless the corresponding plans have been approved by
the NPC.
The Contractor shall provide and grade his camp site, construct his camp,
employee housing, warehouse, machine and repair shops, fuel storage tanks
and provide such related facilities and sanitary conveniences that the
Contractor deems necessary for maintaining health, peace and order in the
camp and work areas. The areas that may be used by the Contractor within the
plant site shall be designated by the NPC.
The Contractor shall provide, maintain and operate, under competent direction,
such camps and facilities as are necessary for the housing, feeding and
accommodation of his employees.
The Contractor shall, at his own expense, be responsible for the supply,
installation, operation and maintenance of a safe and adequate supply of
drinking and domestic water. Whenever there is a possibility of contamination
of the water supply for drinking and domestic purposes, chlorination or some
other approved methods of sterilization shall be carried out. The installation
and maintenance of these services shall be subject to the approval of the NPC.
The Contractor shall, at his own expense, be responsible for the installation
operation and maintenance of an adequate sewerage disposal and sanitation
system and shall provide adequate toilet and wash-up facilities for his
employees at his camp and in the areas where work is being carried out.
ED1
NATIONAL POWER CORPORATION VI-CW-1
BIO DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2X90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI -TECHNICAL SPECIFICATIONS VisP21Z1282Se
The Contractor shall execute the work with due regard to adequate sanitary
provisions and applicable codes and shall take all necessary steps to prevent
the pollution of water in any spring, river, or other sources of water supply. All
toilets or wash-up facilities shall be subject to the prior and continuing approval
of the NPC.
The Contractor shall observe all necessary precautions against fire, shall
provide and maintain at his own expense, portable fire-fighting equipment he
may deem necessary, and shall comply with all applicable laws of the
Philippines relating thereto.
The Contractor shall indemnify NPC against all liabilities, claims, damages
and/or lawsuits arising thereto.
The Contractor shall be responsible for providing his own electric power supply
required for construction and erection/installation. If power is available from
NPC and should the Contractor elect to utilize the NPC's power supply, he shall
make an arrangement with NPC concerned group as to the billing rates and
other requirements needed for direct connection to NPC.
The Contractor shall provide his own security force to the extent that he deems
necessary for maintaining peace and order in the camp and work areas and to
safeguard materials and equipment. Nothing under the provisions of this
paragraph shall relieve the Contractor from full responsibility for the
maintenance of peace and order and protection of life and property in all areas
where he operates.
After the completion of the work covered by the contract and prior to
acceptance of the completed work, the entire camp facilities of the Contractor,
including its water supply system, electric distribution system, quarters,
warehouses, shops, dining halls, commissaries, temporary shed and other
facilities therein shall be removed by the Contractor. The site shall be cleared
and cleaned as directed by the NPC.
CW'2.1 Scope
After the work is completed and before it is accepted by the NPC, the
Contractor shall remove all pumping equipment and shall remove, fill or plug
all temporary drainage structures as directed, all at his expense.
No separate measurement and payment will be made for the Care of Water
During Construction operations. The cost of furnishing, constructing,
maintaining, operating and removing of temporary drainage structures,
pumping system and other dewatering devices necessary to keep construction
operations free from water, shall be included in the various pay items in the
Schedule of Requirements for structures where such care of water is required.
CW-3.1 Scope
The Contractor shall ensure compliance with the applicable environmental and
safety regulations, as well as ECC conditions, during installation/construction
Vl-CW-3
GBj
NATIONAL POWER CORPORATION
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1*120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
of this project through the implementation of measures that include, but not
limited to, the following:
CD
NATIONAL POWER CORPORATION VI-CW-4
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
m) Provide PPEs and other safety provisions required by DOLE, for its
project/site works.
CW-4.1 Scope
CW-4.2 Materials
The material shall be of the same classification as the sand and gravel base
consisting of river sand and gravel as approved by the NPC. The composite
material shall be free from vegetable matter and lumps or balls of clay, and
shall be uniformly graded from coarse to fine in accordance with the grading
requirements shown below:
Sieve Designation Percentage by
(Square Mesh Sieves) Weight Passing
50.0 mm (2") 100
VI-CW-5
NATIONAL POWER CORPORATION
D)i
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP2121282Se
Structural earth fill shall consist of filling with suitable materials obtained from
grading excavation or from borrow areas approved by the NPC.
The NPC shall have the option to use one or both of the following materials for
special foundations, whether or not shown on the drawings:
a. Lean Concrete
b. Selected Materials
Bed materials for water pipes and/or drainage culverts shall use sand fills.
Backfill for Structures Other Than Pipes - Material for backfill shall consist of
compactable and approved material taken from grading and structural
excavations. Any additional material needed shall be obtained from borrow
areas proposed by the Contractor and approved by the NPC.
Backfill for Sewerage and Drainage Pipes - The layer of backfill materials
immediately above, up to 60 cm. from the top of pipe, and on the sides of the
pipe shall consist of selected material consisting of clay soil and/or other fine
materials that are free from stone particles, roots, debris. The upper layer shall
consist of compactable materials taken from pipe trench and other structural
excavation.
Backfill for Water Supply Pipes - Backfill for water supply pipes shall consist of
compactable materials taken from trench excavation and approved by the NPC.
I
CD
NATIONAL POWER CORPORATION VI-CW-6
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2X60 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
CW'4.3
CW-4.3.1 Excavation
a. General
The Contractor shall notify the NPC sufficiently in advance before the beginning
of any excavation so that a Joint survey for baseline data and cross-sectional
measurements can be undertaken on the undisturbed/natural ground surface.
All excavation shall be carried out according to the lines, slopes and grades
shown on the drawings. In case an increase or decrease in quantities occur
as a result of changes made by the NPC to such lines, slopes, and grades, the
provisions on Variation Orders under the General Conditions of Contract (GCC)
shall apply.
The Contractor shall excavate the foundations to the specified side slopes and
depths shown on the drawings, after which the NPC will conduct tests on the
underlying material below foundation grade to determine the actual bearing
capacity at such depth. If the required bearing capacity is not attained, the NPC
shall instruct the Contractor to excavate further down until, in the opinion of the
I NPC, the bearing capacity is adequate to sustain the applied load on the
foundation.
Compliance to such instruction shall not entitle the Contractor for additional
compensation over and above the unit prices for excavation regardless of the
nature of material excavated. For purposes of measurement, the applicable
paylines for the excavation under this condition or situation shall be as shown
on the drawings that show the paylines for excavation and special foundation
materials.
The width of trench excavation for drainage and sewerage pipes and cable
trench shall be as indicated on the drawings. All trench bottoms shall be
excavated to the foundation grade indicated, regardless of the foundation
material classification.
Vl-CW-7
NATIONAL POWER CORPORATION
CDj
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
Trenches for main or feeder lines shall be excavated to the depth of no less
than 0.25 meter on open ground and 0.60 meter under roadways and parking
areas, both depths measured from the finished grade surface.
Service pipes shall be buried to a depth of at least 0.15 meter below grade line.
No fill materials shall be placed in any part of the fill foundation unless the
foundations have been inspected and approved by the NPC. Fill materials shall
be placed and spread in layer covering the entire length and breadth of the
section under construction, each layer not to exceed 15 cm. in loose volume
thickness and compacted thoroughly to the desired compaction as determined
by the NPC. No succeeding layer shall be placed until the previous layer has
been tested and approved, as to compaction, by the NPC.
Selected materials shall be placed in 15-cm layers and compacted until the
required bearing capacity is attained.
CW-4.3.4 Backfill
After the pipes have been installed and grouted joints sufficiently cured, but in
no case less than seven (7) days allowed for curing as specified in NSCP and
the whole pipeline inspected, backfill materials specified herein shall be placed
in layers as directed, each layer either dried or moistened as directed and
thoroughly tamped. The backfill shall be brought up evenly on both sides of the
pipe up to the top of the pipe and finally up to the finished grade surface.
After the pipeline has been installed and tested it shall be backfilled in layers
as directed and compacted to the satisfaction of the NPC.
For purpose of payment, all authorized excavation below foundation grade (like
in the case of unsuitable materials encountered) shall be included in the
measurement.
Payment will be made at the contract unit price for Structural Excavation in the
Schedule of Requirements, which payment shall constitute full compensation
for furnishing all labor and equipment necessary for excavation work and
proper disposal of excess material excavated.
Measurement for payment for Structural Foundation Fill will be based on the
number of cubic meters of fill materials placed within the neat lines as shown
on the drawings.
Payment will be made at the contract unit price for the item, Sand and Gravel
Fill/Base, In the Schedule of Requirements, which payment shall constitute full
compensation for furnishing, placing and compacting fill materials; labor which
include spreading, compacting, etc., equipment and other incidentals
necessary to complete the item.
Measurement for payment for lean concrete and/or selected materials placed
within the pay lines for excavation will be based on the number of cubic meters
in-place and accepted.
Payment will be made at the contract unit price for the corresponding item
shown in the Schedule of Requirements, which payment shall cover all costs
for furnishing all labor, materials, equipment and tools neoessary to complete
the item.
vi-cw-e
NATIONAL POWER CORPORATION
Q)f
I
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
Measurement for payment for Structural Backfill (except backfill for drainage
and sewerage pipes, appurtenances and other structures of which cost of
backfill Is included in the cost of installed pipes and appurtenances) will be
based on the number of cubic meters of approved materials, backfilled,
satisfactorily compacted and accepted. Any backfill material placed outside the
pay lines for excavation to replace slides or over-excavation will not be paid.
Payment will be made at the contract unit price for the item. Structural Backfill,
in the Schedule of Requirements, which payment shall constitute full
compensation for furnishing all labor, materials and equipment necessary for
backfilling work.
CW-4.4.5 Trench Excavation and Backfill for Sewerage, Drainage and Water
Supply Pipes and Cable Trench
CW-5.0 CONCRETE
CW-5.1 Scope
CW-5.3 Materials
CW-5.3.1 Cement
Cement for concrete works shall be furnished by the Contractor and shall
conform to the requirements of the latest edition of the Standard Specifications
for Portland Cement (ASTMC150).
Changing of brand or type of cement within the same structure will not be
permitted unless with prior permission and approval obtained from the NPC.
VI-CW-10
CD
NATIONAL POWER CORPORATION
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
The Contractor shall furnish all reinforcing steel of the sizes shown on the
drawings and in accordance with the herein specifications for reinforcing steel.
CW-5.3.3 Water
Water for use in concrete shall be subject to the approval of the NPC. It shall
not be salty and shall be reasonably clear and free from oil, acid, injurious alkali
or vegetable matter.
CW-5.3.4 Aggregates
All coarse and fine aggregates shall consist of hard, tough, durable and clean,
CW-5.3.5 Formwork
Timber, lumber and plywood to be used for falsework and formwork shall be
sound and shall comply with the requirements of this specifications. Use forms
where a smooth form finish is required. Lumber shall be square-edged or
tongue-and-groove boards, free or raised grain, knotholes and the other
surfaces defects. Steel when used shall conform to the requirements of the
ASTM A36. Steel form surfaces shall not contain irregularities, dents, or sags.
Forms shall be wood, plywood, or steel. Wood forms for surfaces exposed to
view in the finished structure and requiring a smooth form finish, shall be
plywood. For unexposed surfaces, undressed square-edge lumber may be
used. Forms for surfaces requiring special finishes shall be plywood, or shall
be lined with plywood, a non-absorptive, hard-pressed fiberboard, absorptive-
type lining or other suitable material. Plywood, other than for lining, shall be
concrete-form plywood free of raised grain, torn surfaces, worn edges, patches,
I or other surface defects, which would impair the texture of the concrete surface.
Surfaces of steel forms shall be free from irregularities, dents, and sags.
In order to secure greater uniformity of concrete mix, NPC may require that the
coarse aggregate be separated into two or more sizes. Different sizes of
aggregates shall be stored in separate bins or in separate stockpiles and
relatively away from each other to prevent the material at the edges of the piles
from intermixing.
I CW-5.6 Concreting
CW-5.5.1 General
The written approval of the NPC shall be secured prior to any concreting work.
All concrete shall be poured on dry and cleaned surfaces.
Forms shall be installed mortar and watertight, true to the dimensions, lines
and grades of the structure and with the sufficient strength, rigidity, shape and
surface smoothness as to leave the finished works true to the dimensions
shown on the drawings or required by NPC and with the surface finish as
specified.
I The inside surfaces of forms shall be cleaned of all dirt, mortar and foreign
material. Forms, which will subsequently be removed, shall be thoroughly
coated with a release agent or coating prior to its use. The release agent shall
be commercial quality form oil or other approved coating which will permit the
ready release of the forms and will not discolor the concrete.
Forms shall be constructed so that the form surface of the concrete does not
undulate excessively in any direction. Undulations exceeding either 2 mm or
1/270 of the center distance between studs. Joints, form stiffeners, form
fasteners, or wales will be considered to be excessive. Should any form of the
forming system, even though previously approved for the use, produce a
concrete surface with excessive undulations, its use shall be discontinued until
modifications, satisfactory to NPC’s Representative, have been made.
EDI
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KWAND 2 X90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
Coating: Before placing the concrete, the contact surface of forms shall be
coated with a non-staining mineral oil or suitable non-staining form coating
compound or shall be given two coats of nitrocellulose lacquer, except as
specified otherwise. Mineral oil shall not be used on forms for surfaces, which
I are to be painted. For surfaces not exposed to view In the finished structure,
sheathing may be wetted thoroughly with clean water. All excess coating shall
be removed by wiping with cloths. Reused forms shall have the contact
surfaces cleaned thoroughly. Those that have been coated shall be given an
additional application of the coating. Plaster waste molds shall be layered with
two coats of the thin shellac or lacquer and coated with soft or thinned non
staining grease.
Tolerance and Variations: The Contractor shall set and maintain concrete forms
to ensure that, after removal of the forms and prior to patching and finishing,
no portion of the concrete work will exceed any of the tolerances specified.
Variations in floor levels shall be measured before removal of supporting
shores. The Contractor shall make the necessary corrective measures for the
variations resulting from deflection, or when the latter affects concrete quality
or curing. The tolerances specified shall not exceed by any portion of the
concrete surfaces; the specified variation for one element of the structure shall
be considered unacceptable when it permits another element of the structure
to exceed its allowable variations. Except as otherwise specified herein,
tolerances shall conform to ACI 347.
Reinforcing steel and embedded items shall be properly and securely installed
I prior to the placing of concrete.
In no case shall concreting start without prior inspection and approval by the
NPC of the placed reinforcement and other embedded items.
Mixing of concrete shall conform to the requirements of ACI Code for Concrete
Construction.
Concrete shall be conveyed from mixers to the forms or to the place of deposit
as rapidly as possible and by methods that will prevent segregation or loss of
ingredients. There shall be no vertical drop greater than 1.5 meters except
where suitable equipment like metal pipe or tremie is used. The pipe or tremie
CDi
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
shall be kept full of concrete and its end shall be kept buried in the newly placed
I Earth surfaces, upon which concrete shall be placed, shall be cleaned, dry and
thoroughly compacted before placing the concrete.
Rock surface, upon which concrete shall be placed, shall be thoroughly cleaned
of loose or semi-detached or unsound rock particles. Before placing concrete,
all surfaces shall be wetted thoroughly to keep them in a completely moist
condition, after which leveling mortar of the same cement ratio as the concrete
mix complete contact between concrete and the leveled surface.
After the concrete has been deposited, distributed and vibrated, the concrete
shall be struck off and screened by mechanical means approved by the NPC.
The finishing machine shali be of the screening and troweling type designed
and operated both to strike off and to consolidate. Hand finishing may be
employed when suitable finishing machines are not available. Finishing of
I concrete shall be done, as directed, to the satisfaction of the NPC.
All finished surfaces shall be tested with 3 meters straight edge and any
variation of the surface from the desired crown or cross section shall be
properly corrected.
Formwork shall not be removed without the permission of NPC; where such
permission, however, shall not relieve the Contractor of its responsibility for the
safety of the work. Blocks and bracing shall be removed at the time the forms
are removed and in no case shall any portion of the wood forms be left in the
concrete.
When concrete strength tests are to be used as basis for the removal of forms
and supports, the compressive strength of concrete must meet the following
minimum requirements:
The site shall be cleared of all debris and refuse resulting from work.
VI-CW-14
CDj
NATIONAL POWER CORPORATION
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2X60 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
I Concrete shall be cured for a period of not less than fourteen (14) consecutive
days by keeping the surfaces of concrete continuously (not periodically) wet.
Where tongue and groove forms were used and left in place of curing, they
I shall be kept wet at all times prevent opening at the joints and drying out of the
concrete.
I The expense of making and curing all concrete specimens including the
materials comprising the concrete specimens shall be borne by the Contractor.
The cost of shipping and testing the concrete shall likewise be at the expense
of the Contractor.
Two (2) cylinders shall be tested at 28 days for specification compliance and
one shall be tested at 7 and 14 days respectively for information. The
acceptance test result shall be the average of the strength of the two cylinders
I tested at 28 days.
Concrete deemed to be not acceptable using the above criteria maybe rejected
unless the Contractor can provide evidence, by means of core tests, that the
quality of concrete represented by the failed test result is acceptable in place.
Three (3) cores shall be taken in accordance with ASTM C42 and soaked for
24 hours prior to testing. Concrete in the area represented by the cores will be
deemed acceptable If the average strength of the cores is equal to at least 85%
of and no single core is less than 75% of the specified strength.
conform to such lines shall be repaired or removed and made anew by the
The second stage of concrete finishing shall be done only after the final
installation of all pertinent equipment, anchorages, pipings, conduits and other
embedded items as may be required for all electromechanical works.
Measurement for payment for Concrete, except concreting works that are
associated to various construction and/or Installation/erection works (i.e.
equipment foundation and pedestals, perimeter wall footing and posts, etc.)
included In the Schedule of Requirements under separate pay Item, wiil be
based on the volume of concrete placed and accepted within the neat lines of
the structure as shown on the drawings or in accordance with the manner of
measurement set forth in the various sections of the Technical Provisions. No
deduction will be made for rounded or beveled edges or space occupied by the
metal items 10 sq. cm. or less in cross section, embedded in concrete.
CW'6.1 Description
I Reinforcement bars for concrete shall be hot-rolled, weld able, deformed billet-
steel bars conforming to the requirements specified in ASTM A615 and PNS
49 unless shown on the Drawings or as required by the NPC. The use of the
cold twisted bars is not permitted. Bar reinforcement shall be shipped in
standard bundles, tagged and marked in accordance with the Code of Standard
Practice of the Concrete Reinforcement Steel Institute.
CW-6.2.2 Sampling
Before materials are ordered, the Contractor shall furnish all order lists and
bending diagrams for the approval of the NPC. The approval of order lists and
bending diagrams by the NPC shall in no way relieve the Contractor of
responsibility for the correctness of such lists and such lists and diagrams. Any
expenses incident to the revisions of materials furnished in accordance with
such lists and diagrams to make them comply with the drawings shall be borne
by the Contractor.
Shoo Drawings for Reinforcino Steel fACI 315k Indicate bending diagrams,
I assembly diagrams, splicing and laps of bars, shapes, dimensions and details
of bar reinforcing, accessories and concrete cover. Do not scale dimensions
from structural drawings to determine lengths of reinforcing steel.
CW-6.3.2 Fabrication
Bends and hooks in stirrups and lateral ties may be bent to the diameter of the
principal bar enclosed therein.
Steel reinforcement shall be protected at all times from injury. When placed in
the work, it shall be free from dirt, detrimental scale, paint, oil or other foreign
matter. However, when steel has on its surface easily removable and
VI-CW-17
EDI
NATIONAL POWER CORPORATION
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS yisP2121262Se
Store reinforcement of the different sizes in racks raised above the ground with
accurate identification. Protect reinforcing steel from contaminants such as
grease, oil and dirt.
All reinforcement bars, stirrups, hanger bars, wire fabric, spirals and other
reinforcing materials shall be provided as indicated in the drawing or required
by the specification, together with ail necessary wire ties, chairs, screws,
supports, and other devices necessary to install and secure the reinforcement
properly. All reinforcement, when placed, shall be free from rust, scale, oil,
grease, clay, and other coatings, and foreign substances that would reduce or
destroy the bond. Rusting of reinforcement shall not reduce the effective cross
sectional area of the reinforcement to the extent that the strength is reduced
beyond specified values. Heavy, thick rust or loose, flaky rust shall be removed
by rubbing with burlap or other approved method, prior to placing.
Reinforcement that has bends not shown on the project drawings or on
approved shop drawings, or is reduced in section by rusting such that its weight
is not within permissible ASTM tolerances, shall not be used. All reinforcement
shall be supported and wired together to prevent displacement by construction
loads or by the placing of concrete. Unless directed otherwise by the NPC,
reinforcement shall not be bent after being partially embedded in hardened
concrete. Detailing of reinforcing shall conform to ACI 315. Where cover over
reinforcing steel Is not specified or indicated, it shall be in accordance with ACI
318.
The minimum concrete cover for reinforcement specified in the bid documents
shall takes precedence over all permissible reinforcement placement
variations; nothing in the variations listed below is to be constructed as
permitting violation or compromise thereof:
Anchors and bolts; including but not limited to those for the machine and
equipment bases: frames or edgings, hangers and inserts, door bucks, pipe
supports, pipe sleeves, pipe passing through walls, metal ties, conduits,
flashing reflects, drains and all other materials in connection with the concrete
construction shall, where practicable be placed and secured in position when
the concrete is placed. Anchor bolts for machines shall be set to templates,
shall be plumbed carefully and checked for location and elevation with an
Instrument, and shall be held in position rigidly to prevent displacement while
concrete is being placed.
CW-6.3.5 Splicing
Clips, ties, separators and other and related materials used for positioning and
fastening the reinforcement in place as required by the NPC shall not be
included in the weight-calculated payment under this item. If bars are
substituted upon the Contractor’s request and as a result, more steel is used
than specified - only the amount specified shall be included.
When laps are made for splices, other than those shown on the drawings or
required by the NPC and for the convenience of the Contractor, the extra steel
shall not be measured nor paid for.
Q)]f
BID DOCUMEm-S SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2X90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
The accepted quantity shall be paid at the pertinent pay items for Reinforcing
Steel as shown in the Schedule of Requirements which price and payment shall
be made In full compensation for furnishing materials, labor, equipment and
incidentals necessary to complete this item.
CW'7.1 General
This section covers the fabrication, erection, and shop painting of structural
steel In accordance with the AISC “Manual of Steel Construction’ referred to
herein. In the AISC "Manual of Steel Construction” referred to herein, the
Specification for Design, Fabrication, and Erection of Structural Steel for
Buildings,” and "Structural Joints using A325 or A490 Bolts" shall be considered
a part thereto.
CW-7.1.1 Submittals
Shoo Drawings of all structural steel in five (6) copies for approval prior to
fabrication of structural steel with complete information necessary for the
fabrication and erection of the component parts of the structure including the
location, type and size of all bolts and welds, member sizes and lengths,
camber & connector details, blocks, copes, and cuts. Include all welds by
standard welding symbols.
For high strength boits and nuts, the Contractor shall also submit chemical
analysis, including tensile strength and hardness tests as required by ASTM
A325.
AH materials shall be handled, shipped and stored in a manner that will prevent
distortion or other damages. Materials shall be stored in a clean and properly
drained location and out of contact with the ground. Damaged materials shall
be replaced or, when permitted by NPC, may be repaired in an approved
manner at no additional cost to NPC.
Vt-CW-21
NATIONAL POWER CORPORATION
f3T
BIO DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X SO KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
CW-7.2 Materials
All the materials shall be of the best quality of their kind, well graded and within
the allowable distortions. They shall be free from flakes, corrosion, scale of
fragments that could reduce the resistance and durability or injure the external
appearance.
Except as modified herein, blast clean surfaces in accordance with SSPC SP6.
Wash clean surfaces that become contaminated with rust, dirt, oil, grease or
other contaminants with solvents until thoroughly clean. Ensure that steel to be
embedded in concrete and surfaces when assembled, are free from rust,
grease, dirt and other foreign matter.
CW-7.2.1 Steel
Materials shall conform to the respective specifications specified herein.
Materials not otherwise specified herein shall conform to the AISC “Manual of
Steel Construction".
All bolts, nuts and washers shall be of hot-dip galvanized steel, in accordance
with the following:
CW-7.2.3 Accessories:
CW-7.3 Execution
CW-7.3.1 Fabrication
All welding works shall be as indicated in the drawings and shall conform to
AWS D1.1 - 77 "Structural Welding Code". Unless specified on the drawings,
fillet welds shall be a minimum of 5 mm (3/16”) and welding electrodes shall be
with a tensile strength of 485 MPa.
All welding works shall be executed by the AWS D1.1 qualified welders,
welding operators and trackers, whose workmanship shall be subject to the
approval of NPC.
Shop prime coat surfaces as soon as possible after cleaning. Apply one coat
of inorganic zinc to a minimum dry film thickness of 100 microns.
• Field painting: When the erection work is complete, the heads of field
bolts, all welds and any surface from which the shop coat of paint has become
worn off or has otherwise become defective, shall be cleaned and thoroughly
covered with one coat of shop coat paint. When the paint applied for touching
up bolt heads and abraded surfaces has become thoroughly dry. apply two field
coats of marine epoxy paint subject to the approval of NPC.
CW-7.3.4 Erection
Except as modified herein, erect steel in accordance with the AISC "Manual of
Steel Construction". Where parts cannot be assembled or fitted properly as a
result of errors in fabrication or of deformation due to handling or transportation.
Drain Steel work properly; fill pockets in structures exposed to the weather with
an approved waterproof material.
Provide safety belts and lines for workmen aloft on high structures unless safe
working platforms or safety nets are provided.
When calibrated wrenches are used for tightening bolts, calibrate them at least
one each working day using not less than three typical bolts of each diameter.
Do not use impact torque wrenches to tighten anchor bolts set in concrete.
Tolerances: Structural steel shall be furnished and installed to the lines and
levels as shown on the drawings.
Any structure that does not conform shall be repaired, removed and/or erected
anew by the Contractor at no additional cost to NPC.
Tolerances on structural steel shall be in accordance with the “Code of
Standard Practice" of the AISC “Manual of Steel Construction”.
Measurement for payment for structural steel shall be based on the total
kilogram of structural steel placed and accepted.
Payment will be made at the corresponding unit price for the item structural
steel at the Schedule of Requirements. The entire cost of furnishing of all
materials, labor, equipment and tools shall be included in the pertinent pay
items in Schedule of Requirements.
CW'8.1 Scope
Vl-CW-25
NATIONAL POWER CORPORATION
CD
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KWAND2X90KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VlsP21Z1282Se
CW-9.1 Scope
CW-9.2 Materials
One pipe length shall be taken at random representing a group of fifty (50)
pipes or fraction thereof of the same size and shall be submitted for test. Any
group represented by corresponding test specimens that do not meet the
strength and other test requirements shall not be used in the work.
Reinforced concrete drainage pipes shall meet the design and test
requirements for Class II Reinforced Concrete Pipes in accordance with ASTM
C76-68 and ASTM C497-67.
One (1) pipe length shall be taken at random representing a group of fifty (50)
pipes or fraction thereof of the same size and shall be submitted for test. Any
group represented by corresponding test specimens that do not meet the
strength and other requirements shall not be used in the work.
Cement, reinforcing steel, aggregate and water to be used for the construction
of concrete covered rectangular ditch and open rectangular canal shall conform
to the requirements set forth in Section CW-5.0 - Concrete. Foundation base
material for concrete canal shall be sand and gravel as described in Section
CW-4.0.
Bedding material for sewerage and drainage pipes in stable soil and rock
foundation, as determined by NPC, shall consist of sand or natural sandy soil
in which all the materials passes a 9.5 mm (3/8") sieve but not more than 10%
passes a 0.074 mm (No. 200) sieve.
Bedding for sewerage and drainage pipes in soft and unstable foundation as
determined by the NPC, shall consist of 13.79MPa concrete cradle in
conformity with the dimensions shown on the drawings, or as determined by
the NPC.
Bedding for sewerage and drainage pipes crossing under roadways and
parking areas with pipe cover (excluding concrete or asphalt pavement) of 60.9
cm (2 ft.) or less shall consist of 13.79MPa concrete cradle in conformity with
the dimensions shown on the drawings, or as determined by the NPC.
CW-9.3 Construction
Trench excavation and backfill work shall be done in accordance with the
pertinent provisions of Section CW-5.0.
CW-9.4.1 General
Before any drain pipe is installed, the sand or concrete bedding shall have been
I prepared and approved in accordance with the grade, shape, and dimensions
shown on the drawings, or as directed by the NPC. No pipe over 45,7 cm (18)
in diameter shall be laid on concrete bedding until seven (7) days have been
elapsed after placing the concrete bedding. Pipes under 45.7 cm (18 ) in
diameter may be laid after five (5) days elapsed after placing the concrete
bedding.
All drain pipes shall be laid carefully, hubs upgraded, ends fully and closely
jointed, and true to the lines and grades given. Succeeding pipe shall be jointed
to the previously laid pipe, correct in alignment and grade. Any pipe, which has
been damaged during installation or before acceptance of the work, shall be
replaced and laid by the Contractor at his expense.
Whenever possible, concrete pipes shall be handled and installed with the aid
of mechanical equipment and not just rolled or pushed into the trench from the
bank. For small pipes, rope slings may be placed at both ends of the pipes and
the rope slowly paved out until the pipe rests on the trench bed. proper and
careful handling and laying should be observed at all times to prevent
unnecessary structural damage to the pipe, especially at the pipe ends.
For pipes on sand bedding, before joining the next pipe length to the last pipe
already laid, the bottom of the trench shall be excavated to the shape, size and
location of the collar below the joint. The next pipe section shall then be
securely attached to the previously laid pipe seeing to it the correct alignment
and grade is always attained. Same procedures shall be observed for the
remaining pipes.
I All pipe joints shall be filled with stiff mortar composed of one (1) part cement
and two (2) parts clean sand and enough water. The inside part of the joint
shall be plastered properly to bring the inside surfaces of jointed pipe ends flush
even. Sufficient mortar shall be placed on the outside surface of joint to form a
bead around the joint. Plastering work shall be as directed and approved by
the NPC. After initial set, the mortar on the outside surface shall be protected
from air and sunlight with a cover thoroughly wetted earth or burlap. Curing of
the joint shall be done for a period of at least seven (7) days within which no
backfill shall be placed on the installed pipeline.
Measurement for payment for rectangular ditch and other channels will be
based on the number of linear meters of canal constructed and accepted.
Payment will be made at the corresponding contract unit price per linear meter
of the pertinent items shown in the Schedule of Requirements. Payment shall
m Vl-CW-28
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP2121282Se
constitute full compensation for furnishing all labor, materials, equipment and
tools necessary for the construction of the concrete canal including attendant
excavation and backfill.
Non-reinforced and reinforced concrete drain pipes, and PVC pipes in place
and accepted will be measured by the linear meter along the centerline of the
I pipeline.
The Contractor will be paid at the contract unit price for the pertinent item for
each appurtenant structure shown in the Schedule of Requirements. Such
payment shall cover all costs for furnishing ail equipment, labor, materials and
tools necessary to complete the construction of the aforementioned
appurtenant structures. Payment also includes the cost of attendant excavation
and backfill, furnishing, scheduling, cutting, bending and placing of reinforcing
steel.
CW-9.5.4 Bedding
Measurement for payment for sand or natural sandy soil bedding and concrete
cradle will be based on the number of cubic meters of materials placed and
accepted.
Payment will be made at the corresponding contract unit price for the item.
Sand Bedding for Pipes, and item. Concrete Cradle for Pipes, in the Schedule
of Requirements, which payment shall constitute full compensation for
furnishing all labor, materials, equipment and tools necessary to complete the
items.
CW-10.1 Description
This specification covers the technical and associated requirements for the
supply and erection of steel pole complete with cross arms and braces.
EDI
BIO DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 00 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI -TECHNICAl. SPECIFICATIONS VisP2121282Se
The poles shall be manufactured and supplied with the required holes, rigging
accessories, insulator attachment plates, lugs for bolted steps, guying
attachments, ground clamps complete with bolts, nuts, washers and
miscellaneous fittings, whenever necessary, and shall have the following
I Butt Diameter
Thickness
320 mm
4 mm
300 mm
4 mm
Octagonal
260 mm
4 mm
240 mm
4 mm
Octagonal Octagonal
Shape Octagonal
Minimum Yield 345 MPa 345 MPa 345 MPa 345 MPa
Strength
The tip and butt shall be covered with plate similar to body thickness.
Cross arm and brace members, if required in the Bid Drawings, shall be of the
same material as pole body and shall conform to NPC’s general arrangement
drawings. The strength of the attachment of cross arms to the body shall be
sufficient to develop the full capability of the cross arm.
Hole location and diameters for steel poles and cross-arms/braces shall be
referred to EEICD drawings.
All structural steel, bolts, nuts and washers shall be hot-dip galvanized after
fabrication in accordance with ASTM A123 with minimum zinc thickness of 85
microns. Exposed welds shall be mechanically cleaned.
I The Supplier shall use standard and accepted practice and method of erecting
the poles depending on their location. The Suppiier shall excavate holes for
poles setting to a depth indicated below:
All holes shall be dug in the correct locations and shall be large enough to
provide for the use of tamping bars all around the poles to the full depth of the
holes.
All poles shall be set truly vertical and exact In alignment. After the poles have
been set and aligned properly, the holes shall be backfilled with materials
consisting of 20% sand AND 80% gravel. The gravel and sand material shall
GDI
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI-TECHNICAL SPECIFICATIONS VlsP21Z1282Se
be filled around the holes and compacted thoroughly at 30 cm (12 inches) layer
by tamping tools before placing the next 30 cm layer of gravel and sand, until
the backfill material reaches the ground surface level. Materials from the
excavated holes shall be placed and tamped around the poles to a height of 30
cm. (12 inches) above ground line and shall be spread sloping radially outward
I until it intersects with the ground surface.
I Braces such as flat and x-braces, shall be attached where required. The braces
shall be attached by the Supplier in accordance with the drawings. All nuts shall
be tightened adequately.
Measurement for payment for steel pole shall be based on the total quantity of
steel pole supplied, erected and accepted by NPC.
Measurement for payment for cross-arms and braces shall be on lot basis of
cross-arms and braces supplied, installed to the respective poles and accepted
by NPC.
Payment will be made at the contract unit price for the items, Steel Pole and;
Steel Cross-arms and Braces in the Schedule of Requirements, which payment
shall constitute full compensation for furnishing of all materials, labor and
hardwares and accessories necessary to complete the items.
PART I - TECHNICAL
SPECIFICATIONS
MW - MECHANICAL WORKS
MW-1.0 GENERAL....................................................................................................... 1
MW-5.0 GENERATOR.............................................................................................. 24
MW-8.2 Tools.....................................................................................................27
MW-9.0 PAINTING............................................................................................. 27
MW - MECHANICAL WORKS
MW-1.0 GENERAL
The Work to be done under this section shall include the furnishing of all
labor, materials, equipment, tools, and other incidentals for all mechanical
works enumerated hereunder or as otherwise directed by NPC for the
Supply, Delivery, Installation, Test and Commissioning of 1x120 kW
and 2 X 90 kW Modular Diesel Gensets and Associated Electrical
Equipment for Tagubanhan DPP.
The scope of work shall cover mainly of, but not limited to the supply,
delivery, installation, test and commissioning of 1 x 120 kW and 2 x 90 kW
(Prime Rated Power) Modular Diesel Generating Units, ISOOrpm, In-line
multi-cylinder arrangement, 480V, 3-phase, 60 hertz, equipped with
turbocharger and aftercooled, air-to-air charge air cooler, electronic
governor, direct fuel injection and complete with auxiliary equipment and
devices, control/monitoring and protection system, including other works
and services specified in Clause GW-2.0 of the General Woi1<s
specifications.
The Supplier shall supply all anchor/machine bolts, special tools and
accessories required for mounting/installation of the generating set/s
including structural steel supports and appurtenances for auxiliary
equipment.
Prior to equipment mounting and grouting, the surface area and blackouts
of concrete foundation shall be cleaned of all dirt by any approved means.
Chipping of concrete surface to the required thickness shall be done by
any approved methods without damaging the concrete structure as a
whole.
The concrete foundation surfaces shall be free of any loose materials, oil,
water or any other contaminants that would prevent the grout from
bonding. The concrete shall be chipped to expose a minimum aggregate
so as to remove all laitance and provide a rough surface for bonding. The
exposed surface shall be blown with compressed air free of oil to remove
dust.
MW-3.3.1 General
The Supplier shall submit for NPC’s review and approval detailed
drawings covering the arrangement, actual layout, route and interface
connections. Any required modification from the approved drawings or
specification to suit actual site conditions, shall be permitted only with
prior consent of NPC. Such modifications shall be rehected/incorporated
in the as-built drawings which shall be submitted by the Supplier for NPC
review and final approval.
The Supplier shall install the piping system in a thorough manner and with
good workmanship, in accordance with the construction drawings and
specifications or as directed by NPC.
All pipes, fittings, valves and appurtenances shall be free from dirt or other
foreign matters before laying. In the installation of the pipes, care shall be
taken to prevent the pipes from becoming clogged during the progress of
the work; should any pipe become either partially or wholly clogged before
final acceptance of the work, it shall be cleaned out by the Supplier in a
manner satisfactory to NPC or shall be replaced by and at the expense of
the Supplier. Open ends shall be temporarily plugged, otherwise, suitably
closed when necessary. Special care shall be taken in carrying out the
installation of joints, branches, valves and other fittings.
Pipe sleeves shall be provided for pipe and tubing which penetrates
platforms, floors, roofs and partitions. Proper flashing shall be provided to
ensure tightness and water-proofing, where required.
Where pipeline are laid underground, the trench shall be provided with a
cushion pad of at least 150 mm sand and sandy soil bedding materials
prior to pipe laying, unless otherwise shown on the drawings.
All pipes that cross roadways or concrete pavement shall be provided with
pipe sleeve of steel material or reinforced concrete pipe to protect the pipe
from various load imposed by passing vehicles, unless otherwise shown
on the drawing. The pipe sleeves shall extend 600 mm beyond shoulder
of each pavement side.
Pipe fittings and unions for screwed piping are to be installed in such a
way as to be easily accessible for repair and maintenance.
For oil pipes, after installation, pipe insides shall be thoroughly blown with
compressed air to remove all dirt, rust and the likes. If necessary, pipes
insides shall be soaked thoroughly using acid solution to remove all dirt,
rust and the likes. All equipment shall be disconnected from the pipes to
be washed to avoid damage to the units. Acid solution shall be disposed
in a manner that will not pose hazard to the environment. Thoroughly
flush the pipe insides with a clean water to wash away all acid solutions
and let dry before re-connecting the pipes.
All existing facilities, if applicable, which are affected and damaged during
the installation of piping shall be replaced and/or restored to its original
appearance by the Supplier at its own expense.
All piping works shall be coordinated with other works at site and with
existing installation so that interference between piping and other
structural features will be avoided. In case interference occurs, NPC will
decide which work is to be relocated.
Pipe fittings for 65 mm pipes and above shall be seamless, butt weld,
minimum of Schedule 40 conforming to ASTM A 234 Gr. WPB with
dimensions to ANSI B16.9. Fittings for 50 mm pipes and below shall be
forged, socket weld or threaded (minimum of 3000 lb and 2000 lb rating,
respectively) and conforming to ASTM 105 with dimensions to ANSI
B16.11.
Generally, all gaskets, bolts, nuts and washers to be used in the various
piping systems shall be new and free from defects and imperfections.
Materials to be used shall be suitable for the liquid to be handled.
Any such rivets, bolts, screws, gaskets, etc., which are considered
surplus, but not more than 10% of the permanent Installation, after the
installation of the equipment has been completed shall become spare
parts and shall be wrapped, marked and handed over to NPC.
Strainers shall be of simplex type with body stainless steel material and
flanged ends. Body drain and vent connections shall be included. Drain
plugs shall be threaded. Screen elements shall be of stainless steel
construction with minimum 60-mesh size or shown on the drawings.
Magnets shall be included to trap small Iron and steel particles for use in
fuel oil lines.
Pressure gauges for fuel oil system shall be provided with dampener.
Each pressure gauge shall be provided with isolation valve. Pressure
gauge shall be of bourdon tube type with solid front case, and minimum
size of dial gauge shall be of 100mm 0.
Not all piping system vents and drains may be shown on the piping
drawings. The Supplier shall provide and install vent and drain
connections at all high and low points, respectively, and as required for
suitable operation.
Where practicable, all pipelines shall be sloped in the direction of flow and
shall be adequately trapped at low points and vented at high points in the
pipe runs.
The minimum valve size for vents and drains shall be 15 mm nominal
diameter. In general, the piping for drain and vents shall be the same
material as the main lines.
All vent lines which are normally operated shall be terminated at least 3 m
or higher above the highest service platform.
All drain lines which run to waste shall be routed to a suitable drain trench,
floor drain or sewer.
All piping shall be installed with supporting devices selected and located
to insure that the finished system will provide uniform continuous slope for
draining, that expansion will be so directed as to minimize stresses in the
piping material, and that all elements will be suitably and substantially
supported, guided and anchored. Supports at floor or wall sleeves will not
be permitted.
When the pipe is covered with insulation and is to rest on the support,
protection saddles shall be used whenever possible. Protection saddles
shall be welded to the piping to prevent slipping and/or falling. The saddle
material shall be the same as the pipe material, however, alloy saddles
shall not be welded to alloy piping in the field. On lines of 50 mm
diameter and below where service temperatures are 100 °C and under,
the pipe shall slide or rest directly on the support and shall be left bare of
insulation at such locations.
MW-3.3.6 Welding
All welding shall penetrate to the full depth of the pipe. The slag shall be
cleaned from each weld bead and any defects be removed before the
I next bead is applied. The completed weld shall be cleaned of slag and
spatter metal on all surfaces.
All welding, except for small pipe, shall be performed by the electric-arc
method and where practical, with process controlled automatic machines.
All pipe weld joints for piping 50 mm and smaller shall be socket weld,
unless otherwise approved by NPC.
Particular care shall be taken in aligning and separating the edges of the
members to be joined by butt welding so that complete penetration and
fusion at the bottom of the joint will be ensured. Pipe and tubing shall be
accurately cut to measurements shown on the drawings by proper means
such as machining, grinding or by thermal cutting, Burrs shall be removed
by reaming.
Welding fittings shall be of the same material and wall thickness as the
pipe to which they are attached. Where there is a difference in wall
thickness, the component shall have a gradual transition in accordance
with the applicable standard.
All surfaces for welding shall be clean and free from paint, oil, rust, scale
and other materials detrimental to welding.
All filler materials including consumable insert materials and shield gases
shall comply with requirements of the Applicable Codes and Standards.
All welding rods shall be stored in accordance with the Supplier's
instructions. The electrodes for arc-welding shall be classified on the
basis of mechanical properties of the as-welded deposited weld-metal,
type of covering, hydrogen absorption, welding position of the electrodes
and type of current.
Steel piping shall be fusion welded using manual, automatic and semi
automatic welding processes whereby the arc and the deposited weld are
protected from atmospheric conditions during welding. Pipes shall be
properly aligned using line-up clamps or alignment jigs prior to butt
welding.
I MW-3.4 Valves and Accessories
The Supplier shall select valves, valve drives and accessories which are
suitable for the operating conditions of the systems in which they are to be
used, and shall be responsible for the pressure and temperature ratings of
the selected components. The selected components shall meet the
requirements of trouble free and safe operation under maximum load, part
load and transient conditions.
Generally, all valves shall be leak-proof in either flow direction (except for
non-return valves) when the nominal pressure is applied.
Valves, valve drives and accessories which are of similar make, size and
type shall be interchangeable with one another. The Supplier shall
standardize the types and the sizes of the valves as far as possible, in
order to facilitate maintenance and iimit the stock of spare parts. The
manufacturer of valves shall be well known.
All valve bodies shall be of the same nominal size as the adjacent piping,
unless otherwise specified. The internal diameter of valve ends adjacent
to the pipe work shall be the same as the internal diameter of the
connecting pipe.
All valves shall be located and designed so that the maintenance and
change of valve internals is possible without removing the valve casing
from the pipe.
The stems of ail valves for outdoor service shall have weatherproof
protection covers of approved construction.
Valves other than outside screw and yoke type, in size larger than 50 mm
are to be provided with gate position indicators. Valves shall close
clockwise.
All valves 65mm and larger shall have a body and bonnet material of at
least cast iron. Cast steel material shall be used for high pressure or
temperature applications. Stem, seat ring & seat, wedge or disc shall be
made of bronze, for high pressure or temperature applications stainless
steel shall be used. Valves 50mm and below shall be made of bronze
unless othenivise other materials are approved by NPC.
I Gate or globe valves shall generally be used for isolation in the piping
system. Ball valves or butterfly valves may be used if specified or shown
on the drawings.
All gate and globe valves. 65mm and over shall be of OS & Y rising stem,
solid wedge type disc for gate valves and plug type disc for globe valves’
I bolted, bonnet, bolted gland and have flanged ends with the following
materials of components:
Gate and globe valves, 50mm and smaller shall be made of bronze or
stainless steel, rising stem, union bonnet, inside screw, solid wedge or
plug type disc, with screwed or flanged ends. Valves installed in valve
boxes shall have flanged ends for easy replacement or if valves with
screwed ends are used, appropriate unions shall be installed.
Valves of all sizes shall have a rating of not less than Class 150.
All bolts, screws, anchor bolts, with sleeves, nuts, washers, locking
devices, etc., required for all equipment and accessories to be supplied
under this Contract shall be furnished.
All bolts, nuts, screws and other devices used to fix, clamp or adjust any
parts which are exposed to water or high humidity, or subjected to
frequent adjustment or frequent removal shall be of corrosion resistant
steel or bronze or hot-dipped galvanized. All other bolls and pins shall be
of carbon steel.
When in position, all bolts or screwed rods shall project through the
corresponding nuts, but this projection shall not exceed three threads,
unless more length is required for adjustment.
Where practicable gear wheels shall be forced fit on the shaft and in
addition, shall be keyed adequately to prevent any relative motion
between the wheel and shaft. Where gears and couplings are secured in
position by means of keys, they shall be accessible for tightening or
removal. All keyways shall be machine cut. Couplings and collars shall
be the shrouded or protected-type, free from projections of any kind.
MW-4.1 General
Prime Power Output shall mean the power delivered and measured at
the generator terminal under Specified Reference Site Conditions.
Each diesel-generating unit shall also comply with the Emission Standards
of the Philippine Clean Air Act as specified in Clause GW-3.4 of the
General Works specification.
The Diesel Engine Generator Sets shall be of the same Brand and Model.
Each diesel engine shall be directly coupled to the generator and shall be
designed for installation within an enclosure which is weatherproof and
sound attenuated to conform with the requirements of Clause GW-3.3 of
the General Works specification and Clause MW-6.0 of this specification.
I Each unit shall be complete with all auxiliary equipment required to
operate the unit inciuding generator control and protection panel (GCPP).
The GCPP shall be supplied separate from the unit which wiil be installed
inside the control room and shall be in accordance with the requirements
specified in the relevant Electrical Works specifications and as shown on
the bid drawings. Push buttons for start/stop, emergency stop including
selective monitoring/metering instruments shall also be provided at the
local control panel mounted on the engine skid per manufacturer's
standard, except otherwise specified. Monitoring/metering devices on the
local panel mounted on the engine skid shall have simultaneous reading
with those on the GCPP during operation.
Provisions for Crane and Forklift unloading of the complete generating set
shall be engineered, designed, and manufactured as a heavy duty,
welded steel construction with four point lifting provisions and forklift
pockets as used on heavy duty construction installations. Details of
construction and manufacturer's certification of the lifting provision shall
be included In the drawings to be submitted with the Bid.
All piping systems that are an integral part of the unit shall be included in
the scope of supply of the Supplier including connection bolts, nuts and
gaskets for equipment, valves and other devices with flanged end
connections. Unless otherwise specified or approved, all pipes to be used
shall generally conform to ASTM A 53, Grade B, seamless with a
minimum wall thickness equivalent to Schedule 40.
All oil piping, fittings, and valves shall be shop-fitted, chemically cleaned,
and oiled.
Generally, all gaskets, bolts, nuts and washers to be used in the various
piping systems shall be new and free from defects and imperfections.
Materials to be used shall be suitable for the liquid to be handled.
MW-4.2.1 General
The engine shall be operated at a rated speed of 1800 rpm using Distillate
Fuel No. 2 under the site conditions specified in Clause GW-3.0 of the
General Works specification. However, for the purpose of determining the
guaranteed prime power output and guaranteed fuel consumption of the
Diesel Engine Generator units, the Specified Reference Site Conditions
described in Clause MW-4.1 shall be used.
The cylinder liners shall be renewable wet type honed to minimize piston
ring wear, fitted into the cylinder block with suitable seals and with the
head in position, locked firmly in position.
The cylinder heads shall be of cast construction, suitably cored for water
cooling passages and included preferable two inlet and two exhaust
valves per cylinder as applicable. Means shall be provided to prevent the
valve from dropping far enough to cause damage and double springs shall
be provided. The valve seats shall be renewable. The valves and seats
particulariy on the exhaust shall be of materials such as stellite to be able
to resist the severe duty.
Preference will be given to engines with Individual heads for each cylinder
and where the manifolds are left in unit with the removal of one or more
heads.
Allow for the fitting of maximum cyiinder pressure indicator for checking of
compression and maximum firing pressures of each cylinder. A lever or
handwheel, which decompresses all cylinders simultaneously, shall be
provided. Tappet covers shall be separately removable for setting
clearances.
I these trays to collecting tank. Fuel leak-off pipes from the Injectors shall
be taken to the fuel day tank.
The basic specification for the diesel fuel oil to be used by the diesel
engine units shall be as specified in Clause GW-3.5 of the General Worics
specifications.
Although the specified fuel specification is the base specification that will
be used for Performance Test, NPC prefers that the engine be able to run
on a wide range of fuels.
The fuel system shall Include separate elevated fuel day tank, electronic
engine governor, direct fuei Injection, fuel metering equipment, primary
filter/strainer, secondary filter/strainer as required per manufacturer’s
standard, necessary valves, relief valve, pressure gauges and fuel cut-off
valves.
Primary fuel filler shall be of type to remove both solid and liquid
impurities with replaceable element to protect the injection system.
Secondary fuel filters shall be of replaceable canister type filters.
Simplex strainer with minimum 60 mesh size and stainless steel filter
element shall be provided.
Each diesel engine-generator set shall be provided with separate fuel day
tank of 1,000 liters minimum capacity complete with accessories,
associated structural supports, isolation valves, 50 liters per minute @ 10
meters discharge head cast iron double acting rotary hand pump with
flexible hose of appropriate materials and size, instruments and other
accessories as shown on the bid drawings. The fuel day tank shall be
provided with high and low level alarm contacts for annunciation in the
generator control and protection panel.
The fuel oil day tank shall be a shop-fabricated, all welded construction
rectangular or any approved shape and shall be designed and
The lubrication system shall incorporate full flow oil filtration thermostatic
valve, pressure and temperature indicators, system pressure regulator, oil
cooler, gear-driven pressure oil pump, oil sump and may include a gear-
driven scavenge oil pump.
The Supplier shall provide NPC after award of Contract the recommended
grade of lubricating oil and the names of at least three (3) suitable
rnanufacturers and their trade name. Prior to delivery, the lubrication
piping system of the unit shall be cleaned with flushing oil and the first fill
of lubrication oil and lubricants to be used during the Testing and
Commissioning shall be included in the supply.
The system shall comprise all necessary valves, integral pipe works on
the engine, lubricating oil and charge air coolers, radiator, cooling water
The cooling water pump shall be engine mounted gear driven of sufficient
capacity to provide engine jacket water cooling, lubricating oil and charge
air cooling when the unit is delivering fuil-rated load under the specified
conditions.
The framework of the radiator and other steel parts except machined
surfaces shall conform to ASTM A36, hot-dipped galvanized, with a
minimum application rate of 600 g/m2. Bolls and nuts used for the
structural parts shall also be hot-dipped galvanized. A flexible connecting
section shall be provided between the radiator and discharge louver
frame.
Radiator fan discharged air shall be directed upwards from top of the
genset’s enclosure. Where modular gensets are installed in an available
space inside the existing powerhouse, radiator fan discharged air shall be
directed horizontally through an open area on the wall of the powerhouse.
Intake air filter and exhaust silencer shall be adequately sized to prevent
excessive pressure drop.
Heavy duty dry type intake air filter shall be provided to protect the engine
frorn dust and solid particles. Filter shall preferably be mounted on the
engine and provided with service indicator to show that the filters need to
be cleaned.
Exhaust gas pipe shall be provided with flanged connection and mounting
supports, and all the required connection boits, nuts, washers and
gaskets.
The steady load speed band shall not exceed 1 % of the rated speed. The
speed droop shall be adjustable from 1 to 8 percent.
The governing system shali allow safe manual, local, and/or remote
control of the no-load, non-synchronized running speed of the engine from
90% to 110% of nominal speed to allow synchronizing of the generator.
The diesel generator unit’s control system shall be designed for remote
start-up and speed control including automatic and manual control. It
shall be equipped with all necessary instrumentation to provide adequate
monitoring of the unit under all operating conditions including "standby".
The GCPP shall conform to the requirements specified in the relevant
Electrical Single Line Diagram.
The generating sets shall also be tripped manually from the control room
or from the engine in case of emergency.
The unit shall accept the load applied to it up to the overload rating and
shall automatically control the voltage and frequency during loading and
unloading.
The locally mounted control panel shall be fitted with a lockable safety
glass viewing window for easy monitoring or operation. The control panel
and cable terminal shall be side-mounted or at location per manufacturer’s
standard and shall accept a complete range of factory designed and
installed attachments. Emergency stop button shall be provided and
mounted on the enclosure exterior.
The lockable safety glass viewing window located at the genset enclosure
shall be provided with the following monitoring indicators/control points but
not limited to:
a) RPM meter
b) Hours Run Counter
c) Oil Pressure Gauge
d) Oil Temperature Gauge
e) Cooling water Temperature Gauge
f) Start/Stop Pushbuttons
g) Emergency Stop Pushbutton
a) RPM Meter
b) Hours Run Counter
c) Oil Pressure Gauge
d) Oil Temperature Gauge
e) Cooling Water Temperature Gauge
f) Number of Starts
g) Battery Voltage
h) Ready to Start Light
i) Remote Control Position Indicating Light
j) Generator Breaker Position, close and open
Included in the genset’s control and protection panel are the following
Human Machine Interface Indicators such as:
a) Manual Start/Stop
b) Auto/Remote Start’
c) Test Run-Auto
d) Emergency Stop Button
e) Alpha/Numeric Screen
f) Discrete Status Indicators
g) Fault Reset
h) Local/ Remote Selector Switch
Alarm devices shall be provided for all abnormal conditions that may
endanger the unit or prevent its starting or running satisfactorily as
specified in Part II - Technical Data Sheets and relevant Clauses of the
Electrical Works specifications.
The GCPP shall also be provided with annunciating window complete with
acknowledge and test lamp push buttons and an audible device located
on top of the panel. It shall be of modular design, microprocessor-based
designed for operation on a DC supply.
The alarm points shall include but not limited to the following:
a) Engine overspeed
b) Lube oil pressure low
c) Lube oil temperature high
d) Cooling water high temperature
e) Exhaust gas temperature high
f) High and low battery Voltage
g) High and low fuel level
h) Failure to Crank Shutdown
i) Over Crank (failure to start)
j) Electrical alarms as required in the pertinent Electrical Works
Specifications
k) Other Miscellaneous alarms as required for safe and reliable
operation of the plant
1) Control Switch for Engine Start, Stop and Emergency including its
auxiliary/associated equipment
MW-5.0 GENERATOR
The design and construction shall be modular with side panels, doors,
louvers and for all component parts to have minimum thickness of 2mm
(gauge 14). The roof of the enclosure shall meet or exceed the minimum
gauge requirements specified but, in addition, shall be strengthened in
such a manner as to support the largest commercially available exhaust
silencer recommended by the Manufacturer for this application.
Wide opening access doors for easy maintenance of all main components
shall be provided. The joints of the enclosure shall be of bolted or
screwed design to allow easy disassembly and assembly during major
maintenance of the diesel engine generator sets and its auxiliaries. All
access doors shall be fully lockable to prevent unauthorized access.
The genset-mounted control panel shall be fitted with safety glass viewing
window for easy monitoring of operation and located in a lockable access
door. The monitoring/control points shall be as specified in Clause MW-
4.4 of this specification. The control panel and cable terminal shall be
side or front-mounted and shall accept a complete range of factory
designed and installed attachments. Emergency stop button shall be
provided and mounted on the enclosure exterior.
enclosure is free from any leak and can prevent entrance of rain water,
Rain Test shall be conducted.
The enclosure shall contain the battery racks, battery cables, battery
charger and 12-volt or 24-volt battery capable of delivering at least 3 cold-
cranking. The battery rack shall be welded to the sub-base with hold
down bolts with cross over strap.
All tests and Inspections (shop test, site test and commissioning) shall be
carried out in accordance with the requirements specified in Clause GW-
9.0, Inspection and Tests of the General Works Specifications, relevant
sections of the specific technical specifications (Civil, Mechanical &
Electrical Works specifications) and respective test procedures duly
approved by NPC.
When the generating sets are ready for commercial service, reliability test
shall also be conducted continuously without major failure for a period of
eight (8) hours or at any programmed/scheduled operating hours available
at plant site which the generating sets and all its associated auxiliaries are
required to operate under the normal working conditions of the power
plant.
Prior to the tests, the Supplier shall submit five (5) copies of test
procedures for NPC’s review/approval for all equipment covered by the
Contract at least forty five (45) calendar days prior to the conduct of actual
test. No tests shall be conducted unless relevant test procedures are
submitted and approved by NPC.
Spare Parts and Tools for the generating sets and its auxiliaries shall be
supplied by the Supplier in accordance with the requirements specified in
Clause GW-12.0 of the General Worlds Specification.
changes to conform with the final design and model/brand of the proposed
equipment (per manufacturer's standard).
The Bidder shall indicate "N/A" to the respective items in the said lists if
found not applicable to the brand/model of the proposed equipment.
However, NPC reserves the right to request the Supplier to provide the
same or its equivalent if it is determined to be "required or necessary"
during the evaluation, checking and review/approval of the final lists to be
I submitted by the Supplier during the Contract Stage at no cost to NPC.
The Spare Parts List to be submitted with the Bid shall be in a form
specified in Clause GW-12.1- General Works Specifications or in Part II -
Technical Data Sheets.
MW-8.2 Tools
The Supplier shall submit a detailed Tools list with the Bid in a form
specified in the Bid form and the corresponding brochures/catalogues of
the respective tools for approval of NPC prior to delivery at the Plant Site.
All tools shall be handed over to NPC in perfect condition at the time of
taking over.
MW-9.0 PAINTING
The scope shall Include adequate supply of touch-up coating which shall
be used for painting of all supplied equipment and materials that will be
damaged during shipment, unpaddng and installation works Including
surfaces that show signs of corrosion.
Final color to be used for the generating sets and auxiliaries shall conform
to Manufacturer’s standard, unless otherwise specified. Application of
NATIONAL POWER CORPORATION
ED] VI-MW-27
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI -TECHNICAL SPECIFICATIONS VlsP21212S2Sc
Final Color of the Pedestal or Free Standing type control panel shall
conform to Munsell No. 5 Y 8/1 or as directed/approved during contract
stage. Application of painting shall be in accordance with the
recommendation of the coating manufacturer.
PART I - TECHNICAL
SPECIFICATIONS
EW - ELECTRICAL WORKS
Jit
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VlsP2121282Se
TABLE OF CONTENTS
EW*1.0 GENERAL.......................................................................................................1
I EW-2.0
EW-3.0
SCOPE OF WORK......................................................................................... 1
CODES AND STANDARD............................................................................. 3
EW-4.0 GENERATOR AND AUXILIARIES.................................................................4
I EW-4.1 AC Generator................................................................................................. 4
EW-4.1.1
EW-4.1.2
General.....................................................................................4
Design Characteristics..............................................................6
EW-4.2 Other Characteristics...................................................................................... 5
EW-4.3 Space Heaters................................................................................................ 6
EW-4.4 Unbalanced Load........................................................................................... 6
EW-4.5 Parallei Operation........................................................................................... 6
EW-4.6 Generator Stator............................................................................................. 6
EW-4.6.1 Stator Frame............................................................................ 6
EW-4.6.2 StatorCore............................................................................... 6
EW-4.6.3 StatorWinding.......................................................................... 6
EW-4.7 Generator Rotor.............................................................................................. 7
EW-4.7.1 Rotor Core.................................................................................7
I EW-4.8
EW-4.7.2 Rotor Winding...........................................................................7
Excitation System........................................................................................... 7
EW-4.8.1 General Description.................................................................. 7
EW-4.8.2 Operating Requirements.......................................................... 8
EW-4.8.3 Design Consideration for Excitation System............................ 8
EW-4.9 Generator Control and Protection Panel (GCPP)........................................... 8
EW-4.9.1 Panel Construction..................................................................10
EW-4.9.2 Fault Annunciator System (Alarm System)............................. 11
EW-4.9.3 Communication Ports..............................................................11
EW-4.9.4 Terminal Blocks.......................................................................11
I EW-4.10
EW-4.9.5 Nameplate............................................................................... 11
Generator Circuit Breaker............................................................................. 11
EW-4.11 Equipment Wiring..........................................................................................12
EW-4.12 Equipment Grounding................................................................................... 12
EW-4.13 Spares Parts and Tools................................................................................ 12
EW-4.14 Inspection and Testing.................................................................................. 13
EW-4.14.1 Generai................................................................................... 13
EW-4.14.2 Shop Test................................................................................ 13
EW-4.14.3 Routine Test............................................................................13
EW-4.15 Data and Information to be Submitted After Award of Contract....................14
EW-5.0 TRANSFORMERS........................................................................................ 15
EW-5.1 General..........................................................................................................15
EW-5.2 Technical Description................................................................................... 15
I EW-5.3 Design Requirements................................................................................... 15
EW-5.3.1 Rating...................................................................................... 15
EW-5.3.2 Voltage.................................................................................... 15
EW-5.3.3 Frequency............................................................................... 15
EW-5.3.4 Overload Requirement............................................................15
I EW-5.3.5
EW'5.3.6
Short Circuit Withstand Capability.......................................... 15
Transformer Loss Evaluation.................................................. 16
EW-5.3.7 Impedance and Reactance......................................................16
I EW-5.3.8
EW-5.3.9
Audible Sound Level.............................................................. 16
Tolerances..............................................................................16
EW-5.3.10 Electrical Insulating Oil........................................................... 16
EW-5.4 Design and Construction Features...............................................................17
EW-5.4.1 General................................................................................. 17
EW-5.4.2 Cores.................................................................................... 17
EW-5.4.3 Windings.................................................................................17
EW-5.4.4 Bushing................................................................................. 18
EW'5.4.5 Gasket................................................................................... 18
EW-5.4.6 Tank........................................................................................ ig
I EW-5.4.7 Radiators............................................................................... 19
EW'5.4.8 Hardware.................................................................................19
EW-5.5 Fittings and Accessories.................................................................................20
EW-5.6 Equipment and Marking..................................................................................20
EW-5.7 Standard and Common Tools........................................................................ 20
EW-5.8 Tests.............................................................................................................. 21
EW-5.8.1 Routine Test.............................................................................21
EW-5.8.2 Design Test..............................................................................21
EW-5.8.3 Miscellaneous Test...................................................................21
I EW-5.9
EW-5.10
EW-5.8.4 Site Test...................................................................................21
Failure to Meet Guarantees............................................................................21
Data and Information to be Submitted After Award of Contract.... 22
EW-6.0 SWITCHYARD EQUIPMENT AND APPURTENANCES...............................23
EW-6.1 Fuse Disconnect Switch with Lightning Arrester Combination....................... 23
EW-6.1.1 Technical Characteristics and Requirements.......................... 23
EW-6.2 Bus Conductor and Hardware........................................................................ 24
EW-6.2.1 Technical Characteristics and Requirements....................... 24
EW-7.0 POWER, CONTROL AND INSTRUMENTATION CABLES..........................25
EW-7.1 Technical Characteristics and Requirements.................................................26
EW-7.1.1 Insulation..................................................................................26
EW-7.1.2 Jacket.......................................................................................26
EW-7.1.3 Assembly.................................................................................26
EW-7.1.4 Application............................................................. 26
EW-8.0 GROUNDING SYSTEM............................................................................
EW-8.1 Technical Characteristics and Design Requirements.....................................27
EW-8.1.1 General.................................................................................... 27
EW-8.2 Equipment and Materials Requirements........................................................ 27
EW-8.2.1 Grounding Cables....................................................................27
EW-8.2.2 Ground Rods........................................................................... 28
EW-8.2.3 Exothermic Welding Materials................................................. 28
EW-8.2.4 Grounding Hardware............................................................... 28
EW-8.2.5 Steel Structure Grounding....................................................... 28
EW-8.2.6 Equipment Earthing................................................................. 28
EW-8.2.7 Powerhouse / Building Earthing................................................ 29
EW-8.2.8 Fence Earthing........................................................................ 29
EW-8.2.9 Pipe Earthing........................................................................... 29
EW-8.2.10 Cable Tray Earthing................................................................ 29
EW-8.2.11 Ground Rods............................................................................30
I EW-12.1
EW-12.2
EW-12.3
Data and Information to be Submitted with the Proposal..............................35
Data and Information to be Submitted During Post Qualification.................. 35
Data and Information to be Submitted During Implementation..................... 35
EW-13.0 MEASUREMENT OF PAYMENT.................................................................. 49
I
It is not NPC’s intent to specify all technical requirements nor to set forth
those requirements adequately covered by applicable codes and standards.
The Supplier shall furnish high quality diesel generating set and its associated
electrical equipment meeting the requirements of this specification and
industry standards.
The scope of electrical work covers the furnishing of all labor, materials,
equipment, toots and other necessary incidentals required for each project
site which shall essentially consist of all electrical equipment and materials
enumerated herein:
5. Supply of One (1) Spare Circuit Breaker for 120 kW D/G Set;
10. Supply, Installation and Test of Bus Conductor and Line Materials and
Hardware:
11. Supply, Laying and Test of Power, Control and Instrumentation Cables
12. Supply and Installation of Electrical Conduit and cable tray system:
15. Supply, Delivery and Test of Two (2) sets of Job Site Cameras to be
installed before the start of construction and/or installation of
equipment; and
16. All other works and services including those not specifically detailed
herein but are required to fully complete the project.
3. Conduct inspection to verify and assess the extent of the related and
incidental works needed to implement the project competently and
efficiently.
The Supplier shall bear full responsibility that the equipment has been
designed and fabricated in accordance with all codes, standards, and
applicable governmental regulations and performs under the conditions and
to the standards specified herein.
10. Supply, Installation and Test of Bus Conductor and Line Materials and
Hardware;
11. Supply, Laying and Test of Power, Control and Instrumentation Cables
including ground conductors and other appurtenances required for the
interfacing of supplied equipment;
12. Supply and Installation of Electrical Conduit and cable tray system;
15. Supply, Delivery and Test of Two (2) sets of Job Site Cameras to be
installed before the start of construction and/or Installation of
equipment; and
16. All other works and services including those not specifically detailed
herein but are required to fully complete the project.
3. Conduct inspection to verify and assess the extent of the related and
incidental works needed to implement the project competently and
efficiently.
The Supplier shall bear full responsibility that the equipment has been
designed and fabricated in accordance with all codes, standards, and
I applicable governmental regulations and performs under the conditions and
to the standards specified herein.
Specification but are necessary for the complete and proper operation of the
diesel generator shall be furnished by the Supplier at no additional cost to
NPC.
The equipment furnished shall be in accordance with, but not limited to, the
latest issues of the following codes and standards, including all addenda, in
effect at time of purchase order unless othenvise stated in this specification;
I ICS2
ICS
Industrial Controls and Systems; Controllers,
Contactors and Overload Relays rated 600Volts
General Standards for Industrial Control and
Systems
MG-1 Motors and Generators
MG-2 Safety Standard for Construction & Guide for
Selection, Installation and Use of Electric Motors
and Generators
OJ Vl-EW-3
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VlsP2121282Se
The latest edition of each standard shall mean the latest edition available at
the date of contract signing.
In addition to the above codes and standards mentioned, the Supplier shall
comply with all National and local laws, codes, regulations, statutes and
ordinances.
Standards listed in the equipment specification are used mainly for NPC’s
references. Other Internationally known standards however, shall also apply,
provided such standards are equivalent in all respect to the standard
prescribed and to the specific requirements described in the individual
equipment specification. The Supplier shall submit copies of such standards
for NPC’s review and approval.
EW-4.1 AC Generator
EW-4.1.1 General
This speciflcation covers the technical and associated requirements for the
supply of diesel generator and associated auxiliary equipment, complete in
every respect suitable for safe and satisfactory operation of the equipment.
The continuous load capability of the generator shall be the specified nominal
rating measured at the terminal. However, the generator shall be designed
I for continuous operation under normal conditions for 110% of its rated
capacity without exceeding temperature rise in accordance with ANSI
standard or equivalent applicable standard.
The stator frame shall consist of strong housing built by electrical welded
steel plates of suitable thickness which have a sufficient degree of sturdiness
to prevent the occurrence of undue noise or vibration and shall be explosion
proof.
The supply shall include the bedplate, foundation bolts and all other
embedded steel parts necessary for erection works.
The stator core shall be constructed from the highest grade silicon steel
sheets for the lamination. Special attention shall be paid to the insulation of
the lamination and to the finishing of the edges after stamping.
The stator core lamination shall form several segments, separated by vent
ducts and each segment shall be perfectly compacted to avoid vibration.
The stator winding of copper materials shall be formed by coils with Class H
insulation. Each coil shall be composed by insulating with thermo setting resin
base insulation in order to prevent the mica migration phenomenon. During
The part of the coil to be embedded in the slots shall be varnished with semi
conducting varnish, in order to distribute in a uniform manner, the potential
gradient and to eliminate the potential difference between the slots wall and
the coil surface.
The stator coils shall be adequately clamped with external rings to prevent
any deformation or damaged in case of short circuit at the stator terminals.
The coil end clamp device and covers shall be designed so as to avoid
vibrations and minimize additional losses.
Temperature detectors shall be provided in the stator slots and at the end of
the ventilating ducts arranged to receive heat from the hottest spot of the
windings with appropriate contacts for monitoring, alarm, detection and
protection of the windings provided at the GCPP. At certain pre-set
temperature (alarm setting), the temperature detector will trigger an alarm so
that an adjustment or action before any insulation damage occurs may be
done. The circuit breaker for the alternator will automatically trip in the event
that the temperature detectors measure the winding temperature to be above
the (shutdown setting) value.
The rotor core shall be made of one solid forgoing with high mechanical
strength characteristic and designed to have a large margin between the
critical and running speeds (both normal and over speed). The rotor forging
shall be fully examined by radiographic and ultrasonic techniques to
determine Its soundness.
The choice of materials for winding and the design, manufacture and fitting of
the winding coils shall be such as to prevent and avoid permanent
deformation of the winding during service, considering the conditions of
operation. The Supplier shall show how their design of the rotor winding
accommodates thermal expansion and how damage to insulation is
prevented in condition of thermal cycling of the rotor considering the rotational
Wees involved. The rotor shall be tested at over speed and carefully
inspected before assembling into the stator.
The generator shall be equipped with state of the art digital brushless
excitation system with high overload and short circuit capability.
The excitation system shall prowde a positive signal to the unit master start
up sequence relay panel. Upon execution of signal automatically or by
manual mode, an initial excitation system shall ensure voltage build-up.
The terminal voltage of the generator shall be kept vnthin safe limits of the
AVR during extra ordinary transient or abnormal operating conditions arising
at governor, generator and/or charging of transmission line. These particular
conditions shall be guarded by the control. Limiting or protective devices
shall be included In the supply.
The AVR shall maintain generator output voltage within + 0.5% for any
constant load between no load and full toad. The regulator shall be totally
solid state design which includes electronic voltage build-up, volts per Hz
regulation, three phase sensing, over-excitation protection, loss of sensing
protection, temperature compensation, shall limit voltage overshoot on startup
and shall be environmentally sealed.
The excitation system shall be designed for “manual" and “automatic" voltage
control with AVR unit. The equipment shall be mounted In the excitation
cubicles. Voltmeter and ammeter shall be provided for generator DC
excitation parameters.
All components shall be tropicalized and all printed circuit board for electronic
circuits shall be sealed with suitable resin resistant for tropical conditions.
m Vl-EW-8
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
The Generator Control and Protection Panel shall be equipped with the
following minimum requirements for the operator interface with the diesel
engine generator In addition to those specified in the Single Line Diagram.
c. Synchronizing Equipment
All interface devices and other accessories whether or not expressly called for
or indicated on the bid drawings but are necessary for the remote control and
synchronization function of the new diesel generating unit shall be provided
by the Supplier. All instruments, scales, relay coils contacts and other
features shall be suitable for the apparatus controlled or for the purpose
intended.
The Supplier may offer a generator control and protection panel with
proprietary standard design of the manufacturer containing the required
functions suitable to the offered generating sets.
The panel shall be labeled with ISO symbols and comply with IP 65 for
external environmental resistance and IP 44 and NEMA 12 for the resistance
of the internal sealed modules.
The panel shall be designed with dimensions not to exceed the size shown on
the Bid Drawing.
The supply voltage for the annunciator system shall be monitored and must
give an alarm in case of interruption of the alarm equipment power supply. All
DC and AC power supply required for annunciation, control, monitoring and
protection of the system shall be an Integral part of the GCPP.
Every terminal point shall have individual and complete identification on the
wiring diagram.
EW-4.9.5 Nameplate
The panel shall be provided with adequately sized nameplate made of black
surface exposing the white core. In addition, each piece of equipment
mounted on or inside the panel shall also be provided with nameplate for
easy and convenient identification.
The generator circuit breaker shall be as stated in the Technical Data Sheets.
Circuit breakers with a rating of 800 A and above shall be of the Air Break
Type, spring storage device powered by a 125 VDC motor, suitable for hand
operation and provided with an appropriate tripping mechanism to be actuated
by the protective relays.
Circuit breakers with a rating below 800A shall be of the Molded Case Type,
3-poIe with 240 VAC control mechanism and auxiliary switch and 12/24 VDC
equipped with electronic shunt trip mechanism. The circuit breaker shall be
capable of “switching-In" the generator when synchronizing with one or more
units in parallel operation.
Means shall be provided for locally closing and tripping electrically operated
breakers without opening the door of the breaker compartment.
All wiring shall be neatly run marked at both ends and securely fixed in such a
manner that whenever practicable, wiring can be easily identified and
checked against diagram.
The panel shall be provided with earth wiring and connection to create an
environment that meets the requirements of electromagnetic compatibility.
Spare Parts and Tools for the generating sets and its auxiliaries shall be
supplied by the Supplier in accordance with the requirements specified in the
General Works Specification and Part ll-Technical Data Sheets.
However, NPC reserves the right to request the Supplier to provide the same
or its equivalent if it is determined as deemed necessary during the
evaluation, checking and review/approval of the final lists to be submitted by
the Supplier during the Contract Stage at no cost to NPC.
EW-4.14.1 General
The Supplier shall carry out at his own expenses and all tests necessary to
ensure the satisfactory design and manufacture of all equipment is in
accordance with NFPA 110 to show it is free from defects and will start
automatically and could operate efficiently at full load.
The Supplier shall include in his bid the cost of test and commissioning of the
diesel generating set. Hence, the Supplier shall bear full responsibility that
I Routine, design, quality and conformance test and other necessary tests shall
be performed in accordance with ANSI Standard or equivalent lEC Standard.
Design tests is required if the equipment is Supplier’s new design or previous
design with significant design changes. In this case, certified test report of
duplicated production type is acceptable.
The Supplier shall make all preparation for tests and provide the required test
apparatus and personnel and shall notify NPC in advance of the test
schedule.
a. For the generator armature, generator field, excited armature and exciter
field:
1. Measurement of Resistance
2. Measurement of Insulation Resistance
3. High Voltage Test
EW-5.0 TRANSFORMERS
EW-5.1 General
This specification covers the technical and associated requirements for the
generator step-up transformer and accessories for use in electric generating
plants. Station sen/ice transformer, if to be provided, shall be Overhead-type
Distribution Transformer and shall be in accordance with the latest revision of
IEEE Std. C57.12.20.
EW-5.3.1 Rating
Transformer rating, specified in the Technical Data Sheets shall be the basis
of the Supplier’s guarantee as to performance and temperature rise. The
ratings indicated are based on actual load requirements at the service and
operating conditions specified herein.
EW-5.3.2 Voltage
EW-5.3.3 Frequency
The overload rating and operation shall be in accordance with all cyclic
loading duties as specified in lEC 60354. The overload capability of any
auxiliary equipment such as bushings, LTC's, CT’s, oil expansion tanks,
leads, etc. shall not be less than the transformer overload rating. If other
considerations will limit the overload capability of the transformer, the Supplier
shall specify these limitations in his proposal.
Failure of the Supplier to completely fill- in all the information needed for
proper evaluation by the NPC shall be a ground for rejection of his bid.
The transformer shall be designed for the most economical loss ratio (copper
loss/iron loss) for the application as specified in the Technical Data Sheets for
the transformer.
Sound levels decibels (dB) at rated voltage and frequency for liquid immersed
generator step-up and station service transformers shall be as below. The
average sound level of the transformer shall not exceed these values when
measured in accordance with the conditions outlined in the latest ANSI/IEEE
C57.12.90 or lEC 60551 for oil-immersed transformers or ANSI/IEEE
C57.12.91 or lEC 60726 for dry-type transformers.
EW-5.3.9 Tolerances
The Supplier shall furnish oil with quality suitable as an insulant and coolant
for transformers. The oil shall be new naphthenic based mineral oil meeting
the requirements of the latest ASTM D3487 (Specification of Mineral
Insulating Oil Used in Electrical Apparatus).
A Certification from the Manufacturer that the insulating oil is PCB free and
I laboratory analysis results conducted on a DENR-accredited laboratory shall
be submitted to NPC.
EW-5.4.1 General
EW-5.4.2 Cores
Cores for the transformers shall be constructed of the highest quality, non
aging high permeability grain oriented silicon steel, The steel shall be in thin
laminations, annealed after cutting and rolled to ensure smooth surface at the
I edges.
The laminations must be free from impurities and must receive stress relief
Both sides of each sheet shall be insulated with a durable, heat resistant
insulation. The cores shall be held firmly by core clamp and brace to ensure
adequate mechanical strength to support the winding and to withstand without
damage or deformation, the forces, caused by short circuit stresses,
transportation or handling to prevent shifting of the core laminations.
The core shall be solidly grounded to the tank and shall be provided with
approved lifting devices or lifting lugs at suitable points of the core assembly
for core lifting.
I EW-5.4.3 Windings
End coils shall have extra Insulation. Coils shall be made up, shaped and
braced to provide for expansion and contraction due to temperature changes
in order to avoid abrasion of insulation and provide rigidity to resist movement
and distortion caused by abnormal operating conditions.
Adequate barriers shall be provided between windings and core and between
high and low voltage windings. End coils shall have extra protection against
abnormal line disturbances. Permanent current-carrying joint for splices shall
EW-5.4.4 Bushing
All porcelains used in bushing shall be wet process, homogenous, and free
from cavities or other flaws. The glazing shall be uniform in color and free
from blisters, burrs and other defects. All porcelain parts shall be one piece.
The bushings of the same rating shall be interchangeable.
The terminal pads shall be of high conductivity bronze or copper and shall be
plated with hot flowed electro silver or electro-tin. Whenever a larger terminal
pad Is required for higher current rating, the mounting holes shall conform to
NEMA Standards.
EW-5.4.5 Gasket
Gaskets shall be unaffected by hot insulating oil, retain their resiliency during
EW-5.4.6 Tank
The transformers shall be housed in a steel tank with all permanent joints
molded, backed up by a sturdy steel structure as required to obtain the
desired rigidity and strength. The material shall be of high grade steel plate
having good welding qualities. All seams, flanges, lifting and Jacking lugs,
braces and other parts attached to the tank shall be welded. No rivets shall be
used. The cover shall be bolted type. The tank shall be able to withstand an
internal pressure with oil at operating level.
I All openings such as joint between the case and cover, bushings insulation
mountings, etc., shall have welded on flanges to provide gaskets surfaces
and allow for bolt holes. No bolts shall pass to the inside of the case and
cover. Flanges shall have gaskets which will remain oil-tight and will not
deteriorate under severe conditions. The tank with radiator fitted shall be
tested for leaks before painting.
EW.5.4.7 Radiators
EW-5.4.8 Hardware
Ail energized hardware, i.e., bolts, nuts and washers shall be made of tinned
copper alloy material such as silicon bronze or equivalent. All other hardware
shall be hot-dip galvanized.
1. HV Bushing
2. Oil Level Indicator
3. Oil Sampling Plug
4. Oil Drain Valve
5. Oil Temperature Indicator
6. Pressure Relief Valve
I 7.
8.
9.
Lifting Lugs
Anchor Bolts
Earthing Terminals
10. HV/LV Insulating shroud
1. Kind of transformer
2. Number of this standard
3. Manufacturer's name
4. Manufacturer’s serial number
5. Year of manufacture
6. Number of phases
7. Rated power (in kVA or MVA)
8. Rated frequency (in Hz)
9. Rated voltages (in V or kV) and tapping range
10. Rated currents (in A or kA)
11. Connection symbol
12. Connection diagram
13. Short circuit impedance (in %Z)
14. Type of cooling (i.e. OA, ONAN. etc.)
15. Insulation voltage (withstand voltages)
16. Insulating liquid
17. Temperature rise (in X)
18. Total mass, kg
19. Mass of insulating oil
EW-5.8 Tests
All tests Shall be performed as per latest revision of ANSI C57.12.90 Factory
Test shall include, but not limited to the following:
The Supplier shall perform all tests specified by the equipment Manufacturer,
applicable standards and as necessary to verify the proper operation of the
equipment in the presence of NPC representatives.
frequency and 100% rated kVA exceed the guaranteed total losses, the
excess in losses shall be evaluated at the following rated cost and the
resulting amount shall be deducted from the contract price.
Where:
When the excess of the total losses reaches five percent (5%), NPC shall
have the right to reject the transformer for which such excess is verified
during the factory acceptance test.
Successful Bidder shall promptly provide NPC one (1) original and three (3)
certified copies of all test data and reports on the transformer.
The following documents shall be submitted after award of contract for NPC’s
review and approval prior to procurement and installation of the supplied
equipment and materials:
This specification covers the supply and delivery of fuse disconnect switch
with lightning arrester combination for use in various diesel power plants.
The materials furnished shall be in accordance with, but not limited to, the
latest Issues of the Applicable Codes and Standards, including all addenda, in
effect at time of purchase order unless otherwise stated herein.
The fuse disconnect switch to be supplied shall be suitable for high voltage
transformer acting as an overload protector and a device for opening and
closing load current. All the metal parts of the fuse disconnect switch shall be
free from erosion and rust.
Fuse Cut-Out
Fuse cutouts shall be satisfactory use in a tropical climate with high relative
humidity. The cutouts will be mounted by means of steel brackets on steel
poles cross arms.
The cutouts are intended for use with button head-type fuse links and must be
able to accommodate fuse links meeting the interchangeability requirements
of ANSI standard. The cutouts to be supplied shall include the following:
Fuse Link
The fuse link to be supplied shall be universal button head with tin fuse element
suitable for 15 kV open type distribution cut-out to be used in the overcurrent
protection of circuits. It is characterized by perfect time current characteristics,
high mechanical strength and reliable arc extinguishing performance, etc. The
fuse link shall meet the electrical and mechanical Interchangeability
requirement In accordance with ANSI standard.
Lightning Arrester
The primary terminals shall be suitable for the connection of the type and size
of conductors specified in the Technical Data Sheets which can be either
copper or aluminum conductors without use of bimetal inserts.
All mounting bolts and conductor connection shall be provided with lock
washer. Lock washers shall be fabricated from materiai that complies with
the requirements as per ANSI standard.
All exposed steel or iron part of the arrester shall be hot-dipped galvanized in
accordance with ASTM standard.
The Supplier shall submit for approvai the brochures and/or catalogues with
complete technical specification of the fuse cut out with lightning arrester
combination including mounting brackets and accessories.
Stranded Conductor
aluminum wires shall lie naturaily in their position in the stranded conductor
and, when the core and/or the aluminum wires are cut, the wire ends shall
remain in position or be readily replaced by hand and then remain
approximately in position.
The completed conductor shall be smooth, free from nick, burrs, aluminum or
steel particles, dirt and excessive die grease. The conductor shall be
absolutely free of copper dust and copper particles.
Clamps
Cross Arms
The cross arms to be supplied for this project shall be in accordance to ASCE
manual 72 “Design of Steel Transmission Pole Structures". The materials
shall meet ASTM A-570 specification {36 KSI min. steel strength) while the
galvanizing shall be in accordance with ASTM A-123 specification.
Insulators
Line Hardware
Bolts
All bolts such as carriage, double arming, oval, machine, etc. shall be hot dip
galvanized as per ASTM A-153.
The cables to be supplied shall have insulation levels able to withstand any
voltage surges which are normally expected to occur in the power system in
which the cable Is to be used, due to switching operations, sudden load
variations, faults, etc. The medium voltage XLPE power cable and the 600V
power, control and instrumentation cable to be supplied shall be compliant to
ICEA S-66-524 or lEC 60502-2 and UL 83, PNS 35, ICEA S-73-532
specification and requirements of PEC respectively.
EW-7.1.1 Insulation
EW-7.1.2 Jacket
EW-7.1.3 Assembly
EW-7.1.4 Application
All cables shall be suitable for Installation in cable tray, conduit, trench,
underground duct in wet and dry locations, and above ground raceway in
damp and dry locations.
This specification covers the technical and associated requirements for the
entire grounding system of the electric generating plants and/or switchyards,
required to protect persons and equipment, to reduce electromagnetic
interference (EMI) and to allow safe service and maintenance of the
installations. The grounding system includes all major and minor equipment
such as generator, transformer, generator control and protection panel,
ground rods, motors, pumps, etc. and connections.
All materials and parts which are not specifically mentioned herein but are
necessary for the safety of operating personnel and safe operation of the
plant shall be furnished and determined by the Supplier at no additional cost
to NPC.
EW-8.1.1 General
The ruling criteria in the design of the grounding grid shall be the safety of
personnel and the proper operation of the electrical equipment during normal
operation and during transient disturbances such as short circuits in the
electric power system and during lightning discharges.
The Supplier shall carry out earth resistivity measurement for the plant site.
Based on the result of this measurement and the system parameter, the
appropriate design and the calculation will be determined whether
impermissible touch and step voltages occur at any place inside plant area
and at any place 10 m. outside of the plant boundary line which may be
endangered. These calculations will decide on the provisions for grounding to
be made with the relevant part of the civil works related to foundations. If the
calculations proved after the application of all engineering possibility that
touch and step voltages are still higher than permitted and consequently the
Supplier managed to design the earthing and grounding grid in such a way to
obtain the lowest touch and step voltage value, all documents including
limitation and justification shall be provided to the NPC for approval.
The ground rod shall be copper-covered steel of circular cross section, with a
nominal diameter of 19 mm and a nominal length of 3 meters.
Each ground rod shall have a conical swaged point at one end and shall have
a continuous smooth copper covering of at least 0.254 mm thickness molten-
welded or copper bonded (electro-deposit) to a steel core. The copper clad
or pressed type will not be accepted
Terminal Lugs
Terminal lugs shall be one hole, socket type, rounded edge lug, cast of high
strength corrosion resistant copper alloy. Machine screws, nuts, and washers
used with the lugs shall be bronze.
All generating plant metal parts such as structures, equipment, cable trays,
fence, etc. shall be connected to the ground grid by suitable ground
connections.
If there is any possibility for a conductor to fall down on a steel structure, this
structure must be connected to the grid with a connection able to sustain the
earth fault current.
Transformer Earthing
Lightning Arrester
Power Gabies
done at both ends of each cable. Cable end boxes shall be earthed with
copper cable connection on one of the mounting bolts.
Lighting Poles
Poles for lighting shall be connected to the earthing grid with 22 mm2tin-
annealed copper conductor (one connection for each pole).
Other types of metal structures within the diesel plant area, not mentioned
thereto, shall be connected to the earthing grid.
Major equipment shall be equipped with at least two (2) terminals or suitable
grounding pads of adequate size to accommodate at least two fixing screws
for proper connection to the earthing system.
The supply shall include special tools, kits and expandable materials necessary
to weld the grid Joints and ground rod connections by exothermic process,
Including reasonable waste to be expected during Installations. Standard
grounding connectors shall be fixed to metal frames by means of bolted clamps.
Ground rods shall be driven to a depth such that the top of each rod is at the
same elevation as the ground grid and shall be bonded to the ground grid
conductors by suitable exothermic connections.
This specification covers the technical and associated requirements for the
supply, laying and installation of conduits and cable trays as required within
the piant complex, including associated fittings, accessories (elbows, tees,
steps, crossings etc.), supporting racks and brackets and all hardware.
Included in the scope is the supply and embedment of concrete inserts for
supporting cabie tray brackets on walis and provision of openings and
recesses in walls and floor concrete inserts.
All materials and parts which are not specifically mentioned herein but are
necessary for the proper laying and installation of conduits and cable trays
shall be furnished at no additional cost to NPC.
The conduits and cable tray system shall conform to the material and
fabrication requirements of the specification. All miscellaneous materials
required for proper installation shall include but are not limited to, the
following:
Conduit and cable tray edges shall be reamed and smoothen to avoid
damage to cable outer sheath during cable installation. The conduits and
cable trays shall have the following characteristics:
Conduits
All embedded and concealed in ceiling conduits, boxes and fitting required for
the power and control cables including all necessary hardware and
accessories such as screws, bolts, concrete inserts, clamps, locknuts,
couplings shall be furnished by the Supplier. The required quantities of
various items of conduits and associated materials shall be furnished in
accordance with the installation requirements.
During installation, due precaution shall be taken to protect the conduit and
threads from mechanical injury. The ends of the conduit shall be sealed in an
approved manner. Conduit runs shall be sealed by the use of caps and discs
or plugs. The seals shall be maintained, except during inspection and tests,
until the conductor is pulled in. Conduit shall be check to be free from
obstructions by pulling a wooden mandrel of appropriate size through the
conduit.
Metal fittings and cover shall have the same property and finish as that of the
metallic conduits.
Non-Metallic Conduits
Cable Trays
The Supplier shall furnish and install cable trays, supports and accessories
for the use of power and control cables as shown on the bid drawing. All
necessary hardware such as screws, bolts, concrete inserts, damps,
supports, fittings and divider strips for the cable trays shall be included.
The cable trays shall be hot-dipped galvanized steel, ladder rung type proper
for laying installation and shall be manufactured based on the bid drawing.
Before fabrication, the Supplier shall submit all fabrication and installation
details for NPC approval.
The cable tray system shall be supported at intervals not exceeding 1.5
meters unless specifically approved for supports at greater interval.
Cable trays, accessories and fittings shall be free of any rough edges or
sharp projections, which would cause damage to cables.
Cable trays other than solid bottom trays shall be designed to accept cable
clamping devices and cable barriers without drilling or welding.
I Tray design shall provide for inter-changeability of like parts and easy
assemblage of the system without the use of special tools.
I Cable tray covers shall be solid. The preferred cover-fastening device shall
require no drilling of the cable tray for installation. Cable tray covers shall be
attached to the tray with a heavy duty device to permit easy removal and
replacement. The cover and cover clamp shall be equally suitable for vertical
and horizontal runs.
Completed cable tray systems shall be rigid and have all components firmly
bolted and in good electrical contact with the ground grid.
The steel channel inside the cable trench where power cables will be laid
shall be installed at every three (3) meters interval.
EW*10.1 General
The Supplier shall carry out at his own expenses all tests necessary to ensure
the satisfactory design and manufacture of all equipment is in accordance
with relevant ANSI and lEC standard.
All parts shall be properly marked for ease of assembly in the field. Test
report on design and routine tests performed in accordance with ANSI or lEC
standard shall be submitted to NPC for evaluation and approval.
Routine, design, quality and conformance test and other necessary tests shall
be performed In accordance with ANSI Standard or equivalent lEC Standard.
Design tests is required If the equipment is manufacturer’s new design or
previous design with significant design changes. In this case, certified test
report of duplicated production type is acceptable.
For Power, Control and Instrumentation Cable to be supplied other than those
type specified in the PEC, the Supplier shall submit the following;
This specification covers the supply, delivery and installation of job site
cameras for the use in the monitoring and documentation of construction of
diesel power plants.
The materials furnished shall be in accordance with, but not limited to, the
latest issues of the Applicable Codes and Standards, including all addenda, in
effect at time of purchase order unless otherwise stated herein.
The Job site cameras to be supplied shall be DC supply operated and battery-
operated cameras. It shall be designed to monitor the construction of diesel
power plants and access areas for a routine documentation.
Job site cameras must be installed before works shall be done in the sites.
Placement/ location of cameras shall be approved by NPC.
The Supplier shall define the focusing ranges and allowable minimum
distance in accordance with the layout at site.
I construction sites. For full coverage of the cameras, the job site cameras
shall be installed in an elevated area within the site while Is out of reach of the
construction equipment. It shall include supports and mounting poles (if
The job site cameras must have the functionality and adaptability in the
construction site. It shall have at least 100% reliability without affecting the
I implementation.
The Supplier shall ensure that the job site cameras they supply, functions
correctly and safely. In principle, the installation shall follow that latest modem
engineering practice, ensure optimum functionality of supply and ensure the
safety of the construction staff.
All job site cameras shall meet the technical requirements in the
specifications. It shall have a dust proof and weather resistant protective
enclosure complying with the technical requirements.
Supplier shall furnish with his proposal the filled-in Section E-1.0 and E-2.0 of
the Technical Data Sheets.
All information submitted would become part of contract data for successful
bidder. Any deviation from such data during the implementation stage
requires NPC’s approval.
Supplier shall furnish during the post qualification the filled-in Section E-3.0 to
E-8.0 of the Technical Data Sheets.
Filled-out data by the Supplier shall only serve as reference by NPC for the
review and approval of brochures/drawings during implementation stage.
1.0 AC GENERATOR
I Item Description
NPC Supplier’s
Requirements Data
AC Generator
E-1.1 Manufacturer By Supplier
E-1.2 Place of Manufacture By Supplier
E-1.3 Generator Model By Supplier
E-1.4 Type Rotating
Field Synchronous
AC Generator,
PMG Type with AVR
E-1.5 Minimum Rated Power
Output at 0.8 Power
Factor, kW 120 & 90
E-1.6 Duty/ Operation Continuous
E-1.7 Overload Capability 10% of rated
power output
E-1.8 Rated Voltage, V 480
E-1.9 Frequency, Hz 60
E-1.10 No. of Phase 3
E-1.11 Winding Pitch 2/3
E-1.12 Rated Speed 1800
E-1.13 Insulation Class Class H shall be used
for both the armature
and field windings
E-1.14 Temperature Rise Class F at rated load
E-1.15 Generator Winding Wye connection
Connection with neutral
E-1.16 Number of Leads 6
E-1.17 No. of Pole By Supplier
E-1.18 No. of Bearing By Supplier
E-1.19 Allowable Voltage At the rated kVA,
Variations frequency, voltage
and power factor, the
generator can operate
satisfactorily though
the terminal voltage
may vary at + 5.0% of
rated value
E-1.20 Winding Temperature
Detector Required
NPC Supplier's
Item Description
Requirements Data
E-1.21 Space Heater Required
E-1.22 Efficiency
a. 100% Load > 85%
b. 75% Load Manufacturer's Data
E-1.23 Guaranteed Losses at
100% rated kVA at
0.8 PF Manufacturer's Data
E-1.24 Guaranteed Losses at
75% rated kVA at
0.8 PF Manufacturer's Data
E-1.25 Damper Winding To be provided
E-1.26 Telephone Interference THF is better than 2%
E-1.27 Radio Interference Equipped with RFI
suppression
E-1.28 Designed to withstand a
momentary excess
cument of 1.5 times of
rated current for not less
than 2 min. Yes
E-1.29 Over speed 1.2 times the rated
speed for 2 min.
E-1.30 Overload Capacity and 10%, for max of 1 hr.
Duration in every 12 hrs.
E-1.31 Cooling System Totally Enclosed air
cooled
E-1.32 Protection Class IP 23
E-1.33 Sustained Short Circuit
Capability Yes
Excitation System
E-1.34 Type Brushless, Separately
Excited, Permanent
Magnetic Generator
(PMG)or equivalent
Automatic Voltage Regulator (AVR)
E-1.35 Manufacturer By Supplier
E-1.36 Place of Manufacture By Supplier
E-1.37 Model By Supplier
E-1.38 Type Digital
a. Capable for Parallel
Operation Yes
NPC Supplier’s
Item Description
Requirements Data
E-1.39 Input Requirements Manufacturer’s Data
E-1.40 Continuous Output Manufacturer’s Data
E-1.41 Regulation, % + 0.5% in steady state
with rapid response
time
E-1.42 Response Time, ms Manufacturer's Data
E-1.43 Test Requirement
a. Routine Test to be
Performed Yes
b. Certified Design and
Routine Test Reports
to be submitted Yes
I Item
E-2.1
Description
Manufacturer
NPC
Requirements
By Supplier
Supplier's
Data
NPC Supplier's
Item Description
I E-2.11 Percent Overload, %
Requirements
10
Data
NPC Supplier’s
Item Description
Requirements Data
a. Rated Current To match VA rating
plus overload
b. Insulation Class 15
c. BIL in kV 110
d. Standard Used lEC 60137
e. Creepage length, mm 465
f. Color Brown
E-2.26 Cooling
a. Cooling Medium Air and Oil
b. Temperature
b.1 Temperature of
cooling air, not to
exceed 40°C
b.2 Average
temperature of
the cooling air 30°C
E-2.27 Temperature Indicator
a. Supply of dial
type winding
temperature indicator
mounted on the
transformer for top oil
and hot spot
temperature Yes
E-2.28 Sudden Pressure Relay Required
E-2.29 Taps 13.8 kV± 2x2.5%
E-2.30 Transformer Protection As shown on the
Single Line Diagram
E-2.31 Insulating Oil
a. Insulating Oil shall be
mineral oil in
accordance with
ASTM D3487 Yes
b. Additional Properties
b.1 Min. Rash Point,
eC (ASTM D92) 145
b.2 Pour point, max
°C (not higher
than -40
b.3 Kinematic,
Viscosity at 40°C Max. 12
NPC Supplier’s
Item Description
Requirements Data
b.4 Elect. Breakdown
limit (lEC 60156) Min. 30
c. Polychlorinated
Biphenyls (PCBs)
free Yes
d. Oil Test Results shall
be submitted to NPC
(PCB analysis and
I Electrical & Physical
Test) Yes
E-2.32 Weight of Oil, kg Manufacturer’s Data
E-2.33 Total Weight, kg Manufacturer’s Data
E-2.34 Dimension Manufacturer's Data
E-2.35 Ground Terminal Suitable for 100 mm2
Connection copper conductor
E-2.36 Test Requirements
a. Certined Design and
Routine Test Reports
to be submitted Yes
b. Routine Tests to be
Performed Yes
NPC Supplier’s
Item Description
Requirements Data
d. Construction Molded Case
Circuit Breaker
e. Type Compact with
Electronic Trip Unit
and remote control
functions
f. Symmetrical Current Refer to
Single Line Diagram
E-3.5 Enclosure Details
a. Protection Class IP 44
b. Metal Steel Sheet
Thickness, mm 2
c. Cable Entrance Refer to Bid Drawing
d. Dimension
(LXWXH), mm Refer to Bid Drawing
e. Weight, kg Manufacturer's Data
f. All matenals are non-
hygroscopic to
prevent fungus
growth Yes
g. The GCPP shall be
provided w/
nameplate Yes
h. An outline drawing
showing details of the
GCPP enclosure
including its
components as
shown on the bid
drawing shall be
furnished by the
Supplier for approval
of NPC Yes
E-3.6 Programmable Logic
Controller Included
E-3.7 Metering System
The metering device to
be provided shall
consists of the following: Yes
a. Ammeter Included
b. Voltmeter Included
c. Watt-Hour meter Included
d. Power Factor Meter Included
NPC Supplier's
Item Description
Requirements Data
e. Frequency Included
f. kW Included
g. kVAR Included
h. Running Hour meter Included
i. Alternator Winding
Temperature Included
j. Other engine
metering required as
specified in
Mechanical
Specifications Included
E-3.8 Monitoring System
a. An Annunciator
Window with
Common Audio
Alarm & Trip
I indication for
a.1.Monitoring of
abnormal
conditions during
operation of the
system including
generator &
transformer
protective devices Included
a.2.Detection of
alternator winding
temperature Included
b. Data Logger and
Event Recorder Included
c. User Programmable
Fault Reports Included
d. PLC Failure, Circuit
Breaker Status (On,
OFF, Trip), Engine
Start/Stop, etc. Yes
e. Other engine
monitoring required In
M.2k of the MW-TDS
shall be included in
the GCPP Yes
NPC Supplier’s
Item Description
Requirements Data
E-3.9 Synchronizing System
a. Synchronizing device
for Auto and manual
synchronization Yes
b. GCPP shall be
equipped with
protection relays to
provide signal and
alarm to protect the
D/G set from damage
during fault Yes
E-3.10 The Supplier shali
provide all the required
Generator Protection
devices for the all the
D/G set ratings as
shown on the Single
I Line diagram
E-3.11 Test Requirement
Yes
a. Routine Test to be
Performed Yes
b. Certified Routine Test
Reports to be
Submitted Yes
NPC Supplier’s
Item Description
Requirements Data
15kV Power Cable
E-4.1 Manufacturer By Supplier
E-4.2 Continuous current
carrying capacity of
conductor at 90°C
Operating Temperature Manufacturer’s Data
E-4.3 Conductor Cross- Refer to
Section, mm2 Single Line Diagram
E-4.4 Type of cable Single Core
E-4.5 Conductor Material Annealed Copper
E-4.6 Max. Outside
Diameter, mm Manufacturer's Data
E-4.7 Circular
Conductor Shape
Stranded Wire
E-4.8 Conductor Material Annealed Copper
NPC Supplier’s
Item Description
Requirements Data
E-4.9 Insulation
Cross-linked
a. Material
polyethylene (XLPE)
b. Thickness, mm >4.0
E-4.10 Outer covering/Jacket
a. Material PVC Sheath Jacketing
b. Thickness, mm Manufacturer’s Data
c. Termite Protection
Required Yes
E-4.11 Shielded (yes, no) Yes
a. Type of Shielding Copper Tape Screen
E-4.12 Provided with Filler and
Binder Tape Yes
600V Power, Instrumentation and Control Cable
E-4.13 Manufacturer By Supplier
E-4.14 Type
a. Power THHN/THWN-2
b. Control &
Instrumentation Royal Cord
E-4.15 Continuous current
carrying capacity of
conductor at 750C
Operating Temperature
Refer to
a. THHN/THWN-2
Single Line Diagram
b. Royal Cord By Supplier
E-4.16 Conductor Material Annealed Copper
E-4.17 Circular Stranded
Conductor Shape
Conductors
E-4.18 Lead Free,
Type of Insulation
UL-listed PVC
E-4.19 Oil, Chemical and
Abrasion Resistant
Outer covering/Jacket
Tough Polyamide
(Nylon)
E-4.20 Meets ASTM, UL 83 &
1063, and PNS 35
Specifications and
requirements of PEC Yes
NPC Supplier’s
Item Description
Requirements Data
I Item Description
NPC
Requirements
Supplier’s
Data
Grounding Grid Design Criteria
E-6.1 Fault duration, sec. 3
E-6.2 Total fault level
{line to ground), kA 8
E-6.3 Ground mat design
resistance 5 Ohms (max.)
E-6.4 Grounding connection Exothermic
E-6.5 Permissible temperature
rise of grid copper
conductor, °C 300
E-6.6 Grid conductor
a. Manufacturer By Supplier
b. Minimum Size, mm2 100
I c. Material tin-annealed copper
stranded conductor
(bare)
E-6.7 Burial depth of grid
conductor below finished
I grade, m
Equipment Grounding
0.6
NPC Supplier's
Item Description
Requirements Data
E-7.1 Manufacturer By Supplier
E-7.2 Class (indoor, outdoor) Outdoor
E-7.3 Rated voltage, kV 15
E-7.4 Nominal system voltage,
kV 13.8
E-7.5 Frequency, Hz 60
I E-7.6
E-7.7
BIL. kV
Ampere Frame
110
100
E-7.8 Interrupting Capacity, kA 10
E-7.9 Fuse Link
I
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se
NPC Supplier’s
Item Description
Requirements Data
I E-8.1
E-8.2
Manufacturer
Type
By Supplier
Time-Lapse Camera
E-8.3 Quantity As specified In the
SOR/BOQ
E-8.4 Control Display Thin-Film-Transistor
(TFT)
Liquid Crystal Display
(LCD)
E-8.5 Image Sensor Resolution At least 1.3
Megapixel CMOS
E-8.6 View Angle At least 110 degrees
Measurement of payment for all electrical works shall be based on the bid
price of each Item as shown in the Schedule of Requirements - Electrical
Works, Section VII of the Tender Documents. The cost of each item shall
cover all works required and described in the pertinent provisions of the
specifications.
I
SECTION VI
TECHNICAL SPECIFICATIONS
I
PART II - TECHNICAL
I DATA SHEETS
I
» Manufacturer/Assembler • Frequency
• Model/Type • Power Factor
■ Prime Rated Power ■ Rated Speed
■ Voltage ■ Arrangement & Number of
Cylinders
M-10.0 Technical Data for Engine and Auxiliaries See Attached
Forms on page
VI-TDS(MW)-16
MW - MECHANICAL WORKS
NOTES
1. The Bidder shall complete this technical data sheet and submit the filled-up forms with
the technical proposal. The Bidder shall use additional sheets as necessary for any
other additional information following the format shown herein or by reproducing the
same.
2. The data required are technical features and characteristics of the Equipment to be
provided by the bidder. Bidder's proposal shall at least be equal or superior to the
requirements specified by NPC.
3. Deviation from the requirements indicated in the technical data sheets M-1.0, M-2.0
and non-submission of the required documents listed as Annexes A.1, A.2 and A.3
shall be ground for disqualiflcation.
NOTES: 1. /EC 60034, /EC 6008S, /EC60529, /SO 9001 end /SO 3046
2. Guaranteed Fuet Consumption w/i/cti /s more than the spedfied maximum va/ue wili be ground
for rejection of the equipment being offered.
3. Experience less than what is required w/II be ground for rejection of the equipment being
offered.
NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENT DATA
A B** C D* E
DG Set Guaranteed
I DG Set Guaranteed
Prime Rated Power
at
Fuel Rate at Required
Prime Rated Power & Cost of
No. of
operating
1-Year Cost of
Fuel
at Fuel hours per Consumption,
Reference Site
Reference Site year (AxBxCxD)
Conditions
Conditions
(Minimum KW) (liters/kilowalt-hour) (PhP/Ltr) (hrs) (PhP)
120 75.02 3,427
90 75.02 3,427
NOTES: For evaluation Purposes: The estimated number of operating hours per year
Is based on 16 hrs/day operation, 25 days PMS, 10% Outages and assumed
70% Utilization Factor.
•kif
Write the Guaranteed Fuel Rate in three decimal places, i.e. 0.270 UkW-hr.
If Fuel Rate Is indicated in more than three decimal places, only the first three
decimal numbers will be considered regardless of any number written in the
fourth decimal number.
NOTES
1. The Bidder shall complete this technical data sheet and submit the filled-up forms
during the post-qualification which shall only serve as reference for the review and
approval of brochure/drawings during implementation stage. The Bidder shall use
additional sheets as necessary for any other additional information following the format
shown herein or by reproducing the same.
2. The data required are technical features and characteristics of the Equipment to be
provided by the bidder which shall at least be equal or superior to the requirements
specified by NPC.
3. The lists of Spares and Tools (Items M-4.1 to M-5.1) are preliminary and subject to
changes to conform with the final design and model/brand of the proposed equipment
(per manufacturer's standard).
The Bidder shall indicate "N/A" to the respective items in the said lists (Items M-4.1 to
M-5.1) if found not applicable to the brand/model of the proposed equipment.
However, NPC reserves the right to request the Supplier to provide the same or its
equivalent if it is determined as “deemed necessary or standard tool/inherent part or
optional item" during the evaluation, checking and review/approval of the final lists to
be submitted by the Supplier during the Contract Stage at no cost to NPC.
By Supplier 120kW;
Maximum Weight of DG Set on 90kW;
M-3.1.13
Skid, kg
NOTES:
* The above list Is preliminary which Is subject to changes to conform with the final
design and model/brand of the proposed equipment (per manufacturer’s
standard). NOTE #3 of page VI-TDS (MW)-?.
**
Quantities may be increased depending on manufacturer's required
replacement Intervals.
ITEM SUPPLIER’S
DESCRIPTION PART NO. MINIMUM QTY.**
DATA
M-4.2a Air Filter Element 6 pcs/size
Lube Oil Filter 30
M-4.2b
Element pcs/size
M-4.2C Fuel Filter Element 15 pcs/size
M-4.2d Water Filter Element 6
DCs/size
M-4.2e Fan Belt 3 pcs/size
M-4.2f Alternator Belt 3 pcs/size
M-4.2g Coolant 4 gallons
Expected spares to be
M-4.2h consumed during the 1 lot
performance test
Other spare parts
M-4.2i recommended by 1 lot
Manufacturer
M-4.2i.1
M-4.2i.2
M-4.2i.3
M-4.2i.4
M-4.2i.5
M-4.2i.6
M-4.2i.7
M-4.2i.8
M-4.2i.9
M-4.2i.10
NOTES:
* The above list Is preliminary which is subject to changes to conform with the final
design and model/brand of the proposed equipment (per manufacturer’s
standard). NOTE #3 of page VI-TDS (MW)-7.
**
Quantities may be increased depending on manufacturer's required
replacement intervals.
MINIMUM SUPPLIER’S
ITEM DESCRIPTION PART NO.
QUANTITY** DATA
Fuel Injector
M-4.3a 2 pcs
Assembly
M-4.3b Top Overhauling Kit 1 set
M-4.3C Actuator 1 set
Jacket Water Pump
M-4.3d 1 set
Repair Kit
Lube Oil Pump Repair
M'4.3e 1 set
Kit
Fan Adaptors
M-4.3f Accessories including 2 sets
Bearinqs
Rocker Gear Cover
M-4.3g 12 pcs
Gasket
M-4.3h Thermostat 1 set
M-4.3i Lube Oil Pump Switch 1 set
Hot Water Temp.
M-4.3j 1 set
Switch
Turbocharger Repair
M-4.3k 1 set
Kit
Exhaust Manifold
M-4.31 1 set
Bellow
M-4.3m Magnetic Pick-up 1 pc
Other spare parts
M'4.3n recommended by 1 Lot
Manufacturer
M-4.3n.1
M-4,3n.2
M-4.3n.3
M-4.3n.4
M-4.3n.5
NOTES:
* The list Is preliminary which is subject to changes to conform with the final design
and model/brand of the proposed equipment (per manufacturer’s standard).
NOTE #3 of page VI-TDS (MW)-7.
**
Quantities may be increased depending on manufacturer's required
replacement Intervals.
MINIMUM
ITEM DESCRIPTION PART NO. SUPPLIER’S DATA
QUANTITY**
Fuel Injector
M-4.4a 2 pcs
Assembly
M-4.4b Tod Overhaulina Kit 1 set
M-4.4C Actuator 1 set
Jacket Water Pump
M-4.4d 1 set
Repair Kit
Lube Oil Pump
M-4.4e 1 set
Repair Kit
Fan Adaptors
M-4.4f Accessories 2 sets
includinq Bearinas
Rocker Gear Cover
M-4.4g 12 pcs
Gasket
M-4.4h Thermostat 1 set
Lube Oil Pump
M-4.4i 1 set
Switch
Hot Water Temp.
M-4.4j 1 set
Switch
Turbocharger
M-4.4k 1 set
Repair Kit
Exhaust Manifold
M-4.41 1 set
Bellow
M-4.4m Magnetic Pick-up 1 pc
Other spare parts
M-4.4n recommended by 1 Lot
Manufacturer
M-4.4n.1
M-4.4n.2
M-4.4n.3
M-4.4P.4
M-4.4n.5
NOTES:
* The list Is preliminary which Is subject to changes to conform with the final design
and modei/brand of the proposed equipment (per manufacturer’s standard).
NOTE #3 of page VI-TDS (MW)^7.
**
Quantities may be increased depending on manufacturer's required
replacement intervals.
ITEM NPC
DESCRIPTION SUPPLIER’S DATA
REQUIREMENT
M-5.1a Portable computer (Minimum of Intel 17
Processor, 16GB (1x16GB) DDR4
2666 MHZ, 256 GB PCIe NVMe SSD
+ 1 TB SATA 5400RPM 2.5" INCH,
13’’-15.6'’ screen size & with the iatest
pre-installed windows operating
system compatibie with
manufacturer’s/or Suppiier’s
software) needed in programming the
genset control setting (complete with 1 set
licensed CD-ROM drive dongles of
genset control system) and
electronic/digital governing system
including other digital components
that require exclusive programs from
the Manufacturer and/or Supplier with
free update throughout the operating
life of the genset
M-5.1b Other tools recommended by the
Manufacturer 1 lot
NOTES: + Minimum requirements but the Supplier shall provide/include in the list all the
necessary/standard tools required in the performance of normal maintenance and
overhaul. The above list is preliminary which is subject to changes to conform with the
final design and model/brand of the proposed equipment (per manufacturer's standard).
Refer also to NOTE H3 of page VI-TDS (MW)-7.
MW - MECHANICAL WORKS
NOTES
1. The Bidder shall complete this technical data sheet/documents and submit the filled-
up forms during the project implementation (during contract stage). The Bidder shall
use additional sheets as necessary for any other additional information following to
the format shown herein or by reproducing the same.
2. The data required are technical features and characteristics of the Equipment to be
provided by the bidder. Bidder’s proposal shall at least be equal or superior to the
requirements specified by NPC. The data provided shall be used as basis for
evaluation of brochures, drawings and other documents to be submitted for review
and approval during the project implementation.
■ Manufacturer/Assembler ■ Frequency
■ Model/Type ■ Power Factor
■ Prime Rated Power ■ Rated Speed
■ Voltage ■ Arrangement & Number of
Cylinders
M-10.0 Technical Data for Engine and Auxiliaries See Attached
Forms on page
VI-TDS(MW)-16
M-11.0 Supplier/Manufacturer/Assembler Drawings, Brochures,
Instruction Manuals and other Documents as specified in
Clause GW-6.3 and other relevant Clauses of the Technical
Specifications
m Vl-TDS (MW)-15
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP2121282Se
ITEM SUPPLIER’S
DESCRIPTION NPC REQUIREMENT
DATA
M-10.2 LUBRICATING OIL SYSTEM
M-10.6 COOLING SYSTEM (Coolant for initial filling shall be provided by Supplier
per Engine)
NPC
ITEM DESCRIPTION SUPPLIER’S DATA
REQUIREMENT
ENGINE METERING AND
M-10.9 INDICATION
TABLE OF CONTENTS
PART II
EW - Electrical Works
1. The following Technical Data Sheets shall be filled-out and to be submitted with the
I 2.
Bid Proposal.
Deviation from the requirements indicated in the Technical Data Sheets shall be
ground for disqualification.
3. Full technical data of the equipment are indicated in the Technical Specifications
(EW-12.3) which will be submitted during the implementation stage for review and
approval.
E-1.0 AC GENERATOR
NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENTS DATA
E-1.1 Manufacturer By Supplier
E-1.2 Place of Manufacture By Supplier
E-1.3 Generator Model By Supplier
Rotating Field
Synchronous
E-1.4 Type
AC Generator,
PMG Type with AVR
Minimum Rated Power
E-1.5 Output at 0.8 Power 120 & 90
Factor, kW
E-1.6 Duty/ Operation Continuous
10% of rated
E-1.7 Overload Capability
power output
E-1.8 Rated Voltage, V 480
E-1.9 Frequency, Hz 60
E-1.10 No. of Phase 3
E-1.11 Winding Pitch 2/3
E-1.12 Rated Speed 1800
Class H shall be used for
E-1.13 Insulation Class both the armature and
field windings
E-1.14 Temperature Rise Class F at rated load
NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENTS DATA
E-2.1 Manufacturer By Supplier
E-2.2 Place of Manufacture By Supplier
E-2.3 Transformer Model By Supplier
Minimum Rated Capacity,
E-2.4 150 & 112.5
kVA
E-2.5 No. of Phase 3
m VI-TDS (EW)-2
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS __________________ VlsP21Z1282Se
NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENTS DATA
E-2.6 Rated Voltage
a. Primary, kV 0.48
b. Secondary, kV 13.8
Transformer Guaranteed
Losses at Rated kVA,
E-2,7
Voltage, Frequency and
Temperature
a. No-Load Losses, Watts By Supplier
b. Load Losses, Watts By Supplier
c. Total Losses (a+b).
Watts By Supplier
PART II
EW - Electrical Works
1. The following shall be filled-out and to be submitted during the post qualification.
2. Filled-out data b/ the Supplier shall only serve as reference for the review and
approval of brochures/drawings during Implementation stage.
3. Full technical data of the equipment are indicated in the Technical Specifications (EW-
12.3) which will be submitted during the implementation stage for review and
approval.
NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENTS DATA
E-3.1 Manufacturer By Supplier
E-3.2 Generator Circuit Breaker Molded Case
a. Manufacturer By Supplier
b. Model By Supplier
c. Continuous Current Refer to
Rating Single Line Diagram
NPC SUPPLIER'S
ITEM DESCRIPTION
REQUIREMENTS DATA
15kV Power Cable
E-4.1 Manufacturer By Supplier
Continuous current
carrying capacity of
E-4.2 Manufacturer's Data
conductor at 90°C
Operating Temperature
Conductor Cross-Section, Refer to
E-4.3
mm2 Single Line Diagram
E-4.4 Conductor Material Annealed Copper
NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENTS DATA
E-5.1 Manufacturer By Supplier
E-5.2 Type designation Aluminum Conductor
Steel Reinforced (ACSR)
E-5.3 Refer to
Conductor size
Single Line Diagram
E-5.4 Ampacity. A 270
NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENTS DATA
E-6.1 Grounding connection Exothermic
Permissible temperature
E-6.2 rise of grid copper 300
conductor, °C
E-6.3 Grid conductor
a. Manufacturer By Supplier
b. Minimum Size, mm2 100
tin-annealed copper
c. Material stranded conductor
(bare)
E-6.4 Bonding Conductor
a. Manufacturer By Supplier
b. Size, mm2 100, 50&22
tin-annealed copper
c. Material stranded conductor with
1.2 kV PVC Insulation
E-6.5 Copper Ground Rod
a. Manufacturer By Supplier
b. Diameter, mm > 19 mm
c. Length/section, m >3m
E-8.3
E-8.4 ■
E-8.5
E-8.6
E-8.7
E-8.8
E-8.10
Note:
1. Minimum requirements but the Supplier may increase the specified quantity if
found not sufficient. Additional spares consumed and/or required for any
repairs/replacement during the warranty period shall be provided by the Supplier at
no cost to NPC.
3. The above list is preliminary which is subject to changes to conform with the final
design and model/brand of the proposed equipment (per manufacturer's standard).
m VI-TDS (EW>-8
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
VlsP2121282Se
SECTION VII
A. Generating Set/s
B. Transformer/s
C. Other Mechanical Works
D. Other Electrical Works
E. Civil and Architectural Works
F. Spare Parts
G. Miscellaneous Works
TOTAL AMOUNT
SUB^TOTAL A
POWER TRAN8FORWCP(S)
1M kVA Cawetor Traatermer. 4^/l3 8tV 60 H? -m mw *-T»wi
pn3*ecJ)on rMM. mMertaH ad other ^oLaTenancM M JeecrtiuJ to (he TeetvecM SiwdfteMvr^
TettorleM OMe Sheet ato aa Mann on me 6x3 OrmMr^ ^Miahon works,
112 S kVA Generator Traatormar, 46(v/l3 fikV, i^haM 60 wMete ^ Owledured^nwim
relays, ftrmtodtoft mMenafe errt other M^enaneee ee deeenfaed a the TetfvBM $ceoheM<on
tecyrecM Dae Sheet end ae *cwn on me Bid Praetnoa adtMtafxyn eorlta.
SUB-TOTAL B
(Amount to Wordal
C OTHER MfiCHANTCAL WORMS
C.I0 Fwto oC twbrtoetlnft o*L Atorteeme. eoelant ehemteele arid other eenevmabtoe required durinft the
Inmaf fimnq, aterMip. pre-teef aid pre^emmtoekming toeludltrg fuel ofltobe uMd durtoq a rerteef et
P*rtorma»»ce feet ae deeortbed Ni Clave* CW-« 6 of the tecfintoM ap*MftoaHont.
SUB-TOTAL C
(Amount hi Word*)
Ncrni frdd*may»9at«Meijrma«-nMrai maeeeyvpwinasaiMiCPpe
COiMfryd O^gtr
,ffrP*Nk^lgRNngyff)»eN^^iArvMtoatoto,iWetteteeaiaeniyqe*iatfincdcri>feefiartStf<e»toM9«tteeiaUf$0O). SORp^gprM
» Bddpy Mel rea a »M"torewniirqPeCcKf<yrtOry»rtMrr<rtadai>cmaAmaivrt>art aceoj^
•* CoMrteumertka^imi/arce efe «)elM pertMarpy RetovSaPmfiartvacn To &cEtoCause 12
M l>MPh»toLeedTfemca«ft»iparm«adePattMaea»t»Mn«»detoav(3(fe9»Mffp"pePdccrtotawy»*t^d^*wy«to
OTHER ELECTRICA11PORK5
tC) lei ff) m
CofVM an« PfOf«m Pvs« mrrK*¥* WTh IM r«quf«4 mof^rMrg, mcxMtofw^. Control ««
pNotftCrt dovicM. rm«wy^. circul youF»>f»j m^erwilf and cfMr KvoMNwaa m ilnxifl*.
n fM TaeTr^ai Spaoftewwna. TacTvocN Oi«a SMaa and n Nmn onTM 6d MuJvq InBrNlitfier PRK £OfiTHfSrr^%r ?«ALL Sf/iVCL ®fO W FTEW'
unrta M (ha avrsFrig uxtiul roo*n A.T 4S( VE
?5kV Fiaa CHaeennvi »•»*> A/rMar Co*r<f«a(«H» con*pMo w*tv fogurod Kiaa Wi
MrkPa and arcaaaofUn. aa cSaaoibad m fM TacMcd w«oAe»cy« vxt TacMetf Data SMafa nsFCMmor
iha Sd Ovn*n9ft msr^snon acffa.
Ei«noj ConAd and Cat*a fray Sydanf eon^afa »**h Ihg ragiafad Ftfffga oOw arriiwjniji fof eafcRf^
'»w»a aa dawRiad In lha Tacfnctf SpaqValona m TatfvaoF D«a ShaaH aa tfeam on Iha fid Qrpw«fwi
r»9L»fFrt] mrdldien nunfVs
Ta*a-OR SlfiKfva c»n'c*«(a with fh* raqiarad ataa# poiaa. oma ar*wa. braeva. fj» cofNJgtfor IN
rw*adal*Mn>h«ra, ramwidio" It* and olhar anraBawnw aa deaoNd •> TaeTvaerf SpcafWyra Te«#vaq»
OiFa Shaal and aa #ioi»n on tM Bd OraaR^a MsdN ndaflahon wvks
Gn>uN>q Sydam <dw«e4«(a wf*t fha ravAfad S'okadfn) eonduetof. aqwcfnaf* bcn»*^ hoar, io*ha»*TK I
md^aH. 9»CRnS foda and o>Mf Kcwaiti'ii aa daaenbad m IM T»Med SpacjAuFkj*^ w
Tatfvacd Oda Shada aa dwn* on ma Bd Oa«m mctidin^ Mdlaf<cn aefka
SU840TAL D
E. eVRL WORKS AM) ARCMTECTUR^JNORKS
E1 CM Worta
e.i 1 5f»a Oa»aa?ffTta*a* DwnoirfiOfi of afrdin9 projfad fifrao »xl andrycfion of eoiNJda dapa vd cevar of
1 Lol
6 T2 Cphdnadwn mdanafa mduOifq axcmahen, badd^f^. dram d(fd>. Wumircua jo«ft fiir«* fSOnm Tocato wan
9»avd dafaong. ancNjrimachfna Mf% «of ^araafa. and aaaoddad a<Wprtan| ro» fha pnjvlaon of TM 1 LoC
Mon*nj-
8| Nawconadafounddem fof fha 111?OW and ? ■ 9C*W garneta. ~l’ W“
SUBTOTAL E
(Amount In Worda|
N«aa >nadiKnya«aordawnwVnetarvtjnkMdrapalpiitsi9Cmw^^
Counfry of Ongm
If ffdaa a dwvaney cn farutaiaiWrtdi^btiH bdeaan 9 anyg fa laSyerd piMacn Sdadiad Rigifvn»«i (S(?PJ 50R sM prard
* 0«tHr> thd diTw a reda rvamim^ ffa Coii^ of i>t«^ d al Wcpiad afjcmnt "vwr«8li and axaasoraa
*• CoRefawFantfrnjW.Wseea.alc i«toM pendanay Pdar» Secten iMnsaurtvi To fi-sJ* Casa 12
UNTPncalTlocalTfariici»iafi9Vfn/anfaandcdaflecdeoafsnodBrtd(oda(ha<yd(hagoo'Sfw’»lfa^portda'’iryoflnddRlNy»ta
K*To«*LOowfe eoAPjMT>ow
HD
BCOOCVkVNt)
SL«n.y. c«jvr=». iKST«u>iKr< rest ufj ccwsswso or 'njo rw fo i x so rn uoouxi
ossa GStisETs wD •sseoxreD asctsiOM. Eoufwsst ron iuxsawuh cw
wcDCN . BOfome tf
VfsP21Z1292Se
SECTION IV. SCHEDULE OF REQUIREMENTS
(BID PRICE SCHEDULE)
BPS.2 • Breakdown of Prices
In 120 KW AND 2 X 90 KW TAGUBANHAN DIESEL POWER PLANT
• OHtf PRICE FOR GOODS AMO RELATED SERVICES TO BE UNIT PRICE FOR GOODS AMO RELATED SERVICES
TOTAL PRICE
SI IPPIIED FROM ASRtTAn TO BE SUPPtteO FROM WITHIN THE PHUIPPIMES
n*m
DouHpflon of Work ot UtHrltfi QTY.. UNIT
c Unit Prfco of
Import Outlet 6 Vtfuo Added Tax
local Transport IMIPPcoof
Value Added
Local Currency
No. 0 other Lavloa arv] other Tax at Tax and other Local Tranaport from Fom
Goeda or Sorvicoa from Port to Goodaor Portion (Phil. Paao)
Imposed by PNI Impoaod by PHI. Taxat Impoaad Plant to Dairvary Ska Cumrioy
0 Foroign Currorcy Doftvary Ska Senteat ({F.G4H)»CJor
Govt.
E (r (Phi Rft«1
Govt
(Phil Panel
•~(Phfl Paao) (Phil. Pav)
by PHI Govt.
(PHI Peao)
“(Phi. Paoo) (ElC)
((I*J*K) M C|
(*i fB) (Cl (01 161 fF| (G) (Ml (II (K| (11 (M)
F.1.J 9p«r* Psfti por Total IJnlH of 120 »W Oanorating Sofa SuppMoO ood OafNorod <U^.9i Part n •
Tarhnteal Data Sbaala. Uachantaal Worta olfho Taehnleaf SpocIHcafion) CoofV..,
_m M«9oa(>c P)chH0 1 Pa
_"
^,f.4
Oft'or varo parti raeemm«*NOad by Mar«/acbaar 1 U4
Spara Parla por Tofal IMKa of M kw Gonaratln^ Safa Suppbod and Oaftvorod {M-4 4: Pvf ■ •
TaoKnkaf Oafa SKaota, btacbwilcaf Worta of fHa TacKfiktf SpacMeaHon)
Porlabta com^ar (Minimum of Iritol If Procoanor. IdCS (IsidCSj DDR4 2666 MH2. 266 CB POa tfVMa
SSO • 1 TS SATA BAffiRPU 2 S* INCH. f^-tS r ocraon aira 6 Wtb tho fataaf pro-lr^aliad window
• oporafifk^ ayalam ampaltt4# w"*) manufacturar'akr Suro'iar'a loRwnra) roadad In proQranmin9 tf>o ganao*
control aoRtng (Dmplato Wtti lleonaod CO-ROAI flitva dongiao of fnnMf eontfol ayatam) an] oiacirorkAjignai t Sat
dovarrang ayitam inOvif^ng otbar dk^ltaf wrnpononta tm forjgfra oidualva pmgrania from (ha Mvufocbvo'
am'of Siaipiiar wntt boa updata YTvbugtkOUl ft>o oporaim) fifa of lt« gonant
1 Com ct ^wnwt Nf/i r*/ire«. «le ^ pol r«v ■» SacMi n hsv%eMn T« g^mr CUum T2
1 UW^IcrleedTrvmUMrL r*/trr»rtfe^iocileDnm«'ni«*fwrtf r«9eea<F9«t«^po9tf
SUB-TOTAL G
lAmount in WordsI
—
GRAND TOTAL
JAmount In Word*)
N«e« Pf'ttOVKVYsiQaratvurvVmjtcpasraMimMitrvstffvjXiciMa
CourVY ol OnQtfi
• Sa»n»rf<nf»«eedara»gwi'flMg^€C«rtPr^O>^tf*«,W*»J»>jp<wt in^fenJia^jacecMa^
•• Caatftwwtfrv^rvmr*. ete c«ieF^ eo>*4«nvy P«%tt$«dKrl1-msmrScnro9«»Ctaus«t?
«*• UitPna^lffitf ri««uVAQarajvv«ardc«*«riacacc6tsro]Brt4lQttfWy V^diMrrsrv
I
I SECTION VIII
I BIDDING FORMS
I
I
I
I
Statement of all its ongoing government and private contracts if any. whether similar or not
similar in nature and complexity to the contract to be bid (NPCSF-GOODS-02)
The Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the
contract to be bid, and whose value, adjusted to current prices using the Philippine Statistics
Authority (PSA) consumer price index, must be at least 50% of the ABC (NPCSF-GOODS-03)
complete with the following supporting documents:
1. Contract/Purchase Order
2. Certificate of Acceptance: or Certificate of Completion: or Official Receipt (O R)- or Sales
Invoice
(The Single Largest Completed Contract (SLCC) as declared by Ihe bidder shall be verified and validated to
^fn%r1ain SUCh. c°mP!fted contract. Hence, bidders must ensure access to sites of such projects/equipment to
NPC representatives for verification and validation purposes during post-qualification process.
"„Slla!l .a c//S£7ua//ffcaton. if verification and validation cannot be conducted (or reasons
attributable to the Bidder.)
Page J of 3
y Duly signed computation of its Net Financial Contracting Capacity (NFCC) at least equal to the
ABC (NPCSF-GOODS-04) or a Committed Lima of Credit (CLC) at least equal to ten percent
(10%) of the ABC, issued by a Universal or Commercial Bank; If the Bidder opted to submit a
Committed Line of Credit (CLC), the bidder must submit a granted credit line valid/effective at
the date of bidding.
b. (Class B)
y For Joint Venture (if applicable), any of the follov/ing:
2. Technical Documents
y Bid Security, any one of the following:
Page 2 of 3
0f RelUj^mTtSJhf‘!! pmvl'jed 10 Prospectlve suppliers/cor^tractors lr)cluding all forms. Suppliers/cor)tractors ere
encouraged to consult this checklist before submitting their proposals on the deadline for the submission and recent of offers.
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
NODULAR DIESEL GENSETS AND ASSOCIATED
E..ECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z12S2Se
• Certification from DTI as Domestic Bidder in accordance with the prescribed forms provided
CONDITIONS:
1. Each Bidder shall submit one copy of the first and second components of its Bid. NPC may request additional hard copies
end/or electronic copies of the Bid However, failure of the Bidders to comply with the said request shall not be a ground for
disqualification.
2. In the case of foreign bidders, the eligibility requirements under Oass ‘A' Documents (except for Tex Clearance) may be
substituted by the appropriate equivalent documents, if any, issued by the country of the foreign bidder concerned. The
eligibility requimmenls or statements, the bids, and all other documents to be submitted to the BAC must be in English. If the
eligibility requirements or statements, the bids, and all other documents submitted to the BAC ere In foreign language other
than English, H must be accompanied by a translation of the documents in English. The documents shall be translated by the
relevant foreign government agency, the foreign government agency auttionzed to translate documents, or a registered
translator in the foreign bidder’s country; end shall be authenticated by the appropnafe Philippine foreign service
I eslablishment/post or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines.
These documents shall be accompanied by a Sworn Statement in a form prescribed by the GPPB stating that the documents
submitted are complete and authentic copies of the original, and all statements and Information provided therein are true and
correct. Upon receipt of the said documents, the PhilGEPS shall process the same in accordance with the guidelines on the
Government of the Philippines - Official Merchants Registry (GoP-OMR).
3. A Bidder not submitting bid for reason that his cost estimate is higher than the ABC, is required to submit his letter of non-
participaMregret supported by corresponding detailed estimates. Failure to submit the two (2) documents shall be
I understood as acts that tend to defeat the purpose of public bidding without valid reason as stated under Section 691 (i) of the
revisedlRRofR.A.9184. ’
Page 3 of 3
0f ReltJJ^"TlSLf.al! ^ provided 10 prospective suppliers/contractors Including all forms. Suppliers/contractors ere
encouraged to consult this checklist before submitting their proposals on the deadline for the submission and receipt of offers
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND COMMISSIONING OF 1 X 120 kW AND 2 X90
kW MODULAR DIESEL GENSETS AND ASSOCIATED ELECTRICAL EQUIPMENT FOR
TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se
List of All Ongoing Government and Private Contracts Including Contract Awarded But Not Yet Started
Business Name : ____________________________
Business Address :
Bidder’s Role a. Date Awarded
Name of Contract/ a. Owner’s Name b. Date Started Value of Outstanding
Project Cost b. Address Nature of Work % c. Date of Completion or Works / Undelivered
c. Telephone Nos. Description Contract Duration/ Date Portion
of Delivery
Government
Private
Total Cost
The bidder shall declare in this form all his on-going government and private contracts including contracts where the bidder (either as individual or as a Joint Venture) is a partner in a
Joint Venture agreement other than his cunent joint venture where he is a partner. Non declaration will be a ground for disqualification of bid.
Note: This statement shail be supported with the following documents for all the contract(s) stated above which shall be submitted during Post-qualification:
1. Contract/Purchase Order and/or Notice of Award
2. Certification coming from the project owner/client that the performance is satisfactory as of the bidding date.
Submitted by :
(Printed Name & Signature)
Designation
Date
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND COMMISSIONING OF 1 X 120 kWAND 2 X90
kW MODULAR DIESEL GENSETS AND ASSOCIATED ELECTRICAL EQUIPMENT FOR
TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se
The Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid
Business Name :_________________________________
Business Address :
Contractor’s Role
a. Owner’s Name a. Amount at Award a. Date Awarded
Name of Contract b. Address Nature of Work % b. Amount at Completion b. Contract Effectivity
c. Telephone Nos. Description c. Duration c. Date Completed
Notes: 1. The bidder must state only one (1) Single Largest Completed Contract (SLCC) similar to the contract to be bid.
2. Supporting documents such as Contract/Purchase Order and any of the following: Certificate of Acceptance: or Certificate of Completion; or OfRcia! Receipt (O.R); or
Sales Invoice for the contract stated above shall be submitted during Bid Opening.
Submitted by
(Printed Name S Signature)
Designation
Date
eiD DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se
Year 20
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Net Worth (1-3)
B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed
as follows:
NFCC = [(Current assets minus current liabilities) x 15] minus the value of all
outstanding or uncompleted portions of the projects under ongoing contracts,
including awarded contracts yet to be started coinciding with the contract for this
Project.
NFCC = P
Herewith attached is certified true copy of the audited financial statement, stamped
RECEIVED by the BIR or BIR authorized collecting agent for the immediately preceding
calendar year.
I Submitted by:
I
Signature of Authorized Representative
I Date:
BIO DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se
-and-
That both parties agree to join together their capital, manpower, equipment, and other
resources and efforts to enable the Joint Venture to participate in the Bidding and Undertaking of
the hereunder stated Contract of the National Power Corporation.
That both parties agree to be jointly and severally liable for their participation in the
Bidding and Undertaking of the said contract.
That this Joint Venture Agreement shall remain in effect only for the above stated
Contract until terminated by both parties.
I Name of Firm
Witnesses
Name of Firm
1. 2.
{Jurat)
[Format shall be based on the latest Rules on Notarial Practice]
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X SO kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VlsP21Z1282Se
SEALED with the Common Seal of the said Bank this_ day of. 20
1) if the Bidder withdraws his Bid during the period of bid validity specified in the Bidding
Documents: or
2) if the Bidder does not accept the correction of arithmetical errors of his bid price in
accordance with the Instructions to Bidder; or
3) if the Bidder, having determined as the LCB, fails or refuses to submit the required tax
clearance, latest Income and business tax returns and PhilGEPs registration certificate
within the prescribed period: or
4) if the Bidder having been notified of the acceptance of his bid and award of contract to
him by the Entity during the period of bid validity:
a) fails or refuses to execute the Contract: or
we undertake to pay to the Entity up to the above amount upon receipt of his first written
demand, without the Entity having to substantiate its demand, provided that in his demand the
Entity will note that the amount claimed by it is due to the occurrence of any one or combination
of the four (4) conditions stated above.
I The Guarantee will remain in force up to 120 days after the opening of bids or as it may be
extended by the Entity, notice of which extension(s) to the Bank is hereby waived Any demand
in respect of this Guarantee should reach the Bank not later than the above date
WITNESS SEAL
I By this bond, We (Name of Bidder)_______ (heroinafter called “the Principal") and (Name
of Surety)_________________of (Name of Country of Surety)_______________, authorized to
transact business in the Philippines (hereinafter called “the Surety") are held and firmly bound
unto National Power Corporation (hereinafter called “the Employer”) as Obligee, in the sum of
(amount In words & figures as prescribed in the bidding documents), callable on demand, for the
payment of which sum, well and truly to be made, we. the said Principal and Surety bind
ourselves, our successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a written Bid to the Employer dated the______ day of
---------------------20______ , for the_____________________ (hereinafter called “the Bid").
1) if the Bidder withdraws his Bid during the period of bid validity specified in the Bidding
Documents: or
2) if the Bidder does not accept the correction of arithmetical errors of his bid price in
accordance with the Instructions to Bidder; or
3) if the Bidder, having determined as the LCB, fails or refuses to submit the required tax
clearance, latest income and business tax returns and PhilGEPs registration certificate
within the prescribed period: or
4) if the Bidder having been notified of the acceptance of his bid and award of contract to
him by the Entity during the period of bid validity;
d) fails or refuses to execute the Contract: or
a) liable for a greater sum than the specified penalty of this bond, nor
b) liable for a greater sum that the difference between the amount of the
said Principal's Bid and the amount of the Bid that is accepted by the
Employer.
I
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se
Page 2 of 2
This Surety executing this instrument hereby agrees that its obligation shall be valid for 120
calendar days after the deadline for submission of Bids as such deadline is stated in the
Instructions to Bidders or as it may be extended by the Employer, notice of which extension(s) to
the Surety is hereby waived.
PRINCIPAL SURETY
SIGNATURE(S), SIGNATURES(S),
SEAL SEAL
I
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X SO kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se
BID-SECURING DECLARATION
SUPPLY, DELIVERY, INSTALLATION, TEST AND COMMISSIONING OF 1 X 120 kW
AND 2 X 90 kW MODULAR DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP, VisP21Z1282Se
I 1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
contract with any procuring entity for a period of two (2) years upon receipt of your
Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6
of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days
from receipt of the written demand by the Procuring Entity for the commission of acts
resulting to the enforcement of the Bid Securing Declaration under Sections 23.1 (b)
34.2. 40.1 and 69.1, except 69.1 (f) of the IRR of R.A. 9184; without prejudice to
other legal action the government may undertake.
3. I/We understand that this Bid-Securing Declaration shail cease to be valid on the
following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof pursuant to
your request:
(b) / am/we are declared ineligible or post-disqualified upon receipt of your notice
to such effect, and (i) I/we failed to timely file a request for reconsideration or (ii)
I/we filed a waiver to avail of said right;
(c) / am/we are declared as the bidder with the Lowest Calculated and Responsive
Bid, and I/we have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I/we have hereunto set my hand this day of
20 .at___________, Philippines.
[Jurat!
[Format shall be based on the latest Rules on Notarial Practice]
Select one and delete the other. Adopt same Instruction for nimllar terms throughout the document.
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X SO kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant],
after having been duly sworn In accordance with law, do hereby depose and state that:
3. [Name of Bidder] is not “blacklisted’’ or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign
govemment/foreign or international financing institution whose blacklisting rules have been
recognized by the Government Procurement Policy Board, by itself or by relation
membership, association, affiliation, or controlling interest with another blacklisted person or
entity as defined and provided for in the Uniform Guidelines on Blacklisting:
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic
copy of the original, complete, and all statements and information provided therein are true
and correct:
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is
related to the Head of the Procuring Entity, members of the Bids and Awards Committee
(BAG), the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or
affinity up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders
of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and
Awards Committee (BAC). the Technical Worthing Group, and the BAC Secretariat, the head
of the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;
I 7. [Name of Bidder] complies with existing labor laws and standards; and
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee. or
any form of consideration, pecuniary or otherwise, to any person or official, personnel or
representative of the government in relation to any procurement project or activity.
10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute criminal
liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of
confidence through misappropriating or converting any payment received by a person or
entity under an obligation involving the duty to deliver certain goods or services, to the
prejudice of the public and the government of the Philippines pursuant to Article 315 of Act
No. 3815 s. 1930, as amended, or the Revised Penal Code.
[Jurat!
[Format shall be based on the latest Rules on Notarial Practice]
I BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIM - BIDDING FORMS VlsP21Z1282Se
BID LETTER
Date:
To: THE PRESIDENT
National Power Corporation
BIR Road cor. Quezon Ave.
Diiiman, Quezon City
Gentlemen:
Having examined the Bidding Documents including Bid Bulletin Numbers [insert
numbersl___ . the receipt of which is hereby duly acknowledged, we. the undersigned offer to
perform SUPPLY, DELIVERY, INSTALLATION, TEST AND COMMISSIONING OF 1 X 120
kW AND 2 X 90 kW MODULAR DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP ( VisP21Z1282Se) in conformity with the said Bidding
Documents for the sum of potdt Bid emount in words end ripuresJ __________________
or such other sums as may be ascertained in accordance with the Schedule of Prices attached
herewith and made part of this Bid.
We undertake, if our Bid is accepted, to supply and deliver the goods and perform other
services, if required within the contract duration and in accordance with the scope of the contract
specified in the Schedule of Requirements and Technical Specifications.
If our Bid is accepted, we undertake to provide a performance security in the form,
amounts, and within the times specified in the Bidding Documents.
We agree to abide by this Bid for the Bid Validity Period specified in Bid Documents and it
shall remain binding upon us and may be accepted at any time before the expiration of that
penod.
Until a formal Contract is prepared and executed, this Bid. together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.
We understand that you are not bound to accept the Lowest Calculated Bid or anv Bid vou
may receive.
We certify/confirm that we comply with the eligibility requirements pursuant to the Biddina
Documents.
We likewise certify/confirm that the undersigned, (for sole proprietorships, insert as the owner
and sole proprietor or authorized representative of (Name of funder]________________ has the full
power and authority to participate, submit the bid, and to sign and execute the ensuing contract
on the latter’s behalf for the [Name of Proiecii ______ of the National Power Corporation [for
partnerships, corporations, cooperatives, or Joint ventures, Insert: is granted full power and authority by the
------------------------------------------------- ^t0 participate, submit the bid, and to sign
and execute the ensuing contract on the latter’s behalf for [Name ofpmieci___________ 0f the
National Power Corporation.
We acknowledge that failure to sign each and every page of this Bid Letter, including the
attached Schedule of Requirements (Bid Price Schedule), shall be a ground for the rejection of
our bid. J
[name and signature of authorized signatory] [in the capacity of]
[name of Contract]
In accordance with the Advance Payment Provision, of the General Conditions of Contract,
[name end address of Suopiieri (hereinafter called the “Supplier) shall deposit with the
PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance
under the said Clause of the Contract in an amount of [amount of guarantee in noures and wordsi.
We, the [name of the universal/commercial banki as instructed by the Supplier, agree
unconditionally and irrevocably to guarantee as primary obligator and not as surety merely,
the payment to the PROCURING ENTITY on its first demand without whatsoever right of
objection on our part and without its first claim to the Supplier, in the amount not exceeding
[amount of guarantee in figures and wards!.
We further agree that no change or addition to or other modification of the terms of the
Contract to be performed thereunder or of any of the Contract documents which may be
made be^een the PROCURING ENTITY and the Supplier, shall in any way release us from
any liability under this guarantee, and we hereby waive notice of any such change addition
or modification.
This guarantee shall remain valid and in full effect from the date the advance payment is
received by the Supplier under the Contract and until the Goods are accepted bv the
PROCURING ENTITY. y
Yours truly,
[address]
[date]
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VlsP2121282Se
This is to certify that based on the records of this office, (Name of Bidder) IS
This further certifies that the articles forming part of the product of (Name of Bidder)_______ ,
connection with his intention to participate in the bidding for the (Name or Project)
Name
Position
SECTION IX
I
I BID DRAWINGS
CW-CIVIL WORKS
I
NATIONAL POWER CORPORATION ix-cw-i
m
I
I Ta<0ubanhan DFF
PLANT SITE
Luzon
25000
□ PL
a'.iwan
OPENRC CANAL
I
)P
□
IotI
Ttgubanhan ft land
o lOOULW MODULAR UODULAf OGSET1
o GtNS GENSa ;gensct-
K)
CD
IZ
5 TP
OT
OP
TP
-
-
-
DAY TANK
DRAIN PIT
TRANSFORMER P.LD
OWS - OIL WATER SEPARATOR
wr - WATER TANK
ST - SEPTIC TANK
T&B - TOILET AND BATH
SwrrCHYARt CP - CONTROL PANEL
^P - JETUATIC HAND PUMP
PROPOSED LOCA'ION OF EOUIPMENT/FACIUTY
TO BE SUPPUED/'CONSTRUCTED
GROUTED RIPRAP
□ OWNER.
" NATIONAL POWER CORPORATION
AGHAM ROAD. DELIMAN QUEZON CITY
TmE
SITE DEVELOPMENT PLAN
(TAGUBANHAN DPP)
SITE DEVELOPMENT PLAN BY CTO DATE SUBMirrED;
ENDOZA
SCALE 1:150 0ESK5NED Frrcoa Erf<*#w A CUO
DRAW RJiPCl
RECOtSMENOI A. C. ESP
RPflPVEO PRINCPAL EWTR/AROvn.
CmjUKKT
El£C.
Uanagct.DOO
MECH.
REV. DAlk NATURE OF REVISION BY CHKO. APPD. SCALE: 1:150 BID DRAWING REV.
REBAR A EBAR B
50 0.10L
r lia. B BITUMINOUS GRAVEL SURFACE
JOINT nUER 15(
iRAIN DITCH. J-
3:! TOOmm THK. SANO
AND GRAVEL
BEDDING
&
CHUTE
Axn'SET SKID y—CHUTE SECTION A
12
SLOPE aOPE - REBAR a EBAR A
AVEL SURFACE
GENSET SKID
V /;'v100mm THK. SAND
AND GRAVEL
BEDDING
. DRAIN DITCH
SECTION B
PLAN
150
Tiln, W
a c
52 e
SECTION A
TRANSFORMER PAD
REBAR B GRAVEL SURFACE
SEE DETAILS —\ —REBAR Ay-CHUTE j BITUMINOUS SCALE MTS
"A" \
/ /
.r JOINT FILLER
010 BARS 9
500
min
300WW O.C.
200 CWVEft
100mm THK. SAND NATIONAL POWER CORPORATION
AND GRAVEL
mfrt.
NOTES: AGHAM ROAD, OELIMAN QUEZON CITY
BEDDING
1. THE DESIGN OF THE GENSET AND TRANSFORMER PAD
FOUNDATION AND MOUNTING DETAILS SHALL BE PREPARED BY PROJEa- SUPPVT, OEUVtRY, WSTAUATIOM. TEST AND CWKtSSIOWVa OF 1i1W KW AVO
SECTION B THE SUPPLIER/CONTRACTOR SUBJECT TO NPC’S REVIEW AND 2X90 rw MODULAR DIESEL. GENSETS. AND ASSOCLATED ELECTSICAl EOUIPMEWT
FOR TAGUSANKAN DPP
APPROVAL FINAL DIMENSION SHALL BE AS RECOMMENDED BY
DETAILS "A” THE EQUIPMENT MANUFACTURER IN CONSIDERATION OF THE
LOCATION: smO PAtpa CAAXIt. SPOT. BAW50HOON, ceMttPCOR AOAO
MINIMUM REQUIREMENTS. TITLE:
SCALE MTS TYPICAL GENSET & TRANSFORMER PAD
2. WORK THIS WITH EI£CTR1CAL AND MECHANICAL DRAWINGS. (PLAN, SECTION & DETAIL)
BY 1 CHKD DATE SUBMITTED:
H. L MENDOZA
DESIGNED I er9n«(#rctAO
REV. DATE NATURE OF REVISION CHKO. RECO SCALE:AS SHOWN BID DRAWING
1200 750 NOTES:
1. ALL DIMENSIONS ARE IN MILLIMETER UNLESS OTHERWISE
L75X75X6mm VERTICAL INDICATED.
SUPPORT
UJ J 2. USE STRUCTURAL GRADE STEEL SHAPES. BARS AND PLATES
r>i
•w.----- < CONFORMING TO ASTM A3S.
DAY TANK DAY TANK
BASE PLATE
(SEE DET. * SPECS) (See DET. & SPECfe) 150X150X12mm 3. ALL WELDING WORKS SHALL BE IN ACCORDANCE WITH THE
\n -T------------1 •0 LATEST EDITION OF THE AMERICAN WELDING SOOETY.
-SEE FRAMING PLAN . L75X75X6mm EXPANSION BOLT STAINLESS
300
SUPPORT 4. ALL STRUCTURAL STEEL SHALL BE FABRICATED AND ERECTED IN
PLAN STEEL 12mmPX75mm
ACCORDANCE WITH THE AISC SPECIFICATIONS AND CODE OF
'
STANDARD PRACTICE.
009
DRAIN DITCH
-SEE DETAIL B
L75X75X6mm VERTICAL
SUPPORT WELDED TO
BASE PLATE TO OWS
SIDE ELEVATION FRONT ELEVATION
EXPANSION BOLT STAINLESS
STEEL 12mm9X75mm
10mm# BARS
SPACED AS SHOWN
STB
1200 3-10mm9 TIES 50mm THK SAND
1200
L75X75XSmm AND GRAVEL BEDDING
SUPPORT 4-12mr7i9 MAIN BARS
3-12mm« BARS
80THWAYS
SECTION
'
L75X75X6mm joc 300 100
SUPPOR
100mm THK SAND AND
1__SEE DETAIL B GRAVEL BEDDING
^ *■ 4- 4- 1 +
5d +
+ + J
3mm THK CHECKERED
4 + 4
4 4 4 j 'STia PLATE COVER
PLAN FRAMING PLAN SECTION
4 4
4 4
4 4 4 4
4 4 4 4
TO avs 4 4]4| *T*
DETAIL "B1 -DRAIN 0 Itch
DAYTANK SUPPORT SCALE 1:10
SCALE 1:40
PLAN
REV. DATE NATURE OF REVISION 9Y CHKD. APRO. SCALE AS shown BID DRAWING
NOTES:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE
SPECIFIED.
A 2. DRILL HOLES ON CENTERUNE OF POIX FACES.
3. HOLE LOCATION AND DIAMETER SHALL BE REFERRED TO
ELECTRICAL DRAWINGS FOR DIFFERENT TYPES OF POLE.
4. POLES SHALL BE OCTAGONAL ( 8 SIDES ) AND THE DIAMETERS
ARE MEASURED ON THE OUTSIDE AND ACROSS THE FLAT
TOP SURFACES.
PLATE 5. THE MATERIAL FOR POLE SHAU BE 345MPa (SOVsI) MINIMUM
COVER YIELD STRENGTH OF ROLLED STEa PLATE.
6. ALL POLES ARE HOT-DIPPED GALVANIZED IN ACCORDANCE
WITH ASTM A123M WITH MINIMUM COATING THICKNESS OF 85
MICRONS.
HOLE PLANES 7. TIP AND BUn OF POLES SHALL BE COVERED WTH PLATE
SIMILAR TO SHAFT BODY THICKNESS.
SCALE NTS
8. CROSSARHS SHALL BE 6MM THICK BENDED CHANNEL SECTION
PROVIDED WITH 6MM THICK STIFFENER PLATE WELDED AT
300MM ON CENTERS.
9. CROSS BRACES SHAU BE 6MM THICK ANGULAR SECTION.
LENGTHS AND HOLE LOCATIONS SHALL BE REFERRED TO
ELECTRICAL DRAWINGS.
STIFFENER PLATE
/
n
70 3.05m (10’—O')
BOTTOM
CROSS ARM DET.
cj SCALE NTS
PLATE
in
COVER
POLE MARKtNGS_
(SAMPLE)
. MANUFACTURER'S
CROSS BRACE DET.
©
-i1ARKING{SAMPLE)
SCALE MTS
SHAFT INFORMATION PROJECT: SUPPLY, DELIVERY, INSTAUATION. TEST AND COWMISSWWO OP tilEO KW AND
TXM KW MODULAR DIESEL CENSETS. AND ASSOCIAnO ELECTRICAL EOUIPMEMT
FORTAOVRANHANDPP
LOCATION: smo luiHA euKM. bust, bangoxcoa concekim. mo
30 ft. 25 ft.
descriptoT''-----...,^
Kj
Tmf:
TYPICAL DIRECT BURIED STEEL POLE
TIP DIAMETER 200mm 150mm (PLAN & DETAIL) _______ y
BY CHKD DAH
BuTT SUBMITTED; =NDOZA
B 260mm 240mm TSfEpsTPijisjjiiprotcr
J DIAMETER
THICKNESS 4mm 4mm
DESIGNED
DRAWN
REVIEWED
TA«L
PRINCIPAL ENGTL1ARCHT.
RECOMMENOEO;
CIVlUAROn
ELEC APPROVED:
MECH.
ELEVATION OF STEEL POLE wwwTagDPP-BDC-17.704 SPECS. NO. VisP21Z1282Se
SCALE 1:40
REV. DATE NATURE OR REVISION CHKD. RECO ARPO. SCALE AS SHOWN BID DRAWING REV.
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
VisP21Z1282Se
BID DRAWINGS
MECHANICAL DRAWINGS
MW • MECHANICAL DRAWINGS
NOTES:
1. THIS DRAWING IS FOR BIDDING PURPOSES ONLY.
2. All DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SPEOHED.
3. THE ARRANGEMENT AND LAYOUT OF EQUIPMENT ANO FAOUHES SHALL
□ PL GENERALLY CONFORM WITH THOSE SHOWN ON THIS ORAWNC. HOWEVER.
EQUIPMENT MAY BE ARRANGED TO SUIT THE CONTRACTOR'S STANDARD
DESIGN OR C0NF1GURATCN OF THE SUPPUED EQUIPMENT PROVIOED
OPENRC CANAL THAT IT CAN BE ACCOMMODATED WTHIN THE OIUENSIOVS SHOWN.
SUBJECT TO REVIEW/APPROVAL OF NPC. ANY ADJUSTVENT/lNCREASE
ON THE DIMENSIONS OF THE FACIUTIES SHOWN TO ACCOMMODATE THE
EQUIPMENT TO BE SUPPUED SHALL BE THE RESPONSIBIUTY OF THE
CONTRACTOR AT NO COST TO NPC.
TP - TRANSFORMER PAD
CP - CONTROL PANEL
BY CHO DATE
OfSlGNED SUEVTTTtO
DRAWN f^TC
EWTt / AWT, RECCWVENOfll
CMUAJfCKT
ELEC
MECH MANAGER, ODD
ewb—TOM
TAP TO Ofisnwc OL-WATtR SEPARATOR..
TAP TO EXISTING DOUESTC WATER UNE
PW— 20* ^----------------------------- X—^
? /^P
NOTES:
THIS ORAWNG IS FOR BIDDING PURPOSES ONLY.
. AU DIMENSIONS ARE IN METERS UNLESS OTHERWISE
SPECIFIED.
, THIS ORAWNG SHOWS THE ARRANGEMENT OF EOUIPMENT
TO BE SUPPUED/COVSTRUCTEO BY THE SUPPUER WHICH
INCLUDES 1 X 120 KW & 2 X 90 KW MODULAR GENSET3.
DAY TANKS. FUa OIL AND WATER SUPPLY UNES. WASTE
OR DRAIN UNE. TRANSFORMERS. ELECTRICAL POSTS AND
BALANCE OF PLANT AND ASSOCIATED aVlL
APPURTENANCES/STRUCTURES.
ENGINE AREA
THE SUPPUER SHAa BE RESPONSIBLE FOR VERIFYING AT
SITE THE MEASUREMENTS/INFORMATION OR DATA SHOWN
ON THIS DRAWING INaUDING AFFECTED CIVIL
STRUCTURES/FACIUTIES. THE EQUIPMENT SHAa BE
ADJUSTED TO SUIT ACTUAL SITE CONDITIONS. FINAL
ARRANGEMENT OF EOUIPMENT MAY BE RE-ARRANGED BY
THE SUPPUER SUBJECT TO REVIEW/APPROVAL OF NPC
DURING PROJECT IMPLEMENTATION.THE SUPPUER SHAa
SUBMIT DESIGN CALCULATIONS AND FOUNDATION DETAILS
FOR Aa EOUIPMENT AND OVIL STRUCTURES TO BE
CPI SUPPUEO/CONSTRUCTED UNDER THIS SCOPE FOR
APPROVAL OF NPC
a
SUBJECT TO NPC APPROVAL;
4. VALVES 65 UM0 AND LARGER SHAa BE CAST IRON, FLANGED ENOS, 50 L/MIN
OSY OR RISING STEM, CUSS 150. VALVES 50 MM0 AND BELOW F0101PMP
SHAa BE CAST BRONZE. FUNGEO OR SCREWED ENOS, RISING STEM,
CUSS 150; lFO-001
5. FUa OIL PIPES WHICH ARE BURIED UNDERGROUND, IF NECESSARY
SHAa BE APPUEO WITH 1MM MINIMUM THICKNESS OF TAPE
WRAPPING APPLIED SPIRAaY WITH OVERUP OF 50% OR APPROVED
0>4 1FO-32-001 CM
O
EQUIVALENT. FOR PIPES THAT CROSSES ROADWAYS, PIPE SLEEVE O
OF GALVANIZED STEEL MATERIAL OR RSC SHAa BE PROVIDED; I
CM
6. LEVEL SWITCH FOR HIGH AND LOW LEVEL AURM SHAa BE ro
PROVIDED AND TO BE MONITORED AT THE GENERATOR CONTROL & I
PROTECTION PANa LOCATED AT THE CONTROL ROOM; 50 MM0. 3 M LONG O
HAND PUMP SHAa HAVE CAPACITY OF NOT aSS THAN 50 UTERS PER FLEXIBLE HOSE 1F0-003
MINUTE 0 TOM DISCHARGE HEAD, DOUBa ACTING ROTARY TYPE, HEAVY
DUTY CAST IRON CONSTRUCTON WITH BRASS INTERNALS MTH EASY CLEAN
WIRE SCREEN, EASY DISPENSING THROUGH SYNTHETIC RUBBER HOSE, WITH
DAY TANK NO. 1
TELESCOPIC SUCTION TUBE, ADJUSTED TO FIT 50MM DIAUETER TO 2t0 UTERS 1000 LITERS
DRUM. THE SUPPLY SHAa INCLUDE RUBBER HOSE NOT LESS THAN 50MM
DIAMETER AND 3 METERS LOWa REINFORCED WITH SPIRAL-PUEO SYNTHETIC
F0101TNK
FABRIC WITH WIRE HEUX COMPLETE CONNECTION ACCESSORIES AT BOTH
ENDS;
a FINAL DETAILS AND ADJUSTMENTS SHAa BE DONE IN THE nao BY
SUCTION TUBE to
o
CO
o
o o
THE SUPPUER DURING INSTALUTION; I I
9. THE SUPPUER SHAa SUPPLY FLEXlBa HOSE NOT LESS THAN 50 m CM
fO
MM 0 AN 3 METERS LONG FITTED WITH STEa PIPE NOT LESS THAN
50 MM 0 FOR HANDUNG FUEL OIL FROM A 210 L DRUM AND
0.8-METER FLANGE PIPE T
o
FUNGE CONVECTION AT F.O. TRANSFER PUMP SUCTION. THE
FOR FUTURE INSTALLATION
OF FLOWMETER ro
FLEXIBLE HOSE SHAa BE HADE OF SYNTHETIC RUBBER TUBE. o
REINFORCED WITH SPIRAL-PUED SYNTHETIC FABRIC WITH WIRE HEUX; O
I
AND o
X
10. THE DIAGRAM SHOWN IS TYPICAL FOR EACH UNIT. THE TAG NO. CM
I
SHOWN ARE FOR UNIT NO. 1. TAG NUMBERS OR SPIN FOR OTHER M-
O
1FO-004 o
DlESa GENSET UNITS SHAa BE THE SAME AS UNIT t EXCEPT FOR O
(W/ LOCK)
UNIT NUMBER. EX. DG101DSL, DG201DSL, 1FO-O01. 2F0001. I
o
CM
I
O
F0102FLT DRAIN
t
OVERFLOW \ F0101FLT
'fi^^ NATIONAL POWER CORPORATION
AGHAM ROAD, DILIMAN QUEZON CITY
FO RETURN PROrSCT; SUPPLY, DELIVERY. INSTAllATlOH, TEST ANO COMMISSIONING OF 1il20 KWAND
2X90 KW MODULAR DIESEIGEHSETS, AND ASSOCIATED ELECTRICAL EQUIPMENT
FORTACUBANHAN DPP
LOCATION; SfTlO PALINA GRANDE, BRGY. BAN60NG0N, CONCEPCION, flOlLQ
TITLE
GENSET NO. 1 FUEL OIL FILLING SYSTEM
P&l DIAGRAM
0G101DSL BY OTO DATE
SUSMITTEO;
OESGNEO
£rlr«f A
DRAWN )f>TC
REV. DATE NATURE OF REVISION BY CHKD. RECD APPO. SCALE; NTS BID DRAWING '.0
REV,
TAP TO EXISTINO WATTRUVE
D REDUCER
HOSE BIBB
NOTES:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE SPEDHEO.
2. ELEVATION OF DAY TANK SHALL NOT BE LESS THAN THOSE INDICATED ON RELEVANT OVIL
ORAWVGS, BUT MAY BE ADJUSTED/IVCREASEO TO CONFORM WITH THE ENGINE REQUIREMENTS PER
MANUFACTURER’S RECOMMENDATION:
3. FUEL 01 RPES SHALL CONFORM TO ASTM A 53 GRADE B, SEAMLESS AND SCHEDULE 40, SIZE OF
FUa PIPES TO/FROU THE ENGINE MAY BE REVISED TO CONFORM WITH THE REQUIREMENTS
SUBJECT TO NPC APPROVAL;
4. VALVES 65 UU0 AND LARGER SHALL BE CAST IRON. FUNGED ENDS, OSY OR RISING STEM, CLASS
150. VALVES 50 MM0 ANO BaOW SHALL BE CAST BRONZE. FLANGED OR SCREWED ENDS. RISING
STEM, OASS 150:
5. FUa OIL PIPES WHICH ARE BURIED UNDERGROUND. IF NECESSARY SHALL BE APPLIED WITH IMM
MINIMUM THICKNESS OF TAPE WRAPPING APPUEO SPIRA^Y WITH OVERLAP OF 50% OR APPROVED
EQUIVALENT. FOR PIPES THAT CROSSES ROADWAYS. PIPE SLEEVE OF GALVANIZED STEa MATERIAL
OR RSC SHALL BE PROVIOEO;
6. LEVa SWITCH FW HIGH ANO LOW LEva ALARM SHALL BE PROVIDED AND TO BE MONITORED AT
THE GENERATOR CONTROL k PROTECTION PANa LOCATED AT THE CONTROL ROOM;
7. INDIVIDUAL aOW METERS SHAa HAVE LCD DISPLAY CAPABLE OF MONITORING THE NATIONAL POWER CORPORATION
TOTAL/ACCUMULATED aOW. RESETTABLE TOTAL ROW AND INSTANTANEOUS ROW RATE WITH AGHAM ROAD. DIUMAN QUEZON CITY
MINIMUM 60 MESH SIZE STRAINER, 0.5% ACCURACY ANO 0.03% REPEATABILITY, MADE OF ALUMINUM
OR APPROVED EQUIVALENT WITH FLANGED ENDS, WITH INTERNAL BATTERY THAT CAN LAST UP TO PROJECT; SUPPLY. DEUVERY, INSTALLATION, TEST ANO COMMISSIONING OF 1i120KWANO
AT LEAST 5 YEARS. THE aOWMETER SHALL BE EQUIPPED WITH PULSE GENERATOR OR 4-20MA 2X10 KW MODULAR DIESEL GENSETS, AND ASSOCIATED ELECTRICAL EQUIPMENT
CURRENT OUTPUT ANO READY FOR INTERCONNECTIONS IN FUTURE TELEMETRY PROJECT; FOR TAGUBA.NHAN DPP
HAND PUMP SHALL HAVE CAPAOTY OF NOT LESS THAN 50 UTERS PER MINUTE 0 10M DISCHARGE HEAD. LOCATION; SmO PAUNA GRANOE. SRCY, BANCONOON. CONCEPCION, ILOlO
DOUBLE ACTING ROTARY TTPE, HEAVY DUTY CAST IRON CONSTRUCTION WTH BRASS INTERNALS WITH EASY TTTIE;
CLEAN WIRE SCREEN, EASY DISPENSING THROUGH STN7HETIC RUBBER HOSE, WTH TELESCOPIC SUCTION TUBE, GENSET WATER SYSTEM AND WASTE
ADJUSTED TO nr 50MM DIAMETER TO 210 UTERS DRUM. THE SUPPLY SHAa INCLUDE RUBBER HOSE NOT OIL-WATER LINE
LESS THAN 50MM DIAMETER ANO 3 METERS LONG. RONFORCED WTH SPIRAL-PLIED SYNTHETIC FABRIC WTH
BY CHYD DATE
WIRE HEUX COMPLETE CONNECTION ACCESSORIES AT BOTH ENOS; SUBMITTEO; R.IM.CAD
9. RNAL DETAILS AND ADJUSTMENTS SHAa BE DONE IN THE FIELD BY THE SUPPUER DURING DESIGNED
En«r»crA,
INSTALLATION; CXUWN IrtiTC .2ET
10. THE SUPPLIER SHAa SUPPLY FLEXIBLE HOSE NOT aSS THAN 50 MM 0 AN 3 METERS LONG REVIEWED PRINCIPAL ENffR. J AROn. fSCOWvevOED:
FITTED WITH STEa PIPE NOT LESS THAN 50 MM 0 FOR HANDUNG FUa 01 FROM A 210 L DRUM
anjvKtn
AND FUNGE CONNECTION AT F.O. TRANSFER PUMP SUCTION. THE FlEXIBa HOSE SHALL BE MADE
OF SYNTHETIC RUBBER TUBE. REINFORCED WITH SPIRAL-PUEO SYNTHETIC FABRIC WITH WIRE HEUX; ELEC APPRWB):
11.
ANO
THE DIAGRAM SHOWN IS TYPICAL FOR EACH UNIT. THE TAG NO. SHOWN ARE FOR UNIT NO. 1.
MECH.
3L
wre.NO. TagOPP-8DM.17.004 SPECS. NO. VisP21Z1282Se
TAG NUMBERS OR SPIN FOR OTHER DIESEL GENSET UNITS SHAa BE THE SAME AS UNIT 1 EXCEPT
FOR UNIT NUMBER. EX. DGIOIDSL, DG2010SL, 1FO-001. 2F0001.
REV. DATE NATURE OF REVISION BY CHKO. RECD. APPO, SCALE; NTS BID DRAWING REV. 0
50 MM aNOZZLE FOR LEVEL SWTCH 50 MM a NOZZLE WITH
(FOR HIGH AND LOW LEVEL ALARM) -CAP FOR SOUNDING NOTES:
1200 750
1. IMS 0RAWN5 IS FOR B10OINO PURPOSES OW.'ft
32 MMB OVERFLOW NOZZLE 2. ALL DIMENSIONS ARE IM MIUJUEIERS UNIESS OTHERWISE SPSanSD:
/ ■ 1 ELEVATION CF OAY TANK SHAU NOT BE LESS THAN THOSE INDICATED
W RELEVANT CML DRAWNCS. BUT MAY BE ADJUSTED/INCREASED TO
IV CONFORU WTH THE ENONE REQUIREMENTS PER MANUFACTURER'S
500 a MANHOLE WITH. RECOMUENOAYON;
.MANHOLE W/ 32a Bl PIPE VENT A. THE TANK SHALL BE SHOP-FABRICATED. RECTANGULAR MADE CP
ASTU A 3S OR APPRO\CD EQUAL HATH MINIMUM THICKNESS OP 5 MM,
32a BI PIPE VINT WITH INTERIOR AND EXTERIOR COATING TO CONFORM WITH THE
CAUBRATED SITE TECHNICAL SPtPnCADONS CLAUSE MW-5.2;
INLET PIPE 5 EACH DfESa CENERATTNC SET SHALL BE PROVIDED MIH FUEL DAY
GLASS INSIDE CAUBRATED SITE
STAINLESS PIPE IN 5 (32a BI PIPE) TANK; AND
GLASS INSIDE 5 LEVEL SWTCH FOR WICH AND LOW LEVEL ALARM SHALL BE PROVIOED
LTRS. GRADUATION STAINLESS PIPE IN 5’ AND TO BE MONITORED AT THE GENERATOR CONTROL * PROTECTION
LTRS. GRADUATION PAWL LOCATED AT THE CONTRO. ROOM.
INLET PIPE
(52« Bl PIPE) INLET PIPE (20a Bl PIPE)
• (RETURN FUEL OIL FROM
GENSET)
50 MM a NOZZLE WITH
CAP FOR SOUNDING
CALIBRATED SITE
GLASS INSIDE
STAINLESS PIPE IN 5
LTRS. GRADUATION 32 MMa
-OVERaOW NOZZLE
BRONZE GATE
VALVE (15a)
0.8-MeTeR flange pipe OW'JEft
50 MM BNOZZLE FOR LEVEL SWITCH FOR FUTURE INSTALLATION
OF FLOWMETER NATIONAL POWER CORPORATION
(FOR HIGH AND LOW LEVEL ALARM) AGHAM ROAD. DILIMAN QUEZON CITY
SECTION B CIYUARCHT
ELEC A^RCAED:
<35 MECa OJL)
sO'
owg.no. TagDPP*BDM*17.005 SPECS. NO. VlsP21Z1282Se
REV. DATE NATURE OP REVISION BY CHKO. RECO. AP»0. SCALE: NTS BID DRAWING
S
[]
assnmmnnn
n
n n D a
[| (1 []
Xo
B-
s 07
FRONT VIEW RIGHT SIDE VIEW LEFT SIDE VIEW
ooo
MCATM
LIXT ISCH.
NOTES:
1. THE ENCLOSURE SHALL HAVE THE FOLLOWING FEATURES:
1.1 LESS THAN 85 dBA SOUND PRESSURE LEVEL AT 1 METER
FROM ANY POINT OF THE ENCLOSURE
CWMER- ^ NATIONAL POWER CORPORATION
1.2 2mm MINIMUM THICKNESS OF WALL/ROOF ENaOSURE
1.3 STAINLESS BOLTS AND HINGES AGHAM ROAD. DILIMAN, QUEZON CITY
1.4 CAN WITHSTAND 250 KPH WIND VaOCITY AND/OR AS
ISOMETRIC VIEW
4. RAIN TEST EQUIVALENT TO 100MM PER HOUR SHALL BE CONDUCTED
TO ENSURE THAT RAIN WATER IS PREVENTED ROM ENTERING THE
ENaOSURE.
DESIGNED
BY CHKD
1
DATE
SUBMITTED;
mi
RYwTO^SAWAN
DRAWN
REVIEWED
FTiTC •^1
PRINCIPAL ENCTUAflCm. RECOWMENOED
PRISCPAL ENGINEER A
CMUARCm
ElEC.
APPROVED
MANAGER, ODD
REV. DATE NATURE OF REVStOT BY CHW>. RECS. SOLE; NTS BID DRAWING REV. 0
SUPPLY, DELIVERY. INSTA!^™ TEST
BID DOCUMENTS gSet^T and0 associated
ELECTRICAL EQUIPMENT FOR TAGUBA^HsJ^12i262Se
BID DRAWINGS
ELECTRICAL DRAWINGS
'national powerCOHPUKAilON
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION IX - BID DRAWINGS VlsP21Z1282Se
EW - ELECTRICAL DRAWINGS
KIlOWATTMOUfl WETEII
/]
f MACSF
/
« AC%K <3 bV
tiVACSE.ISkV VI ACSi^lSkV MACS1L tS bV
»S mm* IfhV. XLFE POWER CABLE yn mm*, f UV. XLre POWER CA BIS yn mm*. 1 SkV. XLFE POWER CABLE S^S mm*. tSkV, XLFE POWER CASLf
9.14mm*.«0WT>fM«CTVWN ! POWSRCO**DOCTOR
17SAr.4tOV.2ShA. 17SAT.4B0V.2ShA, 20BAT. 40OV.2SMW
S-PHASE. 60H2MCCB ✓ S^HASE. eOHZMCCB 3-PHASE. 60 HZ MCCa
178* f, 41OV, 75VA SPHASE
88HZ UCCB
I 0. M nss-.IMV rHHNmrWN.} COtmEA CONDUCTOR i .81 f«m* sm COPPER COHOUCTOR «MVT>*Mm<WH-2 COPPfR COWDOCTDR 1. M mrt* «HV THHNTrHlVN-t COPPfR CONDUCTOR
ANNUNCIATOR RELAY
THE ENGINE-GENERATOR ANNUNOATOR WINDOW. Tint SINGLE LINE DIAGRAM
3. BURDENS ANO RATINGS INCLUDING DRCUIT DIRECTIONAL PO^VER RELAY
(1 X 120kW&2X90kWD/G SET - TAGUBANHAN DPP)
PROTECTIONS OF INSTRUMENT TRANSFORMER SHAU OIESEL GENERATOR 3E VOLTAGE TRANSFORMER PHASE-SEOUENCE VOLTAGE RELAY
BE DETERMINED BY THE SUPPLIER. THERMAL RELAY BY CHKO DATE
4. ALL THE EOUIPMENT TO BE SUPPLIED SHALL BE . M. ABUILA
TESTED AND PROVEN PASSED IN ACCORDANCE TO ^ STATION SERVICE TRANSFORMER ^ CURRENT TRANSFORMER INSTANTANEOUS/AC TIME OVERCURRENT RELAY
0eS»CNED SLIBMintS-
M 120 kW^
□ 4. THIS DRAWING IS FOR BIDDING PURPOSES ONLY. THE SUPPUER
I IMODULAF
GENSET
SHALL SUBMIT THE EQUIPMENT LAYOUT REFLECTING THE
ACTUAL LOCATION OF ALL THE EQUIPMENT TO BE SUPPUED
INCLUDING TAPPING/CONNECTION DETAILS FOR REVIEW AND
APPROVAL OF NPC.
I 5.
6.
ALL EQUIPMENT IN SHADED PORTION ARE INaUDED IN
THE CONTRACT.
LEGEND:
_i
T&B O - DIESEL GENERATOR
CONTROL ROOM
UJ
(?) - GENERATOR CONTROL AND PROTECTION PANa (GCPP)
OPEN RC CANAL O'
o
z ® - GENERATOR TRANSFORMER
o ST
u
OT - DAY TANK
. lz Z. \ / / / I /
I ‘ ‘ « ■ ■
—
switchyJ
1
NATIONAL POWER CORPORATION
1 AGHAM ROAD, OILIMAN, QUEZON CITY
equipment LAYOUT
□ (1 X 120kW & 2 X 90kW D/G SET • TAGUBANHAN DPP)
9Y CHKO DATE
OESiCNEO SUBMITTED IB. M.USUILA
□ D9AWN
REVIEWED
JAC ^
PRINCIPAL ElToiUAftOn,
INCI'I^NCINEE
Rggow/ENdea^-'C. Z. C. IKT
CMl/ARCHT
arc MJRP APPROVED
VSCH. ■ES.DKI
I NOTES:
1. TRANSFORMER HIGH VOLTAGE AND LOW VOLTAGE
BUSHINGS SHALL BE PROVIDED WITH INSULATING
SHROUDS. DETAILS OF TERMINATION SHALL BE
REFERRED TO BIO DRAWNG NO. TogDPP-BDE-17.009.
LEGEND:
I O'— — 2/0 AWG ACSR
— POWER CABLE, 25 SO. MM. 15kV XLPE
II ® EZS — FUSE DISCONNECT SWITCH W/ LA COMBINATION
SWITCHYARD •» t» ~ HOT UNE CLAMP
— TERMINATION KIT
— SEALANT
— 110MM OIA. uPVC CONDUIT
— CONDUIT SUPPORT
-arwerorara — GROUND CLAMP
— 25PT. STEEL POLE
— CROSSARM, STEEL HOG
— BRACE, STEa. HOG
— HV ELECTRICAL INSULATING SHROUD
KEY PLAN LAYOUT See DETAIL "A"
I SCALE N.T.S
— LV ELECTRICAL INSULATING SHROUD
— POWER CABLE, 600V THHN/THWN-2
— 3/8*0 high STRENGTH GRADE STEEL
SECTION B-B GALVANIZED OVERHEAD GROUND WIRE
I OUTCOINO fttDE1?
t' —I------------------------ ----------------©----------------------------- ffi------------- p------------- -V
1 uPVC ENCASEMENT
I GENSET
®
GENSET
®
IMOOULAFl
GENSET
4.
5.
CABLE TRAYS IN SHADED PORTION rTTH
THE CONTRACT.
CIVIL AND
MECHANICAL WORKS BID DRAWINGS.
ENGINE AREA
rm
itlL'Sa
□
@ - GENERATOR TRANSFORMER
(D
I
I I - uPVC CONDUIT
SWITCHYARD
BY CHKD OATS
MSiCHSO S. M.A15UILA
I DRAWS
CfWMWT
*AC •
PRN»«. lLgh IAROn. RECO*."AENOe>
PRINC
I^C, LUGOD,
ELEC. MJftP
MECH 7U MANAGE N. 000
POWER TRAVSrORMER
s ^
sssss
Q 000
II
OCOOO ® a
I CMar*Wai4»
♦♦♦♦♦♦♦
TO 15kv
/./ TAKE-OFF
STRUCTURE
I
I
OWSfl ^
NATIONAL POWER CORPORATION
nt ^r^'l AGHAM ROAD, DILIMAN. QUEZON CITY
NOTES: LEGEND: PROJECT: SUPPLY, DEUVERY, INSTAIUTIOI. TESIANO COMWSSKOTNC OF 1ilM KWASO
IXSO KW MODULAR DIESEL CENSETS, ANO ASSOCIATED ELECTRICAL EQUIPMEKT
FORTACUSANHAN DPP
1. THIS DRAWING JS INTENDED FOR BIDDING PURPOSES LCPP LOCAL CONTROL AND PROTECTION PANEL LOCATIO'J JmO PALIN* SAAHOt B»CV BANCONSOt CONCEPCION. ACPIO
ONLY. THE LOCATION AND LAYOUT OF ALL THE
TITLE:
EQUIPMENT TO BE SUPPLIED SHALL BE REFERRED GCPP GENERATOR CONTROL AND PROTECTION PANEL
I 2.
TO THE CIVIL. MECHANICAL AND ELECTRICAL BID
DRAWINGS.
ALL THE DETAILS OF THE FOLLOWNG EQUIPMENT
SHALL BE IN ACCORDANCE WTH ALL THE TECHNICAL
DPM DIGITAL POWER METER
SY
SYSTEM CONFIGURATION
CHKO DATE
CJw*.9on M.ANAggiEEtCO
I
ELEC. MJRP AWWWDt rfr^S8flS!ffl
M5CH.
i/o MANAGbH.DUJ
I NATURE 0FREVISK3N CHKD OECD APPO. SCALE: NTS BID DRAWING REV 0
I
NOTES:
t. ALL DIMENSIONS INDICATED ARE IN MILLIMETERS UNLESS
OTHERWISE SPECIREO.
2. THE GENERATOR CONTROL AND PROTECTION PANEL
800 ENaOSURE SHAa BE COLORED RAL 7032 AND ITS
STEEL SHEET THICKNESS SHAa BE AT LEAST 2.D
MiaiMETERS.
UFTWOlUGf 3. THE SUPPLIER SHAa PROVIDE PROTECTION MODULE
EQUIPPED WITH THE ENGINE-GENERATOR PROTECTION
AS SHOWN IN THE BID DRAWING NO.
TogDPP-BOE-15.001 AND ELECTRICAL WORKS
I QCPy LWtT • 1 TECHNICAL SPEOnCATlONS.
4. THE SUPPUER SHAa DESIGN THE CABLE ENTRY FOR
ALL THE POWER, CONTROL AND INSTRUMENTATION TO
yiMinr - n BE USED.
5. THE SUPPLIER SHALL PROVIDE THE BROCHURES/
CATALOGUES OF THE GENERATOR CONTROL AND
PROTECTION PANEL COMPONENTS FOR METERING,
PROTECTION, CONTRa AND MONITORING PURPOSES FOR
ALARM ANNUNCIATOR
D
APPROVAL OF NPC.
0 6. THE METERING, CONTROL AND PROTECTION IN THIS
a
DPM DRAWING SHALL BE THE MINIMUM REQUIREMENTS OF
GCPM
eoDoa
fl THE PANEL AND SHAa BE WORKED IN ACCORDANCE
WITH BOTH THE SPEORCATIONS OF MECHANICAL AND
ELECTRICAL WORKS.
^^3
aa [3 ® a LEGEND:
GCPM - GENERATOR CONTROL AND PROTECTION MODULE
O
I o
o
C-l
DPM - DIGITAL POWER METER
I GENERATOR
CIRCUIT BREAKER
GCPM
CUBICIE
□□□□ □
+ V-- -^ +
+++++++
+++++++ OWNER.
NATIONAL POWER CORPORATION
+++++++ AGHAM ROAD. DILIMAN, QUEZON CITY
TITLE
OUTLINE DRAWING OF GENERATOR
CONTROL AND PROTECTION PANEL (GCPP)
BY CHKO DATE ----------
DESCNED rrm m. M. wUILA
I WWWH
REVEWEO
CMLjAPon
JAC
PPLNOPAL EjTffR. 1 AROfT.
PRISSPVKNGin;
r€ElCO
£ ICO
I ELEC.
MECK
UJRP
VisP21Z1282Se
Ptv. 0*T£ MRREOPREVSiCN CHKO. RECO. APTO. SCALE NTS BID DRAWING R£V. 0
I
I DETAILS OF CABLE TRAY
I NOTES:
I J.
2.
ALL CABLE TRAY SUPPORTS. BRACKETS AND ACCESSORIES
SHALL BE HOT-DIPPEO GALVANIZED STEEL
ALL CABLE TRAY SUPPORTS. BRACKETS AND CONNECTORS
SHALL HAVE A MINIMUM THICKNESS OF 3.0mm.
3. CABLE TRAY LADDER RUNGS. TEES. AND ELBOW SHALL HAVE
- — A THICKNESS or NOT LESS THAN 2.0mm.
4. OPEN HOLES SHAa BE 13mm« UNLESS OTHERWISE
SPECIREO.
5. ALL DIMENSIONS ARE IN MILLIMETER UNLESS OTHERWISE
K
^ .1
tn 22i
^
Kti
^
«:i
/
SPECinED.
I
o fl
I ANCHOR BOLT HOLD DOWN CLAMP
CONDUCTOR ® ©
GROUNDING CLAMP NUT WASHER
T1 «
I RUNG ('
SIDE RAIL _
”i[
1
»
•srt”
a
DTSO KW VOOULAR DIESEL GEN SETS. AND ASSOCIATED ELECTRICAL EQLPPMEVT
FOR TACU9ANHAN OPP
lOCATON sno rniM crurse. B tor. bapooncon, cosctPciON, loio
DUE
L SIDE RAIL
RUNG
5V
DETAILS OF CABLE TRAY
CHKO DATE
DCSiCVtO . M. AuUILA
PRINCIP
DRAWN JAC
REVflVED PRINCIPAL Eire'S./ARCHT,
CMUARCHT
ELEC. UJRP
APPROVED;
MECH. MANAGER, ODD
9TagDPP.BDE-17.007 VisP21Z1282Se
I Rrr. ^A7LlE?E OF REWSICN PECO APPD. SCALE. NTS BID DRAWING REV 0
DETAILS OF EXOTHERMIC WELDING CONNECTION
<M eONOUCTM
NOTES:
I IM nwa*
COP'-E* CO'JOUCTO‘1
M WCOPPCS CONOVCTtM
I ■ rONOUCTO*
1M fwn*
CONNECTED TO THE EXISTNG/NEW GROUNDING MAT USING
100MM’ INSULATED COPPER CONDUCTOR AND EXOTHERMIC
WELDING PROCESS.
6. CT/PT. AUTOMATIC CIRCUIT RECLOSER, STEEL POLES AND
I
COPPEK CO*ieuCTM
FENCE EARTHING SHALL BE PROPERLY GROUNDED WTH
^%mm CNAtMMm
CAOUXO proo
50MM2 INSULATED COPPER CONDUCTOR.
7. CABLE TRAYS SHALL BE PROPERLY GROUNDED WITH 22MM2
INSULATED COPPER CONDUCTOR.
8. IF THERE IS NO EXISTING GROUNDING MAT OR INSTALLATION
I DETAIL-C DETAIL - D
OF NEW GROUNDING SYSTEM ON THE PUNT SITE. THE
SUPPUER SHALL USE GROUNDING RODS FOR ALL EQUIPMENT
GROUNDING
CONNECTION-2.
AS SHOWN ON EQUIPMENT GROUNDING
COfrcM eoMoucTO*
I
eoppcK ce*voucTOA
1»«M OlAl MM m%
0*0\J»*9 Koe r»«MOIAa MM
CPDUWOROO
DETAIL • E DETAIL-P
tCCrSMS COPPER
COPPC* COVDUCTCM
CONDUCTOR
ItMMAiWMam TE«hMALLUO I
0*0in*oi»oe
1M«Npi*W«ULAm
O^VNER:
DETAIL-G DETAIL-H ^ NATIONAL POWER CORPORATION
AGHAM ROAD, DILIMAN, QUEZON CITY
ACCESS TO GROUNO
COnouCTOvpCpR I PROJECT: SUPPLY, OELtVERY, mSmUTIOR, TEST AND CCVVlSSrOVTIG OF 1 il?0 KWARD
HAfNTtNANCt ANO ^
RESISTANCE rrsT>«G. H COVER 2X50 KW MODULAR DIESEL CENSETS. ARO X5SOCI4TED ElECTPICAL EOUrPVENT
FOR TACUBANKAN DPP
lOCHiON srtiDPiijv* cR*voE,e»or. e*»K»«w, ccwoo'i loa o
flO’MfTlie Pfiasc CWNfCICN
6NOUNO1NO TEST PIT ^ TITLE:
I
CPVO Pea !9*AI OA T MOwv
1M rW
COPPER CONDUCTOR
DETAILS OF EQUIPMENT GROUND CONNECTION
J' 9V CH«3 DATE
SUBMUTTO
. a‘ ESONEETSTEICD
EQUIPMENT GROUNDING CONNECTION -2 ow/v iKC
REVIETS'ED PRJJCIPW. EWR. (ARCHT, rZC.LUGOQrJR.
DETAIL-I
CMDARCKT MANAG£S-±EfCD
ELEC HJRP
WYWEft
MSCH.
U I i.wUger, OOO
RSV. J DATE NATURE 0^ REVISION PfCD. SCAl£: NTS BID DRAWING REV 0
I
NOTES:
I 1. THE NUMBER OF POWER CABLES PER PHASE FOR THE
LOW VOLTAGE (LV) SIDE IS FOR BIDDING PURPOSES
ONLY. THE SUPPLIER SHALL VERIFY WHAT IS INDICATED
IN THE SINGLE LINE DIAGRAM AND SHALL PROVIDE
PROPER CABLE TERMINATION.
HTCH VOLTAGE BUSHING 2. THE SUPPLIER SHALL PROVIDE TERMINATION KIT FOR
LOW VOLTAGE BUSHTNG INSULATING SHROUD THE HIGH VOLTAGE (HV) POWER CABLES AND SHALL
INSULATING SHROUD TERMINATION KIT DESIGN PROPER TERMINATION FOR THE NEUTRAL
CWV, THHHTTHWN-? CABLE
POWER CABLE 15bV TRANSFORMER
4S0V TRANSFORMER
BUSHING BUSHING 3. THE UV AND HV TERMINATIONS SHALL BE PROVIDED
WITH SUITABLE INSULATING SHROUD. THE INSULATING
SHROUD SHALL BE MANUFACTURED THROUGH DIP
MOULDING PROCESS AND SHALL BE MADE FROM
FLEXIBLEPOLYVINYL CHLORIDE (PVC) MATERIAL,
ISkVXLPE
POWER CABLE SUITABLE FOR LOW VOLTAGE TO HIGH VOLTAGE
APPLICATIONS.
SEALANT
J —i
a
w
1
FROM GENERATOR
CONTROL AND
PROTECTION
PANEL (CCPP)
TO FUSE DISCONNECT SWITCH
WITH UCHTNINO ARRESTER
COMSINATKIS
I
w
TO C ROUNDING MAT TO GROUNDING MAT TO GROUNDING MAT TO GROUNDING MAT
TITLE:
DETAILS OF TRANSFORMER TERMINATION
0ES«S£0
BT 0«0 DATE 7^^
fi M.AfcUIU
DRAW JAC X*
REVIEWED PRfNCPAL ENCR. IARCHT. 9£C0UU£ rzTc. LUGoeuR.
civil;«?cwt UANAGCll £EtCD
ElEC. MJRP
W£CH. MA-IAGcR. D
4 ALL WORKS TO BE DONE AND EQUIPMENT TO BE SUPPLIED SHALL BE IN COMPLIANT TO THE LATEST SERVICING
h. PEC - PHILIPPINE ELECTRICAL CODE
’ PROVISIONS OF THE FOLLOWING STANDARDS:
5 THE SUPPUER’S EQUIPMENT TO BE SUPPLIED SHALL BE SUBJECT TO ALL TESTS AND INSPECUON TO
0. ANSI/IEEE - AMERICAN NATIONAL STANDARDS INSTITUTE ANO/OR INSTITUTE OF ELECTRICAL & SLrE THE SATISFACTORY PERFORMANCE OF ALL THE EQUIPMENT- f;1,1:. w
ELEC37060C ENGI-EERRES0UIREMENTS FOR OVERHEAD. PAD-MOUNTED. DRY VAULT AND SHALL BE DONE WITH NO ADDITIONAL COST TO NPC AND SHALL BE COMPLIANT TO THE
SUBMERSIBLE AUTOMATIC CIRCUIT RECLOSERS AND FAULT INTERRUPTERS FOR AC SYSTEMS REQUIREMENTS OF THIS TENDER:
C5712 20 - STANDARD FOR OVERHEAD-TYPE DISTRIBUTION TRANSFORMER 500KVA AND
SMALLER: HIGH VOLTAGE 34500V AND BELOW; LOW VOLTAGE. 7970/13800Y V AND BELOW 0 EW-414 INSPECTION AND TESTING FOR AC GENERATORS
b EW-5,8 TESTS TO BE PERFORMED FOR POWER TRANSFORMERS
b NEMA - NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION
MG 1 - STANDARD FOR MOTORS AND GENERATORS ..tr. c. FACTORY ASSEMBLY AND TESTS
WC-5 - THERMOPLASTIC-INSULATED V/IRE AND CABLE FOR THE TRANSMISSION AND 6. NON-COMPLIANCE TO THE REQUIREMENTS STATED IN THIS TENDER SHALL BE GROUNDS FOR
DISTRIBUTION OF ELECTRICAL ENERGY
I OESPGNEO
DRAWN
CHIO DATE
SUBMfTTED; B. M.RGuILA
I
REVIEWED RPTiOPAl. ENGU / ARCHT
CMUARCHT
JPTOVED:
fAAKAGcR, CTO