0% found this document useful (0 votes)
42 views294 pages

Bid Docs So Opd22 007

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
42 views294 pages

Bid Docs So Opd22 007

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 294

REPUBLIC OF THE PHILIPPINES

NATIONAL POWER CORPORATION


(Pambansang Korporasyon sa Elektrisidad)

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

Project Location: SITIO PALINA GRANDE, BRGY. BANGONGON,


TAGUBANHAN IS., CONCEPCION, ILOILO

Specification No.: Vlsp21Z1282se

Contents : Volume 1

SECTION I INVITATION TO BID


SECTION II INSTRUCTION TO BIDDERS
SECTION III BID DATA SHEETS
SECTION IV GENERAL CONDITIONS OF THE CONTRACT
SECTION V SPECIAL CONDITIONS OF THE CONTRACT
SECTION VI TECHNICAL SPECIFICATIONS
PARTI -TECHNICAL SPECIFICATIONS
PART II - TECHNICAL DATA SHEETS
SECTION VII BID PRICE SCHEDULE
SECTION VIII BIDDING FORMS
SECTION IX BID DRAWINGS

Design and Development Department

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.

PR NosJPB Ref No. & Pre-bid


Bid
Similar Contracts ABC/ Amt. of
Description Conference
Submission
Bid Docs
/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

Venue; Kanao Function Room, NPC Bldg. DHiman. Quezon City

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.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least


sixty percent (60%) interest or outstanding capital stock betonging to citizens of the Philippines, and to
citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to
Rlipino citizens, pursuant to RA 5183.

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

11. For further Information, please refer to:


Bids and Contracts Services Division,
Logistics Department
BIR Road cor. Quezon Avenue
Diliman. Quezon City
Tel Nos.: 8924-5211 and 8921-3541 local 5504/5239/5397
Fax No.: 8922-1622
Email: [email protected] / [email protected]

12. You may visit the following websites:

For downloading of Bidding Documents: https://www.napocor.gov.ph/bcsd/bids.php

/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

NATIONAL POWER CORPORATION

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

SECTION II - INSTRUCTIONS TO BIDDERS

TABLE OF CONTENTS

CLAUSE NO. TITLE PAGE NO.

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

NATIONAL POWER CORPORATION IMTB-1


BtD DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 80 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION II - INSTRUCTIONS TO BIDDERS VlsP21Z1282Se

SECTION II - INSTRUCTIONS TO BIDDERS

1. Scope of Bid

The National Power Corporation (NPC or NAPOCOR) wishes to receive Bids for the

I 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, with identification number VisP21Z1282Se.

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.

4. Corrupt, Fraudulent, Collusive, and Coercive Practices

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.

NATIONAL POWER CORPORATION IMTB-1


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 II - INSTRUCTIONS TO BIDDERS VlsP2121282Se

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.

The foreign bidder claiming eligibility by reason of their country’s extension of


reciprocal rights to Filipinos shall submit a certification from the relevant
government office of their country stating that Filipinos are allowed to participate
in their government procurement activities for the same item/product. The said
certification shall be validated during the post-qualification of bidders.

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.

The portions of Project and the maximum percentage allowed to be subcontracted


are Indicated in the BDS, which shall not exceed twenty percent (20%) of the
contracted Goods.

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.

NATIONAL POWER CORPORATION ll-ITB-2


111
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 II - INSTRUCTIONS TO BIDDERS VisP21Z1282Se

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.

9. Clarification and Amendment of Bidding Documents

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. Documents comprising the Bid: Eligibility and Technical Components

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. Documents comprising the Bid; Financial Component

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).

11.2. If the Bidder claims preference as a Domestic Bidder or Domestic Entity, a


certification issued by DTI shall be provided by the Bidder in accordance with
Section 43.1.3 of the 2016 revised IRR of RA No. 9184.

11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

NATIONAL POWER CORPORATION ll-ITB-3


J|i
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OP 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION II - INSTRUCTIONS TO BIDDERS VlsP21Z1282Se

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. Bid Prices

12.1. Prices indicated on the Price Schedule shall be entered separately in the following
manner;

a. For Goods offered from within the Procuring Entity’s country:

i. The price of the Goods quoted EXW (ex-works, ex-factory, ex­


warehouse, ex-showroom, or off-the-shelf, as applicable);

li. The cost of all customs duties and sales and other taxes already paid or
payable;

iii. The cost of transportation, insurance, and other costs incidental to


delivery of the Goods to their final destination; and

iv. The price of other (incidental) services, if any, listed in the BPS.

b. For Goods offered from abroad:

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. Bid and Payment Currencies

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.

13.2. Payment of the contract price shall be made in Philippine Pesos.

14. Bid Security

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.

NATIONAL POWER CORPORATION IWTB-4


ll
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 II - INSTRUCTIONS TO BIDDERS VisP21Z1282Se

15. Sealing and Marking of Bids

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. Deadline for Submission of Bids

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. Opening and Preliminary Examination of Bids

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. Domestic Preference

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. Detailed Evaluation and Comparison of Bids

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.

NATIONAL POWER CORPORATION ll-ITB-S


BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 60 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION II - INSTRUCTIONS TO BIDDERS VisP21Z1282Se

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. Signing of the Contract

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.

NATIONAL POWER CORPORATION

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

BID DATA SHEET

NATIONAL POWER CORPORATION


ID
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
I SECTION III - BID DATA SHEET VisP21Z1282Se

SECTION III - BID DATA SHEET


ITB
Clause
5.3 For this purpose, similar contracts shall refer to Supply, Delivery, Installation,
Test and Commissioning or Construction of Power Facilities, Installation, Test
and Commissioning of “Unit Diesel Generator - Transformer” with generator
capacity of at least 90 kW Prime or Continuous and associated Power
Transformer of at least 112.5 kVA rating.

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.

It shall be a ground for disqualification, if verification and validation cannot be


conducted for reasons attributable to the Bidder.

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.

7.1 Subcontracting may be allowed on transport, local/non-skilled labor under the


supervision of the Bidder. The Bidder shall not be relieved from any liability or
obligation that may arise from the performance of the Subcontractor.

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:

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

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.

The Statement of the bidder’s Single Largest Completed Contract (SLCC)


similar to the contract to be bid (Form No. NPCSF-GOODS-03) shall be
supported by the following documents to be submitted during Bid Opening:

1. Contract/Purchase Order

2. Certificate of Acceptance: or Certificate of Completion; or Official Receipt


(O.R): or Sales Invoice

NATIONAL POWER CORPORATION ll-BDS-1


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 III - BID DATA SHEET VisP21Z1282Se

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:

1. Drawings & Documents to be submitted with the Proposal as specified in


Sections M-1.0, M-2.0, Annexes A.1 to A.3 for Mechanical Works and
Sections E-1.0 and E-2.0 for Eleciical Works, Section VI - Part II Technical
Data Sheets.

Manufacturer’s brochures, manuals and other supporting documents of


equipment, materials, hardware and tools proposed by the bidders must
comply with the technical specifications of such equipment, materials,
hardware and tools. It shall be a ground for rejection of the said equipment,
materials, hardware and tools if the submitted brochures, manuals and
other supporting documents are determined not complying with the
specifications during the contract implementation.

Equipment, materials, hardware and tools proposed by the winning bidder


to be supplied, which were evaluated to be complying with the technical
specifications, shall not be replaced and must be the same items to be
delivered/installed/used during the contract implementation. Any proposed
changes/replacement of said items may be allowed on meritorious reasons
subject to validation and prior approval by NPC.

2. Complete eligibility documents of the proposed sub-contractor, if any

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.

NATIONAL POWER CORPORATION


III-BDS-2
J:'
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
E.ECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION III - BID DATA SHEET VisP21Z1282Se

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:

DESCRIPTION ABC (PhP)


a. Generating Setfs) 6,242,857.00
b. PowerTransformers 3.269.790.00
c. Other Mechanical Works 1.620.518.00
d. Other Electrical Works 1.653.236.00
e. Civil and Architectural Works 344.552.00
f. Spare Parts 2.467.478.00
g. Miscellaneous Work 1.032,521.00
TOTAL ABC 16,630,952.00

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 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:

FCC e (Bidder’s Guaranteed Fuel Rate, in lit./kW-Hr) multiplied by (fuel


cost per liter) multiplied by (3,427 operating hours per year) multiplied by
(Guaranteed Rated Output in kW) multiplied by the number of D/G units
The corrected bid price (calculated bid) due to computational errors, omissions
and discounts, PLUS: the computed Fuel Consumption Cost shall become the
total evaluated bid price, for bid comparison purposes.
19.5 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.

20.1 Additional documents to be submitted during Post-Qualification:

a. Contract/Purchase Order and/or Notice of Award for the contracts stated in


the List of all Ongoing Government & Private Contracts Including Contracts
Awarded but not yet Started (NPCSF-GOODS-02);

NATIONAL POWER CORPORATION


lll-BDS-3
Ilf
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 III - BIO DATA SHEET VisP21Z12B2Se

b. Certification coming from the project owner/client that the performance is


satisfactory as of the bidding date for all ongoing contracts stated in Form
NPCSF-GOODS-02;

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.

d. The name, address, telephone number and e-mail address of the


manufacturer’s technical coordinator or specialist with whom NPC can
interface throughout the contract duration.

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.

f. Drawings and documents to be submitted during post-qualification process


Sections M-3.0 to M-5.0 for Mechanical Works and Sections E-3.0 to E-8.0
for Electrical Works, Section VI - Part II Technical Data Sheets.

20.2 The licenses and permits relevant to the Project and the corresponding law
requiring it as specified in the Technical Specifications, if any.

21.2 Notice to Proceed.

NATIONAL POWER CORPORATION ll-BDS-4


ijlli
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

SECTION IV

GENERAL CONDITIONS
OF CONTRACT

NATIONAL POWER CORPORATION


UDj
BIO 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 IV - GENERAL CONDITIONS OF CONTRACT VisP21Z1282Se

SECTION IV- GENERAL CONDITIONS OF CONTRACT


I
TABLE OF CONTENTS

CLAUSE NO. TITLE PAGE NO.

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

NATIONAL POWER CORPORATION IV-GCC-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 IV- GENERAL CONDITIONS OF CONTRACT VisP21Z1282Se

SECTION IV- GENERAL CONDITIONS OF CONTRACT

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. Advance Payment and Terms of Payment

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.

4. Inspection and Tests

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

NATIONAL POWER CORPORATION IV-GCC-1


J}|l
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
E.ECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION IV - GENERAL CONDITIONS OF CONTRACT VisP21Z1282Se

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.

Liability of the Supplier

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

NATIONAL POWER CORPORATION


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 V - SPECIAL CONDITIONS OF CONTRACT VlsP21Z1282Se

SECTION IV - SPECIAL CONDITIONS OF CONTRACT


GCC
Clause
1 Delivery and Documents -

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:

(ii) Original and four copies of Supplier’s factory test/inspection report:

(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:

(v) Certificate of Completion/lnspection Report 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

(viii) Documents specified in the Technical Specifications, if any.

For Goods supplied from abroad:

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:

NATIONAL POWER CORPORATION V-SCC-1


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 V - SPECIAL CONDITIONS OF CONTRACT VisP21Z1282Se

(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;

(iii) Original and four copies of Supplier’s factory test/inspection report;

(iv) Delivery receipt detailing number and description of items received


signed by the Procuring Entity’s representative at the Project Site;

(v) Certificate of Completion/Inspection Report 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 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 Supplier is required to provide all of the following services, including


additional services, if any, specified in Section VI. Schedule of Requirements:

a. performance or supervision of on-site assembly and/or start-up of the


supplied Goods;

b. furnishing of tools required for assembly and/or maintenance of the


supplied Goods;

c. furnishing of a detailed operations and maintenance manual for each


appropriate unit of the supplied Goods;

d. performance or supervision or maintenance and/or repair of the supplied


Goods, for a period of time agreed by the parties, provided that this
service shall not relieve the Supplier of any warranty obligations under
this Contract; and

e. training of the Procuring Entity's personnel, at the Supplier's plant and/or


on-site, in assembly, start-up, operation, maintenance, andtar repair of
the supplied Goods.

NATIONAL POWER CORPORATION V-SCC-2


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 V - SPECIAL CONDITIONS OF CONTRACT VisP21Z1282Se

f. Additional requirements specified in Section VI - Technical


Specifications, if any.

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 -

The Supplier is required to provide all of the following materials, notifications,


and information pertaining to spare parts manufactured or distributed by the
Supplier:

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

2. in the event of termination of production of the spare parts:

i. advance notification to the Procuring Entity of the pending


termination, in sufficient time to permit the Procuring Entity to
procure needed requirements; and

ii. following such termination, furnishing at no cost to the Procuring


Entity, the blueprints, drawings, and specifications of the spare
parts, if requested

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.

The Supplier shall carry sufficient inventories to assure ex-stock supply of


consumable spare parts or components for the Goods for the period specified
in the Technical Specifications.

Spare parts or components shall be supplied as promptly as possible, but in


any case, within three (3) months of placing the order.

Packaging -

The Supplier shall provide such packaging of the Goods as is required to


prevent their damage or deterioration during transit to their final destination, as
indicated in this Contract. The packaging shall be sufficient to withstand,
without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit, and open storage.
Packaging case size and weights shall take into consideration, where
appropriate, the remoteness of the Goods’ final destination and the absence of
heavy handling facilities at all points in transit.

The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly

NATIONAL POWER CORPORATION V-SCC-3


If
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 V- SPECIAL CONDITIONS OF CONTRACT VlsP21Z1282Se

provided for in the Contract. Including additional requirements, if any, specified


below, and in any subsequent instructions ordered by the Procuring Entity.

The outer packaging must be clearly marked on at least four (4) sides as
follows:

Name of the Procuring Entity


Name of the Supplier
Contract Description
Final Destination
Gross weight
Any special lifting instructions
Any special handling instructions
Any relevant HAZCHEM classifications

A packaging (1st identifying the contents and quantities of the package is to be


placed on an accessible point of the outer packaging if practical. If not practical
the packaging list is to be placed inside the outer packaging but outside the
secondary packaging.

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.

NATIONAL POWER CORPORATION V-SCC-4


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 V - SPECIAL CONDITIONS OF CONTRACT VisP2121282Se

Intellectual Property Rights -

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.

The terms of payment shall be as follows:

1) For Supply and Delivery Pay Items:

(a) On Contract Effectivity; Advance payment of Fifteen percent (15%) of


the total Contract Price shall be paid within sixty (60) days from
effectivity of the Contract and upon submission of a claim and an
irrevocable letter of credit or bank guarantee issued by a Universal or
Commercial Bank for the equivalent amount valid until the Goods are
delivered and in the form provided in Section VIII- Bidding Forms.

(b) On Delivery: Eighty percent (80%) of the Contract 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 fuliy 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.
Othenwise, the totai delivery payment shail be charged against the
advance payment and the remaining advance payment will be fully
recouped from the succeeding claims.

(c) On Acceptance: The remaining twenty percent (20%) of the Contract


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, if required, the Supplier shall have the right to claim
payment of the remaining twenty percent (20%) subject to the
______ Procuring Entity's own verification of the reason(s) for the failure to

NATIONAL POWER CORPORATION V-SCC-5


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 V - SPECIAL CONDITIONS OF CONTRACT VisP2121282Se

issue documents (vii) and (viii) as described in the SCC provision on


Delivery and Documents.

2) For Supply, Delivery, Installation, Test and Commissioning Pay items:

(a) On Contract Effectivity: Advance payment of Fifteen percent (15%) of


the total Contract Price shall be paid within sixty (60) days from
effectivity of the Contract and upon submission of a claim and an
irrevocable letter of credit or bank guarantee issued by a Universal or
Commercial Bank for the equivalent amount valid until the Goods are
delivered and In the form provided In Section VIII- Bidding Forms.

(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.

(c) On Acceptance: The remaining twenty percent (20%) of the price of


the delivered Goods plus price for installation, test and
commissioning 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.

3) For Supply, Delivery, Installation, Test and Commissioning Contracts


where Installation, Test and Commissioning prices are included in the
supply price:

(a) On Contract Effectivity: Advance payment of Fifteen percent (15%) of


the total Contract Price shall be paid within sixty (60) days from
effectivity of the Contract and upon submission of a claim and an
irrevocable letter of credit or bank guarantee issued by a Universal or
Commercial Bank for the equivalent amount valid until the Goods are
delivered and in the form provided in Section VIII- Bidding Forms.

(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)

NATIONAL POWER CORPORATION V-SCC-6


BIO DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X BO kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION V - SPECIAL CONDITIONS OF CONTRACT VisP21Z1282Se

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.

(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

3.2 1. The following must be indicated in the performance bond to be posted by


the Contractor

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.

3. In case of surety bond, any extension of the contract duration or delivery


period granted to the CONTRACTOR shall be considered as given, and
any modification of the contract shall be considered as authorized, as if
with the expressed consent of the surety, provided that such extension or
modifications falls within the effective period of the said surety bond.
However, in the event that the extension of the contract duration or
delivery schedule would be beyond the effective period of the surety bond
first posted, it shall be the sole obligation of the CONTRACTOR to post
an acceptable Performance Security within ten (10) calendar days after
the contract duration/delivery period extension has been granted by NPC.

4. Other required conditions in addition to the standard policy terms Issued


by the Bonding Company:

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;

NATIONAL POWER CORPORATION V-SCC-7

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;

1. Penalty for Failure to Meet Guaranteed Rated Output

Aside from the Liquidated Damages, the PROCURING ENTITY shall


impose a penalty in case the Supplier fails to attain the guaranteed rated
output of the diesel gensets.
If the diesel gensets fails to attain the guaranteed kW output at site during
the performance test as measured at the generator output terminals, a
penalty shall be imposed to the Supplier for each diesel genset that failed
to attain the guaranteed kW output, computed in accordance with the
formula specified below:

Penalty/Unit = TCP x (1 - ATRO)


X2
GRO
Where:
TCP = Total Contract price for one DG Set (Item 1 of the Bid Price Schedule)
ATRO= Actual Tested Rated Output of the DG Set at site corrected to ISO
3046 conditions
GRO= Guaranteed Rated Output of the DG Set at ISO 3046 conditions
2 = Penalty Constant

2. Penalty for Failure to Meet Guaranteed Fuel Rate


Aside from the Liquidated Damages and Penalty for Failure to Meet
Guaranteed Rated Output, the PROCURING ENTITY shall impose a
penalty in case the Supplier fails to attain the guaranteed fuel rate of the
diesel gensets.

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:

Penalty/Unit = (AFR-GFR) x GRO x PCF x 3427 x 2


Where:
APR = Actual Fuel Rate for each DG Set at site corrected to ISO 3046
conditions, li/kW-hr
GFR - Guaranteed Fuel Rate of the DG Set at ISO 3046 conditions. li/kW-hr

NATIONAL POWER CORPORATION


V-SCC-8
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COpMMISSIONING of 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELEiCTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION V - SPECIAL CONDITIONS OF CONTRACT VisP2121282Se

GRO =Guaranteed Rated Output of the DG Set at ISO 3046 conditions, kW


PCF = Prevailing cost of fuel per liter (delivered at site)
3427 ^Number of operating hours for one (1) year period computed to be equal
to 16 hours per day, 25 days PMS, 10% Outages and assumed 70%
Utilization Factor
2 ~ Penalty Constant

3. Penalty for Failure to Meet Transformer Guarantees

Aside from the Liquidated Damages, Penalty for Failure to Meet


Guaranteed Output and Penalty for Failure to Meet Guaranteed Fuel Rate,
the PROCURING ENTITY shall also impose a penalty In case the Supplier

The penalty to be imposed to the Supplier shall be in accordance with


Section VI - Part 1, Technical Specifications (Electrical Works).

NATIONAL POWER CORPORATION V-SCC-9


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
VisP21Z1282Se

SECTION VI

TECHNICAL
SPECIFICATIONS

NATIONAL POWER CORPORATION


BIO DOCUME^^■S 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

PART I - TECHNICAL
SPECIFICATIONS

GW - GENERAL WORKS

NATIONAL POWER CORPORATION


Jill
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 VisP2121282Se

PART I - TECHNICAL SPECIFICATIONS


GW - GENERAL WORKS
TABLE OF CONTENTS
CLAUSE NO. TITLE PAGE NO.
GW-1.0 GENERAL.............................................................................................. 1
GW-1.1 Project Description.................................................................................. 1
GW-1.2 Project Location..................................................................................... 2
GW-1.3 Project Duration..................................................................................... 2
GW-2.0 SCOPE OF WORK................................................................................3
GW-2.1 General................................................................................................... 3
GW-2.2 Mechanical Works................................................................................. 4
GW-2.3 Electrical Works..................................................................................... 6
GW-2.4 Civil Works..............................................................................................6
GW-2.5 Other Works and Services..................................................................... 7
GW-3.0 DESIGN AND DUTY CONDITIONS...................................................... 9
GW-3.1 Site Conditions.......................................................................................9
GW-3.2 Earthquake and Wind Design Requirements.........................................9
GW-3.3 Sound Control.......................................................................................10
GW-3.4 Emission Standards.............................................................................. 10
GW-3.5 Fuel Specifications Requirement......................................................... 11
GW-3.6 Torsional Critical Speeds..................................................................... 11
GW-3.7 Plant Operating Characteristics........................................................... 12
GW-3.8 Power System Characteristics............................................................. 13
GW-3.9 Service Life...........................................................................................13

GW-4.0 MATERIALS AND EQUIPMENT......................................................... 14


GW-4.1 General.................................................................................................14
GW-4.2 Applicable Codes and Standards........................................................14
GW-4.3 Test of Materials.................................................................................. 16
GW-4.4 Tropical Serviceability.......................................................................... 16
GW-4.4.1 General............................................................................. 16
GW-4.4.2 Metals................................................................................17
GW-4.4.3 Screws. Nuts, Springs,Pivots, etc...................................... 17
GW-4.4.4 Fabrics, Cork,Paper, etc....................................................17
GW-4.4.5 Adhesives........................................................................17
GW-4.5 Interchangeability................................................................................ 17
GW-4.6 Workmanship....................................................................................... 18

GW-5.0 EQUIPMENT MARKING, LABELING & MISCELLANEOUS


REQUIREMENTS................................................................................. 18
GW-5.1 Nameplates......................................................................................... 18
GW-5.2 Labels.................................................................................................. 19
GW-5.3 Tag Numbers/Standard Plant Identification Number (SPIN).............. 19
GW-5.4 Erection Marks..................................................................................... 19

NATIONAL POWER CORPORATION


[J)l VI-GW-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

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

GW-7.0 DISMANTLING AND HAULING REQUIREMENTS (AS APPLICABLE)28


GW-7.1 General...............................................................................................28
GW-7.2 Preparation.........................................................................................28
GW-7.3 Dismantling of Existing Installations.................................................. 29
GW-7.4 Demolition........................................................................................... 30
GW-7.5 Storage, Transportation and Re-Erection..........................................30
GW-7.6 Disposal of Demolished Materials..................................................... 30

GW-8.0 INSTALLATION REQUIREMENTS................................................... 31


GW-8.1 General...............................................................................................31
GW-8.2 Inspection at Site................................................................................31
GW-8.3 Installation Requirements.................................................................. 32
GW-8.4 Nameboards and Advertisements..................................................... 33
GW-8.5 Signs.................................................................................................... ...
GW-8.5.1 General............................................................................ 33
GW-8.5.2 Traffic Signs..................................................................... 33
GW-8.5.3 Signs for Emergencies.....................................................34
GW-8.5.4 Warning Signs.................................................................. 34
GW-8.5.5 Prohibition Signs.............................................................. 34
GW-9.0 INSPECTION AND TESTS............................................................... 34
GW-9.1 General...............................................................................................34
GW-9.2 Tests at Supplier’s Premises............................................................. 36
GW-9.2.1 Inspection at Supplier’s Premises....................................36
GW-9.2.2 Factory Acceptance Tests (FAT).....................................36
GW-9.3 Pre-Commissioning/Commissioning Test.......................................... 39
GW-9.3.1 General............................................................................ 39
GW-9.3.2 Pre-Commissioning Test.................................................. 39
GW-9.3.3 Commissioning Test........................................................ 40

NATIONAL POWER CORPORATION

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

GW-9.4 Performance Tests...............................................................................40


GW-9.4.1 Diesel Engine-Generator Set............................................ 41
GW-9.4.2 Auxiliaries and Associated Electrical Equipment............. 42
GW-9.5 Reliability Test (8 hours).......................................................................42
I GW-9.6
GW-9.7
Tests Failures....................................................................................... 43
Test Reports/Certificates......................................................................44
GW-9.8 Waiver of Factory Tests Witnessing/Inspection by NPC for Equipment to
be Furnished by the Supplier................................................................44
GW-10.0 TRAINING OF NPC PERSONNEL...................................................... 44
GW-10.1 General................................................................................................. 44
GW-10.2 Operation and Maintenance Training at Site....................................... 45
GW-11.0 CORROSION PROTECTION AND PAINTING................................... 46
GW-11.1 General................................................................................................. 46
GW-11.2 Treatment for Shipping.........................................................................47
GW-11.3 Application of Paint............................................................................... 47
GW-11.4 Hot Dip Galvanizing.............................................................................. 49

GW-12.0 SPARE PARTS AND TOOLS.................................................49


GW-12.1 Spare Parts........................................................................................... 49
GW-12.2 Tools and Appliances........................................................................... 50
GW-13.0 PACKING, SHIPMENT AND STORAGE.............................................51
GW-13.1 Packing/Crating.................................................................................... 51
GW-13.2 Shipment/Transport.............................................................................. 53
GW-13.3 Storage..................................................................................................54
GW-14.0 CLEAN UP........................................................................................... 54

GW-15.0 CERTIFICATE OF COMPLETION AND ACCEPTANCE....................54


GW-16.0 GUARANTEE....................................................................................... 55

GW-17.0 MEASUREMENT OF PAYMENT.........................................................56

NATIONAL POWER CORPORATION


13)] VI-GW-iii
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

PART I - TECHNICAL SPECIFICATIONS


GW - GENERAL WORKS
GW-1.0 GENERAL

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;

All materials, equipment, devices and accessories to be supplied under this


contract shall be new and unused, free from defects and imperfections and
best suited for the purpose intended.

All equipment shall essentially be the standard products of the Manufacturer


which best meets the conditions of sound engineering economy of
manufacture and procurement of any necessary spare parts.

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.

All necessary corrections and deviations from the specification of the


equipment arising either from error in the workmanship or design made by
the Supplier/Manufacturer with the resulting extra expenses and related
damages shall be solely charged to the account of the Supplier.

The Supplier shall strictly observe the general requirements of this


specification (General Works) in conjunction with the specific requirements
described in the relevant specific technical specifications (Mechanical,
Electrical and Civil Works). The specific technical specifications shall take
precedence over the general requirements (General Works) in case of any
inconsistency.

GW-1.1 Project Description

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.

NATIONAL POWER CORPORATION


CD VI-GW-1
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

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 diesel generating set shall be fully enclosed in a sound attenuated


and weatherproof enclosure designed to provide a sound pressure level of
not more than 85 dBA at 1-meter distance measured at any point of the
unit.

Each generating set shall be provided with separate Generator Control and
Protection Panel to be installed in the existing control room.

The new generating sets and associated electrical equipment shall be


installed in the area as shown on the drawings. The new generating sets
shall be designed to operate in parallel with the new and/or existing
generating sets.

GW-1.2 Project Location

The project which consists of 1 x 120 kW and 2 x 90 kW diesel engine


generating sets and associated electrical equipment shall be located in
existing plant site at Sitio Palina Grande, Barangay Bangongon, Tagubanhan
Is., Concepcion, Iloilo.

Means of transportation going to Barangay Bangongon, Tagubanhan Island


Is by boat from fish port in Poblacion, Concepcion, Iloilo. Land travel by bus
and rental service is available from Iloilo port, Barangay Loboc, Iloilo City to
fish port in Poblacion, Concepcion, Iloilo. Means of transportation from
Manila shall be by boat from port of Manila to port of Iloilo, Barangay Loboc,
Iloilo City.

GW-1.3 Project Duration

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.

NATIONAL POWER CORPORATION


Gi VI-GW-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

GW-2.0 SCOPE OF WORK

GW-2.1 General

It is not the intent of this specification to specify all technical requirements or


to set forth those requirements covered by applicable codes and standards.
The Supplier shall furnish high quality work, materials and equipment
meeting the requirements of this specification and industry standards and
shall be capable of performing and meeting 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/Manufacturer shall have an established local service center


(owned or accredited in the Philippines) with experienced technical
personnel that will promptly and efficiently cater to the repair and
maintenance requirements of the supplied unit/s during the warranty period.

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.

Any and/or all expenses arising through the lack of knowledge or


understanding regarding the existing conditions of each site shall be the
responsibility of the Supplier and no additional payment thereof shall be
made by NPC.

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:

a) Design, manufacture, factory test, deliver, installation of electro­


mechanical equipment, associated auxiliaries and electrical
equipment:

b) Delivery of labor and supervision, materials and supplies, tools and


equipment for the construction of civil works Including detailed design

NATIONAL POWER CORPORATION


EDi VI-GW-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 VisP21Z1282Se

of associated civil/slructural works for all equipment to be supplied by


the Supplier and as specified herein;

c) Inspection, test and commissioning of equipment and machinery to


ascertain that they are functioning in accordance with the contract
provisions and guarantees.

d) Training of NPC personnel covering electrical, mechanical,


instrumentation and control systems, troubleshooting including the
supply of manufacturer's software needed in programming the genset
control setting and electro/digital governing system including other
digital components that require exclusive programs from the
Manufacturer with free update throughout the operating life of the
generating set.

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.

The scope of works shall consist of the design, furnishing/supply, delivery,


installation, test and commissioning of modular diesel engine-generator sets
and auxiliaries, electrical equipment and associated civil works, but not
limited to the following:

GW-2.2 Mechanical Works

a) One (1) x 120 kW and Two (2) x 90 kW (Guaranteed Prime Power


Output) Modular Diesel Generating sets, 1800 rpm maximum, In-line
multi-cylinder arrangement, 480 V, 3-phase, 60 Hz, each equipped
with turbocharger and air-to-air charged air cooler, electronic
governor, direct injection, sound attenuated and weatherproof
enclosure and complete with auxiliary equipment, engine mounted
selective control/monitoring and protection panel, battery system with
charger, including anchor/foundation bolts and other
devices/accessories as described In the relevant technical
specifications.

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

NATIONAL POWER CORPORATION


ED1 Vl-GW-4
BID DOCUMEm'S 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

Structural steel supports, including any required excavation and


backfilling works;

d) Fuel oil. lubricating oil, lubricants, coolant, chemicals and other


consumables required during initial filling, test and commissioning at
site.

Cost of fuel consumed during the start-up, pre-testing/pre-


commissioning and re-test of the performance test shall be borne by
the Supplier. Fuel used/consumed during the performance and
reliability tests (where generated energy are already exported to the
grid/consumers) shall be supplied by NPC;

e) Furnish measuring and testing instruments, tools and devices to be


used during the test and commissioning:

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:

g) Supply and delivery of standard and special tools as specified in the


specification or technical data sheets and other necessary tools as
recommended by the manLrfacturer including tool box required for
start-up, test and commissioning, operation and normal/overhaul
maintenance. It shall include Portable Computer for diagnostic and
programming the genset control setting complete with licensed
software of genset control system and electronic/digital governing
system including other digital components that require exclusive
programs from the Manufacturer and/or Supplier;

h) Hydrostatic testing of field-installed piping systems under the


presence of NPC;

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.

The Supplier may request NPC to provide operations and


maintenance personnel to assist the Supplier during the conduct of
the test and commissioning.

The Supplier shall provide highly qualified and experience technical


personnel/engineers during the test and commissioning;—

j) All other required works to complete the project.

NATIONAL POWER CORPORATION


I3)i VI-GW-5
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGU8ANHAN DPP
SECTION VI-TECHNICAL SPECIFICATIONS VisP2121282Se

GW-2.3 Electrical Works

a) Supply, Installation and Test of 1 x 120 kW, 480V, 3-phase. 60 Hz AC


Generator and associated auxiliary electrical equipment including
grounding materials;
b) Supply, Installation and Test of 2 x 90 kW, 480V, 3-phase, 60 Hz AC
Generator and associated auxiliary electrical equipment including
grounding materials;

c) Supply, Installation and Test of Generator Control and Protection


Panel (GCPP) for 1 x 120 kW D/G set equipped with monitoring,
metering, control, protection and synchronizing equipment/devices;
d) Supply, Installation and Test of Generator Control and Protection
Panel (GCPP) for 2 x 90 kW D/G set equipped with monitoring,
metering, control, protection and synchronizing equipment/devices

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;

h) Supply. Installation and Test of 2 x 112.5 kVA, 480V/13.8kV, 3-Phase,


60Hz Generator Transformer;

i) Supply, Installation and Test of 15 kV Fuse Disconnect Switches with


Lightning Arrester Combination;

j) Supply, Installation and Test of Bus Conductor and Line Materials and
Hardware;

k) Supply, Laying and Test of Power, Control and Instrumentation


Cables including ground conductors and other appurtenances
required for the interfacing of supplied equipment;

l) Supply and Installation of Electrical Conduit and cable tray system;


m) Supply, Installation and Test of grounding conductors, ground
connectors, ground rods and other accessories required for the
interfacing of all equipment to the existing grounding system;
n) Construction of New Cable Trench/es;

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.

GW-2.4 Civil Works

a) Mobilization, demobilization, clean-up, provision of temporary office &


housing and storage, and all miscellaneous works required for the
implementation of the project;

NATIONAL POWER CORPORATION


EDi VI-GW-6
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

b) Site development and grading to required elevations of designated


areas/equipment location for modular generating sets and
transformers in accordance with the details shown on the drawings;

c) Design and construction of new reinforced concrete foundations for


modular gensets and control panels, transformers including anchor
bolts/machine bolts to ensure proper anchoring and installation.
Design calculations and detailed drawings shall be submitted for
NPC’s review and approval prior to construction;

d) Structural excavation and backfill for foundations of modular diesel


generating set/s and its auxiliaries, transformers, fuel oil day tanks and
its structural supports and for all miscellaneous BaIance-of*Plant
(BOP) structures required;

e) Concreting works, including fabrication (cutting/bending) and


installation of reinforcement, for foundations of modular diesel
generating set/s and its auxiliaries, transformers, fuel oil day tanks and
its structural supports and for all miscellaneous Balance-of-Plant
(BOP) structures required;

f) Fabrication and erection/installation of structural steel supports for fuel


oil day tanks;

g) Laying of gravel at the genset area;

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;

i) Demolition of any existing structures or facilities as may be required or


as shown on the drawings/photos and disposal of demolished
materials and equipment at the area within the plant or as designated
by NPC plant management; and

j) All other works and services required to complete the project

GW-2.5 Other Works and Services

a) Conduct actual inspection at project site and make assessment on the


physical conditions of any existing equipment and facilities to be
affected by the works (such as cable trench and associated cables
and trays including terminal points, interconnection points for fuel
supply and cooling water supply lines), determine possible sources of
materials and equipment to be supplied/utilized during project
execution, and verify the extent of the scope of works required for the
proper installation and reliable operation of the generating sets and
associated equipment.

NPC-SPUG plant personnel shall extend any assistance that the


Supplier may require during his inspection/assessment (such as
dimensional measurement, megger and wiring continuity test, etc.) at
each site including existing facilities;

NATIONAL POWER CORPORATION


CD VI-GW-7
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 TAGU8ANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

b) Conduct training of NPC plant operator at site who will be assigned to


operate and maintain the diesel generating sets regarding proper
operation, preventive maintenance and troubleshooting including
proper maintenance during standby condition.

The training program shall be conducted by expert/s who are


knowledgeable and well-trained by the genset manufacturer or his
authorized distributor;
c) Provide the services of competent engineer/s and/or technical staff/s
from the equipment Manufacturer/Supplier or his authorized local
representative to be assigned at plant to conduct relative activities
during the period of test and commissioning.

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;

d) After contract award and prior to procurement/contract


implementation, submit five (5) sets of drawings and documents for
approval of materials and equipment such as dimensioned assembly
drawings of generating sets and its auxiliary equipment, sound
attenuated and weatherproof enclosure, schematics and wiring
diagrams, control and protection panels, transformers, interconnecting
diagrams identifying terminal numbers, test procedures, training
program, draft of 0 & M manuals and other documents specified in
Clause GW-6.3.

Seven (7) sets of Approved Operation and Maintenance Manuals per


Plant site that include Part List and Preventive Maintenance Schedule
during the life span of the generating sets shall be submitted prior to
test and commissioning;

e) Corrosion protection and painting;

f) Provide Labels or Standard Plant Identification Number (SPIN) for all


equipment, valves, piping and instruments supplied;

g) Clean up of work areas after the completion of works covered by the


contract; and

h) Other works and services as specified in the relevant specifications


including those that are not specifically detailed herein but are
required to fully complete and placing ready for the safe and reliable
operation of the Diesel Generating sets.

NATIONAL POWER CORPORATION VI-GW-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 VisP21Z12e2Se

GW-3.0 DESIGN AND DUTY CONDITIONS

GW-3.1 Site Conditions

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.

Any and/or all expenses arising through the lack of knowledge or


understanding regarding the existing conditions of the site shall be the
responsibility of the Supplier and no additional payment thereof shall be
made by NPC.

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.

Elevation above sea level 0 to 500 M


Ambient temperature up to 45°C
Barometric pressure 0.974 -1.03 kg/cm2 abs
% Relative humidity up to 85 %
Design for seismic loads Seismic zone factor 0.4
Max. wind velocity 250 km/hr and/or as specified in the
latest edition of National Structural
Code of the Philippines

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 prevailing atmospheric condition is generally warm, humid, and salt


laden.

GW-3.2 Earthquake and Wind Design Requirements

Plant and equipment may be subjected to both horizontal and vertical


seismic induced accelerations of 0.40 g. or more depending on:

a) Natural period and mode of vibration


b) Damping (inherent or specifically provided)
c) Manner of failure (ductile or brittle)
d) Location (at ground level or at a higher level)

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

NATIONAL POWER CORPORATION


Q) VI-GW-9
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

components with modes of vibration with a natural period longer than 0.1
second be identified.

Provision shall be made for seismic movement by providing seismic


movement joints between components which are interconnected and may
have different vibratory characteristics. These joints shall be capable of
withstanding the sum of the maximum deflection of each component
resulting from a design earthquake.

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.

GW-3.3 Sound Control

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.

If the Supplier expects the maximum sound level of the equipment to


exceed the specified level at a distance of 1 meter, the Supplier shall use
acoustical treatment features, subject to NPC’s review and acceptance, to
achieve the sound control design objectives.

GW-3.4 Emission Standards

The diesel-generating units shall also comply with the Emission Standards
of the Philippine Clean Air Act, including but not limited to the following:

Pollutant Method of Method of


Permissible
Sampling Analysis
Limit (mg/Ncm)
NOx 2000 as N02 USEPA Methods 1 Phenol-disulfonic
thru 4 & Method 7 Acid Method or as
per sampling
method
SOx 700 as SO2 USEPA Methods 1 As per sampling
thru 4 & Method 6 method
or 8 as appropriate

CO 500 as CO USEPA Method 3 Orsat Analysis or


or 10 NDIR

Particulates 200 USEPA Methods 1 Gravimetric per


through 5 sampling method

NATIONAL POWER CORPORATION vi-Gw-10


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

GW-3.5 Fuel Specifications Requirement

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.

GW>3.6 Torsional Critical Speeds

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.

NATIONAL POWER CORPORATION


© Vl-GW-11
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

GW-3.7 Plant Operating Characteristics

Each diesel engine generator unit shall be capable of providing the


specified prime power output as defined in ISO 8528, under the most
adverse ambient condition as specified in the technical specifications.

Speed and voltage control systems shall be designed to maintain the


frequency and voltage within acceptable limits for the following loading
conditions;

a) Under steady state (i.e., slowly changing) conditions, the frequency


and voltage shall be maintained within one half percent of rated or set
value, respectively.

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”.

The start-up operation of the unit shall generally be performed remotely


from the generator control and protection panel (to be installed in the
existing control room) with provision of selective manual operation of the
diesel generator set and applicable auxiliary equipment from the local
control panel mounted/inslalled (per manufacturer’s standard) on the genset
skid.

Each diesel-generator unit shall be capable of operation at fraction of its


rated speed and at no load for reasonable periods of time as recommended
by the Manufacturer. If the speed at which idle operation is permissible is
lower than the rated speed, the Supplier shall state both the idle speed and
the minimum load required at rated speed for satisfactory operation of the
unit.

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.

NATIONAL POWER CORPORATION Vl-GW-12


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 WsP2121282Se

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.

N^bration and over-speed requirements shall be met by the diesel-generator


unit as follows:

a) Harmful vibration stresses shall not occur during acceleration,


deceleration and at rated speed.

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.

c) Moving parts shall be designed to withstand, without damage, the


level of overspeed that is caused by the following:

c.1 Full short-time load rejection; plus

C.2 Margin to allow the overspeed device to be set sufficiently high


to guarantee that the unit will not trip on full short time load
rejection.

As minimum, the generator, exciter and flywheel shall be designed to


withstand an overspeed of 25 percent of the rated speed without damage.

GW-3.8 Power System Characteristics

The generating sets to be supplied shall be capable of parallel operation


both at regulation and base load with the existing generator set/s of different
make/manufacturers and rating/s or to the existing power system.

The power system with which parallel operation may be required shall have
I the following characteristics:

a) Voltage variation: +5% Nominal Voltage: 480 volts, 3 phase

b) Frequency variation: +5% Nominal Frequency: 60 Hz

GW-3.9 Service Life

The diesel-generator unit and its auxiliary equipment shall be designed


based on a minimum service life of ten (10) years or 61,000 running hours.
Components for which ten (10) years life expectancy cannot reasonably be
assured shall be designed and installed to permit safe and convenient
replacement.

NATIONAL POWER CORPORATION VI-GW-13


Oil
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

I SECTION VI - TECHNICAL SPECIFICATIONS

GW-4.0 MATERIALS AND EQUIPMENT


VisP21Z12e2Se

GW'4.1 General

All materials, equipment, devices and accessories to be supplied under this


contract shall be new and unused, free from defects and imperfections and
best suited for the purpose intended. Materials used in the manufacture
and Installation of all equipment to be furnished shall be of the required
quality used in commercial products of reputable manufacturers.

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.

The names of manufacturers of equipment and articles contemplated for


incorporation in the work together with performance capacities and other
significant information pertaining to the equipment shall be furnished for
approval. Equipment or articles supplied or used without such approval
shall be at the Supplier's risk of subsequent rejections.

The equipment and materials to be furnished under this specification shall


be essentially the current standard products of the respective manufacturer
regularly engaged in the production of such equipment and materials. It
shall be designed and manufactured for maximum safety and reliability in
accordance with quality specifications.

Original brochures, catalogues and other related technical data sheets of


materials and equipment to be supplied by the Supplier under this contract,
in binder with cover, shall be submitted with the bid by the Supplier and/or
for NPC’s review and approval prior to fabrication.

Certified mill test reports as required in the relevant sections of this


specification and the governing codes and standards shall be furnished by
the Supplier for NPC’s record. Copies of each mill test report shall be
submitted to NPC prior to fabrication of materials covered.

The relative experience of the Manufacturer in the business of


manufacturing the equipment and materials shall not be less than the
number of years specified in the relevant specifications. Experience less
than what is required will be ground for rejection.

GW'4.2 Applicable Codes and Standards

All equipment and materials to be furnished shall be in accordance with, but


not limited to, the latest codes and standards issued by the following
authorities:

ABS American Bureau of Shipping


ANSI American National Standard Institute
ASME American Society of Mechanical Engineers

NATIONAL POWER CORPORATION


CD Vl-GW-14
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

ASTM American Society for Testing and Materials


AWS American Welding Society
BSI British Standards Institute
CE European Commission
I CSA Canadian Standard Association
DEMA Diesel Engine Manufacturer’s Association
DIN Deutsches Institutfur Normung
FM Factory Mutual Engineering
HIS Hydraulic Institute Standards
IBC International Building Code
ICS 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
lEC International Electrotechnical Commission
60044 Instrument Transformer
60071 Insulation Coordination
60060 High Voltage Test Technique
IEEE Integrated Institute of Electrical Engineers
ISO International Organization for Standardization
9001 Quality Management System
JEC Japanese Electrotechnical Committee

JEM Japan Electrical Manufacturer’s Association


JIS Japanese Industrial Standard
LR Lloyd’s Register
NEC National Electrical Code
NEMA National Electrical Manufacturer’s Association
MG 1 Standard for Motors and Generators
WC-5 Thermoplastic-Insulated Wire and Cable for the
Transmission and Distribution of Electrical
Energy
ICS2 Industrial Controls and Systems; Controllers,
Contactors and Overload Relays rated 600 Volts
NESC National Electrical Safety Code
NFPA National Fire Protection Association
272 Standard Method of Test for Fire and Smoke
Characteristics of Wires and Cables
NKK Nippon Kaiji Kyokai
OHSAS Occupational Health and Safety Assessment Series
PEC Philippine Electrical Code
SSPC Steel Structures Painting Council
TEMA Standards for the Tubular Exchanger Manufacturers
Association

NATIONAL POWER CORPORATION


ED VI-GW-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 VisP21Z1282Se

UL Underwriter’s Laboratories
44 Rubber-Insulated Wires and Cables
508A Industrial Control Equipment
2200 Standard for Stationary Engine Generator
Assemblies

Generating Set Model should be certified by any of the following


internationally recognized certifying body/organization: CSA, UL, JIS, CE,
LR, GL, NKK and ABS. Accordingly, supporting documents shall be
submitted by the Bidder during the contract implementation.

In addition to the above codes and standards, the Supplier shall comply
with all applicable national and local laws, codes, regulations, statutes, and
ordinances.

Other internationally recognized national standards may be accepted, such


will guarantee a quality not inferior to that guaranteed by the above
standards. The list of these alternative standards which the Bidder
proposes to adopt must be attached to his Bid for acceptance. In every
case. Bidders must list fully the standards they will conform to for this
Contract.

In case of conflicting requirements between authorities cited above or


between authorities cited and those specified, such disagreement shall be
resolved by NPC and its decision shall be final. The responsibility shall be
I on the Bidder to show the suitability of any alternative standard he may wish
to use.

All units, dimensions and calculations shall be in metric system.

GW-4.3 Test of Materials

I All materials, parts and assemblies to be used shall be tested conforming to


the latest specifications and provisions of approved Standards of Testing
Materials. Results of the test shall be made to provide means of
determining compliance with the applicable specifications. When
requested, all test or trials shall be made in the presence of NPC or his duly
authorized representative.

All units, dimensions and calculations used for the project under this
contract shall be in metric.

GW-4.4 Tropical Serviceability

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.

Totally enclosed motors and enclosures containing electrical control and


switching equipment and instrument for outdoor installations shall be

NATIONAL POWER CORPORATION


EDi VI-GW-16
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 \flsP21Z1282Se

equipped with temperature controlled electrical heaters. The construction of


the enclosures and installation of heaters shall be as to ensure effective
circulation of air while ensuring that no damage to equipment occurs due to
overheating.

GW-4.4.2 Metals

Iron and steel are in general to be galvanized or painted, as appropriate.


I Small iron and steel plate (other than SUS 316 stainless steel) of all
instruments and electrical equipment, the cores of electromagnets and the
metal parts or relays and mechanisms are to be treated in an approved
manner to prevent rusting. Cores or other components which are
laminated, or which cannot be rust-proofed, shall have all the expected
parts thoroughly cleaned and heavily enameled, lacquered or compounded.

I GW-4.4.3 Screws, Nuts, Springs, Pivots, etc.

The use of iron and steel is to be avoided in instruments and electrical


relays wherever possible. Steel screws, when used, are to be zinc,
cadmium or chromium plated or, when plating is not possible owing to
tolerance limitations, are to be of corrosion-resistant steel. All wood screws
I are to be of dull nickel-plated brass or of other approved finish.

Instrument screws (except those forming part of a magnetic circuit) shall be


stainless steel or cadmium plated steel. Springs are to be of non-rusting
materials, e.g. phosphor bronze or nickel silver, as far as possible.

Pivots and other parts for which non-ferrous material is unsuitable are to be
of approved rustless steel where possible.

GW<4.4.4 Fabrics, Cork, Paper, etc.

Fabrics, cork, paper and similar materials, which are subsequently to be


protected by impregnation, are to be adequately treated with an approved
fungicide. Fabrics treated with linseed oil or linseed oil varnishes shall not
be used.

GW-4.4.5 Adhesives

Adhesives are to be specially selected to ensure that the type to be used


shall be impervious and resistant to attack of mildew and insects. Synthetic
resin cement only shall be used for joining wood.

GW<4.5 interchangeability

The Diesel engine-generator sets and its associated auxiliary equipment


shall be of the same Brand/Model to allow interchangeability and easy
procurement of spare parts.

Corresponding parts throughout shall be interchangeable and shall perform


in identical manner if fitted in another unit. Likewise, all spare parts must fit
accurately in place without additional machining and shall perform in no
inferior manner to the original part.

NATIONAL POWER CORPORATION


GDI Vl-GW-17
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

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.

GW-5.0 EQUIPMENT MARKING, LABELING & MISCELLANEOUS


REQUIREMENTS
GW>5.1 Nameplates

All equipment and auxiliaries to be supplied by the Supplier under this


contract shall be provided with 1 mm thick of stainless steel or approved
equivalent corrosion-resistant nameplate with clearly legible writing of
approved size and pattern which shall be permanently attached to each
assembled piece of equipment at an easily visible location subject to
approval by NPC.

Nameplates generally contain the brief technical specifications or


characteristics of each component or equipment has been designed to
operate and shall include the following: manufacturer's name, type of
equipment, serial number, year of manufacture, weight. Standard Plant
Identification Number (SPIN) if assigned/designated by NPC or Indicated on
drawings and other relevant information in compliance with applicable
standards. Nameplate of the generating set shall also indicate the “Prime"
and/or allowable “Continuous" kW Ratings. Any special instructions shall
also be shown and suitably attached, as much as practicable, to the
equipment or other visible location near the subject equipment.

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.

Nameplates shall be attached by screws, the use of glue is only permitted


for fixing labels on inside of a panel where screws are not applicable due to
physical size of equipment.

Nameplates, labels and warning plates shall be in English.

NATIONAL POWER CORPORATION VI-GW-18


BIO DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP2121282Se

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.

Standard Plant Identification Number (SPIN) for instruments and other


devices shall also be provided and inscribed in the label or nameplate as
applicable.

Labels shall be secured by screws or by flexible wires if screws are not


applicable such as for valves, instruments, etc.

GW-5.3 Tag Numbers/Standard Plant Identification Number (SPIN)

Tag Numbers or SPIN for all supplied equipment and materials shall be
provided by the Supplier.

Tag Numbers/SPIN are designation codes which shall be used to achieve


uniformity and standardization in identifying each component and
equipment for installation, maintenance, documentation and record
purposes. The Tag Numbers/SPIN shall be clearly inscribed in a stainless
steel or equivalent corrosion resistant metal in accordance with the NPC
Standard Specifications.

Tag Numbers/SPIN are generally specified or indicated on the Bid


drawings. In case of supplied equipment, valves, instruments or devices
are not designated with tag numbers or SPIN, the Supplier shall assign a
number subject to the approval of NPC.

GW-5.4 Erection Marks

All members comprising multi-part assemblies are to be marked with


distinguishing numbers and/or letters corresponding to those of the
approved drawings or material lists. These erection marks, if impressed
before painting or galvanizing, shall be clearly readable.

NATIONAL POWER CORPORATION VI-GW-19


[3}i
BID DOCUMEMTS 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

Color banding of a code approved by NPC is to be employed to identify


members of similar shape or type but of differing strengths or grades.

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

Protection guards shall be provided for rotating components such as


coupling, drive shafts, fans, etc. These shall comply with ANSI Standard
B15.1, Safety Code for Mechanical Power Transmission Apparatus.

GW«5.7 Lifting Lugs

Each item of equipment or component which requires to be removed for


servicing and which weighs more than 20 kg shall be provided with lifting
lugs. Each lug shall be capable of supporting the entire unit. Lifting lugs
shall be welded to and be of the same material as the equipment. Lug
location shall minimize tilting of the equipment when suspended by the lugs.

GW-6.0 DRAWINGS AND INSTRUCTION MANUALS

GW-6.1 Drawings Contained in the Tender Document

The drawings contained In relevant section of this tender document shall be


the Bid Drawings and/or Reference Drawings which shall be utilized for
bidding purposes only. They are considered as defining the minimum
requirements for the design of the equipment to be furnished and to show
the general layout and equipment arrangement which indicate limiting or
mandatory dimensions and elevations. However, if such indicated
dimensions are found deemed inadequate during the implementation stage,
changes or adjustments may be made subject to NPC’s review and
approval.

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

NATIONAL POWER CORPORATION


CD Vl-GW-20
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

conditions or which may be modified in design/details to conform with the


configuration of the supplied equipment shall be prepared/submitted by the
Supplier for NPC’s review and approval. Accordingly, soft copies of said bid
drawings may be furnished upon receipt of request by the Supplier for their
ready reference/perusal.

Anything mentioned in the 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/
included under the Supplier's Scope of Works.

Discrepancies between the drawings and actual field conditions or between


drawings and specifications shall immediately be brought to the attention of
NPC for proper resolution. All works involving discrepancies shall not be
started without NPC’s formal approval.

AH drawings submitted by the Supplier or by any Sub-Supplier shall contain


In the lower right-hand corner, in addition to the Supplier’s name with
signature, the date, drawing scale, drawing number and title, and contract
number as given in the Specification. Drawing Title Blocks per NPC
standard specifications shall be provided to the Supplier during the contract
stage.

The drawings shall be adequate to demonstrate full compliance with the


Contract requirements and provide NPC complete understanding of the
equipment and its associated auxiliaries and associated works.

All data and information to be submitted shall be In the English language


and all drawings shall be drawn using the metric system as unit of
measurement.

GW-6.2 Drawings and Documents to be submitted with the Bid

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 Supplier’s/Manufacturer’s Drawings and Instruction Manuals

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.

NATIONAL POWER CORPORATION


0) VI-GW-21
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 sequence of submission shall be such that information is available for


checking or approval of each drawing or document received.

To provide the basis for programming the checking of the Supplier’s


drawings, the Supplier shall, within fifteen (16) Calendar Days from
effectivity date of the contract, prepare and submit to NPC for approval a
drawing and document lists summarizing the drawings he proposes to
submit in accordance with the requirements specified herein, together with
the dates on which he proposes to submit such dravwngs. These lists shall
be updated monthly to show the status of the drawings and documents
submitted and any additional proposed drawings. NPC shall have the right
to require the Supplier to submit additional information as may reasonably
be required.

The name and signatures of the Supplier/Manufacturer's designer and


approving officer who process the drawing for NPC's approval shall be
Included In the title block for each drawing/document submitted.

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.

Any manufacturing, test, installation of equipment and appurtenances and


construction of any particular structure or portion thereof prior to the
approval of drawings pertinent thereto shall be at the Supplier's risk. The
Supplier shall be responsible for any extra cost that may arise in
consequence to such risks or in correcting the work already done to
conform with the drawings as revised and approved.

The Supplier shall be responsible for any discrepancies, errors or omissions


in the drawings and other particulars supplied by him whether such
drawings and particulars have been approved by NPC or not, provided that
such discrepancies, errors or omissions are not due to inaccurate
information or particulars furnished in writing to the Supplier by NPC.

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.

Should an error be found in the Supplier’s drawings during approval, or


during construction/erection, the correction including any field change
considered necessary shall be noted on the drawings and shall be
resubmitted for approval.

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.

NATIONAL POWER CORPORATION


Q) VI-GW-22
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

GW-6.3.2 Bar Chart

A Bar Chart must be submitted by the Supplier/Contractor within fifteen (15)


calendar days from the effectivity of the Contract for NPC review and
approval indicating the schedule of various activities for the project such as
design, engineering, approval (brochures/drawings), manufacturing, testing,
delivery, erection, site test and commissioning.

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.

If the Works is not being adequately or properly performed in any respect,


NPC shall require the Supplier to submit a new “Agreed Bar Chart”
providing for the proper and timely completion of the Works covered by this
Contract.

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 percentage of accomplishment subtracted from anticipated percentage


on the “Agreed Bar Chart” is the percentage the Supplier Is behind or ahead
In his work.

GW>6.3.3 General and Detailed Drawings and Specifications for Electro*


Mechanical Equipment

Before proceeding with the manufacture of the equipment, the Supplier


shall submit for approval the applicable designs, design computations as
required, brochures, detailed specifications or equipment data sheets,
general assembly drawings, outline/arrangement drawings, system
drawings (flow diagrams), and sufficient sub-assembly drawings, P & I
diagrams, schematic and control wiring diagrams, site training program, test
and commissioning procedures, test reports and details to demonstrate fully
that all parts will conform with the provisions and intent of the Specifications
and with the requirements of their installation, operation and maintenance.

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.

NATIONAL POWER CORPORATION


Hi VI-GW-23
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 VisP2121282Se

GW'6.3.4 General and Detailed Design Drawings for Civil Works

The above drawings shall indicate, besides relative calculations and


instructions, all data necessary for the design of supporting structures such
as dimensions, weights, loads and stresses under operating conditions,
dimensions and weights for instaliation, assembly and maintenance.

In addition, these drawings shall indicate all necessary details such as


foundations, anchor, tie rods, trenches for cables and pipes, catwalks and
supports and any other data used in the design of Civil Works.

I The structures shall not substantially differ from those shown in the bid
drawings.

GW'6.3.5 Working Plan

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.

GW-6.3.6 Progress Report

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.

From the commencement of manufacturing works, the Supplier shall


provide color photographs of the Works which will be attached to the
monthly progress reports. Each photographic print shall bear a
printed description, a serial number and the date when taken.
Inscriptions shall be in English. Each photograph shall record or
illustrate specific events.

b) Weekly Summary Report

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.

GW-6.3.7 Instruction Manuals

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:

NATIONAL POWER CORPORATION


P VI-GW-24
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 VlsP21Z1282Se

Number of
Delivery Site/Group
Copies/Rating

3 Plant Site
Eastern Visayas Workshop, Maintenance
2
and Technical Services Division
1 Eastern Visayas Operations Division

1 Visayas Operations Department

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.

Instruction Manuals shall be furnished by the Supplier and assembled on


standard metric A4 sheets. Covers and binders to be used for the manuals
shall be robust and oil-resistant.

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.

The following requirements shall be included but not limited to:

a) List of all equipment and systems supplied and its accessory


components complete with respective descriptions, operating
requirements at all processes and ambient conditions, storage
requirements, reference codes and standards.
Supplier’s/manufacturer’s specification or technical data sheets
supported with illustrative catalogues and brochures as applicable;

b) Applicable drawings including equipment outline drawings, assembly


drawings, system flow diagrams, single line diagram, schematic and
control circuit diagrams (alarm and trip), interconnection diagrams of
the generator, exciter, governor and other integral devices and other
relevant drawings;

c) Mechanical and Electrical Parts lists itemizing type, number, rating,


performance limits, and services required including electric power,
water (cooling and seal), fuel and lube oil;

d) Instrument lists (including switches and probes) itemizing function, set


points, type, catalogue number, and range;

e) Piping Line and Valve lists itemizing type, size, material, and ANSI
class;

NATIONAL POWER CORPORATION


EDI VI-GW-25
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 VlsP2121282Se

f) Lists of trips and alarms complete with set points;

g) Operating procedures and instructions shall provide the operator with


information that tells him when and how to operate the equipment,
including precautions, limitations and set points. Procedures listed in
step-by-step sequence shall include start-up, shutdown, normal
operation and load variation. Troubleshooting charts and tables shall
be used to list likely evidence of malfunction and what could be
responsible. The effect of loss of normal power and effect of electrical
supply frequency drop shall be addressed;

h) Preventive Maintenance Schedule for all equipment with servicing


procedures including instructions for dismantling and/or replacing
components, routine electrical and mechanical procedures,
performance check and tests, checks for cleaning, lubricating and
othenvise caring for equipment. These procedures shall Include
instrument calibration and maintenance of interlocks and other safety
features;

i) Maintenance and overhaul instructions with step-by-step procedures


for all anticipated equipment repairs including control system
troubleshooting, alignment and calibration, assembly and
disassembly. Dimension record with clearances and tolerances and
torque values for all bolts shall be provided for reference;

j) Special/standard tools list;

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:

k.1 Equipment identification number or SPIN


k.2 Description of part
k.3 Manufacturer/Supplier part number
k.4 Manufacturer’s drawing number
k.5 Self life
k.6 Ordering lead time
k.7 Unit cost
k.8 Weight
k.9 Quantity required
k.10 Outline sketch diagram

GW-6.3.8 As-Built Drawings

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

NATIONAL POWER CORPORATION VI-GW-26


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

accessories, miscellaneous metal works, embedded piping and electrical


systems and other concealed items of work.

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.

GW-6.3.9 Documents for NPC’s Records

The Supplier shall furnish five (5) copies of the following documents for
NPC’s records:

a) Material Data, Material Certifications and Test Reports required by


governing Codes and Standards;

b) Factory Test/Site Test (Performance) Results; and

c) Other Documents as may be required.

GW'6.4 Processing of Drawings/Documents

All drawings and documents to be prepared by the Supplier for NPC’s


review and approval shall be on A4 size or A3 size folded to A4 and
submitted to, except otherwise mutually agreed during the implementation
stage;

The Manager, Design and Development Department


National Power Corporation
BIR Road comer Quezon Avenue,
Diliman, Quezon City 1100

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.

NATIONAL POWER CORPORATION


[2}jt VI-GW-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 VisP21Z1232Se

When prints of drawings are marked "Approved with Corrections Indicated”


or “Returned for Corrections", the Supplier shall finalize the drawings and
re-submit It in five (5) copies each for final approval. Every revision shall be
shown by number, date and subject in a revision block.

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.

Drawings and documents marked “Noted" without comments are deemed


approved. If comments/corrections are indicated thereon, the Supplier shall
finalize the drawings/documents and resubmit for NPC review and
reference.

Failure of the Supplier to submit the approved “As-Builf Drawings and


“Operation and Maintenance’ Manuals to NPC on the respective dates
specified in this section, NPC shall withhold Five percent (5%) of contract
amount from payments due to the Supplier.

GW-7.0 DISMANTLING AND HAULING REQUIREMENTS (AS APPLICABLE)

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.

The facilities/equipment shall be handled with care at all times to prevent


damage of any kind during the dismantling and temporary relocation.

The Supplier shall strictly observe the safety requirements/regulations of the


existing plant during the performance of the work.

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

NATIONAL POWER CORPORATION


GDI Vl-GW-28
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
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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.

Any changes in any part of the approved work program/procedures shall be


subject for review and approval by NPC.

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.

GW>7.3 Dismantling of Existing Installations

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.

During dismantling works, electro-mechanical equipment shall be carefully


lifted or glided using only the approved tools, equipment, and procedures
that will prevent damage to the equipment. Whenever possible, the
Supplier shall transport/haul the equipment by skids so as to reduce the
dismantling works.

The Supplier shall engage the services of highly qualified


engineer/specialist who shall be responsible for the supervision of all

NATIONAL POWER CORPORATION


Q)i VI-GW-29
BID 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 VisP21Z1282Se

dismantling and hauling works. Suitably skilled personnel shall execute


dismantling operations In an orderly sequence in such a manner as to
minimize the number and size of the resulting dismantled
parts/components.

To avoid pilferage, the Supplier shall maintain a well-guarded and secured


area, as designated by the NPC, for all dismantled equipment and materials
after each day’s work.

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.

All demolition operations shall be carried out in an orderly manner so as to


cause minimum interference with other activities.

GW-7.5 Storage, Transportation and Re-Erection

All dismantled materials and equipment shall be transported to the storage


area designated by NPC within the Plant site.

The Supplier shall provide temporary shelter/cover such as tarpaulin or


equivalent type of cover for protection of the equipment which require
protection from rain, dust or direct sunlight during the storage.

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.

GW-7.6 Disposal of Demolished Materials

All debris and demolished materials shall be transported to a location


designated by NPC and dumped or otherwise disposed of as directed by
him.

NATIONAL POWER CORPORATION Vl-GW-30


ED]
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 60 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VlsP21Z1282Se

Any demolished materials which are not required to be used elsewhere


have a commercial value, he may direct the Supplier to set aside and
salvage such materials, the proceeds of which shall be credited to NPC.

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-8.0 INSTALLATION REQUIREMENTS

GW-8.1 General

The Works to be carried out at Site shall be undertaken in a safe and


efficient manner in accordance with generally modern and industry
accepted practice and applicable standards.

GW-8.2 Inspection at Site

Erection procedures and proposed erection check lists, if required, shall be


submitted to NPC at least three months prior to the erection works all in
English language. The erection procedures for each item of Plant shall be
provided in hard-bound copies in a format and in sufficient detail to allow
NPC to appreciate fully how the works are to be erected, and at which
stages inspections, alignment checks, grouting, etc. are to be earned out.

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.

The maximum personal safety must be afforded to personnel directly


engaged under the Contract or who in the normal course of their occupation
find it necessary to utilize temporary works erected by the Supplier or who
frequent the working area.

NATIONAL POWER CORPORATION


IJV VI-GW-31
B(D 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 VlsP21Z1282Se

The Supplier shall provide such protection and watchmen as he may


consider necessary to safeguard the materials and stores in the area
allocated to him together with the works on the site. NPC will not accept
responsibility for any losses or damage which may occur during the
execution of the Contract.
I GW>8.3 Installation Requirements

The Supplier shall prepare detailed design of concrete foundations and


associated structures of all his supplied equipment including construction
thereof to ensure proper anchoring of the new equipment and associated
structures in accordance with the Manufacturer’s/Supplier’s
recommendation and the requirements of the relevant civil works
specifications and/or drawings subject to NPC's review and approval.

All electro-mechanical equipment and associated structures shall be


installed, tested and commissioned in accordance with the manufacturer's
drawings, instruction manuals, and drawings provided thereto. In the event
of conflict within these documents, the Supplier shall inform NPC of the
conflict in writing for written resolution prior to the execution of the Work.

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.

Assembly, erection and installation of all materials, equipment and its


associated structures shall be carried out by skilled and qualified personnel
with special training and experience in the appropriate trade.

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.

The pouring of concrete to secure in place any equipment on its concrete


foundation shall not be made until NPC has verified the correct location of
the foundation. Should incorrect positioning be ascertained after the
concrete pouring, the Supplier shali make the correction at his own
expense.

NATIONAL POWER CORPORATION


I2)i VI-GW-32
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

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.

GW-8.4 Nameboards and Advertisements

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.

The signs shall be of weather-resistant material with sufficient life span


under site conditions.

GW-8.5.2 Traffic Signs

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,

NATIONAL POWER CORPORATION


EBi VI-GW-33
BID DOCUME^J^S 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

One-way Streets, Speed Limits, Maximum Height or Width restrictions,


weight restrictions, Fire-access roads, etc.

Information signs shall be used to provide the necessary information to


personnel working on site. Examples of information signs are load-carrying
I capacities including marking of floor areas, working loads of cranes, lifting
gear and lifts, room identification, etc.

GW*8.5.3 Signs for Emergencies

Areas which are prone to accident shall be equipped with adequate


emergency signs of appropriate size. The emergency sign shall be stored
and permanently displayed at the proper place to provide correct
information which will result in fast action and also safe guard of personnel
worthing on site.

Escape routes, emergency exits, fire alarms, fire extinguishers, instruction


for special fire extinguishing agents, warnings against fire-extinguishing
I agents, first-aid equipment, telephones, etc.

GW-8.5.4 Warning Signs

Refers to the existing or possible existing danger, such as inflammable


substances, explosive substances, corrosive or noxious substances,
suspended loads, general danger, width/height restriction, danger or
trapping, steps, slipping, falling, etc.

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-8.5.5 Prohibition Signs

Prohibition sign shall be displayed by the Supplier in areas where the


following rules need to be closely adhered to prevent accidents such as the
outbreak of fire, damage of equipment caused by water, etc.

I Examples of prohibition signs are No smoking: no fire or no naked lights; no


entry to pedestrians; use no water; no entry; do not start; etc.

GW-9.0 INSPECTION AND TESTS

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

NATIONAL POWER CORPORATION


CD] VI-GW-34
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

Contract at least fort/ five (45) calendar days prior to the conduct of actual
test.

NPC and/or its duly authorized representatives shall be entitled to attend


and witness all applicable tests detailed in the relevant sections. NPC shall
be notified by the Supplier thirty (30) days in advance about any tests
requiring the presence of NPC or at least sixty (60) calendar days for
factory test to be conducted outside the country.

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.

Fuel oil, lubricating oil, lubricants, coolant, chemicals and other


consumables required during initial filling, start-up, test and commissioning
shall be borne by the Supplier. Cost of fuel consumed during the start-up,
pre-testing/pre-commissioning and re-test of the performance test shall be
borne by the Supplier. Fuel used/consumed during the performance and
reliability tests (where generated load are already exported to the
grid/consumers) shall be supplied by NPC.

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

NATIONAL POWER CORPORATION


ESi Vl-GW-35
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
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Zl282Se

conducted at manufacturer's shop/factory and at the site/s shall be


submitted to NPC for evaluation and acceptance.

The Supplier shall be responsible in compiling, recording, and submitting


the relative test reports. Five (5) certified test reports shall be submitted by
the Supplier within a maximum of fifteen (15) days after the completion of
tests.

Provide service personnel from the equipment Manufaclurer/Supplier or his


authorized local representative to be assigned at the plant for selective
periods stated in Clause GW-16.0 from date of completion or start of the
warranty period, to perform preventive maintenance of the generating sets
and auxiliaries: such as checking/evaluation of operating parameters, safety
adjustment of controls, components, assessment of operating conditions,
cleaning, etc. This shall include any maintenance services rendered upon
request of NPC in the event of any abnormality occurs within the warranty
period.

Acceptance or completion certificate shall be issued only after all the


required tests are satisfactorily conducted and results are within the
acceptable range and the guaranteed values are met.

GW-9.2 Tests at Supplier’s Premises

GW*9.2.1 Inspection at Supplier’s Premises

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.

When scheduled, and as often as NPC deems appropriate, progress will be


monitored with respect to Milestone Dates in the Contract Schedule and the
sequence of events and activities on the Supplier’s Detailed Contract
Schedule.

GW-9.2.2 Factory Acceptance Tests (FAT)

Prior to shipment and final inspection, each equipment supplied by the


Supplier shall be given the manufacturer’s standard factory test and/or as
required in the relevant sections of the technical specifications.

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.

At the commencement of the witnessing of Factory Test, all applicable


equipment and materials shall be brought together in one place, integrated,
and the configuration/set-up at the factory shall be Identical to that to be
installed at the site and any equipment and software necessary for the
proper operation of the equipment shall have reached its final form, not to

NATIONAL POWER CORPORATION


ED' VI-GW-36
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 80 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGU8ANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

be changed during the Factory Test and until commencement of


commissioning at site.

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.

Tests witnessed by NPC will be initialed accordingly by him on the test


record. The test record and dispositions, and any other pertinent supporting
data and documents shall form part of a test report to be submitted in
accordance with the specification.

a) Diesel Engine-Generator Sets

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.

The diesel engine shall be subjected to the following tests in direct


connection with the main generator:

a.1 Starting Test and Maneuvering Test at no load

a.2 Load Test

Load Duration

50% 0,5 hour


75% 0.5 hour
100% 1.0 hour
110% 0.5 hour

a.3 Governor Regulation Test

a.4 Overspeed Trip Test

a.5 Engine High Temperature, Low Oil Pressure and

NATIONAL POWER CORPORATION


QD VI-GW-37
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 80 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VsP21Z1282Se

Emergency Device Trip Test

a.6 Fuel Oil Consumption Test

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.

2. The conduct of Sound and Vibration Tests shall be


done only once, either during Factory Acceptance
Test (FAT) or at Site Acceptance Test.

b) Auxiliary Equipment

Certified Test Reports of the following auxiliary equipment shall be


submitted for NPC’s review and evaluation:

b.1 Pumps performance test


b.2 Heat Exchangers hydraulic test

c) Electrical Equipment

Electrical equipment such as generators, circuit breakers, control and


protection panels, transformers, etc. shall be subjected to factory tests
in accordance with the requirements as specified in the relevant
Electrical Works specifications.

d) Sound Attenuated/Weather Proof Enclosure

The enclosure shall be tested for Sound level @ 1-meter distance


from any point of the unit which shall not exceed 85 dBA. Water
tightness shall also be tested to ensure that rain water is prevented
from entering the enclosure by conducting Rain Test equal to 100 mm
per hour.

Note: The conduct of Sound, Vibration and Rain Tests shall be


done only once, either during Factory Acceptance Test
(FAT) or at Site Acceptance Test.

NATIONAL POWER CORPORATION


EDi VI-GW-38
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

GW-9.3 Pre-Commisslonlng/Commlssioning Test

GW-9.3.1 General

After installation of the equipment and its associated auxiliaries, the


Supplier shall notify NPC of the date when the plant is ready for pre-
commissioning/commissioning test at site. The timing and duration of the
test shall be as mutually agreed by NPC and Supplier and shall be
satisfactorily completed as required under the Contract.

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.

GW-9.3.2 Pre-CommissionIng Test

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

NATIONAL POWER CORPORATION


CQi VI-GW-39
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

m.3 Chemical cleaning of field installed engine piping system

GW*9.3.3 Commissioning Test

The Commissioning Test shall be carried-out after the Pre-Commissioning


Test has been conducted to ascertain its fitness for operation and shall
include the following:

a) Trial run of individual auxiliary equipment:


b) System sequential operation:
c) Generating unit tripping device test:
d) No load operation of diesel generating sets:
e) Test of control systems safety and operating functions
(Control and Protection Relays):
f) Unit synchronization;
g) Unit load test and load rejection test (at 50%, 75%, 100% and 110%);
h) Unit start-up/stop tests;
I) Automatic change-over of standby equipment:
j) Parallel Operation and Load sharing test;
k) Guaranteed Prime Power Output & Guaranteed Fuel Rate tests;
l) Reliability Test (24 hours):
m) Tests for Sound Pressure and Vibration: and
n) Tests for Electrical Equipment per ANSI and lEC standard.

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.

GW-9.4 Performance Tests

The performance test shall be carried out during the period of


commissioning test to verify the guaranteed or specified values of the
supplied equipment in accordance with the requirements of the
specifications which include the guaranteed Prime power output,
guaranteed fuel rate, enclosure sound pressure level and water tightness.
Vibration and others as required or specified in the relevant clauses of the
technical specifications.

Performance test to determine the guaranteed prime power output and


guaranteed fuel rate of each diesel engine generator unit shall be carried
out in accordance with the approved test procedure.

All Instruments, materials, and devices necessary to perform the required


testing as well as to measure and analyze data shall be furnished by the
Supplier. Any relevant instruments supplied and installed by the Supplier in
each of the diesel generator set shall preferably be used during the fuel
consumption test to verify its accuracy in comparison with the fuel rate test
results taken during the FAT. Any other applicable measuring devices other

NATIONAL POWER CORPORATION Vl-GW-40


[2}j
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 VisP21Z12e2Se

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.

Performance Test Procedures to be submitted by the Supplier shall include


the following:

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)

Acceptance of the equipment shall be on the basis of the satisfactory


results of the performance tests meeting the guaranteed values.

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.

GW-9.4.1 Diesel Engine>Generator Set

All tests shall be performed in accordance with the approved Test


Procedures submitted by the Suppiier and shall include but not limited to
the following:

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

c) Low Pressure, High Temperature and Emergency Device Trip

d) Load Test & Fuel Oil Consumption Test

50% load 0.5 hour


75% load 0.5 hour

NATIONAL POWER CORPORATION


U) Vl-GW-41
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

100% load 1.0 hour


110% load 0.5 hour

Before each test, the diesel generating set shall be stabilized at a


given load for duration of thirty (30) minutes or as recommended by
the Manufacturer. After the stabilization period, initial readings shall
be recorded and succeeding readings shall be taken every ten (10)
minutes thereafter for a period as specified above. As minimum, there
shall be three (3) test runs at each test point for both the power output
and fuel oil consumption. The computed results shall be the time-
weighted average of related readings.

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.

e) Test for Enclosure Sound Pressure Level, Water Tightness, and


Vibration.

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.

GW-9.4.2 Auxiliaries and Associated Electrical Equipment

All applicable auxiliary equipment shall be tested to assure proper operation


and performance to conform with the guaranteed and expected
performance values specified in the technical data sheets. Tests shall be
performed in accordance with the approved test procedures submitted by
the Supplier.

GW-9.5 Reliability Test (8 hours)

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

NATIONAL POWER CORPORATION


EDI VI-GW-42
BID DOCUMEm'S 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

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:

a) Plant tripping due to above causes;

b) Failure to start-up/shut-down as and when required according to


normal procedure:

c) Major defects to warrant plant shut-down or interruption for repair


which would othenwise affect safety or personnel and/or plant and
equipment; and

d) Failure to respond correctly during the run back or emergency trip


when initiated accidentally.

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.

In the event that the programmed or scheduled operating hours available at


the site are less than eight (8) hours per day, the remaining unused
reliability test hours as required shall be continued the following day to
complete the required 24-hour test.

GW-9.6 Tests Failures

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.

NATIONAL POWER CORPORATION Vl-GW-43


[]}l
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 VisP2121282Se

Penalties specified in the relevant sections of this Specification shall be


applied in case tests or retests at site for the gensets, transformers and
associated equipment have failed to meet the relative guaranteed data.

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.

GW-9.7 Test Reports/Certificates

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.

GW-9.8 Waiver of Factory Tests Witnessing/Inspection by NPC for Equipment


to be Furnished by the Supplier

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.

Issuance of the Certificate of Waiver of Tests Witnessing/Inspection for


I equipment required to be witnessed by NPC or its authorized
representative(s) however, shall in no way relieve the Supplier of his
responsibility to conform to the approved test procedures and the
requirements of the Specifications.

GW-10.0 TRAINING OF NPC PERSONNEL

GW-10.1 General

The Supplier/Manufacturer shall extend all possible assistance and


cooperation to NPC regarding the transfer of technology and developing
expertise in the area of engineering, operation and maintenance of the
generating sets and associated electrical equipment.

The Supplier shall plan, develop training module and program schedule
which shall be submitted to NPC for approval and shall cover all plant

NATIONAL POWER CORPORATION


[3}i VI-GW-44
810 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

systems such as mechanical and electrical equipment, auxiliary equipment


and associated facilities, control and instrumentation system, maintenance
and operational considerations.

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 course shall be conducted in as short period as possible but


enough to be able to properly train and make ready NPC technical
personnel who will be responsible for the safe and reliable
operation/maintenance of the plant.

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 training program shall be conducted by expert/s who are


knowledgeable and well trained by the gensets manufacturer or his
authorized representative.

The Supplier shall employ qualified English speaking instructors and


training coordinators during the conduct of the training program.

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.

GW-10.2 Operation and Maintenance Training at Site

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:

NATIONAL POWER CORPORATION


[2)f VI-GW-45
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

a) Lectures on Diesel Power Plant principles in management and

I b)
practices for operators, technicians and in maintenance personnel;

Hands-On Training on Operation and Maintenance training program


covering electrical, mechanical and instrumentation and control which
include an understanding of the software and a working knowledge of
the database for additions, modifications, deletions and the practical
use of diagnostic programs.

c) Proper maintenance during long period of standby condition.

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.

During pre-commissioning, commissioning, and performance test period,


I the Supplier may request NPC to provide operations and maintenance
personnel to assist the Supplier in the operation and maintenance of his
supplied equipment under the direction of the Supplier for the purpose of
on-the-job training.

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-11.0 CORROSION PROTECTION AND PAINTING

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.

Generally, the diesel engine generator set/s and associated equipment


including its enclosure shall be shop primed and finish coated in
accordance with the Manufacturer’s standard practice. An adequate supply
of touch-up paint shall be supplied by the Manufacturer/Supplier which shall
be used for painting surfaces that will be damaged during transport and
installation works including surfaces that show signs of corrosion. Color of
Final painting shall be per Manufacturer’s standard, unless othenwise
specified in the pertinent provisions of the specifications. Preferably, final
color shall be similar to the existing color of the equipment and structures or
as directed/approved by NPC.

The Supplier shall be responsible for the adoption of preparation


procedures and protective coating systems which are suitable for the
environment experienced by the various components/elements of the Plant.

NATIONAL POWER CORPORATION


ED VI-GW-<S6
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

I Where a specific coating system is mentioned elsewhere in the


specification, the Supplier shall accept responsibility for the suitability for
such system. The Supplier has the option to nominate an alternative
coating system for the approval of NPC.

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:

a) Plant item name;


b) Protective coating systems including number and thickness of coats;
c) Short list of protective coating manufacturers and applicators:
d) Surface preparation:
e) Workshop action; and
f) Final color schedule which NPC will provide during the Contract stage
or as specified in the relevant sections of this specification.

GW-11.2 Treatment for Shipping

The various items which do not fall under the paintings or lining
specifications in the documents shall be surface treated for shipping.

The various items to be shipped shall be thoroughly cleaned before


shipment so as to eliminate dirt, rust and grease, all welding slugs and
spatters, and loose metals.

I All metallic machined surfaces shall be covered with a protective coating.


This coating shall be effective against salty air and shall be easily
removable at site.

All iron or steel external surfaces shall be covered with two (2) coats of
protective anti-rust paint.

All internal surfaces of tanks shall be coated with an easily washable


corrosion preventive compound.

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.

GW-11.3 Application of Paint

Before any painting is made, all surfaces must be prepared properly by


removing all rusts, scales, welding slugs and spatters, grease and
encrustation of any nature. Steel surfaces shall be white blasted in
accordance with Steel Structures Painting Council Standard. The various
paints to be used shall be of approved quality and type.

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.

NATIONAL POWER CORPORATION


CD! VI-GW-47
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

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.

Paint shall not be applied to machined surfaces, corosion resistant


materials or linings, unless otherwise specified in the relevant sections of
the specifications.

All contact surfaces of field-welded connections shall be masked at a


distance of 100 mm back from the weld joint and shall be suitably protected
against corrosion.

For non-insulated surfaces exposed to high temperature two (2) coats of


aluminum modified silicone with a volume solid of 42% + 2% high
temperature paint shall be applied.

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.

Exposed fabrication, erection, or shipping marks shall be cleaned off and


the areas touched-up shall be painted to match the adjacent surfaces.

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.

I Equipment and auxiliaries which are shop-fabricated/assembled and have


already been provided with final painting shall no longer require painting at
the site except for painted surfaces which have been damaged during
transport and/or installation works, shall require touch-up painting. Color of
final painting shall be as designated and approved by NF^C.

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

GW>11.4 Hot Dip Galvanizing

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 thickness of applied layer shall correspond to a minimum rate of 600


gm/m2 or as approved by NPC.
I
GW-12.0 SPARE PARTS AND TOOLS
The lists of Spares and Tools in a form to be filled up by the Supplier as
specified in Part II - Technical Data Sheets, are preliminary and subject to
Changes to conform vwth 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"
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.

GW-12.1 Spare Parts

The Supplier must have an established local Service Center (Owned or


Officially Accredited) with experienced technical personnel that will promptly
and efficiently cater to the repair, maintenance and spare parts
requirements of the supplied unit/s during the warranty period.

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.

I GW'12.2 Tools and Appliances

The tools and appliances recommended by the manufacturer and are


deemed required for the following specific purpose of the equipment to be
supplied under this Contract shall be provided by the Supplier including
tools that are specified below and in the relevant Electrical Works
specifications. A complete detail shall be listed in the Schedule of Tools
and Appliances and shall be submitted with the bid in the form as specified
in Part II - Technical Data Sheets, of the bid document.

a) One (1) set of special/standard tools and instruments required for


start-up, test and commissioning, operation and normal/overhaul

I maintenance of the whole of the equipment and auxiliaries furnished


by the Supplier.

I b) Any special tools or appliances required solely for erection purposes.

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.

Every special tool and instrument shall be accompanied or furnished with


maintenance or instruction manuals in English language.

All tools and appliances supplied shall be handed over to NPC in perfect
condition at the time of taking over.

NATIONAL POWER CORPORATION


[3)1 VI-GW-50
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

I SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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-13.0 PACKING, SHIPMENT AND STORAGE

GW'13.1 Packing/Crating

The Supplier shall effect proper packing/crating to ensure that equipment


and components are adequately protected from damage during shipment

I and subsequent storage. Utmost care shall be observed in packing/crating


delicate equipment and electronic devices such as control panels,
instruments, and other sensitive parts or components.

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.

All openings and machined surfaces shall be provided with protection to


prevent damage, corrosion and entrance of foreign matter during shipment
and storage.

I Flanged connections shall be protected by a V2 inch (13 mm) or thicker


plywood disc, or suitable alternate, bolted to the face of the flange.

Threaded or socket weld connections shall be protected with screwed or


snap on type, securely held plastic protectors. Cast iron plugs are not
acceptable for protection unless part of the permanent assembly.

Butt-weld connections shall be protected by wooden disks that cover the


entire weld end area, and shall be secured by metal straps and fasteners.

Covers, straps or fasteners shall not be welded to equipment.

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.

NATIONAL POWER CORPORATION


CD' VI-GW-51
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

I SECTION V! - TECHNICAL SPECIFICATIONS VisP21Z1282Se

All delicate electrical and mechanical parts susceptible to damage from


moisture shall be packed in hermetically sealed container or other approved
containers within their packing cases, with ali machined surfaces coated
with a rust preventive compound. All sealed packages shall include bags of
silica or equally moisture absorbing chemical. When electric space heaters
I are provided for that purpose, these should be wired to the outside of the
equipment so that energization immediately upon receipt is possible without
disassembly of crates, etc. This also requires that no combustible material
I be left inside the equipment.

All equipment belonging to the same system/skid shall be properly marked


and packed In the same crate as much as practicable. The Supplier shall
not mix equipment and parts of one system with another to avoid confusion
during assembly.

Valves, including its bolts, nuts, and washers, shall be segregately packed
and properly marked according to plant system, size, and number of pieces.

Ail temperature gauges, pressure gauges, switches, transmitters, and other


instruments shall be properly marked and carefully packed so as not to
break the associated glass and undue damage to the threaded portion.

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.

NATIONAL POWER CORPORATION

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:

a) Inspection and verification of the packing list;

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.

A record shall be prepared carefully noting all eventual shortages, defects


or damages, signed by the Supplier and concurred by NPC. All shortages
and damages noted shall be immediately replaced by the Supplier at his
own cost and shall ensure the timely delivery of replacement without
affecting the agreed overall project implementation schedule.

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.

NATIONAL POWER CORPORATION


EDi Vl-GW-53
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

I SECTION Vl-TECHNICAL SPECIFICATIONS VisP21Z1282Se

Shipment of equipment and materials to be supplied by the Supplier should


I be through Philippine Flag Carrier. However, a non-Philippine Flag Carrier
may be used, provided a certification of its non-availability is issued by the
nearest port authority within ten (10) calendar days from the date the goods
are ready for shipment.

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 equipment and materials to be supplied by the Supplier will not be


immediately required for installation at the specified site/s, the materials and
equipment shall be carefully stored and maintained at such place and in
such a manner as NPC may direct until such time as they are ready for
installation/erection.

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.

GW-15.0 CERTIFICATE OF COMPLETION AND ACCEPTANCE

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.

NATIONAL POWER CORPORATION VI-GW-54

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

I SECTION VI - TECHNICAL SPECIFICATIONS WsP2121282Se

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

I machineries, against defect in design, workmanship and materials and shall


include labor, parts and travel time for necessary repairs at the plant site
effective from date of issuance of Certificate of Completion for a period of
twelve (12) months.

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.

The Supplier shall also provide the services of the equipment


Manufacturer/Supplier or his authorized local representative (a service
technician who has complete knowledge of proper operation and
maintenance of the generating sets) for a period of not less 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
I period at no cost to NPC to perform the following, but not limited to:

a) Checking/inspection of installed equipment:

I b) Conduct evaluation and assessment of operating parameters:


c) Make necessary adjustment on instruments and controls;

I d) Perform/supen/ise necessary cleaning, repair, trouble shooting, parts


replacement: and
e) Provide training and/or informative instructions similar to Items “a)' to
“d)" above to NPC Plant Operation and Maintenance Personnel. Such
training/instructions shall be conducted (Hands on) in such a way that
NPC Plant O & M Personnel would be able to perform reliably and
satisfactorily on similar generating sets supplied under this contract.

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

I SECTION VI - TECHNICAL SPECIFICATIONS VIsP21212B2Se

This shall include any maintenance/repair services rendered upon request


of NPC in the event of any abnormality occurs within the warranty period.
For minor repairs/replacements/adjustments as determined by the Supplier,
plant maintenance personnel who had undergone training conducted by the
I Supplier may perform the necessary repairs/replacements/adjustments, if
authorized by the Supplier through any means of available communications,
provided that such repair shall not relieve the Supplier of its obligation under
I the contract if such repair is not done properly.

The guarantee period of twelve (12) months shall be exclusive of any


downtime attributable to the Supplier, in case of generating set downtime
occurs during the warranty period due to fault of the Supplier, the downtime
hours shall be added to the 1-year warranty period which shall start upon
receipt by the Supplier of NPC’s Notice of Request for Supplier's Repair
Services. Hence, the warranty period is extended with the equivalent
downtime attributable to the Supplier.

Provided further that the release of the warranty bond/security is without


prejudice to terms provided by Clause GW-15 and shall be done after the
warranty period plus downtime attributable to Supplier, if any as certified by
I the concerned end-user.

Accordingly, the warranty bond shall be extended.

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:

Penalty = Prevailing electricity rate in pesos per kW-day x genset rated


capacity x number of shutdown days counted from 11m day of
Supplier’s acknowledgement to NPC’s request without action.

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.

GW-17.0 MEASUREMENT OF PAYMENT

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.

Failure of the Supplier to submit the approved "As-Built" Drawings and


"Operation and Maintenance' Manuals to NPC on the respective dates
specified in Clauses GW-6.3.7 and GW-6.3.8, NPC shall withhold Five
percent (5%) of contract amount from payments due to the Supplier.

NATIONAL POWER CORPORATION


IP Vl-GW-66
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
VisP21Z1282Se

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

SECTION VI - TECHNICAL SPECIFICATIONS


I CW-CIVIL WORKS
TABLE OF CONTENTS

CLAUSE NO. TITLE PAGE NO.

CW-1.0 GENERAL CONSTRUCTION FACILITIES................................................... 1


CW-1.1 Scope.................................................................................................................1
CW-1.2 Moving-in........................................................................................................... 1
CW-1.3 Contractor’s Camp Facilities.............................................................................. 1
CW-1.4 Water Supply..................................................................................................... i
CW-1.5 Sewerage Disposal and Sanitation....................................................................1
CW-1.6 Fire Protection....................................................................................................2
CW-1.7 Construction Power........................................................................................... 2
CW-1.8 Camp Security................................................................................................... 2
CW-1.9 Construction Materia! Storage........................................................................... 2
CW-1.10 Removal of Camp and Construction Facilities.................................................. 2
CW-1.11 Measurement and Payment............................................................................... 3

CW-2.0 CARE OF WATER DURING CONSTRUCTION........................................... 3


CW-2.1 Scope.................................................................................................................3
CW-2.2 Drainage and Dewatering..................................................................................3
CW-2.3 Measurement and Payment............................................................................... 3

CW-3.0 ENVIRONMENTAL REQUIREMENTS FOR CIVIL WORKS........................3


CW-3.1 Scope................................................................................................................. 3
I CW-3.2 Genera! Conditions............................................................................................ 3
CW-3.3 Measurement and Payment............................................................................... 5

CW-4.0 STRUCTURAL EXCAVATION, FILL AND BACKFILL................................ 5


CW-4.1 Scope.................................................................................................................5
CW-4.2 Materials............................................................................................................ 5
CW-4.2.1 Structural Excavation.......................................................................5
CW-4.2.2 Structural Fill.................................................................................... 5
CW-4.2.3 Special Foundation, if any............................................................... 6
CW-4.2.4 Structural Backfill............................................................................. 6
CW-4.3 Construction.......................................................................................................7
CW-4.3.1 Excavation.......................................................................................7

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-4.3.2 Structural Foundation Fill.................................................................8


CW-4.3.3 Special Foundations....................................................................... 8
CW-4.3.4 Backfill............................................................................................. 8
CW*4.4 Measurement and Payment.............................................................................. 9
CW-4.4.1 Structural Excavation...................................................................... 9
CW-4.4.2 Structural Foundation Fill.................................................................9
CW-4.4.3 Special Foundations....................................................................... 9
CW-4.4.4 Structural Backfill........................................................................... 10
CW-4.4.5 Trench Excavation and Backfill for Sewerage, Drainage and
Water Supply Pipes and Cable Trench.......................................................... 10

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

CW-6.0 REINFORCING STEEL................................................................................. 1^


CW-6.1 Description....................................................................................................... 16
CW-6.2 Material Requirement...................................................................................... 16

NATIONAL POWER CORPORATION


pi Vl-CW-ll
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___________________________________________________VisP21Z1262Se

CW-6.2.1 Bar Reinforcement.........................................................................17


CW-6.2.2 Sampling........................................................................................17
CW-6.3 Construction Requirement.............................................................................. 17
CW-6.3.1 Order List for Bent Bars................................................................. 17
CW-6.3.2 Fabrication..................................................................................... 17
CW-6.3.3 Protection of Material.....................................................................17
CW'6.3.4 Placing and Fastening Reinforcement & Miscellaneous
Material (ACI-301)...........................................................................................18
CW-6.3.5 Splicing...........................................................................................19
CW-6.4 Measurement and Payment.............................................................................20

CW-7.0 STRUCTURAL STEEL.................................................................................. 21


CW-7.1 General............................................................................................................ 21
CW-7.1.1 Submittals...................................................................................... 21
CW-7.1.2 Delivery and Storage.....................................................................21
CW-7.2 Materials.......................................................................................................... 22
CW-7.2.1 Steel.............................................................................................. 22
CW'7.2.2 Bolts, Nuts and Washers:.............................................................. 22
CW-7.2.3 Accessories;.................................................................................................... 22
CW-7.3 Execution......................................................................................................... 23
CW-7.3.1 Fabrication..................................................................................... 23
CW-7.3.2 Welding of Structural Steel Work:..................................................23
CW-7.3.3 Shop Painting................................................................................ 23
CW-7.3.4 Erection..........................................................................................23
CW-7.3.5 Tests and Inspections....................................................................24
CW-7.4 Measurement and Payment............................................................................. 24

CW-8.0 REINFORCED CONCRETE FOUNDATION AND ASSOCIATED


STRUCTURES FOR EQUIPMENT AND OTHER COMPONENT
(DESIGNED/CONSTRUCTED BYCONTRACTOR).................................. 25
CW-8.1 Scope...............................................................................................................25
CW-8.2 Design and Construction..................................................................................25
CW-8.3 Measurement and Payment.............................................................................26

CW-9.0 DRAINAGE SYSTEM AND APPURTENANT STRUCTURES.................. 2G


CW-9.1 Scope...............................................................................................................26
CW-9.2 Materials.......................................................................................................... 26
CW-9.2.1 Non-Reinforced ConcreteDrainage Pipes......................................26
CW-9.2.2 Reinforced Concrete Drainage Pipes............................................ 26
CW-9.2.3 PVC Pipes.....................................................................................26

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

CW-9.2.4 Concrete Covered Rectangular Ditch............................................ 27


CW-9.2.5 Bedding Material........................................................................... 27
CW-9.3 Construction.................................................................................................. 27
CW'9.3.1 Trench Excavation and Backfill......................................................27
CW-9.3.2 Concrete Canal.............................................................................. 27
CW-9.3.3 Appurtenant Structures..................................................................27
CW-9.4 Pipe Installation..............................................................................................28
CW-9.4.1 General......................................................................................... 28
CW-9.4.2 Non-Reinforced and Reinforced Concrete Drainage Pipes...........28
CW-9.5 Measurement and Payment...........................................................................28
CW-9.5.1 Concrete Rectangular Ditch.......................................................... 28
CW-9.5.2 Concrete Drainage Pipes and PVCPipes......................................29
CW-9.5.3 Appurtenant Structures..................................................................29
CW-9.5.4 Bedding......................................................................................... 29

CW-10.0 STEEL POLE WITH CROSS-ARMS AND BRACES................................29


CW-10.1 Description..................................................................................................... 29
CW-10.2 Pole Requirements........................................................................................ 30
CW-10.3 Pole Erection................................................................................................. 30
CW-10.4 Measurement and Payment...........................................................................31

NATIONAL POWER CORPORATION VI-CW-lv


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

TECHNICAL SPECIFICATIONS

CW-CIVIL WORKS

CW-1.0 GENERAL CONSTRUCTION FACILITIES

CW-1.1 Scope

This section covers the construction and/or maintenance of access roads,


drainage system and other appurtenant structures, moving-in of the
Contractor's construction equipment, setting up of the Contractor’s camp and
the disposition of the Contractor's various facilities at the end of the Contract.

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.

CW-1.3 Contractor’s Camp Facilities

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.

CW-1.4 Water Supply

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.

CW-1.5 Sewerage Disposal and Sanitation

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.

CW-1.6 Fire Protection

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.

In the event of an uncontrollable fire occurring in the area of the Contractor’s


operation, the Contractor shall have to extinguish the fire immediately at his
own expense, to the full extent of the manpower and equipment employed
under the contract at the time of the fire.

The Contractor shall indemnify NPC against all liabilities, claims, damages
and/or lawsuits arising thereto.

CW-1.7 Construction Power

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.

CW-1.8 Camp Security

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.

CW-1.9 Construction Material Storage

The Contractor is required to put up warehouse(s) with capacities sufficient to


store the construction materials required in the work. The warehouse(s) shall
be specifically for this contract, notwithstanding his other facilities in the site
that may serve the purpose.

CW-1.10 Removal of Camp and Construction Facilities

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.

NATIONAL POWER CORPORATION


CD Vl-CW-2
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

CW-1.11 Measurement and Payment

No separate measurement and payment will be made for the Contractor's


Construction Facilities. The entire cost thereof shall be included in the various
pay items in the Schedule of Requirements.

CW-2.0 CARE OF WATER DURING CONSTRUCTION

CW'2.1 Scope

I In accordance with the specifications contained in this section or otherwise


directed, the Contractor shall construct and maintain all necessary temporary
drainage ditches and other temporary protective works and he shall also
furnish, install, maintain and operate necessary pumping equipment and other
devices to protect construction operations free from water coming from any
source, including rain.

CW-2.2 Drainage and Dewatering

The Contractor shall be responsible for dewatering foundation areas so that


work can be carried out on a suitably dry condition. The Contractor shall
construct drainage ditches, holes, culverts, furnish, maintain and operate at his
own expense all necessary pumps and other dewatering devices to keep all
work areas free from water.

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.

CW'2.3 Measurement and Payment

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-3.0 ENVIRONMENTAL REQUIREMENTS FOR CIVIL WORKS

CW-3.1 Scope

This section pertains to the environmental and safety provisions, requirements


and conditions that shall govern during the execution of all civil works under
this project.

CW>3.2 General Conditions

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:

a) Designate a Safety Officer and a Pollution Control Officer who shall


respectively handle all safety and environmental concerns of the
project.

b) Prepare and submit Construction Safety and Health Plan (CSHP).

c) Properly manage debris and various waste generated during


installation/construction, such as the following:

• Dispose of demolition and construction debris in a designated or


NPC approved disposal area(s);

• Stockpile (and cover If possible) or haul to the designated and/or


pre-developed dump sites (spoil disposal areas) that shall be
provided with suitable drainage - equipped with sediment traps,
stripped top soil, spoils from quarry/borrow sites and excavated
materials;

• Segregate solid wastes, such as empty cement sacks, scraps of tin


or wood, used wires and other domestic garbage, for recycling or
storage in NPC-approved temporary storage areas and further
disposal to LGU-designated disposal sites.

• Properly handle, store and dispose-off, through DENR-accredited


transporter/treater, hazardous wastes i.e. used oils, paints, thinner,
etc.

d) Limit construction activities that generate excessive noise to daytime


works only to prevent nuisance to nearby residents during rest hours.

e) As far as practicable, undertake site stripping, grading and excavations


during dry weather.

f) Construction/lnstallation shall be carried-out in a manner where


landslides and erosions are minimized.

g) Avoid unnecessary opening/clearing of areas outside construction sites


or destruction of vegetative cover, especially cutting of existing trees;
and to re-vegetate disturbed areas.

h) Implement biological control measures such as maintenance of


vegetation buffers (i.e. sodding of grass, planting of creeping vines,
herbs, shrubs and trees) to shield streams/rivers from sedimentation;
planting of vegetative cover over erodible surfaces; and planting of
exposed sloping areas with shallow-rooted species like grasses, herbs
or creepers.
i) Locate fill slopes and spoil heaps away from drainage routes and
properly remove/dispose the same as soon as practicable.

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

j) Preserve or replace, if practicable, natural drainage patterns (when


disturbed by civil works) with appropriate drainage channels.

k) Convey oil-contaminated wastewater from workshops, garages, or gas


filling stations through an oil trap (i.e. improvised oil-water separator)
prior to discharge.

l) Spray water, wherever and whenever necessary, to minimize dust


generation.

m) Provide PPEs and other safety provisions required by DOLE, for its
project/site works.

n) Take all necessary steps to prevent the pollution of groundwater and/or


water bodies in the vicinity of the project site.

CW'3.3 Measurement and Payment

No separate measurement and payment will be made for the Contractor’s


compliance to the foregoing. The entire cost thereof shall be included in the
various pay items in the Schedule of Requirements.

CW-4.0 STRUCTURAL EXCAVATION, FILL AND BACKFILL

CW-4.1 Scope

In accordance with the specifications contained herein and as shown on the


drawings and otherwise directed, the Contractor shall perform all the required
structural excavation, fill and backfill for the entire project, including the proper
disposal of excess excavated materials.

CW-4.2 Materials

CW-4.2.1 Structural Excavation

No classification will be made on the materials excavated. The Contractor shall


determine his/her unit bid price for structural excavation based on unclassified
material regardless of the nature of the materials actually encountered and
excavated.

CW-4.2.2 Structural Fill

a. Sand and Gravel Fill

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

25.4 mm (1n) 55-85


9.5 mm {3/8”) 35-60
4.76 mm (No. 4) 25-50
2.08 mm (No. 10) 20-40
0.42 mm (No. 40) 8-20
0.074 mm (No. 200) 2-8

b. Structural Earth Fill

Structural earth fill shall consist of filling with suitable materials obtained from
grading excavation or from borrow areas approved by the NPC.

CW*4.2.3 Special Foundation, if any

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

The strength of lean concrete shall be 13.79MPa or as designated by the NPC.

b. Selected Materials

Selected materials shall consist of compactable material which, when


compacted, shall attain the required bearing capacity. The material could be a
combination of earth and rock particles not greater than 8 cm including sandy
clay, gravelly clay, or shale, all approved by the NPC.

Bed materials for water pipes and/or drainage culverts shall use sand fills.

CW-4.2.4 Structural Backfill

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

I SECTION VI - TECHNICAL SPECIFICATIONS


Construction
EQUIPMENT FOR TAGUBANHAN DPP
VisP2121282Se

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.

After each excavation is completed or where replacement of unsuitable


material below required foundation grade has been undertaken, the Contractor
shall notify the NPC so that proper inspection and confirmatory test on the
bearing capacity of the foundation material can be made. In no case that
concrete, sewer, drainage or water supply pipe can be placed unless a written
approval has been issued by the NPC.

Over-excavation performed by the Contractor due to his carelessness shall be


filled and properly compacted with the suitable material approved by NPC, at
no additional cost to NPC.

b. Structural Excavation. Structure Other Than Pipes

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.

c. Drainage and Sewerage Pipes and Cable Trench

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

d. Water Supply Pipes

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.

CW'4.3.2 Structural Foundation Fill

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.

CW-4.3.3 Special Foundations

If unsuitable material is encountered or if the foundation material is unsuitable


such that the required bearing capacity of the foundation cannot be attained at
the required elevation, further excavation shall be performed by the Contractor
as stated in CW-4.3.1b.

Excavated materials below foundation grade shall be replaced at the direction


of the NPC, either by lean concrete or by selected materials as mentioned in
CW-4.2.3.

Selected materials shall be placed in 15-cm layers and compacted until the
required bearing capacity is attained.

CW-4.3.4 Backfill

1. Structures. Other Than Pipes

Excavated areas around structures for backfilling shall be backfilled with


approved materials in horizontal layers, each not exceeding 15cm. (6") in loose
volume thickness. Each layer shall either be moistened or dried as directed and
thoroughly tamped with tampers having no less than 160 cm2of tamping area
and weighing not less than 20 kg. The last layer shall be neatly brought up to
the level of the adjoining finished grade surface.

In no case shall backfill be placed around concrete structures until after


fourteen (14) days from placement of the concrete.

2. Drainage and Sewerage Pipes

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

NATIONAL POWER CORPORATION Vl-CW-8


BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL

I SECTION VI - TECHNICAL SPECIFICATIONS


EQUIPMENT FOR TAGUBANHAN DPP
VisP21Z1282Se

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.

3. Water Supply Pipes

After the pipeline has been installed and tested it shall be backfilled in layers
as directed and compacted to the satisfaction of the NPC.

CW-4.4 Measurement and Payment

CW-4.4.1 Structural Excavation

Measurement of payment for structural excavation performed by the Contractor


for structures (except drainage, sewerage and water supply pipes, and
appurtenances of which cost of excavation and backfill is included in the cost
of installed pipe and constructed appurtenances) will be based on the number
of cubic meters of materials excavated.

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.

CW-4.4.2 Structural Foundation Fill

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.

CW-4.4.3 Special Foundations

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

I SECTION VI - TECHNICAL SPECIFICATIONS

CW-4.4.4 Structural Backfill


EQUIPMENT FOR TAGUBANHAN DPP
VisP21Z1282Se

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

No separate measurement and payment will be made for trench excavation


and backfill for all sewerage, drainage and water supply pipes. Payment for
trench excavation and backfill for pipes shall be included in the payment
pertaining to pipes as shown in the Schedule of Requirements.

CW-5.0 CONCRETE

CW-5.1 Scope

In accordance with the specifications contained in this section, the Contractor


shall furnish all materials, labor, equipment and tools and perform all concreting
works in accordance with the drawings, or as otherwise directed.

CW-5.2 Class of Concrete

Class of concrete or strength shall be as indicated on the drawings, which shall


conform to the minimum requirement for compressive strength indicated on the
provision of NSCP for Concrete and, in no case, shall not be less than 20.7
MPa.

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).

Unless otherwise specified, cement shall be ordinary Portland Cement. Type I


for general construction which concrete is not in contact with soils or ground
water and Type II for concrete in contact with soil or ground water.

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

I SECTION VI - TECHNICAL SPECIFICATIONS

CW-5.3.2 Reinforcing Steel


EQUIPMENT FOR TAGUBANHAN DPP
VisP21Z1282Se

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,

I uncoated particles. All foreign materials and dust shall be removed by


processing. Aggregates shall generally be rounded and reasonably free from
thin, flat and elongated particles in all sizes and well graded from coarse to fine.

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.

CW’5.4 Storage of Materials

CW-5.4.1 Cement and Aggregates

All cement shall be stored, immediately upon delivery at the Site, in


weatherproof building that will protect the cement from dampness. The floor
shall be adequately raised from the ground and in buildings placed in the
locations approved by NPC. Provisions for storage shall be ample, and the
shipments of cement as received shall be separately stored in such a manner
that allows the earliest deliveries to be used first and to provide easy access
for identification and inspection of each shipment. Storage buildings shall have
capacity for storage of sufficient quantity of cement to allow sampling at least
twelve (12) days before the cement is to be used. Bulk cement, if used, shall
be transferred to elevated air tight and weatherproof bins. Stored cement shall
meet the test requirements at any time after storage when NPC orders retest.
At the time of use, all cement shall be free flowing and free of lumps.

NATIONAL POWER CORPORATION VI-CW-11


BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X BO KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL

I SECTION V) - TECHNICAL SPECIFICATIONS


EQUIPMENT FOR TAGUBANHAN DPP
VisP21Z1282Se

Handling and storing of concrete aggregates shall be such that segregation or


inclusion of foreign materials is sufficiently prevented. NPC may require that
aggregates be stored on separate platforms at satisfactory locations.

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.

CW-5.4.2 Reinforcing Steel

Reinforcing steel shall be stored in accordance with the specifications for


reinforcing steel.

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.

CW'5.5.2 Formwork Construction

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.

Formwork for concrete placed underwater shall be watertight.

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.

Portions of concrete structures with surface undulations in excess of the limits


herein stated may be rejected by the NPC.

Form fasteners consisting of bolls, clamps or other devices shall be used as


necessary to prevent spreading of the forms during concrete placement. The
use of ties consisting of twisted wire loops to hold the forms in position will not
be permitted.

NATIONAL POWER CORPORATION VI-CW-12

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

All formworks shall be provided with adequate clean-out openings to permit


inspection and easy cleaning after all reinforcement has been placed. Where
forms for continuous surfaces are placed in successive units, the forms shall
be fitted over the completed surface to obtain accurate alignment of the surface
and to prevent leakage of mortar. Panel forms shall be constructed so that they
can be removed without damaging the concrete. All exposed joints, edges, and
external corners shall be chamfered a minimum of 20 mm unless specified
otherwise herein. Forms for heavy girders and similar members shall be
constructed with a proper camber.

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.

CW-5.5.3 Placing Reinforcement

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.

CW-5.5.4 Mixing Concrete

Mixing of concrete shall conform to the requirements of ACI Code for Concrete
Construction.

CW-5.5.5 Placing Concrete

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

NATIONAL POWER CORPORATION Vl-CW-13

CDi
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL

I SECTION VI - TECHNICAL SPECIFICATIONS


EQUIPMENT FOR TAGUBANHAN DPP
VisP2121282Se

shall be kept full of concrete and its end shall be kept buried in the newly placed

I concrete. Chutes through which concrete is delivered to the structure In a thin,


continuously exposed flow will not be permitted except for very limited or
isolated sections of the work.

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.

I CW'5.5.6 Finishing Concrete

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.

CW-5.5.7 Removal of Forms

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.

Falsework removal for continuous structures shall be as directed by NPC but


in which case shall be temporarily supported such that the structure is gradually
subjected to its working stresses. False work shall not be released in any span
until the strength specified hereunder is attained.

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:

Min. Time Min.% Strenath


Centering under girders and 14 days 80%
beams
Sides of beams and ail vertical 1 day 70%
surfaces
Floor Slabs 14 days 80%

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 SECTION VI - TECHNICAL SPECIFICATIONS


CW-5.5.8 Curing and Protection
EQUIPMENT FOR TAGUBANHAN DPP
VisP21Z1282Se

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.

CW-S.5.9 Sampling and Testing of Concrete

The Contractor shall furnish all materials, either separately or mixed, as


required by NPC. Selection of materials and the making of test specimens shall
be made under the supervision of NPC and delivered to NPC laboratory or any
NPC-accredited testing agency at the Contractor’s expense.

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.

No concreting work on the project will be permitted to be done until NPC


signifies in writing that, following the performance of the necessary tests, he
gives his approval to the use of all materials involve in making the concrete.

As work progresses, test cylinders shall be fabricated from the concrete


samples and tested in accordance with ASTM C31 and ASTM C39. At least
one set of four (4) cylinders shall be made from each 10 cu.m of the concrete
placed of each class. Also at least one set shall be made per day for each class
of concrete placed each day.

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.

The compressive strength of the concrete shall be deemed acceptable If the


averages of the three consecutive strength test results is equal to or exceeds
the specified strength and no individual test fails below the specified strength
by more than 3.50 MPa.

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.

CW-5.5.10 Tolerances and Repair for Concrete Construction

Concrete structures shall be constructed to the lines shown on the drawings or


where so required to suit actual field requirements. Any structure that does not

NATIONAL POWER CORPORATION VI-CW-IS


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 VisP21Z12e2Se

conform to such lines shall be repaired or removed and made anew by the

I Contractor at no additional cost to the Corporation.

Repairs shall be made at surface Imperfections due to faulty placing of concrete


and cuts on the structures due to the removal of excess concrete on the lines
shown on the drawings. Such repairs shall be made immediately after early
stripping of the forms, after the imperfections have been identified and the
methods of repair appropriately established.

CW-5.5.11 Second Stage Concrete

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.

CW-5.6 Measurement and Payment

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.

Payment will be made at the corresponding pertinent pay items of concrete


shown in the Schedule of Requirements. Payment shall cover all costs for
furnishing all labor, materials. Including equipment and tools required for
concreting work. Payment shall also include non-shrink cementitious grout and
epoxy grout inside foundation block out and above engine base plate and care
of water.

No separate measurement for payment will be made for formworks of which


the cost shall be included in concreting works.

CW-6.0 REINFORCING STEEL

CW'6.1 Description

This work shall consist of furnishing, fabricating, and placing of steel


reinforcement of the type, size, shape and grade required in accordance with
these specifications and in conformity with the requirements shown on the
Drawings or as directed by the NPC.

CW'6.2 Material Requirement


All material shall conform to the requirements hereinafter given. Certified test
reports (mill test or other) shall be submitted to the NPC for all reinforcement
steel used. These tests shall show the results of all chemical and physical tests
made.

NATIONAL POWER CORPORATION Vl-CW-16


BIO DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FORTAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

CW-6.2.1 Bar Reinforcement

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

The NPC’s Representative will sample reinforcement bars at the source of


supply or at the point of distribution, and the Contractor shall notify the NPC in
sufficient time in advance to permit sampling and testing before shipment is
made. Three (3) samples from each size shall be taken at random representing
five (5) tons or fraction thereof of each size.

CW-6.3 Construction Requirement

CW-6.3.1 Order List for Bent Bars

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

Bent bar reinforcement shall be cold bent as shown on the drawings or as


I required by the NPC. Bars shall be bent around circular pin having the following
diameters (D) in relation to the diameter of the bar (d):

Bars 6mm(t> to 20mm<t' inclusive D=6d


Bars 25mm<b and 28mm® D=8d
Bars 32mm® and greater D=10d

Bends and hooks in stirrups and lateral ties may be bent to the diameter of the
principal bar enclosed therein.

CW-6.3.3 Protection of Material

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

detrimental rust, loose scale or dust, it shall be cleaned by a satisfactory


method, approved by the NPC.

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.

CW'6.3.4 Placing and Fastening Reinforcement & Miscellaneous Material (ACI-


I 301)

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.

All steel reinforcement shall be accurately placed in position shown on the


drawings or as required by the NPC and firmly held there during the placing
and setting of the concrete. Bars shall be tied at all intersections except where
spacing is less than 30 mm in each direction, when alternate intersections shall
be tied. Ties shall fasten on the inside.

Distance from the forms shall be maintained by means of stays, blocks,


hangers or other approved supports. Blocks for holding reinforcement from
contact with the forms shall be pre-cast mortar blocks of approved shape and
dimensions or approved chairs. Layers of bars shall, be separated by pre-cast
mortar blocks or by other equally suitable devices. The use of pebbles, pieces
of broken stone or brick, metal pipe and wooden blocks or metal chairs shall
not be permitted. Unless otherwise shown on the Drawings or required by the
NPC, the minimum distance between bars shall be 40mm. Reinforcement in
any member shall be placed and then inspected and approved by the NPC
before the placing of concrete commences. Bundled bars shall be tied together
at not more than 1.80 meters intervals.

Reinforcement shall be placed accurately and secured. It shall be supported by


suitable chairs and spaces or by metal hangers. On the ground, and where
otherwise subject to corrosion, concrete or other suitable non-corrodible
material shall be used for supporting reinforcement. Where the concrete
surface will be exposed to the weather in the finished structure or where rust

NATIONAL POWER CORPORATION


CD Vl-CW-18
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 60 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI-TECHNICAL SPECIFICATIONS VisP21Z1282Se

would impair the appearance or finish of the structure, all reinforcement


supports, within specified concrete cover, shall be galvanized or made of a
suitable non-corrodible material.
All placement or movement of reinforcing steel after placement, to positions
other than indicated or specified, shali be subject to the approval of the NPC.
I Concrete protection for reinforcement shall be as indicated, or if not indicated,
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:

a. Height of bottom bars ±6mm above form


b. Lengthwise positioning ±50mm of bars
c. Spacing bars in walls and ±25mm
solid slabs
d. Spacing bars in beams and ±6mm
footings
e. Height of top bars ±6mm
f. Stirrup spacing;
(1) For any one stirrup ±25mm
(2) For over-all group ±25mm of stirrup

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

Splicing of reinforcement shall be in accordance with ACI 318, except as


indicated otherwise or modified herein. Where splices in addition to those
indicated on the drawings are necessary, they shall be approved by the NPC
prior to their use. Splices shall not be made in beams, girders, and slabs at
points of maximum stress. Butt Splicing shall preferably be used over lapping
for bar sizes larger than 32 mm<b. Splices to be welded shall conform to AWS
D1.4; certification of weld ability of the reinforcement by the manufacturer, shall
be submitted to the NPC. If the Contractor elects to use butt splicing of
reinforcing, he shall submit complete details of the process to be used by the
NPC. If the butt splices are used the Contractor shall ensure that the splice
meets the requirements specified herein by performing at least three splices
which shall be submitted for tests to a testing laboratory that has been
approved for such testing by the NPC. The cost of these shall be borne by the
Contractor.

NATIONAL POWER CORPORATION Vl-CW-19


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 VisP21Z1282Se

All reinforcement shall be furnished in the full lengths indicated on the


Drawings. Splicing of bars, except where shown on the Drawings will not be
permitted without the written approval of the NPC. When allowed, splices shall
be staggered as far as possible and with a minimum separation of not less than
40 bar diameters. Not more than one-third of the bars may be spliced in the
same cross section, except where shown on the Drawings.

Unless othenwise shown on the Drawings, bars shall be lapped a minimum


distance of:

Splice Type Grade 40 Min.Lap But Not Less Than

Tension 24d 300mm


Compression 20d 300mm
Where d is the diameter of the bar. In lapped splices, the bars shall be placed
in contact and wired together. Lapped splices will not be permitted at locations
where the concrete section is insufficient to provide a minimum clear distance
of one and one-third the maximum size of coarse aggregate between the splice
and the nearest adjacent bar. Welding of reinforcing steel shall only be done if
detailed on the Drawings or if authorized by the NPC in writing. Spiral
reinforcement shall be spliced by lapping at least one and half (11/2) turns or
by butt-welding unless otherwise shown on the drawings.

CW-6.4 Measurement and Payment

The quantity to be paid for shall be the calculated theoretical number of


kilograms of reinforcement steel bars as determined from the net length of the
steel shown on the drawings, incorporated in the concrete and accepted.
The weight of deformed bars will be computed from the theoretical weight of
the same nominal size as shown in the following tabulation;

Desionation Size fmmi Weioht fko/ml


#2 6 0.222
#3 10 0.616
#4 12 0.888
#5 16 1.579
#6 20 2.468
#8 25 3.854
#9 28 4.833
#10 32 6.313
#11 36 7.991

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.

NATIONAL POWER CORPORATION VI-CW-20

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-7.0 STRUCTURAL STEEL

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.

Erection Plan consists of descriptive data to lliustrate the structure steei


erection procedure including the sequence of erection and temporary shoring
and bracing, and written description of the detailed sequence of all welding,
including each welding procedure to be performed.

Certificates of Conformance for the following:

• Bolts, Nuts and Washers


• Weiding Electrodes and Rods
• Paint
• Steel
• Certified Test Reports

Chemical Analysis and Tensiie Strength Test of structural steel in accordance


to ASTM A53.

For high strength boits and nuts, the Contractor shall also submit chemical
analysis, including tensile strength and hardness tests as required by ASTM
A325.

CW‘7.1.2 Delivery and Storage

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".

Structural Steel: ASTM A36


Steel Pipe: ASTM A53, Type E or S. Grade B,
ASTM A501
Steel W'Shape Piles ASTM A328
(Soldier Piles):

CW*7.2.2 Bolts, Nuts and Washers:

All bolts, nuts and washers shall be of hot-dip galvanized steel, in accordance
with the following:

Bolts: ASTM A307, Grade C or ASTM A36


for Anchor Bolts; ASTM A325 for
Fastening Bolts
Nuts: ASTM A563, Grade A, heavy hex
style, except nuts less than 38mm
may be provided In hex style
Washers: ANSI B18.22.1, Type B

CW-7.2.3 Accessories:

Welding electrodes and steel structural members shall use:

Rods E70XX electrodes


Non-shrink Grout ASTM C827, non-metallic

NATIONAL POWER CORPORATION Vl-CW-22


CDl
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KWAND 2X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

CW-7.3 Execution

CW-7.3.1 Fabrication

Structural steel fabrication shall be in accordance with the applicable provisions


of the Specification for the Design, Fabrication, and Erection of Structural Steel
for Buildings as set forth in the AISC “Manual of Steel Construction”.

CW-7.3.2 Welding of Structural Steel Work:

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.

CW-7.3.3 Shop Painting

Except as otherwise specified, shop prime surfaces of all structural steel,


except steel to be embedded in concrete or mortar. Surfaces to be welded shall
not be coated within 12 mm from the specified top of the weld prior to welding.
Insure that the surfaces are thoroughly dry and clean when the paint is applied.
Do not paint on wet weather except under cover. Do not apply paint to steel,
which is at a temperature that will cause blistering or porosity, or will otherwise
be detrimental to the life of the paint. Apply paint with high quality workmanship,
and coat all Joints and crevices thoroughly. Prior to assembly, paint all surfaces
that will be concealed or inaccessible after assembly.

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.

• Markina: Prior to erection, members shall be provided with a painted


erection mark. In addition, connecting parts assembled in the shop for
remaining holes in field connections shall be matched marked with scratch and
notch marks. Do not locate erection markings on areas to be welded. Do not
locate erection markings in areas that will decrease member strength or cause
stress concentrations.

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.

NATIONAL POWER CORPORATION VI-CW-23


[3)l;
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KWAND 2 X 00 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP2121282Se

report such condition immediately to the NPC’s Representative and obtain


approval there from for the methods of correction for straightening, including
members of steel conforming to ASTM A514.

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.

Connections; Connections shall be executed as shown on drawing. In case,


connections are not detailed, it shall be designed in accordance with AISC
“Manual of Steel Construction". Build connections into the existing work. Punch,
sub-punch and ream, or drill bolt holes.

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”.

CW-7.3.5 Tests and Inspections

Visual Inspection of Welding: After the welding is completed, hand or power


wires brush welds, thoroughly clean them before the inspector makes the check
inspection, inspect welds with magnifiers under strong, adequate light for
surface cracking, porosity, and slag inclusions; excessive roughness: unfilled
craters: gas pockets; undercuts; overlaps; size and insufficient throat and
concavity. Inspect the preparation of groove welds for adequate throat opening
and for snug positioning of backup bars.

Non-Destructive Testing'*: In accordance with AWS D1.1 Twenty-five percent


(25%) of the total number of joints, as selected by the NPC, shall be tested. If
more than 20 percent of welds contain defects identified by testing, then all
welds shall be tested by radiographic or ultrasonic testing, and to be approved
by the NPC. When all welds made are required to be tested, magnetic particle
testing shall be used only in areas inaccessible to either radiographic or
ultrasonic testing. Retest defective areas after repair.

CW-7.4 Measurement and Payment

Measurement for payment for structural steel shall be based on the total
kilogram of structural steel placed and accepted.

1 Not jpplicable on non-cntical structureVjomts and as dircetedfrot^uifcd by NPC Design Engineer.

NATIONAL POWER CORPORATION VI-CW-24


[31 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

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-8.0 REINFORCED CONCRETE FOUNDATION AND ASSOCIATED


STRUCTURES FOR EQUIPMENT AND OTHER COMPONENT
(DESIGNED/CONSTRUCTED BY CONTRACTOR)

CW'8.1 Scope

In accordance with the specification contained in this section, the Contractor


shall design and furnish all materials, labor, equipment and tools to construct
all reinforced concreting and relevant works based on the approved drawings
or as directed by NPC.

CW-8.2 Design and Construction

The design and construction of reinforced concrete foundations and other


elements for equipment and related component to be furnished by the
Contractor shall be the responsibility of the Contractor. Reinforced concrete
foundations shall be designed based on the actual weights, dimensions and
relevant design parameters of the equipment and structures subject to NPC’s
evaluation and approval. No foundation and structural elements shall be
constructed unless its design is duly approved in writing by NPC.

The minimum design parameters to be considered by the Contractor are as


follows:

1. Compressive strength of concrete shall be 20.7 MPa at 28 days


2. Reinforcing steel shall conform to Philippine National Standards grade
DSB 275
3. Compacted sand and gravel bedding shall be 150 mm thick
4. Soil bearing capacity shall be subject to the Contractor’s determination
and verification at the site
5. Concrete pad or pedestal shall extend 150 mm beyond the equipment
skid/base on all sides or at least 50 mm beyond the base plate of
equipment supports
6. Top of foundations/pedestals shall be 300 mm above the finished
ground elevation
7. Anchor bolt materials shall be A325 with nuts and washers. Sizes and
number of anchor bolts shall be designed to safely withstand all forces
acting on the equipment/structures. Anchor bolts and other embedded
items shall be properly and securely installed prior to the
placing/pouring of concrete.

All works and materials shall be constructed, installed and/or erected to


conform with the relevant sections of this Specifications and in accordance with
the generally accepted engineering techniques and methodologies.

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-8.3 Measurement and Payment

Unless otherwise indicated in the Schedule of Requirements, no separate


measurement and payment will be made for the design and construction of

I reinforced concrete foundation and/or other structural elements of the


equipment and their related components. The entire cost of furnishing of all
materials, labor, equipment and tools shall be included in the pertinent pay
items in the Schedule of Requirements.

CW-9.0 DRAINAGE SYSTEM AND APPURTENANT STRUCTURES

CW-9.1 Scope

In accordance with the specifications contained herein, the Contractor shall


furnish all materials, labor, equipment and tools, perform all required
excavation and backfill, install all pipes and construct canals and ditches, as
the case may be, where Indicated on the drawings or where directed
conforming with the lines and grades as established in the field by the NPC.
The Contractor shall also construct or install, where required, appurtenant
structures like street inlet, street inlet-catch basin combination, manhole, catch
basin for downspouts, catch basin for intersecting perforated PVC pipes, septic
tank, drain pit, drainage outlets, etc. as well as joints and connections as may
be required to complete the system.

CW-9.2 Materials

CW-9.2.1 Non-Reinforced Concrete Drainage Pipes

Non-reinforced concrete drainage pipes shall meet the requirements of ASTM


Cl 4-68.

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.

CW-9.2.2 Reinforced Concrete Drainage Pipes

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.

CW-9.2.3 PVC Pipes

Polyvinyl Chloride (PVC) Pipes shall be unplasticized conforming to IS04435


or equivalent. Details/scheme of perforation shall be as indicated in the bid
drawing or as directed by NPC.

NATIONAL POWER CORPORATION


D) Vl-CW-26
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FORTAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

CW-9.2.4 Concrete Covered Rectangular Ditch

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.

CW>9.2.5 Bedding Material

A. For Stable Soil and Rock Foundation

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.

B. For Unstable Foundation

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.

C. Foundation under Roadways and Parking Areas

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

CW-9.3.1 Trench Excavation and Backfill

Trench excavation and backfill work shall be done in accordance with the
pertinent provisions of Section CW-5.0.

CW-9.3.2 Concrete Canal

Concrete canal, open or covered, shall be constructed in accordance with the


lines and grades shown on the drawings. Class of concrete shall be as
indicated on the drawings or directed by the NPC.

CW-9.3.3 Appurtenant Structures

Appurtenant structures like street inlet, street inlet-catch basin combination,


manhole, catch basin for downspouts, catch basin for intersecting perforated
PVC pipes, septic tank, drain pit, drainage outlets, etc. shall be constructed at
locations indicated on the plans or at the other convenient locations designated
by the NPC. All appurtenant structures shall be of 17.30 MPa concrete unless
otherwise shown on the drawings.

NATIONAL POV/ER CORPORATION


ED Vl-CW-27
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X90 KW MODULAR
DIESEL GENSETS AND ASSOCIATED ELECTRICAL
EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

CW-9.4 Pipe Installation

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.

CW-9.4.2 Non-Reinforced and Reinforced Concrete Drainage Pipes

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.

CW-9.5 Measurement and Payment

CW*9.5.1 Concrete Rectangular Ditch

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

NATIONAL POWER CORPORATION

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.

CW-9.5.2 Concrete Drainage Pipes and PVC Pipes

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 quantities measured as provided above, completely installed and


I accepted, will be paid at the contract unit price for each size and kind of pipe
shown in the Schedule of Requirements. Payment shall constitute full
compensation for furnishing all labor, material, equipment and tools for
fabricating, hauling, installing and jointing of pipes. Payment shall also include
the cost of attendant excavation, bedding and backfilling.

CW-9.5.3 Appurtenant Structures

Measurement for payment of appurtenant structures like street inlet, street


inlet-catch basin combination, manhole, catch basin for downspouts, septic
tank, drain pit, drainage outlets, etc. will be based on the number of structures
constructed/installed and accepted.

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-10.0 STEEL POLE WITH CROSS-ARMS AND BRACES

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.

NATIONAL POWER CORPORATION Vl-CW-29

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

CW'10.2 Pole Requirements

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

Description 40’ (12.20 m) 35’ (10.65 m) 30’ (9.15 m) 25’ (7.62 m)


Steel Material ASTM A572 ASTM A572 ASTM A572 ASTM A572
Tip Diameter 200 mm 200 mm 200 mm 150 mm

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.

CW-10.3 Pole Erection

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:

Depth of Pole Setting


Length of Poles In Earth In R ock
Meter Feet Meter Feet Meter Feet
12.20 40 1.80 5.9 1.22 4.0
10.67 35 1.65 5.4 1.22 4.0
9.15 30 1.52 5.0 1.22 4.0
7.62 25 1.40 4.6 1.22 4.0

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

NATIONAL POWER CORPORATION VI-CW-30

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.

The cross-arms and hardwares shall be assembled and installed properly in


accordance with the drawings. All nuts and locknuts shall be adequately
tightened.

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.

CW-10.4 Measurement and Payment

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.

NATIONAL POWER CORPORATION


CD VI-CW-31
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
VlsP21Z1282Se

PART I - TECHNICAL
SPECIFICATIONS

MW - MECHANICAL WORKS

NATIONAL POWER CORPORATION


BIO DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 80 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VlsP21Z1282Se

PART I - TECHNICAL SPECIFICATIONS


MW - MECHANICAL WORKS
TABLE OF CONTENTS
CLAUSE NO. TITLE PAGE NO.

MW-1.0 GENERAL....................................................................................................... 1

MW-2.0 SCOPE OF WORK..........................................................................................1

MW-3.0 GENERAL MECHANICAL WORKS REQUIREMENTS................................ 2


MW-3.1 General...........................................................................................................2
MW-3.2 Equipment Foundation.................................................................................... 2
MW-3.3 Piping System.................................................................................................3
MW-3.3.1 General......................................................................................3
MW-3.3.2 Pipe and Fittings........................................................................5
MW-3.3.3 Piping Accessories.................................................................... 6
MW-3.3.4 Drains and Vents....................................................................... 6
MW-3.3.5 Pipe Supports............................................................................ 7
MW-3.3.6 Welding..................................................................................... 8
MW-3.4 Valves and Accessories.................................................................................. 9
MW-3.5 Bolts, Screws, Nuts and etc.......................................................................... 11
MW-3.6 Drives and Gears...........................................................................................11

MW-4.0 DIESEL ENGINE-GENERATOR.................................................................. 12


MW-4.1 General.........................................................................................................12
MW-4.2 Diesel Engine................................................................................................15
MW-4.2.1 General................................................................................... 15
MW-4.2.2 Crankcase and Cylinder Block................................................15
MW-4.2.3 Cylinder Liners........................................................................ 15
MW-4.2.4 Cylinder Head and Valve.........................................................16
MW-4.2.5 Piston and Connecting Rods................................................... 16
MW-4.2.6 Fuel Injection........................................................................... 16
MW-4.2.7 Crankshaft and Camshaft....................................................... 17
MW-4.2.8 Fuel System............................................................................ 17
MW-4.2.9 Lubricating Oil System............................................................ 18
MW-4.2.10 Cooling System....................................................................... 18
MW-4.2.11 Intake Air and Exhaust System...............................................19
MW-4.2.12 Starting System...................................................................... 20
MW-4.3 Governing system......................................................................................... 21
MW-4.4 Control and Instrumentation........................................................................ 21
MW-4.5 Engine Protection Device............................................................................ 24

MW-5.0 GENERATOR.............................................................................................. 24

MW-6.0 SOUND ATTENUATEDAVEATHERPROOF ENCLOSURE....................... 24

MW-7.0 INSPECTION AND TESTS......................................................................... 26

MW-8.0 SPARE PARTS AND TOOLS..................................................................... 26


MW-8.1 Spare Parts..................................................................................................27

NATIONAL POWER CORPORATION


0)' VI-MW.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 VlsP21Z1282Se

MW-8.2 Tools.....................................................................................................27

MW-9.0 PAINTING............................................................................................. 27

MW-10.0 MEASUREMENT OF PAYMENT............................................................28

NATIONAL POWER CORPORATION


UQi VI-MW-li
BID 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

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.

All equipment and materials to be supplied by the Supplier shall be new


and unused, of current manufacture, and of the highest grade and the
best of their respective kinds, and free from defects and imperfections.
They shall be suitable for their intended purpose and shall comply with all
applicable regulations, quality, and dimension standards.

The work shall be performed and completed with high quality


workmanship in accordance with generally accepted modern practice in
the design, supply, delivery, installation, test and commissioning of
mechanical equipment and associated works for the safe and reliable
operation of the Three (3) Units of Modular Diesel Generating Sets and
Auxiliaries.

The Supplier shall strictly observe the requirements specified in this


Specific Technical Specifications (Mechanical Works) in conjunction with
the General Technical Specifications (General Works). The Specific
Technical Specifications shall take precedence over the General
Technical Specifications in case of any Inconsistency.

MW-2.0 SCOPE OF WORK

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 Works shall include the preparation of design, technical specifications


and data, detailed drawings and construction of foundations for all the
supplied equipment, and all other essential information of the equipment
to be supplied under this contract.

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.

NATIONAL POWER CORPORATION


EDi VI-MW-1
BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VlsP2121282Se

shall be carefully lifted or glided on the foundation by using only approved


methods and equipment, and in a manner that will prevent damage to the
equipment and foundation. The equipment shall be positioned on a
location as shown on the drawings and shall be leveled and checked true
to grade and alignment before final grouting. The Supplier shall strictly
adhere to the installation procedures/manuals provided by Manufacturers
of the 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 pouring of concrete to secure in place any equipment on its concrete


foundation shall not be made until the NPC has verified the correct
location of the foundation. Should incorrect positioning be ascertained
after the concrete pouring, the Supplier shall make the correction at his
own expense.

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 Piping System

MW-3.3.1 General

The piping system shall be furnished to provide a complete and


acceptable installation necessary for the safe and efficient operation of
each system and equipment. All required piping shall be furnished
complete with flanges. Joints, gaskets, packing, drains, vents, insulation if
required, hangers, guides, and all auxiliary steel and anchors required to
complete the various piping systems.

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.

Piping shall be properly arranged such that it will result in neat


appearance and convenient to operate and maintain. Items requiring
periodic attention shall be readily accessible from floors or platforms.
Pipe shall neither obstruct passageways of any kind nor interfere with
access to other valves or equipment.

NATIONAL POWER CORPORATION VI-MW-3


[Si
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

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.

Piping installation shall be sloped to prevent trapping of air bubbles.


Where required, suitable venting system with valve shall be provided.

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 pipeline excavation shall be backfilled up to the level of the finished


grade surface in layers of 150 mm and thoroughly compacted, unless
otherwise shown on the drawing. Backfill materials shall be compactable
soil taken from trench excavation and approved by NPC. Trench
excavation, backfilling, concrete works and construction of valve manhole
shall be done in accordance with the pertinent provisions of the relevant
Civil Works Specifications.

Pipes to be placed underground shall not be covered prior to the approval


of NPC. Underground pipes shall be embedded as shown on the
drawings.

Steel piping to be installed underground shall generally be applied with


tape wrapping with minimum finished thickness of 1 mm and applied
spirally with overlap of 50% in all parts of the pipe and fittings or asphalt
jute of 6 mm thickness, unless otherwise specified. Bitumen-based primer
shall be applied to pipe before applying the tape. The tape wrapping
brochures shall be submitted for NPC approval prior to procurement and
application. The wrapping shall extend for 300 mm beyond the buried
portion.

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.

NATIONAL POWER CORPORATION


Q)i VI-MW-4
BtD 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

After considering site conditions, and in case execution cannot be done


according to the piping route in the design drawings, on-site changes may
be acceptable subject to the approval of NPC.

Flexible joints as well as vibration isolation joints shall be installed as near


as possible to equipment and devices and shall not be forced to expand,
extend and compressed, in case flexible joints are long and sagging due
to own weight, it shall be suspended or supported.

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 water piping, after installation, pipe insides shall be washed


thoroughly using high pressure cleaning pump. Water for washing must
be clean enough not to damage the equipment.

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.

The Supplier shall strictly observe the safety requirements/regulations of


existing plants during the performance of the work.

MW-3.3.2 Pipe and Fittings

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.

Unless othenvise specified, 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 steel piping, 65 mm and above, shall be butt-welded or flanged. All


piping, 50 mm and under, shall be joined by socket welded or screwed
where specified or other approved joint specifications.

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.

NATIONAL POWER CORPORATION


[Qi Vl-MW-5
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

Malleable iron, galvanized screwed fittings conforming to ANSI B16.3


(Malleable iron threaded fittings, Class 150) may be used for Potable
Water System.

Gaskets shall be selected based on the nature of the fluid or its


temperature to be handled. Gasket materials shall not contain asbestos
in any form.

Flanged bolts shall be hexagonal head machine bolts conforming to


ASTM A 307 Gr. B with dimensions in accordance with ANSI B18.2.1 and
complete with heavy semi-finished head nuts conforming to ASTM A 194,
Gr. 2H and ANSI B18.2.2.

Equipment and auxiliaries shall be furnished with all required bolts,


screws, anchor bolts with sleeves, nuts, washers, locking devices,
washers, gaskets, and other accessories to complete the piping system.

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.

Threads shall be metric. Where required they shall be adequately treated


against corrosion before dispatch from the works. Alt threads shall be
greased carefully during installation except where otherwise specified.
Split pins or other approved locking devices generally shall be provided
for nuts which may become loose due to vibration, etc.

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.

MW-3.3.3 Piping Accessories

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.

MW-3.3.4 Drains and Vents

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.

NATIONAL POWER CORPORATION


[p VI-MW-6
BtD DOCUMEm'S 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 VisP2121282Se

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 piping shall be arranged to permit complete drainage when a particular


unit or system is shutdown for maintenance.

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.

MW>3.3.S Pipe Supports

Pipe supports shall be fabricated and installed as required by the piping


system configuration. If pipe supports required are not shown on the
accompanying drawings the Supplier shall provide detailed drawings and
submit to NPC for review and approval.

Pipe supports shall be fabricated and assembled to permit the free


movement of piping caused by thermal expansion and contraction. The
design of elements for supporting or restraining piping systems, or
components thereof, shall be based on all the concurrently acting loads
transmitted into the supporting elements. Where resonance with Imposed
vibration and shocks occur during operation, suitable dampers, restraints,
anchors, etc., shall be added to remove these effects. Pipe supports shall
be spaced as far apart as economically possible, with due consideration
to assure that the sag of the pipe between supports is within limits that will
permit drainage and also avoid excessive bending stresses from
concentrated loads.

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.

Riser pipes shall be individually supported. To reduce riser loads, the


riser supports may be supplemented by the nearest support on a
horizontal pipe. The horizontal length of pipe between the nearest
support and risers shall not be longer than the length of the riser
supplemented by the nearest support. Bends shall have the supports no
further away from the riser than the radius. Where two rods are used in a
solid rod riser hanger, each rod shall be capable of taking the entire load.

Piping systems, where flexibility is not required, shall be supported by


rigid hangers. It shall be designed and fabricated so that they will not
become disengaged by pipe movement.

NATIONAL POWER CORPORATION


(3) VI-MW-7
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

Hanger rods shall be provided with suitable sockets or eyes to permit


lateral piping movement without imposing a bending moment on the
hanger rod. The eyes in the rods shall be welded shut. Safe loads for
hanger rods shall be calculated on the root area of the threads, in no
case shall hanger rods of less than 10 mm diameter be used for support
of piping 50 mm and smaller or less than 15 mm diameter rod for
supporting pipe 65 mm and larger.

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.

The location and provision of temporary supports required during


hydrostatic testing shall be the responsibility of the Supplier.

Temporary construction supports shall not be welded to the pipe except


with approval of NPC and shall be attached in a manner that will not
damage the pipe. These supports shall be completely removed upon
completion of construction.

Equipment connections shall not be used to support piping either for


temporary or permanent support.

MW-3.3.6 Welding

Ail welding shall be performed by welders and procedures qualified in


accordance with the requirements of ANSI Code B31.1 “Power Piping" or,
where appiicable, ASME Boiler and Pressure Vessel Code, Section IX.

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.

Welding, preheat and post-weld heat treatment for piping shall be in


accordance with the requirements of ANSI B31.1 or where applicable, the
ASME Boiler and Pressure Vessel Code.

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.

Where weld metal is deposited in successive layers, each layer shall be


thoroughly peened before the next layer is applied.

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

NATIONAL POWER CORPORATION


CD Vl-MW-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 TAGU8ANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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.

Nozzles or branch pipes shall be carefully shaped and welded to the


header or run pipe in such a manner that the nozzle, the branch pipe, or
any weld material shall not extend Into the run pipe to cause obstruction of
flow.

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

All valves and accessories to be supplied under this contract shall


generally conform with the requirements in this specification. All valves
supplied by NPC shall be installed In accordance with the requirements
specified herein.

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.

NATIONAL POWER CORPORATION


13}! VI-MW-9
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

All regularly operated isolation valves and control valves shall be


accessible from a permanent floor or access platform.

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.

The drive units of motor-driven valves shall also be provided with


handwheels for manual operation. The handwheel shall be operable
under all conditions and shall be independent of the motor drive. It shall
not be rigidly coupled to the motor drive and shall not compulsory turn
when the motor is energized.

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:

a) Body & bonnet Cast iron


b) Stem Bronze or brass
c) Seat ring & seat Bronze or bronze faced
d) Wedge or disc Bronze or bronze faced

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.

NATIONAL POWER CORPORATION


VI-MW-10
BtD 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

Garden hose connection valves or hose bibs shall be of bronze material,


20 mm size and outfitted with male thread hose connections.

MW-3.5 Bolts, Screws, Nuts and etc.

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.

Threads shall be metric. Where required they shall be adequately treated


against corrosion before dispatch from the works. AH threads shall be
greased carefully during installation except where otherwise specified.

Split pins or other approved locking devices generally shall be provided


for nuts which may become loose due to vibration, etc.

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.

MW-3.6 Drives and Gears

All moving parts of machinery including shafts, couplings, collars,


projecting key heads, gear wheels, rope/belt-drives shall be completely
guarded to provide full protection. All set screws on revolving shafts shall
be countersunk or suitably protected. The guards shall be of approved
design and shall be fitted, where necessary, with inspection
doors/openings. All guards shall be arranged so that they can be
removed without disturbing the parts of the gears and equipment which
they protect.

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.

All bearings shall be mounted in dustproof housings. Base of bearing


supports shall be machined and shall rest on machined-surfaces.

NATIONAL POWER CORPORATION


E) Vl-MW-11
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

MW-4.0 DIESEL ENGINE-GENERATOR

MW-4.1 General

The Diesel Engine-Generator Units shall be designed and manufactured


for maximum safety and reliability in accordance with ISO 9001 quality
specifications.

The Diesel Engine-Generator Units shall have the following characteristics


at Specified Reference Site Conditions:

a) Prime Rated Power Output 120 kWand 90 kW


b) Nominal Voltage 480 Volts
c) Power Factor 0.80
d) Frequency 60 Hz
e) Number of Phases 3
f) Rated Speed (diesel 1800 RPM Maximum
engine and generator)
g) Fuel Consumption @ 100 % 0.30 Li/kW-hr (max) for 120kW
load (guaranteed) 0.32 Li/kW-hr (max.) for 90kW

Specified Reference Site Conditions


• Total Barometric Pressure 100 kPa
■ Air Temperature 40 °C
• Charge Air Coolant Temperature 40 °C
• Relative Humidity 80%
For different test conditions, the measured prime power output and fuel
consumption of the Diesel Engine Generator Units shall be adjusted to
Specified Reference Site Conditions using the adjustment formulas in ISO
3046/1 or other applicable standards.

Prime Power Output shall mean the power delivered and measured at
the generator terminal under Specified Reference Site Conditions.

Each diesel generating unit shall be capable of producing the Prime


Power Output under the most adverse combination of ambient tropical
temperature, pressure and humidity as specified in Clause GW-3.0 of the
General Works specifications. In addition, the units shall be able to
operate with ten (10) percent overload for a period of one (1) hour every
twelve (12) hours operation.

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 engine shall be capable of starting from “Cold” condition and


operating at specified period (Supplier to specify) under load without
available external AC power for motor driven auxiliaries, except starting
DC power.

The Diesel Engine Generator Sets shall be of the same Brand and Model.

NATIONAL POWER CORPORATION


Q} VI-MW-12
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

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.

I All associated electrical control equipment required for operation of the


unit as specified in the relevant technical specifications shall be furnished
by the Supplier and ready for installation and wired in the unit’s GCPP.

All auxiliary equipment shall be mounted within the confines of the


common steel base or within the sound attenuated and weatherproof
enclosure, except as otherwise specified. Auxiliary pumps required for
the operation of the diesel engine-generator set shall be engine-driven
except olhen/vise specified. All interconnecting piping and wiring for
equipment mounted on the steel base or within the enclosure shall be
supplied and shop-installed.

The diesel engine-generator set shall be mounted on a common heavy


fabricated steel skid type base frame complete with anti-vibration
mounting pads ensuring complete vibration isolation of the rotating
assemblies and shipped to the plant site in a weather/soundproof
enclosure.

Each diesel engine-generator set shall be provided with fully weatherproof


and sound proof enclosure incorporating preferably an internally mounted
exhaust silencers (residential type or approved equivalent meeting the
specified maximum sound level @ 1 meter) and shall be of extremely
rugged construction In order to withstand rough handling during transport
and installation.

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.

The Supplier shall be responsible for the design and construction of


equipment foundations for the modular generating sets and associated
auxiliary equipment to ensure proper mounting/anchoring of the units,
including necessary site grading and development of the location area!

NATIONAL POWER CORPORATION


CD VI-MW-13
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

subject to the approval of NPC. The Supplier shall supply all


anchor/machtne bolts, special tools and accessories required for
mounting/installation of the generating set/s Including structural steel
supports and appurtenances for auxiliary equipment. The engine
foundation shall be designed such that waste oil water can be collected
and to be discharged/interconnected to the nearest existing oil water
separator.

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 piping shall be butt-welded or flanged. 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.

Flanged joints, when required for removal of the equipment, shall be in


accordance with ANSI B16.5.

All integral piping 50 mm 0 and below shall be socket-welded in


accordance with ANSI B16.11, except otherwise approved. All fittings 50
mm 0 and below shall be 2000 lbs. minimum and in accordance with
ANSI B16.11.

All oil piping, fittings, and valves shall be shop-fitted, chemically cleaned,
and oiled.

Gaskets shall be selected based on the nature of the fluid or its


temperature to be handled. Gasket materials shall not contain asbestos
in any form.

Flanged bolts shall be hexagonal head machine bolts conforming to


ASTM A 307 Gr. B with dimensions in accordance with ANSI B18.2.1 and
complete with heavy semi-finished head nuts conforming to ASTM A 194
Gr. 2H and ANSI B18.2.2.

Equipment and auxiliaries shall be furnished with all required bolls,


screws, anchor bolls with sleeves, nuts, washers, locking devices,
washers, gaskets, and other accessories to complete the piping system.

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.

AH valves shall be designed, fabricated, and tested in accordance with


ANSI B31.1 and shall conform to the pressure and temperature ratings of
ANSI B16.34 based on the conditions specified in Clause GW-3.0, Design
and Duty Conditions of the General Work specifications.

All genset-skid mounted piping that requires outside connection such as


for fuel, water, exhaust and lubricating oil systems shall be provided with

NATIONAL POWER CORPORATION


D) VI-MW-14
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

flexible joints and/or expansion beliows and matching flange including

I bolts and nuts, as applicable.

The relative experience of the Manufacturer of diesel generator sets shall


comply with the following:

a) The Manufacturer/Assembler should have been in the business of


manufacturing the equipment for not less than five (5) years; and
I b) The Manufacturer of diesel engine should be in the business of
manufacturing the equipment for not less than ten (10) years.

NOTE: Experience less than what is required will be ground for


rejection of equipment being offered.

MW-4.2 Diesel Engine

MW-4.2.1 General

Each diesel engine shall be of heavy duty compression ignition type,


water-cooled, pressure-lubricated, four-stroke cycle, In-line type multi­
cylinder arrangement, trunk piston design equipped with exhaust gas
turbocharger and charge air cooler, electronic governor, direct fuel
Injection, capable of operating the type of fuel oil specified in this
specification without entailing frequent maintenance and replacement of
engine components other than the scheduled maintenance at fixed
interval.

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.

MW-4.2.2 Crankcase and Cylinder Block

I The crankcase and cylinder block or blocks shall be of high tensile


strength cast iron and stressed relieved prior to any machining works.
The block shall be of ample strength and stiffness, and be of proven
design. The crankcase block shall incorporate mounting feet for bolting
down the engine. Removable side covers for inspection purposes and
relief valves incorporating flame traps to guard against damage or injury
from crankcase explosions shall be included.

MW-4.2.3 Cylinder Liners

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.

NATIONAL POWER CORPORATION


Vl-MW-15
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

MW-4.2.4 Cylinder Head and Valve

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.

MW-4.2.5 Piston and Connecting Rods

The pistons shall be designed to withstand the temperatures and


pressures encountered and machined to produce the correct shape under
normal operation and incorporate a proven combination of compression,
oil control and scraper rings. The rings shall be treated by chromium
plating or otherwise for long life. The gudgeon pin shall be hardened and

I ground and positively restrained within the piston boss.

The connecting rods shall be of high tensile strength forged steel


construction and incorporate a removable end cap which shall be
interlocked and/or dowelled to the rod. The piston and connecting rod
shall be removable either through the cylinder bore or through crankcase
doors.

Lubricated oil shall be conveyed to the gudgeon pin by drilling the


connecting rod or spraying oil into the underside of the piston.

MW-4.2.6 Fuel Injection

Fuel injection system shali be of well-proven design, self-compensating


for wear, and for varying fuel viscosity. The fuel pumps shall be designed
and positioned so that their performance is unaffected by the engine heat.
The engine and fuel system shall be suitable for a wide range of fuels.
Iridividual Injectors are to be fitted for each cylinder head with identical
high pressure seamless steel pipes from injection pump/s to its
appropriate injector.

Damping shall be provided in the fuel supply manifold to the injection


pumps to avoid the possibility of high pressures being set up in this
manifold due to suiting.

The fuel pumps are to be controlled by electronic type governing system.


Suitable drip trays and drain pipes are to be provided to avoid

NATIONAL POWER CORPORATION


m Vl-MW-16
BID DOCUME^fTS 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 Vi8P21212

contamination of the lubricating oil. Drain pipes shall be provided from

I these trays to collecting tank. Fuel leak-off pipes from the Injectors shall
be taken to the fuel day tank.

MW-4.2.7 Crankshaft and Camshaft


I Each crankshaft and camshaft shall be of single high tensile strength alloy
steel forging with hardened and ground bearing surfaces. Unless other
approved provisions are made, the crankshaft shall be drilled to provide
lubrication for the connecting rod bearings and incorporate balance
weights. The shaft diameters shall be sufficient for several regrinds. The
camshafts shall be gear-driven. The cam followers shall be of the roller
type.

MW<4.2.8 Fuel System

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.

Bidders shall state the range of fuel specifications for satisfactory


operation of the engine.

A fuel system shall be furnished to regulate fuel flow to maintain constant


rated engine speed regardless of load variations.

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

NATIONAL POWER CORPORATION


nil VI-MW-17
BID 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 VisP21Z1282Se

constructed in accordance with the requirements of applicable standards


complete with manholes; inlet and outlet nozzles; and nozzles for vent,
overflow, drain, sounding, level gauge and switches. Included in (he
supply of the day tank are Its structural steel supports with sufficient
height as required by the diesel engine operating system or as
recommended by the engine manufacturer and complete with
mounting/anchor bolls. The structural steel supports shall be pre­
fabricated ready for assembly at site. The tank material shall be of carbon
steel conforming to ASTM A36 or approved equal with minimum shell
thickness of 5 mm. Nozzles shall be fitted with flanges, raised face
conforming to ANSI B16.5. The tank shall be provided with an interior and
exterior coating. The supply shall include all the necessary materials for
fixing and installation.

MW-4.2.9 Lubricating Oil System

The lubricating system shall be of forced-feed type to supply oil under


pressure to all working points such as main bearings, crank pins bearings,
piston, piston rings and pins, camshaft drive and other moving parts.

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.

Oil Pressure switches shall be provided to prevent the engine from


Increasing speed above idle if the oil pressure is below normal and closes
down the engine if satisfactory pressure is not achieved within a given
period.

On start-up, adequate lubricating oil shall be supplied to the engine and


turbo/supercharger bearings. If required, a DC motor-driven pre-lube oil
pump shall be provided. The DC motor shall be fed from the 24 volt DC
system to be supplied by the Supplier.

Each diesel engine-generator set shall be provided with free jet


centrifuge type lube oil purifier. The lube oil purifier shall have adequate
capacity to allow the proper treatment of lube oil circuit.

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.

MW-4.2.10 Cooling System

The cooling system shall be of sufficient capacity to provide engine jacket


water, lubricating oil and charge air cooling when the unit is delivering full-
rated load under the specified conditions.

The system shall comprise all necessary valves, integral pipe works on
the engine, lubricating oil and charge air coolers, radiator, cooling water

NATIONAL POWER CORPORATION


m vi-MW-ie
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

pump, expansion tanks as applicable, thermostatic valves and


instruments such as thermometers, pressure gauges and switches, water
level detectors and other necessary protection devices.

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 radiator shall be designed to permit easy maintenance and cleaning


of the interior and preferably vertically mounted. Radiator shall be of
industrial finned tube type for closed circuit cooling system. It shall be
equipped with an engine driven blower type fan complete with fan guard
and the fan bells shall have a tension adjustment and belt guard. The
radiator fan shall have sufficient capacity to maintain the desired cooling
requirements of the diesel engine. Ball tap valve of bronze material shall
be provided to interconnect/feed fresh water into the cooling water system
or expansion tanks, if applicable.

Fan blades shall be of aluminum alloy material or approved equivalent.


The assembled motor shall be certified as having been statically and
dynamically balanced and having been non-destructively tested by x-ray
or other approved method.

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.

MW-4.2.11 Intake Air and Exhaust System

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.

The exhaust system shall be constructed of corrosion and heat resisting


material conforming to ASTM A 106 or approved high grade material
suitable for the exhaust temperature of the unit. Exhaust system shall
include residential type silencer, stainless steel expansion bellows, tail
end pipe terminating in a horizontal plane and cut at a 45° angle or per
manufacturers installation standard, and necessary bracing needed for
mounting to prevent transmission of engine vibration to the enclosing
structure. Exhaust pipe/silencer installed within the enclosure shall be

NATIONAL POW/ER CORPORATION


[3}i VI-MW-19
BIO DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X ©0 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

thermally insulated. Exhaust silencer shall preferably be installed inside


the enclosure, except otherwise installed per manufacturer’s
Standard/recommendation and approved by NPC.

Exhaust gas pipe shall be provided with flanged connection and mounting
supports, and all the required connection boits, nuts, washers and
gaskets.

For moduiar generating sets instalied at available space within the


existing powerhouse, extension of exhaust pipe complete with expansion
joints, spring hangers, pipe supports and associated structures, pipe
fittings and accessories, and pipe insulation for pipe inside the
powerhouse shall be provided by the Supplier.

A suitable size of turbochargers for ample supercharging shall be


provided complete with axial turbine wheel, centrifugal compressor, gas
Inlet casing, air filtration and lubricating system.

MW-4.2.12 Starting System

Each diesel generator set shall be capable of being started, synchronized


to the system and loaded to the full rating of the unit without dependence
upon the AC auxiliary power supplies.

Electric starting system shall operate on a 12V or 24V electrical circuits


per manufacturer’s standard, energized by storage batteries. Circuit
ground shall be negative.

Electric cranking motors shall be heavy-duty, with capacity to crank the


engine at sufficient speed to start when conditioned to, and in an ambient
temperature of 40°C, in conjunction with the specified range of fuel and
lubricants. The drive mechanism for engaging the starting motor with the
engine flywheel shall be inherently designed to operate and release
without the application of heat. Starting system including battery shall be
adequate to crank the engine for a minimum of three (3) cranking periods
without overheating. Each cranking period shall consist of 30 seconds of
constant cranking followed by a 2-minute rest. To protect the engine and
electric cranking motors. Over Crank and Failure to Crank relays shall be
provided to prevent excessive cranking period and cranking stress,
respectively.

Storage battery shall be lead acid type or approved equivalent complete


with battery tray and intercell connectors. The battery capacity shall be
compatible with the cranking duty described in the preceding paragraph,
in an ambient temperature of 40oC. Battery tray shall be constructed of
fiberglass or approved corrosion resistant material and so treated as to be
resistant to deterioration by battery electrolyte. Construction shall be such
that any spillage or boil-over of battery electrolyte shall be contained
within the tray to prevent a direct path to enclosure floor.

Battery charger shall be adequate to recharge the fully-depleted battery


as required and shall automatically control the rate of charge, providing a
high charge rate to a depleted battery and reducing to a trickle-charge
rate when the battery charger indicate charging rate. Charging rate shall

NATIONAL POWER CORPORATION


UDi VI-MW-20
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X SO KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

be adjustable. Battery charger shall be solid-state full wave rectifier type


rated 480V or 230V and 60 hz. The nominal output voltage shall be
determined by the Manufacturer. The charger and battery shall be
mounted and wired within the enclosure of the generating set.

MWw}.3 Governing system

The engine speed shall be controlled by an electronic governor capable of


isochronous or droop type speed regulation and 115 percent overspeed
shutdown. The governing system shall be able to maintain engine speed
within 4% of rated speed from no load to full load generator output. The
control shall be capable of switching between isochronous or droop speed
regulation remotely. The frequency at any constant load, including no
load or idling during start-up, shall remain within a steady state band width
of rated frequency. The engine governor shall be provided with a
generator loading control unit.

The Governing system shall have at least the following response


characteristics or better:

Maximum change of Maximum recovery


Load Variations time to within
at rated speed speed as a percentage of
steady state
rated speed tolerance (seconds)
a) On full load Temporary change 15% 15
rejection
Permanent change
Dependent on droop Settinq
b) On a change of 5
load, both on Temporary change 4%
and off, by any
step of 25% of Permanent change 1

the rated load Dependent on droop Setting

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.

Microprocessor based modular engine-generator control and governing


system shall be supplied with portable programmers and driver software
necessary to operate the units satisfactorily in Isochronous or in parallel
operation.

MW-4.4 Control and Instrumentation

The controls and monitoring of the generating set shall generally be


performed remotely from the generator control and protection panel
(GCPP) to be installed inside the existing control room, but selective
monitoring/metering with start, stop and emergency stop push buttons
shall also be provided in the local panel mounted on the engine skid or at

NATIONAL POWER CORPORATION


m VI-MW-21
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

appropriate location within the modular generating set. These selective


monitoring/metering instruments shall have simultaneous reading with
those on the GCPP during operation. The GCPP shall conform to the
requirements specified in the pertinent Electrical Works Specifications.

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.

Instrumentation selected shall be suitable for the application per


Manufacturer’s standard subject to approval by NPC including those
specified in the relevant sections of these specifications. Process fluid
corrosion effects, pressure surge and ambient temperature ranges shall
be considered in material and housing selection so as to provide safe
design margin.

The unit shall be capable of being started, synchronized to the system


and loaded to the full rating without dependence upon the AC auxiliary
power supplies. The unit shall be capable of accepting load within
specified time after receiving a start signal. After the unit has been
running for specified time at full load it may be assumed the AC power
supplies will be again available.

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

The genset's GCPP (floor-mounted pedestal type to be installed in the


existing control room) shall be of manufacturer's standard design and

NATIONAL POWER CORPORATION VI-MW-22


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

shall contain the monitoring/control points and other


measuring/supervisory/electrical instruments as specified in the pertinent
Electrical Technical Specifications which shall include but not limited to
the following:

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

NATIONAL POWER CORPORATION VI-MW-23


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 VlsP21Z1282Se

1) Control Switch for Engine Start, Stop and Emergency including its
auxiliary/associated equipment

MW*4.5 Engine Protection Device

Sufficient protection devices shall be provided for each diesel engine-


generator set to shut down the engine and simultaneously trip the
generator circuit breaker in the event of overspeed, high cooling water
temperature, low oil pressure and other manufacturer’s specified
mechanical and electrical type of faults. The cut-out devices shall
incorporate indicating instruments with cut-out contacts adjustable over
the whole range of the instruments. The Supplier shall submit
annunciation data indicating the measurement and source for all
conditions which will initiate protective unit alarm or shutdown.

An overspeed shutdown device, operating independently of the governing


system, shall be provided. This device shall operate in either the manual
or automatic mode of operation of the diesel generator unit.

The following accessories, as a minimum, shall be provided to safeguard


the engine from being damaged by dangerous operation thereof:

a) A mechanical operated type overspeed trip device to cut-off the fuel


oil supply to the engine not more than thirteen percent (13%) above
the rated engine speed;

b) A signal generator type electrical overspeed trip relay operated at an


adequate speed not more than fifteen percent (15%) above the rated
speed;

c) An emergency shutdown trip solenoid;

d) A device to shut down the engine in the event of excessive low


lubricating oil pressure, excessive rise in the engine cooling water or
lubricating oil temperatures; and

e) Other items in accordance with the Manufacturer’s standard.

MW-5.0 GENERATOR

The generator shall be close-coupled to the engine through an SAE flange


arrangement for perfect alignment and is self-exciting. Output voltage is
controlled by automatic voltage regulator. The generator and exciter shall
conform with the requirements specified in the relevant Electrical Works
Specifications.

MW-6.0 SOUND ATTENUATED/WEATHERPROOF ENCLOSURE


Each diesel generator set shall be fully enclosed in a sound attenuated
and weatherproof enclosure designed to provide a sound pressure level of
not more than 85 dBA at 1-meter distance measured at any point of the
unit.

NATIONAL POWER CORPORATION VI-MW-24


13}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

The enclosure shall be designed to withstand wind velocity of not less


than 156 MPH (250 KPH) or as specified in the latest edition of National
Structural Code of the Philippines and accurately dimensioned in
compliance with the National Electrical Code (NEC), the National Fire
Protection Association (NFPA) for clearance of all specified items included
therein, and all applicable fire codes for a structure and application of this
type. They shall be designed on modular principles with many
interchangeable components permitting on site repair.

The enclosure shall have elegant appearance that includes acoustic


baffles for the air inlet and outlet, walls with sandwich mineral wool
attenuation of reliable quality made of galvanized steel material
conforming to ASTM A-36 and painted finish. It shall be coated in
accordance with manufacturer’s standard.

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.

All components of the enclosure shall be assembled utilizing stainless


steel bolts, nuts and washers, hinges and locks. Watertight neoprene flat
washers shall be used on all roof bolts.

The enclosure shall incorporate internally mounted exhaust residential


silencers with mounting brackets and are of extremely rugged
construction in order to withstand rough handling and installation. Tail
pipe extension shall be provided, terminating in a horizontal plane and cut
at a 45° angle or other means per recommendation of the manufacturer to
I prevent the entrance of water. Stainless steel, seamless flexible exhaust
pipe and necessary bolts, flanges and gaskets to match the engine and
exhaust silencer shall be provided.

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.

The enclosure shall be provided with necessary louvers designed to meet


engine air requirements and proper ventilation. All louvers with bird
screen shall be designed to prevent the entrance of driving rainwater but
shall have sufficient free area to allow for 120% of the total genset air
requirements or per manufacturer’s standard. To guarantee that the

NATIONAL POWER CORPORATION


ED VI-MW-26
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OP 1x120 KW AND 2 X SO KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP

I SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

enclosure is free from any leak and can prevent entrance of rain water,
Rain Test shall be conducted.

All necessary fittings, hoses, shut-off valves, etc., shall be provided to


facilitate fuel oil/lube oil filling, lube oil and water drain at the exterior of
the enclosure. Engine crankcase breather pipes shall terminate at the
exterior of the enclosure directly under the radiator air discharge louver.

The base of the enclosure shall be designed and manufactured as a


heavy duty, formed steel construction with four (4) point lifting provision to
support the calculated weight. Details of the base construction shall be
included with the drawings to be submitted.

Auxiliary interface box shall also be provided which houses the


electrical/instrument connection terminals for interfacing to the control
panel external to the generating set.

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.

MW-7.0 INSPECTION AND TESTS

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.

MW-8.0 SPARE PARTS AND TOOLS

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.

The lists of Spares and Tools in a form to be filled up by the Supplier as


specified in Part II - Technical Data Sheets, are preliminary and subject to

NATIONAL POWER CORPORATION


Oil Vl-MW-26
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
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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.

MW-8.1 Spare Parts

Spare parts shall be provided to ensure reliable operation of the supplied


equipment for one (1) year and shall include spares that will be used
during the Pre-commissioning/Commissioning Test.

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.

The spare parts listed in relevant Sections/Items of Part II - Technical


Data Sheets are minimum requirements which the Supplier shall include
in the spare parts list that contain the recommended spare parts for one
(1) year operation.

MW-8.2 Tools

The standard and recommended tools for normal/overhaul maintenance


of the generating sets and associated auxiliary equipment shall be
supplied for the plant in accordance with the Manufacturer's standard
practice including those specified/listed in relevant Sections/Items of Part
II -Technical Data Sheets.

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 Supplier shall be responsible for the application of protective coating


of all equipment and materials supplied by the Supplier in accordance with
the manufacturer’s recommendation or othenwise specified in Clause GW-
11.0 of the General Works specifications.

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

painting shall be in accordance with the recommendation of the coating


manufacturer.

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.

I Before any painting is made, all surfaces must be prepared properly,


removing rust, scale, welding slugs and spatters, grease and encrustation
of any nature. The various paints to be used shall be of approved quality
and type.

MW-10.0 MEASUREMENT OF PAYMENT

Measurement of payment for all mechanical works shall be based on the


bid price of each item as shown in the Schedule of Requirements -
Mechanical Works, Section VII of the Bid Document. The cost of each
Item shall cover all works required and described in the pertinent
provisions of the specifications.

NATIONAL POWER CORPORATION


D)i VI-MW-28
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

PART I - TECHNICAL
SPECIFICATIONS

EW - ELECTRICAL WORKS

NATIONAL POWER CORPORATION

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

PART I - TECHNICAL SPECIFICATIONS


SECTION EW - ELECTRICAL WORKS

TABLE OF CONTENTS

CLAUSE NO. TITLE PAGE NO.

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

NATIONAL POWER CORPORATION VI-EW-I


BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X BO KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS_____________ _______________________________ VlsP21Z1282Se

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

NATIONAL POWER CORPORATION Vl-EW-li


I BIO DOCUMEm’S 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

EW-9.0 CONDUIT AND CABLE TRAY SYSTEM...................................................... 30


EW-9.1 Technical Requirements and Characteristics................................................ 30
I EW-10.0
EW-10.1
FACTORY ASSEMBLY AND TESTS............................................................32
General...........................................................................................................32
EW-10.2 Shop Test...................................................................................................... 33
EW-10.3 Other Requirements...................................................................................... 33
EW-11.0 OTHER SITE REQUIREMENTS................................................................... 33
EW'11.1 Job Site Cameras..........................................................................................33
EW*11.2 Technical Characteristics........................................................................... ...33
EW-11.3 Technical Requirements................................................................................34
EW-12.0 DATA AND DOCUMENTATION REQUIREMENTS..................................... 35

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

NATIONAL POWER CORPORATION VI-EW-iii


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
SECTION VI - TECHNICAL SPECIFICATIONS VisP2121282Se

SECTION EW - ELECTRICAL WORKS


I
EW-1.0 GENERAL
I This section covers the technical and associated requirements 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 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.

All electrical equipment shall be installed in accordance with the relevant


sections of this specification. The Supplier shall submit all related drawings
and document deemed necessary, prior to the execution of the work, subject
to the approval of NPC.

The works shall be performed and completed In a workmanlike manner in


accordance with generally accepted modern engineering practice.

EW.2.0 SCOPE OF WORK

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:

1. Supply, Installation and Test of 1 x 120 kW, 480V, 3-phase, 60 Hz AC


Generator and associated auxiliary electrical equipment including
grounding materials;

2. Supply, Installation and Test of 2 x 90 kW. 480V, 3-phase, 60 Hz AC


I Generator and associated auxiliary electrical equipment including
grounding materials;

3. Supply, Installation and Test of Generator Control and Protection


Panel (GCPP) for 1 x 120 kW D/G set equipped with monitoring,
metering, control, protection and synchronizing equipment/devices;

4. Supply, Installation and Test of Generator Control and Protection


Panel (GCPP) for 1 x 120 kW D/G set equipped with monitoring,
metering, control, protection and synchronizing equipment/devices:

5. Supply of One (1) Spare Circuit Breaker for 120 kW D/G Set;

6. Supply of One (1) Spare Circuit Breaker for 90 kW D/G Set;

NATIONAL POWER CORPORATION VI-EW-1


BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI -TECHNICAL SPECIFICATIONS VisP2121282Se

7. Supply, Installation and Test of 1 x 160 kVA, 480V/13.8kV, 3-Phase,


60Hz Generator Transformer;

8. Supply. Installation and Test of 1 x 112.5 kVA, 480V/13.8kV, 3-Phase,


I 60Hz Generator Transformer:

9. Supply, Installation and Test of 15 kV Fuse Disconnect Switches with


I Lightning Arrester Combination;

10. Supply, Installation and Test of Bus Conductor and Line Materials and
Hardware:

11. Supply, Laying and Test of Power, Control and Instrumentation Cables

I including ground conductors and other appurtenances required for the


interfacing of supplied equipment;

12. Supply and Installation of Electrical Conduit and cable tray system:

13. Supply, Installation and Test of grounding conductors, ground


connectors, ground rods and other accessories required for the
interfacing of all equipment to the existing grounding system;

14. Construction of New Cable Trench/es;

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.

In addition, the following shall be provided by the Supplier:

1. Provision of services of highly qualified and competent engineers for


the direct supervision during the test and commissioning of all
supplied equipment.

2. Submission of drawings and documents i.e.. Equipment


Manufacturer’s drawings. Operation and Maintenance Manuals, etc.

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.

The equipment to be furnished shall be complete, with all parts in excellent


working conditions, of new and high grade materials and produced with first
class workmanship. All materials though not expressly called for in this

NATIONAL POWER CORPORATION VI-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 VisP21

7. Supply. Installation and Test of 1 x 150 kVA, 480V/13.8kV, 3-Phase,


60Hz Generator Transformer;

8. Supply, Installation and Test of 2 x 112.5 kVA, 480V/13.8kV, 3-Phase,


I 60Hz Generator Transformer,

9. Supply, Installation and Test of 15 kV Fuse Disconnect Switches with


Lightning Arrester Combination;

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;

13. Supply. Installation and Test of grounding conductors, ground


connectors, ground rods and other accessories required for the
interfacing of ail equipment to the existing grounding system;

14. Construction of New Cable Trench/es;

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.

In addition, the following shall be provided by the Supplier:

I 1. Provision of services of highly qualified and competent engineers for


the direct supervision during the test and commissioning of all
supplied equipment.

2. Submission of drawings and documents i.e., Equipment


Manufacturer’s drawings. Operation and Maintenance Manuals, etc.

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.

The equipment to be furnished shall be complete, with all parts in excellent


working conditions, of new and high grade materials and produced with first
class workmanship. All materials though not expressly called for in this

NATIONAL POWER CORPORATION VI-EW-2


ilill
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 VlsP21Z1

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.

EW-3.0 CODES AND STANDARD

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;

ANSI/IEEE American National Standards Institute and/or Institute of Electrical &


Electronic Engineers

C37.60 Requirements for Overhead, Pad-mounted, Dry


Vault and Submersible Automatic Circuit Reclosers
and Fault Interrupters for AC Systems
C57.12.20 Standard for Overhead-Type Distribution
Transformer SOOkVA and Smaller; High Voltage
34500V and Below; Low Voltage, 7970/13800Y V
and below

NEMA National Electrical Manufacturers Association

MG 1 Standard for Motors and Generators


WC-5 Thermoplastic-Insulated Wire and Cable for the
Transmission and Distribution of Electrical Energy
AB 1 Molded Case Circuit Breaker

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

UL Underwriters Laboratories, Inc. (all parts apply)

44 Rubber-Insulated Wires and Cables


83 Thermoplastic Insulated Wires and Cables
508A Industrial Control Equipment
1063 Machine Tool Wire (MTW) for Stranded Conductor
Only

I EC International Electro-Technical Commission

60255 Electrical Relays


60044 Instrument Transformer
60071 Insulation Coordination
60076 Power Transformers, Parts 1-5
60060 High Voltage Test Technique
62271 High Voltage Switchgear and Control Gear

NATIONAL POWER CORPORATION

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

60502 Power cables with extruded Insulation and their


accessories for rated voltages
60694 Common Specification for High Voltage Switchgear
and Control Gear Standards

NFPA National Fire Protection Association

272 Standard Method of Test for Fire and Smoke


Characteristics of Wires and Cables

ASTM American Society for Testing and Materials

ISO International Standards Organization

9001 Quality System Model for Quality Assurance in


Design/Development, Manufacture and Testing
9002 Quality System Model for Quality Assurance in
Production, Installation & Servicing

PEC Philippine Electrical Code

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.

Equipment or materials meeting other internationally accepted standards,


which ensure an equal or higher quality than the standards mentioned, will
also be accepted.
I In the event of any apparent conflict among standards, codes or this
specification, the Supplier shall refer the conflict to NPC for written resolution
before start of fabrication. Final decision regarding the acceptance of
proposed standards is the prerogative of NPC.

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-4.0 GENERATOR AND AUXILIARIES

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.

NATIONAL POWER CORPORATION VI-EW-4


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

EW-4.1.2 Design Characteristics

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 generating sets shall be designed to meet the local conditions as


specified in clause GW-3.0 of the General Works specifications.

The generator design characteristics shall be as follows:

Type Rotating Field Synchronous


AC Generator
Rated Continuous Output Refer to Technical Data Sheets
Number of Phase Three (3)

Power Factor 0.8 lagging (min.)


Frequency, Hz 60
Angular Speed, rpm 1800
Voltage, V 480
Excitation Class Brushless, Separately Excited,
Permanent Magnetic Generator (PMG)
or equivalent
Allowable Voltage Variations At rated output, frequency, voltage and
power factor, the generator can operate
satisfactorily though the terminal voltage
at +5% of rated value

EW-4.2 Other Characteristics

The three-phase synchronous generator shall be drip-proof, revolving field,


self-ventilated, directly connected to the engine and shall conform to
applicable standards and additional requirements hereinafter stated. All the
generator phase leads, neutral and the terminals for the temperature monitor
shall be brought out to the terminal box mounted solidly on the generator
frame.

The generator bearings shall be designed to allow minimal stress Induced in


the shaft. Generators rated SOOkW and below shall have a single or double
bearing design. However, generators rated above SOOkW shall adopt a
double bearing design.

Design shall be such as to protect mechanical, electrical and thermal damage


due to vibration, 25% over speed, or voltages and temperature at 10%
overload.

NATIONAL POWER CORPORATION VI-EW-5


Jli
BID OOCUMEm-S SUPPLY. DEUVERY. 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

EW*4.3 Space Heaters

Space heaters shall be Installed on the generator frame to maintain


temperature of the entire generator above the dew point while not in use.
Power supply shall be 240VAC single phase and shall be sourced from the
existing station service transformer. Automatic control for space heaters shall
be integrated in the Generator Control and Protection Panel (GCPP).

EW-4.4 Unbalanced Load

The generator shall be capable of carrying an unbalanced load of 10%


continuously without abnormal overheating or causing damage to any parts of
the generator. The generator shall be capable of withstanding transient fault
conditions which give a rise to a value of l22t not exceeding 30 where:

h is the negative phase sequence per unit current

t is the time in seconds.

EW-4.5 Parallel Operation

The generating set/s to be supplied shall be capable of parallel operation both


at regulation and base load with existing and future generator set/s of
different make/manufacturers and rating/s.

EW-4.6 Generator Stator

EW-4.6.1 Stator Frame

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.

EW-4.6.2 Stator Core

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.

EW-4.6.3 Stator Winding

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

NATIONAL POWER CORPORATION VI-EW-6


BIO DOCUMEm-S 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

manufacturing, the coils shall be subjected to special treatment to prevent air


intrusion between single conductors and insulating materials.

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.

EW-4.7 Generator Rotor

EW-4.7.1 Rotor Core

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.

EW-4.7.2 Rotor Winding

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.

EW-4.8 Excitation System

EW-4.8.1 General Description

The generator shall be equipped with state of the art digital brushless
excitation system with high overload and short circuit capability.

NATIONAL POWER CORPORATION VI-EW-7


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

The Supplier may offer an alternative excitation system in which according to


his experience has superior performance. Technical description pertaining to
the alternative system shall be submitted with the proposal.

EW*4.8.2 Operating Requirements

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.

During operation on automatic mode voltage control by automatic voltage


regulator (AVR), the terminal and the reactive load of the generator shall be
kept stable, without hunting, within the specified limits of accuracy at the
prevailing set point and shall be self-adjusting, to any point within permissible
area of the generator capability diagram during steady state and transient
condition.

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.

In automatic operation mode, the generator terminal voltage shall


automatically buitd-up reaching 95% rated speed and capable of
synchronization to the grid by synchronizing system.

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.

EW-4.8.3 Design Consideration for Excitation System

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 electrical equipment/devices, electronic and control circuits in modular


form shall operate satisfactorily within the supply voltage limits and tested
according to the required insulation levels.

All components shall be tropicalized and all printed circuit board for electronic
circuits shall be sealed with suitable resin resistant for tropical conditions.

EW-4.9 Generator Control and Protection Panel (GCPP)

The Generator Control and Protection Panel (GCPP) to be furnished shall be


mounted with selector switch for REMOTE and LOCAL operation including

NATIONAL POWER CORPORATION

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

indication functions necessary for monitoring, metering, control and protection


of the diesel generating set/s. The GCPP to be supplied shall be designed
with Generator Circuit Breaker included in the panel. Generator Circuit
Breaker mounted on the D/G set container is not acceptable. The GCPP will
be installed inside the plant’s existing control room along with the existing
GCPP’s.

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.

a. Protection and Control

The generator control & protection module (GCPM) shall be designed


to trip generator circuit breaker for electrical and mechanical fault
according to calculated tripping parameters. It shall be provided with
adequate number of input/output contacts of suitable rating to carry out
the prescribed tripping functions, alarm indication, fault recording
function and supplementary signaling functions as maybe necessary for
the initiation of automatic closing/tripping or switching control.

The protection relays shown on the drawings are the minimum


protection required. The Supplier may offer different protection scheme
in which based on his experience should be includod for the specified
rating of the Diesel Generator set/s subjccl to NPC apprcvnl.

The microprocessor based GCFM for the engine-generator sliall be


designed for automatic and manual operation and indication .such as
synchronization and load siiaring of unit genorato.rs. Al; interface
devices and other accessories necessary for the automatic and
manual control function shall be provided by Ihe Supplier.

b. Monitoring and Metering

All indicating instruments shall fulfill the requirements for accuracy


class 0.3 (or better) except for the frequency meter which shall have
±0.01Hz. The panel shall be equipped with the following minimum
required metering devices and indicating instruments:

1. Metering (current, voltage, power (kW, kVAr), energy,


frequency, power factor) capable to measure single and three
phase parameters through respective control switches;

2. Event Recorder (to be able to capture the latest events):

3. Data Logger (all data is stored in non-volatile memory so that


information is retained even when power to the unit is lost);

4. User Programmable Fault Reports; and

5. Other metering and indicating instrument as specified in


Mechanical Work Specifications.

NATIONAL POWER CORPORATION VI-EW-9


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 VisP21Z1262Se

c. Synchronizing Equipment

The panel shall be equipped with manual and automatic


synchronization of unit generators, selector switch for automatic and
manual mode, and the necessary indicators, metering, and other
required appurtenances.

When specified in the Technical Data Sheets, a manual synchronizing


equipment or controller separate from the generator controller built-in
synchronizing function shall be provided for the plant for controlling
manual closing of circuit breakers.

A synchronizing switch, if required for manual operation, shall be


provided for eacti circuit breaker whicli v/i!l automatically conned the
voltage circuits related to the breaker being closed to the
synchronizing equipment. Ttie equipment system shall be designed in
such a way that it stiall not be possible to inadvertently interconnect
the voltage circuits, even when two or more synchronizing switches
are closed at the same time. The manual synchronizing equipment
sfiall be mounted on the GCPP.

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.

All DC and AC power supply required for annunciation, control, monitoring


and protection of the system shall be integrated in the GCPP. The power and
voltage requirements will be determined by the manufacturer in accordance
with the ratings and consumption of its equipment/device.

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.

EW-4.9.1 Panel Construction

The pane! shall be constructed from a minimum of 2.0 mm thickness steel


sheet with edges formed into a rectangular pattern welded steel sheets so
that each section is rigid, self-supporting and enclosed. It shall be adequately
protected and suitable for indoor and outdoor application and all climate
condition.

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.

NATIONAL POWER CORPORATION vi-ew-10


Jill
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

EW-4.9.2 Fault Annunciator System (Alarm System)

The annunciator system shall distinguish any abnormal conditions during


operation by means of visual and audible warning. It shall be of modular
design, preferably microprocessor-based designed for operation on a DC
supply. It shall consist of window cabinets, mounting chassis, plug-in
assemblies, flashers, alarm relays, isolating relays, lamps, test buttons,
acknowledged and reset buttons. Each alarm relay shall have an auxiliary
relay with multiple contacts for local alarm and spares. In addition, group
alarms for engine-generator and transformer shall be available.

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.

EW-4.9.3 Communication Ports

Communication ports shall be provided available in the local panel of the


diesel generator sets and Generator Control and Protection Panel (GCPP)
exclusively intended for control, protection, synchronization, communication,
monitoring and metering. The communication to be established between
various equipment In the entire power plant (e.g. other generator sets and
power generating equipment, Power Plant Control System (PPCS), protection
and control devices, instrumentation equipment. SCADA systems, etc.) shall
be MODBUS and Ethernet-based protocol.

EW-4.9.4 Terminal Blocks

Terminal blocks shall be mounted so as to give easy access for external


wiring and termination and shall give clear view of the arrangement of the
cable tails to allow for future extensions and alterations v\nth an approximately
25% extra terminals per terminal block.

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.

EW-4.10 Generator Circuit Breaker

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.

NATIONAL POWER CORPORATION VI-EW-11


Mil
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGU8ANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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.

Where applicable, circuit breaker derating factors shall be applied to


compensate for factors such as ambient temperature, altitude, frequency, duty
cycle and enclosure loading.

EW-4.11 Equipment Wiring

Equipment interfaced wiring shall be 600V, stranded copper with thermo­


plastic insulation and shall comply with the requirements of IPCEA standard.
Minimum size shall be 2.0 mm2 or larger for control circuit except annunciator
wire which shall be 1.2 mm2 or larger. The minimum size of current
transformer wire shall be 3.5 mm2.

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.

EW'4.12 Equipment Grounding

Ail major equipment such as generator, transformer, generator control and


protection panels, and all other metallic parts 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
grounding conductors or ground connections to the plant existing grounding
system as required.

I EW-4.13 Spares Parts and Tools

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.

If found not applicable to the proposed equipment model/design, the Supplier


shall submit a Manufacturer’s certiRcation indicating that the spare parts and
standard/special tools listed is not applicable to the equipment being offered.

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.

NATIONAL POWER CORPORATION VI-EW-12


ii
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 VisP2121282Se

EW>4.14 inspection and Testing

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 the equipment has been properly installed, tested and commissioned in


accordance with the manufacturer’s recommendation, applicable codes and
standard required Including all applicable government rules, regulations and
ordinances.

EW-4.14.2 Shop Test

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.

The test methods, measurements and computation shall be in accordance


with the latest applicable requirements of ANSI and lEC standard and shall be
submitted for NPC’s approval.

I EW-4.14.3 Routine Test

The following Routine Test shall be conducted on the alternator at the


workshop:

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

b. Phase Sequence Test and Voltage Balance Check;

c. Open Circuit Characteristics with generator line voltage recorded against


exciter field current;

d. Short Circuit Characteristics with generator current recorded against


exciter field current;

e. Voltage Regulation Test to be conducted with AVR in the circuit with


reactive loads;

f. Standard Routine Tests as per relevant ISO standard shall be performed.

NATIONAL POWER CORPORATION VI-EW-13


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

EW-4.15 Data and Information to be Submitted After Award of Contract

The following documents (in addition to the documents/drawings specified in


Clause GW-6.0 of the General Works specifications) shall be submitted after
award of contract for NPC’s review and approval prior to procurement and
installation of the supplied equipment and materials;

a. Documentation for Electrical System such as the following:

1. Single Line Diagram showing the Diesel-Generator Set and


related equipment including basic equipment data;

2. Outline drawings showing all critical dimensions and weights;

3. Schematic and wiring diagram of all power and control circuits


for the engine-generator set and auxiliary equipment showing
interconnect points and logic diagrams;

4. Engine-generator Control and Protection panel;

5. Section and detail drawings of cable terminations and


connections.

b. Brochures/Catalogues of the AC Generator and GCPP;

c. Manufacturer’s Technical Data Sheets of the AC Generator and


GCPP in accordance with EW-12.3;

d. Service Manuals and Parts Books

1. Operating Instructions - with description and illustration of all


switchgear control and indicators and engine and generator
controls and indicators.

2. Parts Books - that illustrates and list all assemblies, sub-


assemblies and components, except standard fastening
hardware (nuts, bolts, washer, etc.)

3. Preventive Maintenance Instructions - on the complete system


that covers the daily, weekly, monthly, bi-annual and annual
maintenance requirements.

4. Routine Test Procedure - for all electronic and electrical


circuits and for the main AC generator.

5. Troubleshooting Chart - covering the complete generator set


showing description of trouble, probable cause and suggested
remedy.

e. Certified Design and Routine Test Results; and

NATIONAL POWER CORPORATION VI-EW-14


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

I SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

f. Field Tests to be performed and Certified Test and Inspection Reports


duly signed and witnessed by NPC representative.

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'5.2 Technical Description


I The transformer(s) covered by this specification is (are) for use in an electric
generating station. The application details are stated in the Technical Data
I Sheets.

EW-5.3 Design Requirements

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

I The transformer to be supplied shall be designed to withstand the over


voltages for the duration of voltage excursions which may be expected as a
result of full load rejection of the generator.

EW-5.3.3 Frequency

Frequency for operation shall be 60 Hz.

EW-S.3.4 Overload Requirement

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.

EW-5.3.5 Short Circuit Withstand Capability

The transformer shall withstand the mechanical and thermal stresses


produced by external short-circuit currents specified in IEEE Std. 57.12.00
(latest revision).

NATIONAL POWER CORPORATION


m VI-EW-15
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

I SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282S

EW'5.3.6 Transformer Loss Evaluation

Depending on the requirement stated in the Technical Data Sheets, the


Supplier is required to fill-in all the information for the transformer losses in
I the Technical Data Sheets for the generator step-up and station service
transformer in order for the NPC to fully determine the most cost effective of
the proposed transformer(s) to be supplied considering both cost of losses
and first cost.

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.

EW-5.3.7 Impedance and Reactance

The impedance and reactance shall be stated in the Proposal.

EW-S.3.8 Audible Sound Level

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.

Equivalent Two-windinq, kVA Average Sound Level. dB


1-50 48
51-100 51
101-300 55
301-500 56
750 57
1000 58
1500 60
2000 61
2500 62

EW-5.3.9 Tolerances

The transformer shall be designed and manufactured with tolerances in


accordance with applicable ANSI/IEC/IEEE standards.

EW-5.3.10 Electrical Insulating Oil

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).

NATIONAL POWER CORPORATION VI-EW-16


I)
I
BIO DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X &0 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS ^___________________________ VlsP2121282Se

Insulating liquid must not contain more than 2PPM of Polychlorinated


Biphenyl (PCB), classified as “PCB free".

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 Design and Construction Features

EW-5.4.1 General

The transformer design, manufacture and assembly shall minimize vibration


and shall prevent damage by inherent vibration and stress during operation,
transportation and short circuits.

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

I treatment after punching. The laminations shall be accurately flattened,


especially at the edges and insulated by suitable procedures with long life
heat resistant insulating coat.

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

Windings for transformer shall be of the best modem design of conductor


having constant cross-section and uniform insulation or graded insulation as
required. The coils shall be wound and supported in a manner to provide
sufficient oil ducts which will be maintained without constriction.

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

NATIONAL POWER CORPORATION VI-EW-17


tiilt
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
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

be welded or brazed, properly formed and finished, and insulated to conform


to the basic insuiation.
I Winding conductor shall be free from scars, burrs and splinters and shall be
uniformly insulated. Permanent current-carrying joint for splices shall be
I welded or brazed, properly formed and finished, and insulated to conform to
the basic insulation.

The completed assembly of core and coils shall be vacuum dried,


immediately impregnated and immersed in dry oil. They shall be adequately
braced to withstand ocean shipment, short-circuit forces and earthquakes.

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.

Bushing up to 110 kV BIL shall be porcelain bulk type whereas bushings


above 110 kV BIL shall be condenser-type. In the latter case, the bushing
shall be provided with capacitance test lap.

Bushings shall have the continuous current-carrying capacity necessary to


carry the full 65°C rise current. The bushings shall also be capable of
carrying overload currents as required by EW-5.3.4.

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.

The HV and LV terminations of the generator step-up transformer shall be


fitted with suitable insulating shroud. The insulating shrouds shall be
manufactured through dip molding process and shall be made from flexible
polyvinyl chloride (PVC) material, suitable for low voltage to high voltage
applications. The insulating shroud shall be flame retardant, conforming with
the UL 94 Standards. They shall be type tested for electric strength in
accordance with lEC 60243 -1 or approved equivalent standards.

EW-5.4.5 Gasket

Gaskets shall be unaffected by hot insulating oil, retain their resiliency during

I the life of the associated equipment, and be unaffected by weather while


maintaining oil and gas tightness. Nitrile rubber gaskets are acceptable.
Gaskets of neoprene and/or any kind of impregnated/bonded cork or cork
only are not acceptable. Gasket flanges shall have grooves or metal stops to
prevent over compression of gaskets. All bolted transformer tank or
accessory openings shall be gasketed.

NATIONAL POWER CORPORATION VI-EW-18


Jll
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

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.

For station service transformer, if to be provided, the transformer tank shall be


made of steel. It shall be of sealed-type construction with a steel cover. The
tank cover shall be provided with a reusable gasket. The tank cover shall be
grounded to the tank body using a copper strap adequately sized for the short
- circuit of the transformer. The tank shall be provided with a tank grounding
connector located near the base of the tank. The connector shall be eyebolt-
type, made from tinned copper alloy material. Standard support lugs shall be
provided on the tank wall for securely mounting the transformer on the pole.
The type support lug to be provided corresponding to the transformer size
shall be as shown in IEEE Std. C57.12.20, latest revision. Lifting lugs shall be
permanently attached near the top of the transformer tank to allow for
balanced vertical lift. The design of the lifting lugs shall incorporate a safety
factor of 5. Lifting facilities for the core-oil assembly shall be provided.

EW.5.4.7 Radiators

Radiators, if to be provided, shall be bolted to the main transformer tank and


readily detachable. Isolation valves shall be fitted to the tank to permit radiator
removal without draining the main tank. Separate filling plugs, air bleed plugs
and drain plugs shall be fitted to each radiator section. Radiators shall be
galvanized externally prior to etching and painting. Particular attention shall
be given to their internal cleaning and painting to ensure that the radiators
arrive in a serviceable condition. All radiators shall be completely sealed with
blanking plates and neoprene seals for transport. They shall be thoroughly
dried before shipment.

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.

NATIONAL POWER CORPORATION Vl-EW-19


lli
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

EW-5.5 Fittings and Accessories

The following transformer accessories shall be Included;

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

EW>5.6 Equipment and Marking

The transformer shall be provided with a stainless steel nameplate in


accordance with the latest standard of IEC60076-1, fitted in a visible position
showing the information indicated below. The entries on the plate shall be
indelibly marked.

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

The minimum recommended dielectric strength of oil filling the transformer


shall also be engraved on this plate. The rating plate and any other
instructions or designations shall be in the English language.

EW-5.7 Standard and Common Tools

The Manufacturer of transformer shall provide standard/common tools for use


in the installation of transformer.

NATIONAL POWER CORPORATION VI-EW-20


'll
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

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:

EW-5.8.1 Routine Test

1. Ratio, Polarity and Phase Relation Test


2. No Load Losses and Excitation Current at rated Voltage and
Frequency
3. Induced Potential Test (Low-frequency Dielectric Test)
4. Mechanical (Leak Test)

EW-5.8.2 Design Test

1. Winding Resistance Measurement Test


2. Impedance Voltage and Load Loss Measurement
3. Temperature Rise
4. Lightning Impulse
5. Audible Sound Level
6. Mechanical (Lifting & Moving Devices, Pressure Test)

EW-5.8.3 Miscellaneous Test

1. Insulation Power Factor


2. Insulation Resistance
3. Short Circuit Capability

EW-5.8.4 Site Test

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.

1. Check level and alignment of the installed transformer;


2. Check tightness of connections and fastenings:
3. Check proper grounding;
4. Check oil level monitors, nameplate, vent plugs;
5. Check wire and cable connections;
6. Check cable glands and entrance; and
7. Check on the proper installation of transformer accessories.
8. Winding resistance
9. Insulation Resistance & Polarity Index/Dielectric Absorption Ratio
10. Transformer Turns Ratio
11. Oil Dielectric Breakdown Voltage Test
12. Insulation Power Factor of Dissipation Factor

EW-5.9 Failure to Meet Guarantees

Depending on the requirement stated in the Technical Data Sheets, the


transformer will be tested for compliance with the Manufacturer’s guaranteed
losses. If the transformer losses, as determined by test, at rated voltage.

NATIONAL POWER CORPORATION VI-EW-21


[Dji
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 VlsP21Z12B2Se

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.

= 2 I(Nl4.) (Nlm ■ Nlg) + (U) (Um - Ug)]

Where:

S = Amount to be deducted from the Contract Price


Nl-l = Cost of No load losses equivalent to Php 300/Watt
Nlm = Measured no-load losses expressed in Watt
M _ Guaranteed no-load losses as stated on theTechnical Data
Nl0 - Sheets
U = Cost of Load Losses equivalent to Php 250/Watt
Llm = Measured load losses expressed in Watt
Llg = Guaranteed load losses as stated on the Technical Data Sheets

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.

EW-5.10 Data and Information to be Submitted After Award of Contract

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:

1. Brochure/Catalogues of the transformer;

2. Manufacturer’s Technical Data Sheets of the transformer in accordance


with EW-12.3;

3. Outline drawings of transformer and accessories showing the following:

a. General Dimensional Drawing


b. Sectional Drawing
c. Nameplate Drawing
d. Marshaling box with connection diagram

4. Description and instructions covering the installation, operation and


maintenance of the transformer and accessories;

5. Duly signed Routine Test Results: and

6. Field Test to be Performed and Certified Test and Inspection Reports


duly signed and witnessed by NPC representative.

NATIONAL POWER CORPORATION VI-EW-22


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
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

EW-6.0 SWITCHYARD EQUIPMENT AND APPURTENANCES


I The switchyard equipment and appurtenances shali be installed as shown on
the bid drawing. The equipment shall be securely fastened (as applicable) to
the structure to avoid movement during transient fault and manual operation.
The required clearance in between equipment during installation shall be
observed. All equipment and materials not specifically mentioned herein but
are necessary for proper erection, assembly and safe operation of the
switchyard shall be Identified and furnished by the Supplier at no additional
cost to NPC.

EW-6.1 Fuse Disconnect Switch with Lightning Arrester Combination

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.

EW*6.1.1 Technical Characteristics and Requirements

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:

1. Fuse Support Assembly


2. Fuse Holder Assembly
3. Mounting Bracket
4. Lock Washers

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.

NATIONAL POWER CORPORATION VI-EW-23


Jll
BtD 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 V)sP21Z1282S

Lightning Arrester

Gapless arresters shall have elements fabricated from non-linear resistance


metal oxide materials to perform both the surge discharge and power
frequency reseal functions.

Arresters of this type shall be protected in a hermetically sealed wet-process


jacket, which shall have a high creep age distance and a high dielectric
strength.

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.

The arrester shall be supplied with a cross-arm mounting bracket that


conforms with the requirements of NEMA or with appropriate bracket as a
cutout arrester combination on it.

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.

EW-6.2 Bus Conductor and Hardware

This specification covers the technical and associated requirements for


stranded aluminum bus conductors and line hardware for use in various
diesel power plant switchyards.

All line hardware/materials shall meet the performance requirements


application criteria and manufacturing tolerances passed ANSI CBS. 1-1979 -
America National Standard for Galvanized Steel Bolts and nuts for overhead
line construction.

EW-6.2.1 Technical Characteristics and Requirements

Describe herein is the general specification of the Bus conductor, line


materials and equipment to be supplied for this project.

Stranded Conductor

All wires of the stranded conductor shall be concentrically stranded. The


wires in each layer shall be evenly and closely stranded around the
underlying wire(s). The tension In individual wires in a layer shall be sufficient
to hold each wire firmly in place with only enough strand separation to
prevent crowding at the time of stranding and during installation. All steel and

NATIONAL POWER CORPORATION • VI-EW-24


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

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 aluminum shall be of the higher purity commercially obtainable which


shall not be less than 99.5%. The type of conductor to be supplied shall be
stated in the Technical Data Sheets and shall be manufactured according to
the applicable ASTM or equivalent lEC standards.

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

Aluminum strain clamps and suspension clamps for aluminum conductor, if


required In the Technical Data Sheets, shall have its clamp bodies and
keeper pieces, made of high strength and heat treated cast aluminum alloy.
Cotter bolts, U-bolts, nuts, and lock washers shall be hot dip galvanized steel.
Cotter pins shall be made of stainless steel. Slip strength of the strain clamp
shall be not less than 85% of the rated ultimate strength of the conductor.

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

Insulators to be utilized in the project shall be in accordance to ANSI Class


55-3 for pin. Class 52-1 for suspension. Class 53-2 and Class 53-4 for spool
standard as to material, ultimate tensile strength, leakage, distance, etc.

Line Hardware

Line hardware shall be made either of aluminum alloy, malleable iron or


ductile iron with tensile strength in accordance with ANSI standard.

Bolts

All bolts such as carriage, double arming, oval, machine, etc. shall be hot dip
galvanized as per ASTM A-153.

EW-7.0 POWER, CONTROL AND INSTRUMENTATION CABLES

This specification covers the technical and associated requirements of power,


control and instrumentation cables, and medium voltage power cable for use
in switchyards.

NATIONAL POWER CORPORATION Vl-EW-25


111
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

All cables shall be designed to withstand the short-circuit condition and


voltage drop of 3% (max.).

EW-7.1 Technical Characteristics and Requirements

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.

The cables shall be selected to withstand without distress any short-circuit


currents in the conductor and sheath related to the existing fault levels.

The cables and its accessories shall be manufactured to fulfill the


requirements when operating with full load or at any load factor.

EW-7.1.1 Insulation

Insulation shall be of the type specified in the Technical Data Sheets.

EW-7.1.2 Jacket

A tough, ozone, low chlorine, heat, flame and moisture-resistant PVC or


Nylon jacket capable of providing protection against sunlight, acids, alkalis
and oils shall be furnished for all cables.

EW-7.1.3 Assembly

All multi-conductor cables shall be bundled together with non-hygroscopic


fillers to assure a smooth oircular assembly. A lapped core binding tape shall
be applied over the 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.

EW-8.0 GROUNDING SYSTEM

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.

NATIONAL POWER CORPORATION VI-EW-26


1
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X SO KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGU8ANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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 Technical Characteristics and Design Requirements

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.

If in case the actual measured resistance of the Supplier-designed and


installed ground grid is higher than specified in the Technical Data Sheets,
the Supplier shall install, at no extra cost to the NPC, additional grounding
rods, mats, grounding electrodes, etc., until the field-measured resistance is
equal to or less than the specified value.

The ground grid shall be composed of a system of copper conductors buried


approximately 60 cm. beneath the surface of the earth, excluding crushed
rock surfacing. Driven ground rods shall be installed at regular intervals and
connected to the grounding conductor at grid nodes. A minimum of four (4) of
the specified ground rods must be installed (one at each comer of the ground
grid). The Supplier shall determine the spacing of ground grid conductors
and the total number and location of ground rods and their lengths (single or
two or more coupled sections).

EW-8.2 Equipment and Materials Requirements

EW-8.2.1 Grounding Cables

Grounding cables shall be copper conductor of soft drawn or hard drawn


concentric stranding bare copper conductor in accordance with the latest
revision of ASTM B3 and manufactured in accordance with ASTM
Specification B8 (class B). The copper conductor shall have the
characteristics specified in the Technical Data Sheets.

NATIONAL POWER CORPORATION Vl-EW-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 VisP21Z1282Se

EW-8.2.2 Ground Rods

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

EW-8.2.3 Exothermic Welding Materials

The Supplier shall supply exothermic welding materials for cable-to-cable,


cable-to-ground rod and cable-to-steel structure grounding connections. The
Supplier should submit detailed information describing the proposed process.

EW-8.2.4 Grounding Hardware

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.

EW-8.2.S Steel Structure Grounding

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.

EW-8.2.6 Equipment Earthing

Transformer Earthing

The transformer shall be earthed at two points diagonally opposite each


other. These connections shall be made from two different points of the
earthing grid.

Lightning Arrester

Lightning arresters shall be connected to the earthing grid with 50 mm2tin-


annealed copper conductor.

Power Gabies

The lead sheath or armor (shield) of the MV power cables, if to be provided,


shall be earthed by connecting a flexible braid to the shield. This shall be

NATIONAL POWER CORPORATION VI-EW-28


BIO DOCUMENTS SUPPLY, DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 60 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPME?^ FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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 Metallic Structures

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.

EW-8.2.7 Powerhouse / Building Earthing

Generally, each electrical device inside the control building/room must be


equipped with an earthing screw of sufficient diameter for connection to the
earthing system. The same applies to all metallic parts such as panels, etc.
which are effectively connected by earth conductors.

Control panels and desks, switchboards, etc. consisting of several individual


sections or compartments shall each be connected to a common tinned
copper earth bar unless all panels are solidly welded together, or other
approved means are applied ensuring solid earthing connections. In such a
case, provisions for earthing must be made at one end at least.

EW'8.2.8 Fence Earthing

Steel fences around the switchyard or station shall be connected to the


earthing system at appropriate connection point along the fence and at all
corners and gate posts.

EW-8.2.9 Pipe Earthing

All piping shall be earthed at all service points in an approved manner.

The conceptual design of the grounding system based on the specified


conditions shall be referred to the bid drawing.

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.

EW-8.2.10 Cable Tray Earthing

Cable trays and ladders shall be connected to the earthing system.

NATIONAL POWER CORPORATION VI-EW-29


If
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

EW‘8.2.11 Ground Rods

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.

EW-9.0 CONDUIT AND CABLE TRAY SYSTEM

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.

EW'9.1 Technical Requirements and Characteristics

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:

1. Plug and fillers, coupling and bends;


2. Spacers, inserts and ties for conduits;
3. Conduit splicing solvent and connector material for uPVC conduit, if
uPVC conduits are used;
4. Fire barriers, duct and conduit sealant; and
5. Cable tray brackets, anchor bolts or expansion bolts, hangers, lock
washers, shims, etc.

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:

1. High mechanical strength


2. Corrosion resistant
3. Heat resistant

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.

NATIONAL POWER CORPORATION VI-EW-30


BID DOCUMErrrs SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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.

Conduits running in floors and terminating at motors or other equipment


mounted on concrete bases shall be brought up to the equipment within the
concrete bases, wherever possible.

All Joints between lengths of conduits and threaded connection to boxes,


fittings and equipment enclosures shall be made watertight.

Conduits installed outdoors running underground shall be buried to a


minimum of 0.457 m.

Metallic Conduits (If specified)

I Rigid metallic conduits shall be hot-dipped galvanized. The inside of the


conduit shall have stove enamelled coating to prevent erosion and assure
smooth wire pulling.

Metal fittings and cover shall have the same property and finish as that of the
metallic conduits.

Rigid metal expansion joints, where required, shall be of standard


manufactured product, of watertight construction, equipped with approved
means to prowde electrical continuity of the conduit runs, zinc-coated, and so
designed as to prevent damaged to the cables. They shall permit a small
amount of transverse movement as well as the longitudinal movement.

Non-Metallic Conduits

Where non-metallic conduits are allowed to be used by NPC, it shall be made


of unplasticized polyvinyl chloride (uPVC) smooth walled inside and outside,
coloured red-orange, schedule 40.

The uPVC conduits shall be non-corrosive and weatherproof, resistant to the


attacks of acids and alkalis and must have a self-extinguishing property,
hence shall not support combustion. It shall resist corrosion, rust and scale.

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.

NATIONAL POWER CORPORATION Vl-EW-31


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

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.

I Connector plates shall be high pressure rigid plate types, connected by


ribbed-neck; case hardened plated steel bolts with flanged serrated locknuts,
locknut with serrated washer or locknut with captive washer. Design shall
provide for undiminished structural strength of the connection. Hardware for
use with expansion plates may be different to allow for movement of the tray.

Cable tray shall be electrically continuous and shall be effectively grounded.

Completed cable tray systems shall be rigid and have all components firmly
bolted and in good electrical contact with the ground grid.

Cable tray supports shall be of heavy-duty reinforced type, hot-dip galvanized


steel, suitably sized to accommodate the tray system, cables and live loads
normally experienced during cable installation. The maximum deflection
between two consecutive supports shall not exceed 7.5 mm for ladder type
trays.

The steel channel inside the cable trench where power cables will be laid
shall be installed at every three (3) meters interval.

EW-10.0 FACTORY ASSEMBLY AND TESTS

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.

NATIONAL POWER CORPORATION


[Hi VI-EW-32
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 test equipment, test method, measurements and computations shall be in


accordance with the latest applicable requirements of ANSI and lEC
standard.

I EW-10.2 Shop Test

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.

The test methods, measurements and computation shall be in accordance


with the latest applicable requirements of ANSI and lEC standard and shall be
submitted for NEC’s approval.

EW-10.3 Other Requirements


I The Supplier shall submit the following Factory Test Results:

Generator and Transformer

1. Duly Certified Factory Type Test Results


2. Duly Certified Factory Routine Test Results

Power, Control and Instrumentation Cable

For Power, Control and Instrumentation Cable to be supplied other than those
type specified in the PEC, the Supplier shall submit the following;

1. Routine Test Results per lEC or equivalent UL standard


2. Manufacturer’s Track Record
3. Brochure with cable ampacity rating including correction factor at 40',C.

EW-11.0 OTHER SITE REQUIREMENTS

EW*11.1 Job Site Cameras

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.

EW-11.2 Technical Characteristics

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.

NATIONAL POWER CORPORATION VI-EW-33


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 VisP21Z1282Se

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.

In normal operation, the job site camera provides monitoring of the

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

I required) for the ease of the installation.

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.

I Job site cameras shall be subject to the approval of NPC.

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.

EW'11.3 Technical Requirements

a. Type Time-Lapse Camera


b. Quantity As specified
in the SOR
c. Control Display Thin-Film-Transistor (TFT)
Liquid Crystal Display (LCD)
d. Image Sensor Resolution At least 1.3
Megapixel CMOS
e. View Angle At least 110 degrees
f. Still Image Resolution 1280x720
g. Time Lapse Interval Every 15 minutes/
User-programmable
h. Battery Type Standard AA or AAA Size
Alkaline Batteries
i. Battery Life At least 120 days of
image recording
j. Additional Batteries
Required
(Spare)
k. Enclosure 1P64 compliant

NATIONAL POWER CORPORATION VI-EW-34


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

l. Storage Memory SDHC


m. Storage Capacity 32 GB
n. Additional Storage At least Two (2)
(Spare) 32GB SDHC Storage
I When the installation of the job site cameras is completed, the operation and
safekeeping shall be turnover to NPC.

The Supplier shall provide sufficient number of spare alkaline batteries to


operate the construction cameras through the entire contract duration. In case
I of contract extension, the required additional batteries shall also be provided
until contract completion at no additional cost to NPC.

I EW-12.0 DATA AND DOCUMENTATION REQUIREMENTS

Supplier*fumlshed data and information shall be guaranteed performance

I data, predicted performance, interface requirements and construction


features of all Supplier’s furnished equipment. The accuracy of such
information and its compatibility with overall performance requirements
specified by NPC are the sole responsibility of the Supplier.

EW*12.1 Data and Information to be Submitted with the Proposal

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.

EW>12.2 Data and Information to be Submitted During Post Qualification

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.

EW-12.3 Data and Information to be Submitted During Implementation

The following shall be the full technical data requirement of equipment


indicated in Section E-1.0 to E-8.0 of the Technical Data Sheets which shall
be submitted by the Supplier together with Manufacturer’s brochure/drawings
during the Implementation stage.

NATIONAL POWER CORPORATION VI-EW-35


ir
BIO DOCUMENTS SUPPLY. DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 80 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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

NATIONAL POWER CORPORATION VI-EW-36


BIO DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 80 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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

NATIONAL POWER CORPORATION VI-EW-37


iJill
BID 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 V!sP21Z1282Se

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

2.0 GENERATOR TRANSFORMER

I Item
E-2.1
Description

Manufacturer
NPC
Requirements
By Supplier
Supplier's
Data

E-2.2 Place of Manufacture By Supplier


E-2.3 Transformer Model By Supplier
E-2.4 Minimum Rated
Capacity, kVA 150 & 112.5
E-2.5 No. of Phase 3
E-2.6 Rated Voltage
a. Primary, kV 0.48
b. Secondary, kV 13.8
E-2.7 Transformer
Guaranteed Losses at
Rated kVA, 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
E-2.8 Type of Cooling ONAN
E-2.9 Type Two-winding
Transformer
E-2.10 Class Outdoor

NATIONAL POWER CORPORATION Vl-EW-38


111
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
I E-2.11 Percent Overload, %
Requirements
10
Data

E-2.12 Type of Overload In accordance to lEC


Capability 60354 normal cyclic
loading
E-2.13 Temperature
a. Ambient Temperature 40°C
b. Temperature Rise 65 °C
E-2.14 Neutral Solidly ground
E-2.15 Winding Connections
a. H-Winding Wye with Neutral
b. X-Winding Delta
E-2.16 Insulation Level
E-2.17 Nominal Voltage
Level (kV)
a. H-Winding 13.8
b. X-Winding 0.48
E-2.18 Highest Voltage
Level (kV)
a. H-Winding 15
b. X-Winding 1.2
E-2.19 Basic Impulse Level
(kV)
a. H-Winding 95
b. X-Winding 30
E-2.20 Winding Material 100% Copper
E-2.21 Vector Group YNdll
E-2.22 % Impedance at
Rated MVA Manufacturer’s Data
E-2.23 Average Audio Sound
Level not more than, dB Refer to Table
when measure in at the specified under TS-
factory in accordance EW-5.3.8 {ANSI/IEEE
with (specify applied C57.12.90 or
standard) lEC 60076-10)
E-2.24 Short Circuit Capability In accordance to
ANSI C57.12-2000
E-2.25 Bushing
High Voltage and
Neutral Terminal

NATIONAL POWER CORPORATION VI-EW-39


BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X &0 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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

NATIONAL POWER CORPORATION VI-EW-40


Jl!'
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

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

3.0 GENERATOR CONTROL AND PROTECTION PANEL

Item NPC Supplier’s


Description
Requirements Data
E-3.1 Manufacturer By Supplier
E-3.2 Each GCPP to be
supplied shall be
equipped with metering,
status, alarm and trip
indication light,
synchronizing devices,
protection relays as
shown on the bid
drawing Yes
E-3.3 Class (indoor, outdoor) Indoor
E-3.4 Generator Circuit
Breaker
a. Manufacturer By Supplier
b. Model By Supplier
c. Continuous Current Refer to
Rating Single Line Diagram

NATIONAL POWER CORPORATION VI-EW-41


'll
BID DOCUMEm-S SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X BO KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

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

NATIONAL POWER CORPORATION VI-EW-42


BIO DOCUMENTS SUPPLY. OEUVERY, 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

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

NATIONAL POWER CORPORATION VI-EW-43


1!
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X BO KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS V.sP21Z1282Se

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

4.0 POWER, CONTROL & INSTRUMENTATION CABLE

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

NATIONAL POWER CORPORATION VI-EW.44


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

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

NATIONAL POWER CORPORATION VI-EW-45


111
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION. TEST AND
COMMISSIONING OP 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI -TECHNICAL SPECIFICATIONS VlsP21Z1282Se

5.0 BUS CONDUCTOR AND HARDWARE

NPC Supplier’s
Item Description
Requirements Data

I Stranded Conductor Requirements


E-5.1 Manufacturer By Supplier
E-5.2 Type designation Aluminum Conductor
Steel Reinforced
(ACSR)
E-5.3 Code Name By Supplier
E-5.4 Conductor size Refer to
Single Line Diagram
E-5.5 Voltage Rating. kV 15
E-5.6 Ampacity, A 270
E-5.7 Outer Layers
a. Material Aluminum
b. Stranding No. 6
c. Calculated Cross-
sectional Area, mm2 Manufacturer’s Data
d. Coefficient of
Elongation (/°C) Manufacturer's Data
E-5.8 Core
a. Material Galvanized Steel
b. Stranding No. 1
c. Calculated Cross-
sectional Area, mm2 Manufacturer's Data
d. Coefficient of
Elongation (/°C) Manufacturer's Data
E-5.9 Conductor Coefficient of
Linear Expansion (/°C) Manufacturer’s Data
Conductor Hardware
E-5.10 Tension Clamp
a. Type Bolted, U-Bolt
b. Material of Body Aluminum Alloy
E-5.11 Connectors
a. Type Wedge pressure
clamp for stranded
conductor connection
b. Angle andT- Wedge pressure
connectors type clamp for stranded
conductor connection

NATIONAL POWER CORPORATION VI-EW-46


BIO DOCUMEm'S 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 VisP21Z12e2Se

6.0 GROUNDING SYSTEM

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

E-6.6 Bonding Conductor


(riser)
a. Manufacturer By Supplier
b. Size, mm2 100, 50&22
c. Material Tin-annealed copper
stranded conductor
with 1.2kV PVC
insulation
E-6.9 Ground Rod
a. Manufacturer By Supplier
b. Type Copper Rod
c. Diameter, mm > 19 mm
d. Length/section, m >3m

NATIONAL POWER CORPORATION VI-EW-47


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

7.0 FUSE DISCONNECT SWITCH WITH LIGHTNING ARRESTER


COMBINATION

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 a. Type Universal button


head design
b. Current Rating, A Refer to Single Line
Diagram
E-7.10 Lightning Arrester
a. Type Metal Oxide Varistor
(MOV), Gapless
b. Rated frequency, Hz 60
c. Nominal system
voltage, kV 13.8
d. Duty cycle voltage
(rating), kVrms 12
e. Maximum Continuous
Operating Voltage
(MCOV), for the
arresters having the
following duty cycle
voltage, kVrms 10.2
f. Nominal discharge
current, kA 10
g. Creepage distance,
mm 465
h. Supporting brackets,
bolts, nuts, etc. Yes

NATIONAL POWER CORPORATION VI-EW-48

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

8.0 JOB SITE CAMERAS

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

I E-8.7 Still Image Resolution


viewing angle
1280x720
E-8.8 Time Lapse Interval Every 15 minutes/
User-programmable
E-8.9 Battery Type Standard AA
or AAA Size
Alkaline Batteries
E-8.10 Battery Life At least 120 days of
image recording
E-8.11 Additional Battery (Spare) Required
E-8.12 Enclosure IP64 compliant
E-8.13 Storage Memory SDHC
E-8.14 Storage Capacity 32GB
E-8.15 Additional Storage At least Two (2)
(Spare) 32GB SDHC Storage

EW-13.0 MEASUREMENT OF PAYMENT

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.

NATIONAL POWER CORPORATION Vl-EW-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
VisP21Z1282Se

I
SECTION VI
TECHNICAL SPECIFICATIONS
I

PART II - TECHNICAL
I DATA SHEETS
I

NATIONAL POWER CORPORATION


P^l
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI-TECHNICAL SPECIFICATIONS VisP21Z1282Se

PART II - TECHNICAL DATA SHEETS


MW - MECHANICAL WORKS
TABLE OF CONTENTS

SECTION DESCRIPTION PAGE

DOCUMENTS TO BE SUBMITTED DURING BID OPENING


M-1.0 Diesel Generating Set and Associated Equipment Data Summary VI-TDS(yW)-4
M-2.0 Fuel Consumption Form for Diesel Generating Set VI-TDS(MW)'6
Annex Letter of Authorization and Guarantee Statement either from; 1) Attachment
A.1 Origina! Equipment Manufacturer (OEM) or 2) Licensee/Agreement As Annex A.1
from OEM as a Licensee or 3) Authorized Distributor/Deaier
(accompanied by a Certificate of Authorized
Distributorship/Deaiership from the OEM/Licensee of the OEM). If
from the Licensee, a Certification from the OEM as a Licensee or the
Licensee agreement must aiso be submitted), for the Diesel
Generating Sets.
Annex “Diesel Generating Set (Engine + AC Generator) Performance Curve” Attachment
A.2 @ Reference Site Conditions issued by the As Annex A.2
Manufacturer/Assembler/Integrator (duly signed with full name) of the
Diesel Generatinq Set Model/Tvpe beinq offered
Annex “Engine Performance Curve” @ Reference Site Conditions issued by Attachment
A.3 the Diesel Engine Manufacturer or Diesel Generating Set As Annex A.3
Manufacturer/Assembler/lntegrator (duly signed with full name) for the
Diesel Engine Model/Type being offered

DOCUMENTS TO BE SUBMITTED DURING POST QUALIFICATION BUT NOT


LIMITED TO:

M-3.0 Diesel Engine VI-TDS(MW)-8


M-4.0 Spare Parts VI-TDS{MW)-9
M-4.1 Spare Parts per Unit of 120 kW DG Set During the Warranty Period VI-TDS{MW)-9
M-4.2 Spare Parts per Unit of 90 kW DG Set During the Warranty Period VI-TDS(MW)-10
M-4.3 Spare Parts per Total Units of 120 kW DG Sets Supplied and to be VI'TDS(MW)-11
Delivered atTagubanhan DPP
M-4.4 Spare Parts per Total Units of 90 kW DG Sets Supplied and to be VI-TDS(MW)-12
Delivered at Tagubanhan DPP

M-5.0 Standard/Special Tools VI-TDS(MW)-13


M-5.1 Standard/Special Tools per Total Units of 120 kW and 90 kW DG VI-TDS(MW)-13
Sets to be Supplied and Delivered at Tagubanhan DPP

NATIONAL POWER CORPORATION


CDi Vl-TDS (MW)-1
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

TABLE OF CONTENTS (Cont’d.....)

SECTION DESCRIPTION PAGE

DOCUMENTS TO BE SUBMITTED DURING PROJECT IMPLEMENTATION


BUT NOT LIMITED TO:
M-6.0 ISO 9001 Certificate of the Manufacturer/Assembler/Integrator
or equivalent for each of the Diesel Generating Set
M-7.0 Standard Certification of the proposed offered model of Diesel
Generating Set from any of the following internationally
recognized certifying body/organization:
a) Canadian Standard Association (CSA)
b) Underwriter’s Laboratories (UL)
c) Japanese Industrial Standards (JIS)
d) European Commission (CE)
e) Lloyd’s Register (LR)
f) Germanischer Lloyd (GL)
g) Niippon Kaiji Kyokai (NKK)
h) American Bureau of Shipping (ABS)
M-8.0 Power Derate Curves and Details or Certificate/Statement from
Diesel Generating Set’s Manufacturer/Assembler/ Integrator
that the proposed Diesel Engine-Generator Set have no
deration at Reference Site Conditions.
M-9.0 Manufacturer/Assembler/Integrator’s General Data, Catalogue
and Brochures of model/type of equipment offered and
published as standard products for the DG Set which contain the
following information:

» 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-12.0 Photos of Nameplates (DG Set, Engine and Alternator) -


Submit 5 months prior to Test & Commissioning

M-13.0 Serial Nos. of DG Set, Engine and Alternator - Submit 5 months


prior to Test & Commissioning

NATIONAL POWER CORPORATION


CD1 VI-TDS (MW)-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 VisP21Z1282Se

PART II - TECHNICAL DATA SHEETS

MW - MECHANICAL WORKS

DOCUMENTS TO BE SUBMITTED DURING THE BID OPENING


fSections M-1.0, M-2.0. Annexes A.1, A.2 & A.3)

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.

4. All data and information shall be in English language.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION


m VI-TDS (MW)-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 v; - TECHNICAL SPECIFICATIONS VisP21Z1282Se

M-1.0 DIESEL GENERATING (DG) SET AND ASSOCIATED


EQUIPMENT DATA SUMMARY
ITEM DESCRIPTION SUPPLIER’S
NPC REQUIREMENT
DATA
M-1.1 DG Set (Diesel Engine + AC Generator) - Designed, manufactured &
PRIME DUTY* tested in compliance with the
latest version of the
standards* listed below,
mounted on heavy duty steel
baseframe with anti-vibration
pads contained in a sound
attenuated & weatherproof
enclosure
M-1.2 Manufaclurer/Assembler/Integrator of DG 120kW;
Set being offered By Supplier
90kW;

M-1.3 Brand Name of DG Set being offered 120kW:


By Supplier
90kW;

M-1.4 Model of DG Set being offered 120kW;


By Supplier
90kW:
M-1.5 DG Set Manufacturer/Assembler/ 120kW:
Integrator Experience, Year 5 (Minimum)
90kW;
M-1,6 DG Set Guaranteed Prime Rated Power at
Reference Site Conditions* & 0.8 Power 120 (min.) & 120kW:
Factor, kW 90 (min.) 90kW:
M-1.7 D/G set Guaranteed Fuel Rate at
Required D/G Set Prime Power Output 120kW; 0.30 fmaximuml 120kW:
and at Reference Site Conditions, 100 % 90kW: 0.32 fmaximuml 90kW;
Rated Load, li/kW-hr
M-1.8 Voltage. V 480 (± 5%)
M-1.9 Power factor 0.80 (min.)
M-1.10 Frequency. Hz 60
No. of Phases. 0 3
M-1.12 Rated Speed, RPM 1600
M-1.13 Governor Electronic
M-1.14 Arrangement & Number of Cylinders In-line &
Multi-cylinder
M-1,15 Factory Acceptance Test Yes

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.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION


EDi Vl-TDS (MWH
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-1.0 DIESEL GENERATING (DG) SET AND ASSOCIATED


EQUIPMENT DATA SUMMARY

NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENT DATA

Maximum Sound Pressure Level @ 1-meter 120kW;


M-1.16 85
distance, dBA 90kW:
120kW:
M-1.17 Maximum Permissible NOx, mg/Nm3 2000 as N02
90kW:
Maximum Permissible Sox, mg/Nm3 120kW:
M-1.18 700 as S02
90kW:
120kW:
M'1.19 Maximum Permissible CO, mg/Nm3 500 as CO
90kW:
M'1.20 Particulates, mg/Nm3 120kW:
200
90kW:
M-1.1.21 “Diesel Generating Set (Engine + AC
Generator) Performance Curve” @
Reference Site Conditions issued by the To be
Manufacturer/Assembier/lntegrator (duly Submitted/Attachment
signed with full name) of the Diesel as Annex A.2
Generating Set Model/Type being offered
M-1.2 Diesel Engine
M-1.2.1 Manufacturer By Suppiier
M-1.2.2 Manufacturer's Experience, years 10
M-1.2.3 Place of Manufacture By Supplier
M-1.2.4 Brand Name of Diesel Engine being offered By Supplier
M-1.2.5 Model/Type By Suppiier
Engine Prime Brake Power Output at
M-1.2.6 Reference Site Conditions, kWm or BHP By Supplier
M-1.2.7 "Engine Performance Curve” @ Reference
Site Conditions issued by the Diesel Engine
Manufacturer or Diesel Generating Set To be
Manufacturer/Assembler/Integrator (duly Submitted/Attachment
signed with full name) for the Diesel Engine as Annex A.3
Model/Type being offered

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (MW)-5


BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 60 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VisP21Z1282Se

M-2.0 - FUEL CONSUMPTION FOR DIESEL GENERATING (DG) SET

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.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (MW)-6


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

part II - TECHNICAL DATA SHEETS


MW - MECHANICAL WORKS

DOCUMENTS TO BE SUBMITTED DURING POST-QUALIFICATION


BUT NOT LIMITED TO:

(Sections M-3.0 to M-5.1)

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.

4. Non submission of the above documents shall be a ground for disqualifications.

Name of Firm Name & Signature of Representative Designation


NATIONAL POWER CORPORATION VI-TOS (MW)-7
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-3.0 DIESEL ENGINE


NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENT DATA
M-3.1 DIESEL ENGINE
M-3.1.1 Manufacturer By Supplier
M-3.1.2 Manufacturer’s Experience, vr. 10
M-3.1.3 Place of Manufacture By Supplier
By Supplier 120kW;
M-3.1.4 Model/Type
90kW:
Engine Prime Rated Brake By Supplier 120kW;
M-3.1.5 Power at Reference Site 90kW:
Conditions, kWm or BMP
By Supplier 120kW:
M-3.1.6 Number of Cylinders
90kW;
By Supplier 120kW:
M-3.1.7 Bore and Stroke, mm
90kW;
By Supplier 120kW:
M-3.1.8 Piston Displacement, L
90kW:
By Supplier 120kW;
M-3.1.9 Piston Speed, m/s
90kW:
Engine Mean Effective By Supplier 120kW:
M-3.1.10
Pressure, kg/cm2 90kW:

M-3.1.11 By Supplier 120kW:


Compression Ratio
90kW:
By Supplier 120kW:
Overall Dimension of Complete 90kW:
M-3.1.12
Unit, LxWxH, mxmxm

By Supplier 120kW;
Maximum Weight of DG Set on 90kW;
M-3.1.13
Skid, kg

Heat Dissipation (Diesel Engine By Supplier 120kW:


M-3.1.14 90kW;
+ AC Generator), kJ/hr

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (MW)-S


0)1
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

M-4.0 SPARE PARTS

M-4.1 SPARE PARTS PER UNIT OF 120 KW DG SET DURING THE


WARRANTY PERIOD (Minimum Requirements as Specified in the

I Technical Specifications and Manufacturer’s Standard and Recommended


Spare Parts)

ITEM DESCRIPTION PART NO. SUPPLIER’S


MINIMUM QTY.**
DATA
M-4.1 a Air Filter Element 6 pcs/size
Lube Oil Filter 30
M-4.1b
Element DCs/size
M-4.1 c Fuel Filter Element 15 pcs/size
M-4.1d 6
Water Filter Element
pcs/size
M-4.1 e Fan Belt 3 pcs/size
M-4.1f Alternator Belt 3 pcs/size
M-4.1g Coolant 4 gallons
Expected spares to be
M-4.1 h consumed during the 1 lot
performance test
Other spare parts
M-4.1 i recommended by 1 lot
Manufacturer
M-4.1i.1
M-4.1i.2
M-4.11.3
M-4.11.4
M-4.1i.5
M-4.1i.6
M-4.1i.7
M-4.1i.8
M-4.11.9
M-4.1i.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)-?.
**
Quantities may be increased depending on manufacturer's required
replacement Intervals.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (MW)-9


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-4.2 SPARE PARTS PER UNIT OF 90 KW DG SET DURING THE


WARRANTY PERIOD (Minimum Requirements as Specified in the
Technical Specifications and Manufacturer’s Standard and Recommended
Spare Parts) *

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.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION


CD! VI-TDS (MW)-10
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

M-4.3 SPARE PARTS PER TOTAL UNITS OF 120 KW DG SET


SUPPLIED AND DELIVERED AT TAGUBANHAN DPP *

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.

Name of Firm Name & Signature of Representative Designation


NATIONAL POWER CORPORATION
CD VI-TDS (MW)-11
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-4.4 SPARE PARTS PER TOTAL UNITS OF 90 KW DG SET


SUPPLIED AND DELIVERED AT TAGUBANHAN DPP *

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.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION


m Vl-TDS (MW)-12
BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI -TECHNICAL SPECIFICATIONS VisP2121282Se

M-5.0 STANDARD/SPECIAL TOOLS


M-5.1 STANDARD/SPECIAL TOOLS PER TOTAL UNITS OF 120 KW
AND 90 KW DG SET SUPPLIED AND DELIVERED AT
TAGUBANHAN DPP (Minimum Requirements as Specified in the
+
Technical Specifications and Manufacturer’s Standard/Recommended Tools)

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.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION


0) VI-TDS (MW)-13
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI - TECHNICAL SPECIFICATIONS VlsP21Z1282Se

PART II - TECHNICAL DATA SHEETS

MW - MECHANICAL WORKS

DOCUMENTS TO BE SUBMITTED DURING THE PROJECT


IMPLEMENTATION BUT NOT LIMITED TO:

(Sections M-6.0. M-7.0. M-8.0. M-9.0. M-10.0 & M-13.0)

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.

3. All data and information shall be in English language.

DOCUMENTS TO BE SUBMITTED DURING PROJECT IMPLEMENTATION BUT NOT


LIMITED TO:

SECTION DESCRIPTION PAGE

M-6.0 ISO 9001 Certificate of the Manufacturer/Assembler/Integrator


or equivalent for each of the Diesel Generating Set
M-7.0 Standard Certification of the proposed offered model Diesel
Generating Set from any of the following internationally
recognized certifying body/organization:
I a) Canadian Standard Association (CSA)
b) Underwriter’s Laboratories (UL)
c) Japanese Industrial Standards (JIS)
d) European Commission (CE)
e) Lloyd's Register (LR)
f) Germanischer Lloyd (GL)
g) Niippon Kaiji Kyokai (NKK)
h) American Bureau of Shipping (ABS)

M-8.0 Power Derate Curves and Details or Certificate/Statement from


Diesel Generating Set Manufacturer/Assembler/ Integrator that
the proposed Diesel Engine-Generator Set have no deration at
Reference Site Conditions.

Name of Firm Name & Signature of Representative Designation


NATIONAL POWER CORPORATION
13)1 Vl-TDS (MW)-14
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 VtsP21Z1282Se

DOCUMENTS TO BE SUBMITTED DURING PROJECT IMPLEMENTATION BUT NOT


LIMITED TO:

SECTION DESCRIPTION PAGE


M-9.0
Manufacturer/Assembler/Integrator’s General Data, Catalogue
and Brochures of model/type of equipment offered and
published as standard products for the DG Set which contain the
following information:

■ 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-12.0 Photos of Nameplates (DG Set, Engine and Alternator) -


Submit 5 months prior to Test & Commissioning

M-13.0 Serial Nos. of DG Set, Engine and Alternator - Submit 5 months


prior to Test & Commissioning

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION

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

M-10.0 DIESEL ENGINE AND AUXILIARIES


NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENT DATA
M-10.1 DIESEL ENGINE
M-10.1.1 Number of Strokes 4
Rotating Direction (Viewed from
M-10.1.2 By Supplier
Flywheel Side)
Required Time from Starting Signal to 120kW:
M-10.1.3 By Supplier
Rated Speed, min. 90kW;
Maximum Time from “Cold Condition"
to Rated Speed w/ Load and w/o AC 120kW;
M-10.1.4 By Supplier
power available for motor-driven 90kW:
auxiliaries, min.
M-10.1.5 120kW:
Idling Speed Recommended, RPM By Supplier
90kW;
M-10.1.6 Duration of Idling (max.), min. 120kW;
By Supplier
90kW;
M-10.1.7 Minimum Load @ Normal Speed, kW 120kW;
By Supplier
90kW:
M-10.1.8 Maximum Load @ Normal Speed, kW 120kW:
By Supplier
90kW;
M-10.1.9 Engine Heat Dissipation, kJ/hr By Supplier 120kW:
90kW:
M-10.1.10 Engine Mechanical Efficiency, 120kW:
By Supplier
90kW;
120kW:
a=
m=
n=
Numerical Values for Power Adjustment s=
M-10.1.11 Parameters (Exponents) for high speed By Supplier
per Table 2 of ISO 3046, 90kW:
a=
m=
n=
s=
M-10.1.12 Expected Useful Life of Unit @ Prime
Rated Power Load, Yrs. 10
Diesel Engine + AC Generator
M-10.1.13
(DG Set)
a. Fuel Rate at Required Prime Rated
Power and Reference Site
Conditions
■ 75 % Rated Load, li/kW-hr 120kW:
By Supplier
913kW;
• 50 % Rated Load, li/kW-hr 120kW:
By Supplier
90kW:
■ 25 % Rated Load, li/kW-hr 120kW:
By Supplier
90kW:
b. Heaviest Part for Maintenance, kg 120kW:
By Supplier
90kW:

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION

I CDi VI-TDS (MW)-16


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 VisP21Z12S2Se

M-10.0 DIESEL ENGINE (ConVd.....)

ITEM SUPPLIER’S
DESCRIPTION NPC REQUIREMENT
DATA
M-10.2 LUBRICATING OIL SYSTEM

M-10.2.1 Total Lube Oil System Capacity, By Supplier 120kW:


liters 90kW:
M-10.2.2 Lube Oil Consumption of the By Supplier 120kW:
Enqine, q/kWhr 90kW:
M-10.2.3 Lube Oil Pump Capacity, m3/hr 120kW:
By Supplier
90kW;
M-10.2.4 Lube Oil Filter Mesh, microns 120kW:
By Supplier
90kW:
Spin-On Full Flow 120kW;
M-10.2.5 Lube Oil Filter Type & Capacity,
90kW:
Lube Oil Priming Pump Capacity, 120kW:
M-10.2.6 if applicable, m3/hr By Supplier
90kW:
M-10.3 STARTING SYSTEM

M-10.3.1 Battery Capacity, AH 120kW:


By Supplier
90kW:
M-10.3.2 Starting Voltage, V 120kW;
24 or 12
90kW:
M-10.3.3 Starting Motor Rating, HP 120kW;
By Supplier
90kW:
M-10.3.4 Full Load Crankinq Current, A By Supplier
M-10.3.5 Battery Charqinq Tvoe. By Supplier
M-10.3.6 Battery Charger Charging rate By Supplier
M-10.3.7 Time of Cranking, sec 30
M-10.4 EXHAUST SYSTEM

M-10.4.1 Exhaust Gas Flow, m3/hr By Supplier 120kW;


90kW;
M-10.4.2 Exhaust Gas Temperature. °C By Supplier 120kW:
90kW:
M-10.4.3 Maximum Allowable Back By Supplier 120kW;
Pressure, mmH?0 90kW:
M-10.4.4 Exhaust Pipe (nom. Diameter x By Supplier 120kW;
length x weight), mm x mm x kq 90kW:
M-10.4.5 Silencer (nom. Diameter x length By Supplier 120kW;
X weight), mm x mm x kq 90kW:
M-10.4.6 A106 or as required 120kW:
Exhaust Pipe Material, ASTM
90kW:
M-10.4.7 Silencer Material, ASTM A106 or as required 120kW;
90kW;

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION


|2Ji' Vl-TDS (MW)-17
BID DOCUMENTS SUPPLY, DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FORTAGUBANHAN DPP
SECTION VI-TECHNICAL SPECIFICATIONS VlsP21Z1282Se

M-10.0 DIESEL ENGINE (ConVd.....)


DESCRIPTION NPC SUPPLIER’S
ITEM
REQUIREMENT DATA

M-10.5 INTAKE AIR SYSTEM

M-10.5.1 Air Intake Valve (Free Air), m3/hr 120kW;


By Supplier
90kW:
M-10.5.2 Air Filter Type 120kW:
By Supplier
90kW;
M-10.5.3 Turbocharger Type 120kW;
By Supplier
90kW:
M-10.5.4 Turbocharger RPM 120kW:
By Supplier
90kW:
M-10.5.5 120kW:
Charge Air Cooler Type By Supplier
90kW:

M-10.6 COOLING SYSTEM (Coolant for initial filling shall be provided by Supplier
per Engine)

M-10.6.1 By Supplier 120kW;


Total Cooling Water Capacity, Liters
90kW:
M-10.6.2 Cooling Water Pump Capacity, By Supplier 120kW:
m3/hr 90kW;
M-10.6.3 Jacket Water Pump Capacity, m3/hr By Supplier 120kW:
90kW:
M-10.6.4 Radiator Fan Air Flow, m3/hr By Supplier 120kW:
90kW:
M-10.6.5 Core Material 120kW;
Aluminum
90kW:
M-10.6.6 Radiated Heat to Ambient, kW/hr By Supplier 120kW:
90kW;
M-10.6.7 Expansion Tank Capacity and By Supplier 120kW:
Elevation, if appiicable. liters and m. 90kW;
M-10.6.8 Radiator Dimensions (1 x w x h), m x By Supplier 120kW:
mXm 90kW:
Recommended cooling water
M-10.6.9 properties such as ph, hardness, 120kW;
TDS, etc.. ASTM 90kW:
PH Value, ppm Bv Supplier
Total Hardness Bv Supplier
TDS. ppm Bv Supplier
Chloride Bv Supplier
Sulfate, ppm By Supplier
Silica, ma/l Bv Supplier
Iron, ppm Bv Supplier
Conductivity, uS/cm Bv Supplier

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION


D) VI-TDS (MW)-18
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-10.0 DIESEL ENGINE (Cont'd.....)


NPC SUPPLIER’S
ITEM DESCRIPTION
REQUIREMENT DATA
M-10.7 FUEL SYSTEM
M-10.7.1 Fuel Feed Pump Capacity, m3/hr 120kW:
By Supplier
90kW:
M-10.7.2 Discharge Head of Feed Pump, m 120kW:
By Supplier
90kW;
M-10.7.3 Fuel Filter Type and Mesh, microns Spin-On Full Flow

M-10.7.4 Injection Nozzle Type By Supplier


M-10.7.5 Fuel Day Tank Capacity, m3 1
Fuel Day Tank Type Rectangular or
M-10.7.6
(Elevated) Approved Shape
M-10.7.7 Fuel Tank Dimensions
Per Drawings
(W X L X H). m X m X m
M-10.7.8 Fuel Tank Plate Material. ASTM A 36
M-10.7.9 Fuel Tank Shell Thickness, mm 5
M-10.7.10 Structural Steel Supports Included
M-10.8 ENCLOSURE (Weatherproof)
M-10.8.1 Manufacturer By Supplier

M-10.8.2 Max. Sound Pressure Level @ 1-m


distance. dBA 85

M-10.8.3 Dimensions (L x W x H), m x m x m By Supplier


M-10.8.4 Enclosure Walls Thickness, mm 2 minimum
M-10.8.5 Enclosure Roof Thickness, mm 2 minimum
M-10.8.6 Enclosure Material, ASTM A 36
M-10.8.7 Hinges Material Stainless Steel
Oil-water resistant
M-10.8.8 Insulation Materials and fire retardant
insulation and sound
attenuating material
M-10.8.9 Total Weight (DG Set, Auxiliaries
and Enclosure), kq By Supplier

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (MW)-19


BID DOCUMENTS SUPPLY. DELIVERY, INSTALLATION, TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EOUIPMENT FOR TAGUBANHAN DPP

I SECTION VI - TECHNICAL SPECIFICATIONS

M-10.0 DIESEL ENGINE (Cont’d.....)


VisP21Z1282Se

NPC
ITEM DESCRIPTION SUPPLIER’S DATA
REQUIREMENT
ENGINE METERING AND
M-10.9 INDICATION

M-10.9.1 RPM Meter (RPM)* Included


M-10.9.2 Hours Run Counter (hours) * Included
M-10.9.3 Oil Pressure (kg/cm2)* Included
M-10.9.4 Oil Temperature (°C) * Included
M-10.9.5 Cooling Water Temp. (°C) * Included
Cylinders Exhaust Gas Optional
M-10.9.6
Temperature (°C)
M-10.9.7 Battery Voltage (V) Included
M-10.9.8 Ready to Start Included
Remote Control Position Included
M-10.9.9
Indication
ENGINE PROTECTION
M-10.10 AND ALARM
M-10.10.1 Engine Overspeed Included
M-10.10.2 Lube Oil Pressure Low Included
M-10.10.3 Lube Oil Temperature High Included
M-10.10.4 Cooling Water Temp. High Included
M-10.10.5 Cooling Water Temp. Low Optional
M-10.10.6 Fuel Day Tank Level High Included
M-10.10.7 Fuel Day Tank Leyel Low Included
M-10.10.8 Battery Voltage High Included
M-10.10,9 Battery Voltage Low Included
M-10.10.10 Failure to Crank Included
M-10.10.11 Overcrank Included
Annunciator Window with Included
M-10.10.12
Common Audio alarm
HUMAN MACHINE
M-10.11
INTERFACE CONTROL
M-10.11.1 Manual Start/Stop * Included
M-10.11.2 Auto/Remote Start Included
M-10.11.3 Test Run Auto Included
M-10.11.4 Emergency Stop * Included
M-10,11.5 Alpha/Numeric Screen Included
M-10.11.6 Discrete Status Indicators Included
M-10.11.7 Fault Reset Included

NOTE: These monitoring/control points shall also be provided at DG set Enclosure-


mounted panel with viewing window

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION Vl-TDS (MW)-20


BID DOCUMENTS SUPPLY. DEUVERY, 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

PART II - TECHNICAL DATA SHEETS

EW- ELECTRICAL WORKS

TABLE OF CONTENTS

SECTION DESCRIPTION PAGE


DOCUMENTS TO BE SUBMITTED DURING BID OPENING III-TDS{EW)-1
E-1.0 AC Generator
I E-2.0 Generator Transformer
DOCUMEN TS TO BE SUBMITTED DURING POST
lll-TDS(EW)-2
lll-TDS(EW)-2

QUAUFIO\TION but not limited to:


(Reference for the Approval of Manufacturer’s |[|-TDS(EW)-4
Brochures /Drawings)
E-3.0 Generator Control and Protection Panel lll-TDS(EW)-5
E-4.0 Power, Control and Instrumentation Cables lll-TDS(EW)-5
E-5.0 Bus Conductor lll-TDS(EW)-6
E-6.0 Grounding System lll-TDS{EW)-6
E-7.0 Fuse Disconnect Switch with Lightning Arrester
Combination lll-TDS(EW)-7
E-8.0 Spare Parts III-TDS{EW)-7

NATIONAL POWER CORPORATION.. VI-TOS (EW)-i


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 VisP2121

PART II

TECHNICAL DATA SHEETS

EW - Electrical Works

Section E-1.0 - E-2.0

Documents to be Submitted during the Bid Opening

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.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (EW>-1


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

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

E-2.0 GENERATOR TRANSFORMER

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

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION

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

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (EW)-3


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 VisP2121282Se

PART II

TECHNICAL DATA SHEETS

EW - Electrical Works

Section E-3.0 - E-8.0


Documents to be Submitted during the Post Qualification
but not limited to:
(Reference for the Approval of Manufacturer’s Brochures/Drawings)

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.

4. Non-submission of the documents shall be ground for disqualification.

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION

[IB Vl-TDS (EWH


BIO DOCUMENTS SUPPLY. DEUVERY. 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

E-3.0 GENERATOR CONTROL & PROTECTION PANEL

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

E-4.0 POWER, CONTROL & INSTRUMENTATION CABLE

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

E-4.5 Insulation Material Cross-linked


polyethylene (XLPE)
600V Power, Instrumentation and Control Cable
E-4.6 Manufacturer By Supplier
E-4.7 Type
a. Power THHN/THWN-2
b. Control &
Royal Cord
Instrumentation
Continuous current
carrying capacity of
E-4.8
conductor at 75°C
Operating Temperature
Refer to
a. THHN/THWN-2
Single Line Diagram
b. Royal Cord By Supplier
E-4.9 Conductor Material Annealed Copper

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (EW)-5


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 VisP21Z12

E-5.0 BUS CONDUCTOR

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

E-6.0 GROUNDING SYSTEM

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

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TOS (EW)-6


BID DOCUMEh/rS 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

E-7.0 FUSE DISCONNECT SWITCH WITH LIGHTNING ARRESTER COMBINATION


I ITEM DESCRIPTION
NPC SUPPLIER’S
REQUIREMENTS DATA
E-7.1 Manufacturer By Supplier
E-7.2 Rated voltage, kV 15
E-7.3 Frequency, Hz 60
E-7.4 BIL, kV 110
E-7.5 Ampere Frame 100
E-7.6 Interrupting Capacity, kA 10
E-7.7 Fuse Link

a. Type Universal button


head design

b. Current Rating, A Refer to


Single Line Diagram
E-7.8 Lightning Arrester

a. Type Metal Oxide Varistor


(MOV), gapless

E-8.0 SPARE PARTS

ITEM DESCRIPTION 3 QTY.1 TOTAL


UNIT PRICE
PRICE 2
Generator Circuit Breaker One Set for
E-8.1 for Generator Control & each Genset
Protection Panel Ratinq
E-8.2

E-8.3

E-8.4 ■

E-8.5

E-8.6

E-8.7

E-8.8

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION VI-TDS (EW)-7


810 DOCUMENTS SUPPLY. DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1x120 KW AND 2 X 90 KW
MODULAR DIESEL GENSETS AND ASSOCIATED

I SECTION VI -TECHNICAL SPECIFICATIONS


ELECTRICAL EQUIPMENT FOR TAGU8ANHAN DPP
VisP21Z1282

ITEM DESCRIPTION 3 TOTAL


QTY.1 UNIT PRICE
PRICE 2
E-8.9

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.

2. Indicated Price shall be used for reference in future purchase orders.

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).

Name of Firm Name & Signature of Representative Designation

NATIONAL POWER CORPORATION

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

BID PRICE SCHEDULE


(Schedule of Requirements)

NATIONAL POWER CORPORATION


SIO 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 - SCHEDULE OF REQUIREMENTS

SECTION IV - SCHEDULE OF REQUIREMENTS


{BID PRICE SCHEDULE)
BPS.1 - SUMMARY
SUPPLY, DELIVERY, INSTALLATION, TEST AND COMMISSIONING OF 1x120 KW AND 2 X 90 KW MODULAR DIESEL GENSETS AND
ASSOCIATED ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP

ITEM PARTICULARS TOTAL AMOUNT IN FIGURES TOTAL PESO EQUIVALENT


NO. Foreign Currency Phil. Peso Phil. Peso

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

Name of Firm Designation


Name and Signature of Authorized Representative

yjio IV-BPS (SUM}*1


SUPFvy. DOlvm’, INST'IUT'CH TEST JWO COUWSStOWWS Of li'TO rW*NO 1« » rwuOOULW
CfEsa GENSTTS WO »SSOOATEB BfCraok. EOVrUEfl fOk TlCJ.UMHly DP®
sccT)0NVT>s9^Dui.e e* i*fovt*fMewra
VHP21Z1292S#
SECTION IV . SCHEDULE OF REQUIREMENTS
(BID PRICE SCHEDULE)
BPS.2 • Breakdown of Prlcss
1 X 120KW AND 2X90 KWTAGUBANHAN DIESEL POWER PLANT
UNIT PRICE FOR COCOS AMO RELATED SERVICES TO EE UNIT PRICE FOR GOODS AMQ RELATED SERVICES
SW1IE& PROM ABROAD TO BE SUPPLIED FROM WTTHtto THE Pm.lPPlWgS
LtoR Price of imcnrt DUieeft vane Aoded Tai VMue Added
No. D«wr*v4fon of Wo<li m Hitoflal* loc^TraisKrt Ur« Price of Load Ckrreney
Goode or Servkee other Leyiee atoothaTaee Tax ax] olha Local Tranacert Pom Ferea
horn Port to Goode or Portion (PM. Peeo)
Foret^T) Cawancy Impeeed byPhf. Imposed by Phi. Delivery Site Servicaa
Tazeelmooeed Ptart to Defhrery Site CiATency
({F»0»H) a Cl or
Govt Govt
<r (PM Peeo) (PM Peso)
•~(PM Peso) (PM. Paae)
by PM Govt
Paae)
•~tPM Pew} (£ a C)
|9| (Ct ;6) IG1
IF) (M) 01 (Jl (U|
CENCWING 8€r|S»
l?0 kW Po«or UoAJ« DmM G4t^»ng mI, 18CORPM. kvW miiH<y«r4«r. *90 V, T r^m
60 hertz, *<Mw«ed hvtetfufTer, or to Mr cMr^o eir cooler. Mearoric goywryy; drfect fuM tyecTon
■xFto MTerejMed orto •oMhercnef e'^deeire erd complere vKitt iwwiaetf suiftay e9>ein«r« for Kfercohr^
frdeffV en^Mto cooVq tyrtem. Hake m erd nhaitf tyMem. hjef of mccly fy«em. rtaiey p/^vn
(bHtoH end prefeaion devVoe, Imd'Menen monuMi vidgdi*^ inehrtanon works & M^nn>ett o«h«
eegiMBhee m deecnbod n me TetfMeM ec«et6canor«
90 kW Pwne Ou*P»i Modtjar OteeeTGenerahfkg Bpy. irvine Tyco imi».«y«ftoer. 490^^
C^'M. 60 hertz, eadwad «rtfi ti#taau>7er. Mr to or tftai^e a« cooler. Muttiuiet ^svvror. ifred fi^M
*'^eAfA)«,i aea,rd M*enitoNd ond Noafhervraof endoeiaa mrr>p*ete wth aasDoMed wAyy eompmert
raniarttog ev^em, er^ oaohng eyMem. Make Mr and nhaad 9«e vyarvn fuM H euKfr entem m«r
■kchtoe MarTw^ *v«em. corMoto and pr^edion devteee tgenerMor Cemt & prolecfiun pywf auaiflsy motor
cordra, menhenn) ft prfecOon eqUemer< ft »t eccoeBnesi Mnjtfien myruA ato ether acceaaaiea m
JajcrftiuJ tn me feaveeef epecjf'catMa

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.

CJ.ft Fve* Oi Svpo'rR>emeelte Water Supply Steragi arxd Tratafer Syetem


Q2 1 Day Tare. IDDO iiferi comtaete wfh e«anMto, rM aid outiei mm. rozBes tot verCcvahTw rhv
aid lever ^auTeMHtdwempiete e«*h dthr^ arvacnone tochahr^ Flaifcle Meee art othw aceeaeortoe
rpjuirerf to the teJmtoM apeciheatone
P^e. Fthnge. aiawta. vatvee art otha anfenaonea tor eaeramneCton of the et^Aed eqwhad axiu^
reduced BvcavMien arrt becafrtmd wrtta ae deaehted to the tartvecM eeeoftcahora art sixmo on the brt
dravAvja
PuM toaePf^hng to The aeparMrtelevMad fvM day tarda omplete wrth acueaajiiea. art Waaanertior
ppnq tortrom me ftenerehnq eeta tod Miaara. atfc,
hdacennertlen c^wera aiqvty to radiatori and tre-fManertadcertrcfroom honitMdWTtoebfcwrteraor/oe

bi W»«®M « 00 (2D iTw. NO). p»p. ®Ti W V Om i«. «w *1 Sn»^ pip.


aurrcrtaand othaeoeeaeortee -ITIm
WMa Ptoe. »rrvn 0 0 (1$mm ND L uPVC ppe. acP 60 wOasa fSD, art ito aaaooMed fWir^ pip*
mcporta arrt other ii'i'niiiinixi • 4 tiq
bS Gate VMve. n mm D.CMtbroiua, aapeed errtt. rtarq Mem, Oaar 150-Ipe
bA GMe Vahre. fSmmO. eertbrorve. ecrpnadende. netog Mem.Oaa 1M-Spc*

Waste o4 macharTP to th# oAweta aepaMor.


Smoke stedLyvne. toetAeton and svir rtnted M*uetaM ateet ajpporto (at

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

Name and S^nature of Airthofttefl RaprwentativE


HATIONAl PCmC" CttoPORADON
□J5 Desrgnabon
9t>DCOAC<^
Sim’'. BOMBT. INSTALL*BON, TESrANO COWSSiONiNS OT li1?9 rwANDJXSO •WHOOUIAB
OESa GEN'fTS AND ASSCCATED ELECTSCAL £WI°WENTH><I TAGUWWN Off
«Ct»CPN . SChCCulC <»
VisP212T2BOS«
SECTION rv . SCHEDULE OF REQUIREMENTS
(BID PRICE SCHEDULE)
BPS.2 • Breakdown of Prices

I1I2OKWAND 2 X 90 KW TAGUBANHAN DIESEL POWER PLANT


UKtr PR>CC FOR GOOOS AtO R^ljkTED SERVICES TO OE UNIT PRICE FOR COCOS ANO RELATEO SERVICES
SU*KR.fEO n>QN ABROAD TO BE SUPRUCT FfrOW wrrVN< TKE RHtUPPTKCS
|tt*w lmpo«t VMAoMTfti
P^fripHc*^ of Wort ot UfMPrtcaoF VOM* KMm3
No.
GooA ev $«rrcas
OfForLovN* a*jorS«rTft>M Loetf Trarwwt IN Pile* Of
Tct artfoffvr iDOri Trvivo^ fw«i Forn
Local CuToncy
IfwfBwidfry^ia Po^to G0069 01 Pom (PM. P«b)
Forogo hwpeaotf by Ptil Tvatlfwpooed to DflRv«ry SHo CwTorey
Gcrrt Govl D«Rv«ryS»i S«yleM (rF*G*H) 1 Cl Of
(r fPM P9W>) jPtrf PmK>) “7^ Pww) fPNI P«SD)
by PM CcM.
(PM Pg«))
•^PM. P*»j (B*C>
(p*,hPC>iC)

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.

Prfmt. Ccnffca I NIiui«i»«mi CaWaa compMa TM raquaad Bccaawnaa tw cabin] «nrt$


FM mn«ad aiwwit«»« lo IM a«Mtnq ayalam aa daacdMd in fha Tat#«eal SeacrScaRofv, Tanned Oafa
S^a«( and aa afwn> on tM 0d iwta

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“

b) Nm eoncMa hMahon fof t* ISO kVA wd H 1T2 SkVA Qaoer^ Ttwnrofmefa.~


c| ISOnim ihK TDcad ea*
d) Oraval aurfaemg for efrgina araa * 5 Cu n
al Na<* contrda foiNdon and dtuc^d dad (A34) siwcKta wd fof tha a X IOOOL Storag* rid
7aytar« Inetudrng af<op pdnflr^ ard esnoda cNopIrd
>airuiga Appjdarumca*
DramP* '

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

Nama and Signatura cf AutbofUed Raprasantativa Ddsignabon


hATicnAi Powta ecRPonAriCN
EJTi
BO DOCUIpCP^
SUPFIV. DQJVeRY, INSfAtLA^ON, TEST AND COMMISSlOW’NG OP t»1W «W WO 3 X « rW fcHOOUUW
DfESaCENSfTS AND ASSOCIATED aECTP»CAl EQUf^PNT FOR TAOUBWHAN CPR
S(CT>ON VI. $04fCUL6 C0 f^EOUiAEftOfTS
VfsP212t282SB
SECTION rv . SCHEDULE OF REQUIREMENTS
(BIDPRrCE SCHEDULE)
BPS.2 • Breakdown of Prices
t X 120 KW AND 2 X 90 KW TAGUBANHAN DIESEL POWER PLANT
UNIT PRtCEFORGOOOS ANO RElAtED SERVICES TO BE UNIT PRICE FOR 0000$ AND RELATEO SERVICES
svppttCT reow abroad TO BE SUPPllEO FffOy WTTVtH THE PHMPPWES
iTT«ortQuh«a 4 Vltuo A9d«d Taa V»uo Addod
D*«crtpHoA e< Wo(t or HMata laMPneoof Loral Tf^jmt Ur* Plica Of Local Currorev
Good* V Sorvieoa offiBtLora* •rrt orbor T0OO Tax mi other load Trm«ort fpcm) Poraa
from Port to Goodae* Portly (PT* Peoo)
Foreign Qarancy itr«cood by PW. ln«ooodbyPtd
OaRvary SAo Soryicea T0O* impDoed ParV to OePvery S*o Ciwtcy
G<?rt. GcM (fP*G*H)»C|or
<r iPtJ Poaol (PNI Pe») —(P»* Paae) (PtAPoB)
byPt* Govt
^ Pew)
“TPtJ Poaol (EiC)
1 C)
(A) <B) (Cl (E) (F|

(D) iGl (HI V) (j> (K) (Ml
f. SPARS PARTS AW SP6CmJSTAWpARP TOOf.
fA hechaWical
^.t,1 Sp«r« P»W por Onn of 1» hW OImoI C*rv»*t OgrWfl rh« Wwrwvty Portod (11-4.1: Port D . Toebnlcrf
DiH Sh—H. Woctunled Wer«« of ft>« T»c*ink^ SpoclPc«noA)
Ar F iWof Elarn<rt (4 pet.%^)
LlAm 0*1_Frte^Etem«rt (Mpc*/$l») ~ '
Fu« Fiftar Eler>«^(lS pcVoln)
WaTer Piifar Elemort. (6 pcm/air*)
Fan e«n (j pnWx*)
__ f ABamatof pco/aJzi) '
___ g CoolM(*Otflon)____
__ h Eirpocrod sparoab bo consumo^cKri^ tho poiformH^eo to*
i Orhor spas parta f»eor>oiOf<>>etJ by Marvfacturor
y.i.j Spar* PartoporUntt of M kW Oloaot Oonool OorWg tN Vtwrwnff Porl^' («^ Part II VTooholeal
D*a 5boot*, Itoebanleal Work* oflbo TocSnt«a| SpootfleatlOA)
Ajr Fiila^Efomonl (S po*/«lra) _2 w»
lutM OOFiffar Etomor^fM p^*lao) 2 w»
Fuel Ffla^lo»*'«r» (lSpe*/*lro) 2 wi”
Waret^Fe^EtariNont. |Spc«/»lre) * 2 lota_
fm BoP <1 P5*W»> ~ 2 Ma
___ I AOerTMtor pc«Mz*1 2 k*t
.. .9 Cotfart (4 Call o
n) 2 lort
_ t> Evpocted ■>»o**Dboecr«atjT<ed perftymeryie to* '2 W*
_ _ I Ortier aps1* p«ii recefrar^o'iM by Warvfacbpar 2 tor*
P-1.J Sp»» Pm pm ToM Or«» «* tSlrW Cmrinf.f’sm SupplM and m-4.): PM pT-
Tacfmted Data Shaata. Itachxleal Vtartt cOtia Tactmkri SpacmeatWn)
puOl IroectDf Aaaarnt*y ' 2 P»
Top OvartuiAtng KH
AcTuator
_ 1 S-_
_"t S«l_
JOcAol Water Ptfwp Rapai K4
lube CM Pirrp Rapar Kt
_ 1 S-_
_t $ar _
r80 Adapror S Aonsaortea Boanri^a _ 2 Sot*
RocawCear CovarGasPat j? Pca_
Ttomoatat 1 Sol
>1 KAfl ooNorr s;io Ota* oucmarVnvswiai to * ttopwa irta vsiaq *r«po
Ce>jritry o( Ongm
FNt#oi(l*c»«TO»for»rtonA»¥tart*aAMrifl(toobar«an«oncr»gbo»chfacaf£ro«cri»)(JSct»diio<4Ro**fomwi(SDRl SOfiAtrfcrtral
• BrtlarnMariTtf irocfcfncumnbr^ltiaCotrtryclOwperfalHifffrtBdet^iieni^wMiuiaiar^fMiTosyf^a
•• CttfcfaoxrrerAbai^irairaivM.atr «ieP4 poiolaotry Ro*«ieSartiwill ronu«nTo&(»rCtaieoi2
W PneA kr loc*Tfir«rufcrir»i«* and epfforkMlK*t»«rtfMio#A<ort cl ffop»*twn bo F*it fort of w"Ty»Ff*Os(Wy Ola

Natbo ants Sigriaturg ©f Auihoorod Poprwontaffvg

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..,

( LubOttPianp Swttfi 1 Sal


1 Hsa Waiar Tamp 1 Sol
k Turtioebaroar ftapatf Kt 1 Sol
f EahauN Marafoid SeAo«a 1 Sol

_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)

0 Putf Inroaer AaaarwtPy 2 PC4


b Top Otarttfiiing Kt 1 Sol
e Actuator 1 Sot
4 J^f« Watat PLafkp Rapor K« 1 Sot
■ ll4i« 04 Pv*«o RapOK 44 1 Sot
t f ar AdacvorS Aeiiaowraa mcfjffcftq Baaringi 2 Son
0 Rod: at Goar Covor Gottat t2 P<»
b Tbormo'^tf 1 Sol
1 Lub 04 PLaop SortA 1 St4
1 Hot Watar Tamp SMT91 1 Sol
k TiftPditfgar Raport Wi1 1 Sa(
) CxTiM4 Man^id Botlmr 1 Sat
m Up^fiabe P)cii-up f Pa
n OtKar apara porta racpmmprdad by Ua^actiaar 1 IH
F.1.5 Uangfadura^a SpaclaVSlar«daH Toola
F,f,5.i bfandamrspaeial Tooli por Total Unfta Gooaofa fe bo Supplkd and Oaffvarad (tf-4.1: Part II .
Tocbnieaf Data Shoata. Hocharkal Worka of tho Toebnieal SpoelAcatlon)

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

b OlHor afandard locHa roeommandM] by tba Monufadurar 1 lot


P.1.4.2 SPARE PARTS (6*1.0 of Pari fl • Tachnical Data Shoal, Eloetfieol Worka of Iho Tochnleai
IpoclSeotlena^
• Goneralor CMclH erooknr for Garwrater Confrol and Pretadior> Panal of 120 kW D/G Sot
1 Sot
_
D Ganorator Circufl Broaiiar for Ganorator Control and Protoct«n Pml ol fiO kW D>G Sat 1 Sat * *•
1 SUB-TOTAL F
__ lAwnum inJYnatu_______________________________________
CourVry of Ortg*'
If t| • f* *1 or ar<icn9 N Wtmtf «« 0*V'9Wfs (${>^ ^ pvrti

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

N*m« »od S|g«atu^ of ft^OfTS«*natrye D««ig"aT)on


NAtic*aL*owrK ec*»^c<UT»gn
□D
PCtCOfl-CNTS
SUP^r, fSST«a»TlOH, T?S14*0 CWVSSW^ Cf 1*»» IWJW02 K ««W MCOULW
cresa G?vseT5 wd *ssco»ted recipe EOfFVEvr por tagu®ankw yp
StCrO« VI • V <«OUiVNCVTT
V'$P2^Z^297St
SECTTON rv • SCHEDULE OF REQUIREMENTS
<erO PRICE SCHEDULE)
BPS.2 • Breakdown of Prices
1 X 120 KW AND 2 X 90 KW TAGUSANHAN DIESEL POWER PLANT
UNIT PRICE FOR GOOOS AND RELATED SERVKES TO BE UNIT PRICE FOR GOOOS AND RELATED SERVICES
SlfPW IFH PROH ABROAO TOTAL PRICE
TO BE SUPPIIED FROH WTTTflH TVS PWILIPPIWSS
R*m C UnRPncaef imeon Duh«a& Vdue Added Th VMueAodse
DMotptkn of Wert « Wilwfds UrdPHeeef
Ho. QTY.*UNTT
0 Goods or Sarvkas eCNfLavka wJoltwTvss UmW Trwtaced Tct andoiber 1 rn*^ Transcort frem Parv
Leetf CiATsnoy
bomPortte Goods or Porbem (PM Peso)
Imposed by imposad by PTd. Tvss Impossd nari to Owivery Site O-TTorrey
0 Feraign Cwwy Dsfrvsry Sits Services fT*G«H)KCJor
e <r Gort Govl
•^PM. Pesel (PTA Pss)
byPtd. GovL -tPtd Po«| re«c) ({I‘^lC>.C»
(PM. P0B> fPtd. Pssel
(Ai (SI |C) (01 fEI ifi (G) (HI V) <JI fK| (U {W)
a HTSCELLAKEOUS WORKS
G1 Jo© bit* Camvm, compM» w*th «l| rh« nocotoary •CCTmtii and pofiphfW. aMra 1 (oota.
InataflaHen and taattng fot tho pro©«f oparatlon and nufedananea ht ac«*Jo»ca wtm fft*
SpacJScationa »*d Tartfdcid DsU SNaata fca tha pfowtaion of tha following;
1 lot
a Condnjdien Camwaa (2 SataV ojn^tWawRMha roqijrad aecwonaa ard pw*v»wt>rt.
b SOHC Mamory Canfa, eemolala w*m tho racMrad Honga ei^acAy and »ar«« wt,
e A^^fineelet9naa>CDmola^avl^ff^l^dfaq^ifaddu^*ltia^mlf ^»aa.
G2 HTaeaffmaovf Epulpmant and Hatariala (Taehnkif Spadfkanona)
6 13 Taking and/or LaCoK hr Equpmant. Valvaa, Ptpmg. iromanarta arid n fbimg aecaaaenaa aa Jumiluij r
THa M doojmaraa OMfiMn on the dfwnga. 1 Lot
G 14 Panhrq ht hue! Qi S Eq(aci*n«r< Water PTprrq, WaKa 04 Ptpmg, it$ aawuaCed vHvoa, nrnr^
aumerta wl cXfwr orrmaxm artad>ng touelv<« for factory partad •qwpmart ard actoa^aka m doaoRdO 1 Lc4
m m« teiJpvud jToqftcaflona or ahown on lha draniniji
G IS CorxArd traming at «*• of H IaM ^ {4) NPC peraomi« td eonduSod ty avMrt*! nTo «a io««ladg«tt4e -
& frrtkod by Thp gerwit marx/actuar er M aiifhonTedditfnfciitor avf agi4pm«n( aurKariea, 1 Let
G te uendgel l aabrg A UOniMiiasunr^ md leS trrtnjmorra & otr«r aomcaa as rfnirrlKil Mv rr« fnrfrtmi —
apoafieaftona, f Lor

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

Name aoc Signature of Aothorized RoDrasentstrva Designation

Nanonaj, aowyk corpc*ut)on


CD)
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

I
I SECTION VIII

I BIDDING FORMS

I
I
I
I

NATIONAL POWER CORPORATION


BID DOCUMENTS SUPPLY, DELIVERY. INSTALLATION. TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 00 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se

SECTION VIII - Bidding Forms


TABLE OF CONTENTS

NPCSF-GOODS-01 - Checklist of Technical and Financial Envelope


Requirements for Bidders

NPCSF-GOODS-02 - List of all Ongoing Government & Private Contracts


Including Contracts Awarded but not yet Started

NPCSF-GOODS-03 - Statement of the bidder’s Single Largest Completed


Contract (SLCC) similar to the contract to be bid

NPCSF-GOODS-04 - Computation of Net Financial Contracting Capacity (NFCC)

NPCSF-GOODS-05 • Joint Venture Agreement

NPCSF-GOODS-O6a Form of Bid Security; Bank Guarantee

NPCSF-GOODS-O6b Form of Bid Security: Surety Bond

NPCSF-GOODS-06C Bid Securing Declaration Form

NPCSF-GOODS-07 - Omnibus Sworn Statement (Revised)

NPCSF-GOODS-08 - Bid Letter

Sample Form ' Bank Guarantee Form for Advance Payment


Sample Form - Certification from DTI as Domestic Bidder

NATIONAL POWER CORPORATION


BIO DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
E.ECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION Vm - BIDDING FORMS VisP21Z1262Se

Standard Form No: NPCSF-GOODS-01

Checklist of Technical & Financial Envslope Requirements for Bidders

A. THE 1st envelope (TECHNICAL COMPONENT) SHALL CONTAIN THE FOLLOWING:


1. Eligibility Documents
a. (Class A)
y Any of the following:

PhilGEPS Certificate of Registration and Membership under Platinum Category in


accordance with Section 8.5.2 of the IRR;
OR:
The following updated and valid Class “A" eligibility documents enumerated under “Annex
A* of the Platinum Membership:
■ Registration Certificate from the Securities and Exchange Commission (SEC) for
corporations, Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives:
■ Mayor’s/Business permit issued by the city or municipality where the principal place of
business of the prospective bidder is located, or the equivalent document for Exclusive
Economic Zones or Areas.
In cases of recently expired Mayor’s/Business permits, it shall be accepted together
with the official receipt as proof that the bidder has applied for renewal within the period
prescribed by the concerned local government unit, provided that the renewed permit
shall be submitted as a post qualification requirement in accordance with Section 34 2
of the Revised IRR of RA 9184.
■ The prospective bidder’s audited financial statements, showing, among others, the
prospective bidder's total and current assets and liabilities, stamped “received" by the
BIR or its duly accredited and authorized institutions, for the preceding calendar year
which should not be earlier than two (2) years from the date of bid submission.
■ Tax clearance per Executive Order 398, Series of 2005, as finally reviewed and
approved by the BIR or as stated under GPPB NPM-039-2014, for Non-Resident
Foreign Corporation (NRFC) and Non-Resident Alien Not Engaged in Trade or
Business (NRANETB), a Delinquency Verification Certificate may be submitted as a
form of Tax Clearance:
OR:
• A combination thereof

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

/® prav‘de,d.,0 prospective Suppliers/contractors Including ali forms. Suppliers/contractors are


encouraged to consuit this checklist before submitting their proposals on the deadline for the submission end receipt of offers.
BIO DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 00 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se

Standard Form No: NPCSF-GOODS-01

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:

• Valid Joint Venture Agreement (NPCSF-GOODS-05)


OR
• Notarized statements from all the potential Jo int venture partners stating that they will enter
into and abide by the provisions of the JVA, if awarded the contract
y Certification from the relevant government office of their country stating that Filipinos are
allowed to participate in their government procurement activities for the same item/product (For
foreign bidders claiming eligibility by reason of their country's extension of reciprocal rights to
Filipinos)

2. Technical Documents
y Bid Security, any one of the following:

• Bid Securing Declaration (NPCSF-GOODS-O6c)


OR
• Cash or Cashier’s/Manager's check issued by a Universal or Commercial Bank - 2% of
ABC;
OR
• Bank drafl/guarantee or irrevocable letter of credit issued by a Universal or Commercial
Bank: (NPCSF-GOODS-O6a) - 2% of ABC;
OR
• Surety Bond callable upon demand issued by a reputable surety or insurance companv
(NPCSF‘GOODS-O6b) - 5% of ABC, with
Certification from the Insurance Commission as authorized company to issue surety
y Duly signed, completely filled-out and notarized Omnibus Sworn statement (Revised) (NPCSF-
GOODS-07), complete with the following attachments:
• For Sole Proprietorship:
■ Special Power of Attorney
• For Partnership/Corporation/Cooperative/Joint Venture:

Document showing proof of authorization (e.g.. duly notarized Secretary’s Certificate,
Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable)
y Drawings & Documents to be submitted with the Bid, Sections M-1.0, M-2.0, Annexes A 1 to
A.3 for Mechanical Works and Sections E-1.0 and E-2.0 for Electrical Works. Section VI - Part
II Technical Data Sheets:
y Complete eligibility documents of the proposed subcontractor, if any

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

Standard Form No: NPCSF-GOODS-01

B. THE 2nd envelope (FINANCIAL COMPONENT) SHALL CONTAIN THE FOLLOWING:


^ Duly signed Bid Letter indicating the total bid amount in accordance with the orescribed form
(NPCSF-GOODS-08)
> Duly Signed and completely filled-out Schedule of Requirement (Section VII) Indicating the unit
and total prices per item and the total amount in the prescribed Price Schedule form.
^ For Domestic Bidder claiming for domestic preference:

• Letter address to the BAG claiming for preference

• 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

Standard Form Number: NPCSF-GOODS-02

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

Standard Form Number NPCSF-GOODS-03

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

Standard Form Number: NPCSF-GOODS-04

NET FINANCIAL CONTRACTING CAPACITY (NFCC)

A. Summary of the Supplier's/Distributor’s/Manufacturer's assets and liabilities on the basis


of the income tax return and audited financial statement for the immediately preceding
calendar year are:

Year 20
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Net Worth (1-3)

I 6. Net Working Capital (2-4)

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:

Name of Supplier / Distributor / Manufacturer

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

Standard Form Number: NPCSF-GOODS-05

JOINT VENTURE AGREEMENT

KNOW ALL MEN BY THESE PRESENTS:


That this JOINT VENTURE AGREEMENT Is entered into by and between:
__________________________ _ of legol agOi (civil status)________ , authorized representative of
__________________________ and a resident of

-and-

of legal age, (civil status) authorized representative of


a resident of

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.

NAME OF PROJECT CONTRACT AMOUNT

That the capital contribution of each member firm:

NAME OF FIRM CAPITAL CONTRIBUTION


1. P
2. P

That both parties agree to be jointly and severally liable for their participation in the
Bidding and Undertaking of the said contract.

That both parties agree that___________________ and/or___________________ shall


be the Official Representative/s of the Joint Venture, and are granted full power and authority to
do, execute and perform any and all acts necessary and/or to represent the Joint Venture in the
Bidding and Undertaking of the said contract, as fully and effectively and the Joint Venture may
do and if personally present with full power of substitution and revocation.

That this Joint Venture Agreement shall remain in effect only for the above stated
Contract until terminated by both parties.

Name & Signature of Authorized Name & Signature of


Representative Authorized Representative
I Official Designation Official Designation

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

Standard Form Number: NPCSF-GOODS-O6a

FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, {Name of Bidder) ________ (hereinafter called “the Bidder") has


submitted his bid dated (Date)_ for the fname of proiectl (hereinafter called “the
Bid").

KNOW ALL MEN by these presents that We /Name of Bank)___________________________ of


(Name of Country)________________ having our registered office at__________________________
(hereinafter called “the Bank" are bound unto National Power Corporation (hereinafter called “the
Entity ) in the sum of [amount in words & figures as prescribed in the bidding documentsl for
which payment well and truly to be made to the said Entity the Bank binds himself, his
successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this_ day of. 20

THE CONDITIONS of this obligation are that:

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

1 b) fails or refuses to submit the required valid JVA, if applicable: or

c) fails or refuses to furnish the Performance Security in accordance with the


Instructions to Bidders;

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

DATE SIGNATURE OF THE BANK.

WITNESS SEAL

(Signature, Name and Address)


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 TAGU8ANHAN DPP
SECTION VIII - BIDDING FORMS VisP21Z1282Se

Standard Form Number: NPCSF-GOODS-O6b

FORM OF BID SECURITY (SURETY BOND)

BOND NO.: _______________ DATE BOND EXECUTED:

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.

SEALED with our seals and dated this , day of. 20

WHEREAS, the Principal has submitted a written Bid to the Employer dated the______ day of
---------------------20______ , for the_____________________ (hereinafter called “the Bid").

I NOW, THEREFORE, the conditions of this obligation are:

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

e) fails or refuses to submit the required valid JVA, if applicable; or

f) fails or refuses to furnish the Performance Security in accordance with the


Instructions to Bidders;
then this obligation shall remain in full force and effect, otherwise it shall be null and void.

PROVIDED HOWEVER, that the Surety shall not be:

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.

Standard Form Number: NPCSF-GOODS-O6b


I BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 90 kW
MODULAR DIESEL GENSETS AND ASSOCIATED

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),

NAME(S) AND TITLE(S). NAME(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

Standard Form No: NPCSF-GOODS-O6c

REPUBLIC OF THE PHILIPPINES )


CITY OF_______________________ ) S.S.

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

To: National Power Corporation


BIR Road cor. Quezon Ave.
Diliman, Quezon City

lAVe^, the undersigned, declare that:

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.

[Name and Signature of Bidder's Representative/


Authorized Signatory} /[Signatory’s legal capacity]
Affiant

[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

Standard Form No: NPCSF-GOODS-07

Omnibus Sworn Statement (Revised)


REPUBLIC OF THE PHILIPPINES)
CITY/MUNICIPALITY OF_____ )S.S.

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:

1. [Select one, delete the other:}


[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of
Bidder] with office address at [address of Bidder]:
[If a partnership, corporation, cooperative, or Joint venture:] I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]


[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of
[Name of Bidder], I have full power and authority to do, execute and perform any and all acts
necessary to participate, submit the bid, and to sign and execute the ensuing contract for
[Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly
notarized Special Power of Attorney;
[If a partnership, corporation, cooperative, or Joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the bid,
and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the
Procunng Entity], as shown in the attached [state title of attached document showing proof of
authonzation (e.g„ duly notarized Secretary’s Certificate, Board/Partnership Resolution, or
Special Power of Attorney, whichever is applicable;)]:

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;

6. [Select one, delete the rest:]


[If a sole proprietorship:] The owner or sole proprietor is not 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;
BID DOCUMENTS SUPPLY. DELIVERY. INSTALLATION, TEST AND
COMMISSIONING OF 1 X 120 kW AND 2 X 80 kW
MODULAR DIESEL GENSETS AND ASSOCIATED
ELECTRICAL EQUIPMENT FOR TAGUBANHAN DPP
SECTION VIII - BIDDING FORMS WsP21Z1282Se

[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

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in

I compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;

I b. Acknowledging all conditions, local or otherwise, affecting the implementation of the


Contract:
c. Making an estimate of the facilities available and needed for the contract to be bid If
any; and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

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.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of , 20 at


___________ , Philippines. —

I [Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[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

Standard Form No: NPCSF-GOODS-08

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]

Duly authorized to sign Bid for and on behalf of


[name of bidder]
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 VisP2121282Se

Bank Guarantee Form for Advance Payment

To: THE PRESIDENT


National Power Corporation
BIR Road cor. Quezon Ave.
Diliman, Quezon City

[name of Contract]

Gentlemen and/or Ladies;

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,

Signature and seal of the Guarantors

[name of bank or financial institution]

[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

CERTIFICATION AS A DOMESTIC BIDDER

This is to certify that based on the records of this office, (Name of Bidder) IS

duly registered with the DTI on_______________ .

This further certifies that the articles forming part of the product of (Name of Bidder)_______ ,

which are/is [Specify)____ __________________________________ ,_are substantially composed of

articles, materials, or supplies grown, produced or manufactured in the Philippines. (Please

encircle the applicable description/s).

This certification is issued upon the request cf (Name of Pcrson/EntiM in

connection with his intention to participate in the bidding for the (Name or Project)

of the National Power Corporation (NPC).

Given this__day of 20 at Philippines

Name

Position

Department of Trade & Industry


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
VlsP21Z1282Se

SECTION IX
I

I BID DRAWINGS

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 IX - BID DRAWINGS VisP21Z1282Se

SECTION IX- BID/REFERENCE DRAWINGS

CW-CIVIL WORKS

DRAWING NO. TITLE

TagDPP-BDC-17.701 SITE DEVELOPMENT PLAN


(1 X 120 kW & 2 X 90 kW Diesel Genset for
Tagubanhan DPP)

TagDPP-BDC-17.702 TYPICAL GENSET & TRANSFORMER PAD


{Plan, Section & Details)

TagDPP-BDC-17.703 DAY TANK STEEL SUPPORT. DRAIN PIT. ZOCALO


WALL & CONCRETE STEPS DETAILS (Plan,
Elevations. Section & Details)

TagDPP-BDC-17.704 TYPICAL DIRECT BURIED STEEL POLE


(Plan & Detail)

I
NATIONAL POWER CORPORATION ix-cw-i

m
I
I Ta<0ubanhan DFF
PLANT SITE

Luzon
25000

□ PL

a'.iwan
OPENRC CANAL

I 6300 piANT srrt

I
)P

IotI

Ttgubanhan ft land
o lOOULW MODULAR UODULAf OGSET1
o GtNS GENSa ;gensct-
K)
CD
IZ

150mm thk SAND &


GRAVa SURPACING LOCATION MAP
NOT TO SCALE
NOTE:
1. ALL DIMENSIONS ARE IN MILLIMETERS UNLESS OTHERWISE INDICATED.
r^f>Kpzcp. CP 2. THIS ORAWNG SHALL BE WORKED WITH RELEVANT CIVIL MECHANICAL
Location of Concrete AND ELECTRICAL DRAWINGS.
o Steps to be verified CONTROL ROOM TSB 3. LOCATION or C0> CRETE STEPS TO BE VERIFIED AT THE SITE.
o
o
m
CN ST
LEGEND:
PL - PERIMETER UGHTiNG

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

PROJEai SURPVr.KLMRT. IR$TUIAT»N.TEST AM) COMflSSIOWNO OF 1j1M KWARD 2)M


KW MODULAR tHESEl CORETS. AND ASSOCIATED ELECTRICAL EOUIRMENT FOR
TA0U9ANHAN OFF
LOCATION: smo falna cfawoc bnct. auwow60N.COMC£FCUi a(R0

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.

3TagDPP-BDC-17.701 SPECS. NO. VlsP21Z1282Se

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

DETAILS /-CHUTE REBAR A L0AR 8


SEE DETAILS ”A"

100mm THK. SAND EDGE OF


AND GRAVEL TRANSFORMER
BEDDING o 7BA5E-------------

SECTION A

DRAIN DITCH PLAN


3-10MU» BITUMINOUS
HORIZONTAL BAR ■JOINT naER

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

CONCRETE GENSET PAD DRAWN fTMTl 1


REW.I'.'P'CEO a/cT TTU
REVIEWED PRINCIPAL ENirUARCin.
SCALE MTS
CML'AROTT
ELEC APPROVED:
Managw, DOO
WECH.

DWG wTagDPP*BDC*17.702 specs no VisP21Z1282Se

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

(Omm» e 300mm O.1 DRAIN PIT (DP)


10mm# ARRANGED AS SHOWN SCALE MTS
10mm# BARS 0 3S0mm O.C.
10mm# SAKS 0 300mm O.C. 10mm# BARS AS SHOWN 50mm# PVC PIPE
10mm# BARS AS SHOWN WEEP HOLE GRAVEL SURFACE V

lOOmm thV CONCRETE COVER


COMPACTED SOIL
F.G.L V
II
'MiyxX-'yxXy/x^
OWNER'
NATIONAL POWER CORPORATION
AGHAM ROAD, DELIMAN QUEZON CITY

EXISTING OPEN CANU.


PSOJECT: SUPPLY, OEUVCTY, WSTALUTWH. TEST MO COWHtSStOWNG OF 1i1« ICW
2X90 KYI HOOULM D'E'H. GENSETS, AND ASSOCIATED ELECTRICAL EQUrPUEHT
FOR TAGU9ANHAM DPP
LOCATION: smo OTAXOC ffTOT. B>J«00»CCT, COHCtmOW. NOAD
TITLE: DAY TANK STEEL SUPPORT. DRAIN PIT

0 DETAIL OF CONCRETE STEPS AND CANAL COVER


SCALE MTS
CHB ZOCALO WALL
SCALE MTS
ZOCALO WALL & CONCRETE STEPS DETAILS
(PLAN, ELEVATIONS. SECTION S UtlAILSJ
BY CHKD
DETAILS) /
DATE SUBMITTED: H. L ift^OOZ^
DESIGNED Principal E
DRAWN FT*Pfl
RECOMMENDED
REVIEWED PRINCIPAL ENGlUARCin.
CMLIARCHT
aEC, APPROVED
Uana^.OOO
WECK

DWG NoTagDPP-BDC*17.703 SPECS, MO. VlsP21Z1282Se

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.

TOP PLATE (SECTION A-A)


SCALE MTS

STIFFENER PLATE
/

n
70 3.05m (10’—O')

BOTTOM
CROSS ARM DET.
cj SCALE NTS
PLATE
in
COVER

POLE MARKtNGS_
(SAMPLE)

BOTTOM PLATE (SECTION B-B)


SCALE NTS

. MANUFACTURER'S
CROSS BRACE DET.
©
-i1ARKING{SAMPLE)

SCALE MTS

C,WNER NATIONAL POWER CORPORATtON


AGHAM ROAD, DELIMAN QUEZON CITY

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

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

SECTION IX - BID DRAWINGS

MW • MECHANICAL DRAWINGS

DRAWING NO. TITLE

TagDPP-BDM-17.001 SITE PLANT LAYOUT

TagDPP-BDM-17.002 EQUIPMENT AND PIPING LAYOUT

TagDPP-BDM-17.003 FUEL OIL FILLING SYSTEM - P&l DIAGRAM

GENSET WATER SYSTEM AND WASTE-OIL WATER


TagDPP-BDM-17.004
LINE

TagDPP-BDM-17.005 1 ,OOOL FUEL OIL DAY TANK

TagDPP-BDM-17.006 GENERATOR SET WEATHERPROOF ENCLOSURE

NATIONAL POWER CORPORATION IX-MW • i


25.00

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.

0 WT 4. THE DESIGN OF AUXILIARY SYSTEMS AS DESCRIBED IN THE


SPECIFICATION AND SHOWN ON THE IN THE BID DRAWNGS IS INTENDED
TO INDICATE THE BASIC TYPE OF PROPOSED SYSTEMS. THE
CONTRACTOR SHALL DESIGN IN DETAIL ANO CARRY OUT ALL THE
OMJUtf ocsm s ENGINEERING NECESSARY TO PRODUCE A COMPLETE, SAFE, REUABLE
AND WORKABLE ARRANGEMENT FOR ALL SYSTEMS BEING PROVIOED AND
LEGEND : AS REQUIRED BY THE EQUIPMENT TO BE SUPPUED UNDER THIS
SPECtnCATION.
f7\ PROPOSO) LOCATION OF EOUIPUENT z 5. FINAL ARRANGEMENT OF EOUIPMENT/CABLE TRENCH/PIPINGAAKE-OF
STRUCTURES SHALL BE FULLY COORDINATED TO SUIT ACTUAL
CONDITIONS.
—^ FUEL OIL UNE 6. THE CONTRACTOR SHALL SUBMIT DESIGN CALCULATIONS ANO
FOUNDATION DETAILS FOR Aa EQUIPMENT TO BE SUPPUED UNDER THIS
DOMESTIC WATER UNE SCOPE FOR APPROVAL OF NPC INCLUDING SMOKE STACK AND SUPPORT
STRUCTURES. FUa DAY TANK AND SUPPORT STRUCTURES AND OTHER
• HOSE BIBB WORKS AS DESCRIBED IN THE SPEOnCATlONS AND SHOWN ON THE
DRAWNGS.
M GATE VALVE (NORMALLY OPEN) 7. WORK THIS DRAWNC MTH RELEVANT CIVIL AND ELECTRICAL DRAWNGS.
o CONTROL ROOM T43
D REDUCER q
irj OPtN hC CAnaL
NJ CHECK VALVE (M ST
a
ST - SEPTIC TANK
Wr - WATER TANK
CP - CONTROL PANEL
DT - DAY TANK ^ ^ ^ TP1
TP - TRANSFORMER PAD
OH - GUARD HOUSE
PL - PERIMETER UGHT SWITCHYARD

TP - TRANSFORMER PAD
CP - CONTROL PANEL

0WN3t NATIONAL POWER CORPORATION


AGHAM ROAD. DILIMAN. QUEZON CITY

□ PPOJKT: SUPPlT.eElftTRY, INSTMUTOH.TESTA.HOCOVWSSIOWNOCTIIIMIWA.W


OTO Kit IKXMJA Cffisn. GEVSETS, AMO ASSOCIATED EUCTI5CAI EOUTirfl
FOR TACUDAHMAH DPP
LOCATION: SniO FAUNA GRANDE, BRCY. BANGOHGOH, CONCEPOON, tOS.0

TITLE: SITE/PLANT LAYOUT

BY CHO DATE
OfSlGNED SUEVTTTtO
DRAWN f^TC
EWTt / AWT, RECCWVENOfll
CMUAJfCKT
ELEC
MECH MANAGER, ODD

Dw,No.TagDPP.B0M-17.001 5pecs.no. VisP21Z123Z5e

DATE MATURE OP REWSiON p'ca S&tlE 1:150 BID DRAWING


AREA 2
i

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

4. MINIMUM DEPTH OF EMBEDDED PIPE SHAa BE NOT LESS


CONTROL ROOM THAN 300 MM IN OPEN GROUNDS AND 400 MM UNDER
ROADWAYS. FOR PIPE THAT CROSSES ROADWAY, PIPE
SLEEVES OF STEa MATERIALS OR RSC SHAa BE
PROVIDED. <WffR: NATIONAL POWER CORPORATION
5. EMBEDDED FUa OIL PIPE SHAa BE PAINTED/APPUES
WITH TAPE WRAPPING IN ACCORDANCE WITH THE AGHAM ROAD. DILIMAN, QUEZON CITY
LEGEND : TECHNICAL SPEOF1CAT10N.
6. WORK THIS DRAWING WITH APPUCABLE CIVIL AND PROJECT: SUPPLY, OEUVERT, INSTALLATION TEST AVO COVWISSIOMtNQ OF I1IPIKWANO

□ PROPOSED LOCATION OF EOUIPMENT


—rua OIL LIKE
ELECTRICAL DRAWINGS.
7. Aa OTHER WORKS. MATERIALS AND SERMCES SHAa BE
2X» KW VOOULAR DIESEL CENSETS, AND ASSOCIATED ELECTRICAL EOUITVENT
FOR TAGUBANHAH DPP
LOCATION: SnO FAUNA CAANK. t*ST. SAHGONCON, CONCgCON lOAO
IN ACCORDANCE WTH THE REQUIREMENTS SPEOFIED IN
—^ DOMESTIC WATER LIKE THE TECHNICAL SPECinCATlON. TTTIE:
EQUIPMENT AND PIPING LAYOUT
M GATE VALVE (NORMALLY OPEN)
D REDUCER
CP - CONTROL PANa OESIGREO
1 BY
1
CHKD DATE

OT - OAY TANK P«. EM31 ^ EER A. W59

RSW5WED PKMDPAl ENOtI / AROFT.


OWL - OIL-WATER UNE
ROL - RETURN OIL UNE owuKm j vp
ELK. 1
OWS - OIL WATER SEPARATOR Apf*?{7/n^
DP - DRAIN PIT
MECK
1 y
FHP - FUa HANOPUMP wa.K} TagDPP-BDM.17.002 specsw VisP21Z1282Se

MTITRE OF REVISION CHKD. SCALE- 1:75 BID DRAWING PE'/ 0


NOTES:
1. ALL DIMENSIONS ARE IN MIUIMETERS UNLESS OTHERWISE SPECIFIED. FOR FUTURE
2. ELEVATION OF DAY TANK SHALL NOT BE LESS THAN THOSE
INDICATED ON RELEVANT CIVIL DRAWNCS. BUT MAY BE
INTERCONNECTION
ADJUSTEO/INCREASO) TO CONFORM WITH THE ENGINE REQUIREMENTS
PER MANUFACTURER’S RECOMMENDATION;
3. FUEL OIL PIPES SHALL CONFORM TO ASTM A 53 GRADE B,
SEAMLESS AND SCHEDULE 40. SIZE OF FUEL PIPES TO/FROM THE
ENGINE MAY BE REVISED TO CONFORM WITH THE REQUIREMENTS FUEL OIL HAND PUMP

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

0.8-METER FLANGETiPE REVIEWED PR^CIPALENCR-IARCKT. RECOMMENDED; J.A?

FOR FUTURE INSTALLATION CMLttRCHT


ELEC.
OF FLOWMETER APPROVED; N/GT
000
MECH.

DWG NO. TagDPP-BDM-17.003 SPECS. NO. VlsP2121282Se

REV. DATE NATURE OF REVISION BY CHKD. RECD APPO. SCALE; NTS BID DRAWING '.0
REV,
TAP TO EXISTINO WATTRUVE

DW-020- 0Q7 EXISTING


irr---------------------- ------------- 1---------------------------------------------- &W- OIL WATER
LEGEND Li 100* uPVC OWL TOO* oPVC OW. SEPARATOR
0W‘- » TO OR AIN/CANAL
— MAIN DOMESTIC RPEUNE
V 3DW-003 V 2DW-003 1DW-003
XI GATE VALVE (NORMALLY OPEN)
3DW-015-002 2DW-015-002 10W-015-002
M GATE VALVE (NORMALLY CLOSE)

BAa VALVE txHa WATER


M CHECK VALVE

D REDUCER

HOSE BIBB

—II BUND FLANGE


CO o Ln o

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)

BRONZE GATE ■ OVERFLOW (W5T K BRONZE GATE.


VALVE (15a) unfit 'LL) TO
—RETURN FUEL OIL WAW PH) VALVE (15a)
FROM GENSET

DRAIN PIPE 15a Ij Lj'J'J---- 1- CLOSE/OPEN


p GATE VALVE > OUT!
WITH CLOSE/OPEN
BRONZE GATE DRAIN PIPE 158 PIPE WITH //
Bl PIPE
VALVE WITH LOCK- CLOSE/OPEN BRONZE GATE------- loUT
(TO DRAIN OIL PIT) VALVE
(TO DRAIN OIL PIT)
OUT SUPPLY TO
D/G SET
HAND PUMP
__ fVv FOR FUTURE
INTERCONNECTION

SIDE ELEVATION SECTION A


FLEXIBLE HOSE

FUEL OIL STORAGE DAY TANK

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

PROJECT: SUPPLY. DELTVERY. INSTALLATION, TEST AND COMMISSIONING OF ti120 KW AND


ZXSO KVy VOOULAR DIESEL GENSETS, AND ASSOCIATED ELECTRICAL EQUIPMENT
500 a MANHOLE WITH TLET
INLET PIP£(32a Bl PIPE) • 32a Bl PIPE VENT FORTACUBANHAN DPP
LQCATWSmO PALINA GRANDE. 6RGY. BANGONGON, CONCEPCION. ILOILO
^_CLOSE/OPEN
20B Bl PIPE nTL£
GATE VALVE
08-METER FLANGE
1.000L FUEL OIL DAY TANK
• INLET PIPE
FOR FUTURE PfSTALLATlOH
(208 Bl PIPE) OF FLOWMETER CHKO DATE
(RETURN FUEL OIL
DESIGNED
SUS’.iTTED: AWAN
FROM GENSET)
DRAWN jefiTC

TYPICAL ISOMETRIC LAYOUT PRNOPAL ENGTl J AJTCHT. RECCJ'AEWE!

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

I SPECIFIED IN THE UTEST EDITION OF NATIONAL STRUCTURAL CODE OF


THE PHILIPPINES.
THE SUPPUER SHAU. SUBMIT DRAWING DETAILS OF THE ENaOSURE
FOR NPC REVIEW AND APPROVAL
PROFa: SURRIY,DELIVERY, mSTAUA'nO'l.TESTA’iOCOMVSSfCRrVCOFliinKWASO
ZXWKW MODULAR CflESEL GENSETS, AND ASSOCIATED ELECTTOCAl EOWRMEHT
FOR TACUSAVHAN DRP
LOCATION: SmO PAURAGRARDE.BRGY.BAHOOVGON. CONCEPCION, ILOILO
3. THE MONITORING/CONTROL POINTS AT MONITORING PANEL SHOWN
HEREIN ARE MINIMUM REQUIREMENTS. ADDITIONAL MONITORING POINTS
AND ITS ARRANGEMENT MAY BE PROVIDED AND ARRANGED PER GENERATOR SET WEATHERPROOF ENCLOSURE
MANUFACTURER’S STANDARD SUBJECT TO NPC APPROVAL

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

two MO. TagDPP-BDM-17.006 secs.no VisP21Z1282Se

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

I SECTION IX - BID DRAWINGS

EW - ELECTRICAL DRAWINGS

DRAWING NO. TITLE


TagDPP-BDE-17.001 SINGLE LINE DIAGRAM
TagDPP-BDE-17.002 EQUIPMENT LAYOUT

TagDPP-BDE-17.003 TAKE-OFF STRUCTURE DETAILS


TagDPP-BDE-17.004 ROUTE OF CABLE TRAY AND CONDUIT PLAN
TagDPP-BDE-17.005 SYSTEM CONFIGURATION

TagDPP-BDE-17.006 OUTLINE DRAWING OF GENERATOR CONTROL AND


PROTECTION PANEL (GCPP)
TagDPP-BDE-17.007 DETAILS OF CABLE TRAY

TagDPP-BDE-17.008 DETAILS OF EQUIPMENT GROUND CONNECTION


TagDPP-BDE-17.009 DETAILS OF TRANSFORMER TERMINATION
TagDPP-BDE-17.010 GENERAL NOTES

NATIONAL POWER CORPORATION IX-EW-i


T01 j t av Dfsnmt/ncM

1 SkV. FDS tOM


10A FUSE LTMK

KIlOWATTMOUfl WETEII
/]

f MACSF

)i« IS bV *CS" ►0*rf H CO^'OUCTOF

/
« AC%K <3 bV
tiVACSE.ISkV VI ACSi^lSkV MACS1L tS bV

tTtVLA mviA 1^VU 12WLA

ISLV.fDSmA laV, W IflkA iSkV4 FDS lOhA ISkV, FDS inA


SAFUSE IfNK SA FUSE LINK tA Fuse UMK nJSE LINK 1 SkV. FDS 10AA
2A FUSEL3W

»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

/ / )^S mm*. ISkV.XLPE POWER CABLE

GENERATOR TRANSFORMER GENERATOR TRANSFORMER GENERATOR TRANSFORMER GENERATOR TRANSFORMER


112.5 KVA. 3-Phase. 112.5 KVA, 3-Phase, 150 kVA, 3-Phaset 112.5 kVA. 3-Phase,
480 W13.8 kV, 60 Hz i? 480 V/13.8 KV. 60 Hz 480W13.8KV.60Hz 480 V/13.8 kV, 60 Hz

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

E«0)Nf-C(N(RATOR 4 ■aNf-AIVEMTOR E»«GINE-CCN ER*rOR ENcrNC-ccNr luiOR


NercniNA eONTROL, HETERnnX CDNtRgk. VETfktNe, eONTROk. WETtKma
PRCFTtCTlON 4 PR07cencN4 pROTtCTlON 4 COsTbOL
tTNCMRONtfMO MOCWLS 0VWCHRONI2IW6 MMUit STMCHPtONlPNO MOCVLC PR9TICT10N4
(W8T>I AOTOHATietOAS (WTH AVICM4T1C LO*0 (MTH AUTOHAT1C LOAD en<HRO«l7P«0
OHAmnoPUHcnoN) 8HAR3NC njNCnOH) tHAPlNO PtfHCngvi •rOOUlB

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

DIESEL GENERATOR OiESEL GENERATOR DIESEL GENERATOR DJESEL GENERATOR


90 KW. 3-Phase 90 KW. 3-Phase 120 KW. 3-Phase SIOKAL
90 kW. 3-Phase
SIGNAL SIGNAL SIGNAL
FROM 480 V, 60 Hz. 0.8 PF FROM 480 V, 60 Hz, 0.8 PF FROM 480 V. 60 Hz. 0.8 PF FROM 480 V, 60 Hz. 0.8 PF
DIESEL OIESEL DIESEL oiEsa
ENGINE ENGIHE ENGINE ENGINE

1.84 pW ,88M n«l—DRWM COPPER CONWCTtR t-Mm<H.«88V THMHTTHWHT COPPf A CCMOUCTOR

NATIONAL POWER CORPORATION


NOTES: LEGEND: PROTECTION & MONITORING DEVICES AGHAM ROAD. DILtMAN. QUEZON CITY
1. THE SUPPUER SHALL PROVIDE PROTECTION MODULE GENERATOR TRANSFORMER LIGHTNING ARRESTER OVERSPEEO RELAY PROACT SUPPtY.DEUVEHY. INSTAIXATW.TTST AWCOMVTSSWISG W filMKW A10
EQUIPPED WITH THE ENGINE-GENERATOR PROTECTION
AS SHOWN. SYNCHRONIZING DEVICE »» mv MOOULAR ossa GENSETS. ANO ASSOClATEO ElfCTTSCAl EQUWEVT
rOSTAGUBAIHMBPP
UNDER/OVER VOLTAGE RELAY
2. TRIP AND FAULT ALARM/SIGNAL FROM THE
GENERATOR TRANSFORMER SHAU BE INCLUDED IN
1 GENERATOR CIRCUIT BREAKER O CURRENT LIMITING FUSE
lOCATlOS smo .ia»» OBAKOt BXCT. UVC0H3O., CWCtACW lOlO

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-

THE REQUIREMENTS OF SECTION VI. - TECHNICAL DRAWN JAC


50N/51N RESIDUAL OVER CURRENT RELAY
SPECIFICATIONS. REVIEWED PBrNClPAlE^ffR /A9CH7, FtECWk-E1
5. ALL EQUIPMENT IN THE SHADED AREA ARE EXISTING. ^ FUSE DISCONNECT SWITCH KILOWATT-HOUR METER 64 GROUND PROTECTIVE RELAY
CrVPUARCMT
ALL OTHERS ARE INCLUDED ON THE CONTRACT. 01 FREQUENCY RELAY
ELEC. UJRR
^ EARTHGROUND 94 TRIPPING RELAY VECH.

Dww TagDPP-BDE-17.001 ifEcs «oVisP21Z1282Se

DXTl NATJ9E OE BEVIS'OM


SCAIE NT$ BID DRAWING
n
NOTES:
□ PL
1. FINAL LOCATIONS OF EQUIPMENT AND ACCESSORIES/
APPURTENANCES TO BE SUPPLIED, INSTALLED OR
CONSTRUCTED BY THE SUPPUER SHALL BE aOSELY
COORDINATED WITH SPUG MANAGEMENT AND PLANT
OPEN RC CANAL HEAOS/RLANT IN CHARGE TO SUIT ACTUAL SITE
CONDITIONS PRIOR TO DEUVERY/INSTALLATION/
CONSTRUCTION FOR THE TIMELY AND EFFICIENT
IMPLEMENTATION OF THE PROJECT.

2. AIL DIMENSIONS INDICATED ARE IN MILLIMETERS UNLESS


DT w
. WT
ows
3.
OTHERWISE SPECinEO.

EQUIPMENT GROUNDING TERMINALS SHALL BE CONNECTED TO


THE EXISTING GROUNDING MAT THRU 100MM GROUNDING
CONOUGTOR.

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.

THIS DRAWING SHAU BE WORKED WITH CIVIL AND


MECHANICAL WORKS BID DRAWINGS.

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

PROJECT* supPir.oafiTERY. nstaiution,test*nocovwssiostvoofiiinkwahd


2*90 KW MOOULM OlEStl CENSETS, AW ASSOCIATED ElfCTPCAL EOUPVCTT
FOR TACUBANHAN DPP
LOCATION: SmOPAUHACRAOXBACT.eAOCWMiAeONCEPClOllllOlia

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

owg.no TagPPP«BDE»17.002 vo VisP21Z1282Se

OF PfViSION RtO) SCALE 1:TW BID DRAWING REV. 0


n

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.

2. ALL EQUIPMENT/STRUCTURES DRAWN IN HIDDEN UNES

I ARE EXISTING. ALL OTHERS ARE INCLUDED IN THE


CONTRACT.

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

REINFORCED CONCRETE F.G.L


NATIONAL POWER CORPORATION
V
iySfJajSrafSr':: AGHAM ROAD. DIUMAN, QUEZON CITY

P^fO.ICr SUPPLY, DEIVERT. N5THUnOH, TtST AVO C 0VMISSIOMTVG Of 1i1» KW AStI


IWKWWOOUUWOtSCLGCNSETS.ASO ASSOCUTID ELBCTWCAL EQUtPVEMT
fOR TAGU6ANKAN OPP
lOCATOS: smo PAbPU OUVDC. BPQV. KA«CO*»eOt CO*<CfPOOA ACa.0

TAKE-OFF STRUCTURE DETAILS


LONO-BENO (1 X 120kW & 2 X 90KW D/G SET - TAGUBANH^N DPP)
RADIUS
6f CHKD DATE
'K.fir,
OESiGvfO SUSMrTTED;
DETAIL A DRAWN JAC
ENGINEER

REVIEWED PRINCIPAL E^fea/ARCHT.


CIWARCHT MA.HAG

TO G^OUVDrN TO CROUSS'NO U«T TO CsOJNOiV


aec. MJRP
APPRO*,*0: _ SCS!?/:
I'ECH. IW<AGER.K>D

SECT ON A-A OiW VO TagDPP*BDE-17.003 =',scs w VisP21Z1282Se

KATifl? re pc/sov BID DRAWING


n
PL
NOTES:
1. THIS DRAWING IS TOR BIDDING PURPOSES ONLY. THE SUPPLIER
SHALL SUBMIT THE ACTUAL ROUTE OF CABLE TRAY LAYOUT
AND CONDUIT PLAN FOR NPC APPROVAL

FINAL LOCATIONS OF CABLE TRAY AND ACCESSORIES/


APPURTENANCES TO BE SUPPUEO. INSTAaED OR
CONSTRUCTED BY THE SUPPUER SHAa BE CLOSELY
COORDINATO) WITH SPUG MANAGEMENT AND PLANT
3_____ nr ows HEAOS/PLANT IN CHARGE TO SUIT ACTUAL SITE CONDITIONS
PRIOR TO DEUVERY/TNSTALLATION/ CONSTRUCTION FOR THE
TIMELY AND EFTIOENT IMPLEMENTATION OF THE PROJECT.

3. AU DIMENSIONS INDICATED ARE IN MILLIMETERS UNLESS


90 kW 90 kW 120 kW
OTHERWISE SPECIFIED.
10DULA! AODULAF

I GENSET

®
GENSET

®
IMOOULAFl
GENSET
4.

5.
CABLE TRAYS IN SHADED PORTION rTTH
THE CONTRACT.

THIS DRAWING SHAa BE WORKED WITH


ARE INCLUDED IN

CIVIL AND
MECHANICAL WORKS BID DRAWINGS.

ENGINE AREA

rm
itlL'Sa

10 mm DIA uPVC CONDUIT LEGEND:


3L ROOM
© - DIESEL GENERATOR
OPEN RC CANAL @ - GENERATOR CONTROL AND PROTECTION PANEL (GCPP)

I 110 mm DIA uPVC CONDUIT


@ - GENERATOR TRANSFORMER

- NEW CABLE TRAY

- EXISTING CABa TRAY

(D
I
I I - uPVC CONDUIT

SWITCHYARD

NATIONAL POWER CORPORATION


AGHAM ROAD, DILIMAN. QUEZON CITY

PSOJCCT SlffPVY. DELIVERY. INSTALL*TIOM. TEST AND COWWSStO-mG OF KWAMO


IXM KW NODULAR DIESEL GENSETS, AND ASSOCIATED ELECTRICAL EQUIPMENT
FORTACUBAJIHAN DPP
LOCATION: smo palik* csxvot brct, ewroitooN, conctpcioh. iloao

rmt ROUTE OF CABLE TRAY AND CONDUIT PLAN


(1 X 120kW & 2X 90kW DIG SET - TAGUBANHAN DPP)

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

ww NO TagDPP-BDE-17.004 5PECS.no VisP21Z1282Se

WTUHE Of REVISION SCALE: 1:t» BID DRAWING REV, 0


CMTirOL AMO PROTf CttOM PANft
tifftn TO eiFctfuCM e«o oramnos
LOCAL CONTROL At^o PROTECTION PANEL
REFER TO MECHANICAL BID DRAWINGS

POWER TRAVSrORMER

s ^
sssss

Q 000
II
OCOOO ® a

I CMar*Wai4»

♦♦♦♦♦♦♦

TO 15kv
/./ TAKE-OFF
STRUCTURE

TO CCMEPtkTOR COWTROC ANO FROM GENERATOR CONTROL


RROTfcnoM PANci recFn fNCOVms POWIH. CONTROL ANO OUTGDfMQ ROWER. COWTRtX ANO
IHSrmwfNTATlOH CABU9 MTrWUVENTAnCM CABLES AND PROTECTION PANEL
(GCPP)

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

SPECIFICATIONS INDICATED IN THIS DOCUMENT. DfS'CNEO ^HBIflTFTV »H. M.WLpUILA


NON-COMPUANCE TO THE REQUIREMENTS SHALL BE WWH JAC
FwmpprtKivE'aArtEica
GROUNDS FOR OISQUAUHCATION. ><
REVIEWED PffNCPAl ARCKT. R£0r^mw-tw^^ C. CUGOtL'tf^

CJw*.9on M.ANAggiEEtCO

I
ELEC. MJRP AWWWDt rfr^S8flS!ffl
M5CH.
i/o MANAGbH.DUJ

owaMoTagDPP-BDE*17.005 SPECS. NO. VisP21Z1282Se

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

PROJECT: SUPPLY, DELIVERY, INSTALLATTOH, TEST AND COMMISSIONING OF 1iin KW AND


2XS0 KW MODULAR DIESEL GENSETS. AND ASSOCIATED ELECTRICAL EQUIPMENT
FOR TAGUBANHAN DPP
LOCATION smo PALNA GAAVDt IBCT. AAKGOHOOH, KWCEAOOH. 1010

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

^TagDPP-BDE-17.006 SPECS. NO.


MANAGER. COO

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.

90* HORIZONTAL BENDCABLE TRAY HORIZONTAL TEE CABLE TRAY

I
o fl
I ANCHOR BOLT HOLD DOWN CLAMP

CONDUCTOR ® ©
GROUNDING CLAMP NUT WASHER

I DETAILS OF CABLE TRAY SUPPORT MATERIALS CABLE TRAY SUPPORT MEMBER

T1 «

^14mm diam. hole for 1/2" lagserew wl 3“ lor>g expansion shield


13mm dIam. hole for grounding clamp

CABLE TRAY SUPPORT

. SEE DETAIL ’A“


-r7i-------' OWVEP
NATIONAL POWER CORPORATION
4- =2-----r AGHAM ROAD. DILIMAN. QUEZON CITY
?» ?« m so DETAIL "A-
4-^------- ;------- ;-------
h J L PROea: SUPPLY. DELIVERY. INSTALLATION. TEST ARDCOWISSW’SG OF KW WO

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

STRAIGHT CABLE TRAY LADDER


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

22 irtf*p*CO»»in CONDKtO* 1. ALL DIMENSIONS INDICATED ARE IN MILLIMETERS UNLESS


OTHERWISE SPECinED.
2. INSTALLATION OF NEW GROUNDING SYSTEM SHALL BE
WORKED WITH EQUIPMENT GROUNDING CONNECTION-1 AND
DETAILS OF EXOTHERMIC waOlNG CONNECTION.
3. GROUNDING CONDUCTOR SHALL BE EMBEDDED AT LEAST
0.60M.
4. ALL EQUIPMENT GROUNDING SHALL BE CONNECTED TO THE
DETAIL-A DETAIL - B EXISTING GROUNDINO'MAT.
TIUMSFOffHEI CMOUnCMG T^iathJU.
5. THE SUPPLIER SHALL PROVIDE TWO (2) TERMINALS FOR
EQUIPMENT BODY GROUNDING OF ALL MAJOR EQUIPMENT {i.e.
DIESEL GENERATOR, GENERATOR CONTROL AND PROTECTION
PANEL, GENERATOR TRANSFORMER) AND SHALL BE

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*

EQUIPMENT GROUNDING CONNECTION -1

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

DWG MO. TagDPP-BDE-17.008 SPECS MO VisP21Z1282Se

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

4. THE INSULATING SHROUD SHALL BE FLAME RETARDANT.


CONFORMING WITH THE UL 94 STANDARDS AND SHALL
/----------uPvC CONOUJT liPVC CONDUIT BE TYPE TESTED FOR ELECTRIC STRENGTH IN
ACCORDANCE WITH lEC 60243-1 OR APPROVED
EQUIVALENT STANDARDS.

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

NATIONAL POWER CORPORATION


TRANSFORMER LOW VOLTAGE CABLE TERMINATION TRANSFORMER HIGH VOLTAGE CABLE TERMINATION AGHAM ROAD, DILIMAN. QUEZON CITY

PROJECT; SUPPIY, DEUVERT, INSTAUATION, TEST AND COMWISSPONWGOMitMKWMD


2XM KVYMODULAfl DIESEL CENSETS, AND ASSOCIATED ELECTRICAL EQUIPUENT
FOR TAGUBANHAN DPP
LCCADONsine piiLWA cAAMot iMCjyN, roNcr>«w. itoge

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

CWO NO. TagDPP-BDE-17.009 SPECS MO VisP21Z1282Se

I DATE 3Y SCALE NTS BID DRAWING REV 0


I
I GENERAL NOTES:
d I EC - INTERNATIONAL ELECTRO-TECHNICAL COMMISSION
1. THE GENERATOR BEARINGS SHALL BE DESIGNED TO ALLOW MINIMAL STRESS JJDUCED IN THE SHAFT.
GENERATORS RATED 500KW AND BELOW SHALL HAVE A SINGLE OR DOUBLE BEARING DESIGN. 60255 - ELECTRICAL RELAYS
HOWEVER. GENERATORS RATED ABOVE 500KW SHALL ADOPT A DOUBLE BEARING DESIGN. 60044 - INSTRUMENT TRANSFORMER
60071 - INSULATION COORDINATION
9 '^PACE HEATERS SHALL BE INSTALLED ON THE GENERATOR FRAME TO MAINTAIN 60076 - POWER TRANSFORMERS. PARTS 1-5
TEMPERA^RE OF IIHE ENTIRE GENERATOR ABOVE THE DEW POINT WHILE NOT IN U^r 60060 - HIGH VOLTAGE TEST TECHNIQUE
POWER SUPPLY SHALL BE 240VAC SINGLE PHASE AND SHALL BE SOURCED FROM THE 62271 - HIGH VOLTAGE SWITCHGEAR AND CONTROL GEAR
EXISTING STATION SERVICE TRANSFORMER. AUTOMATIC CONTROL FOR SPACE HEATERS 60502 - POWER CABLES WITH EXTRUDED INSULATION AND THEIR ACCESSORIES FOR RATED
SHALL BE INTEGRATED IN THE GENERATOR CONTROL AND PROTECTION PANEL (GCPP). 60694GE- common SPECIHCATION FOR HIGH VOLTAGE SV/ITCHGEAR AND CONTROL GEAR

3 TEMPERATURE DETECTORS SHALL BE PROVIDED IN THE STATOR SLOTS ANDrArJJJ5rE'lD STANDARDS


OF THE VENTILATING DUCTS ARRANGED TO RECEIVE HEAT FROM THE HOTTEST SPOT OF NFPA - NATIONAL RRE PROTECTION ASSOCIATION
e. 272 - STANDARD METHOD OF TEST FOR FIRE AND SMOKE CHARACTERISTICS OF WIRES AND
THE WINDINGS WITH APPROPRIATE CONTACTS FOR MONITORING. ALARM. DETECTION AND

I 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 ^MY BE
f.
CABLES
ASTM - AMERICAN SOCIETY FOR TESTING AND MATERIALS
DON^ THE CIRCUIT BREAKER FOR THE ALTERNATOR V^LL AUTOMATICALLY TRIP IN ^E ISO - INTERNAHONAL STANDARDS ORGANIZATION «D.,rMT
9- 9001 - QUALITY SYSTEM MODEL FOR QUALITY ASSURANCE IN DESIGN/OEVELOPMENT.
EVENT THAT THE TEMPERATURE DETECTORS MEASURE THE WINDING TEMPERATURE TO BE
ABOVE THE (SHUTDOWN SETTING) VALUE 9002 - QUALITY SYSTEM MODEL FOR QUALITY ASSURANCE IN PRODUCTION. INSTALLATION Sc

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 AB 1 - MOLDED CASE CIRCUIT BREAKER ,


ICS2 - INDUSTRIAL CONTROLS AND SYSTEMS: CONTROLLERS, CONTACTORS AND OVERLOAD
RELAYS RATED 600VOLTS
DISQUALIFICATION.

ICS - GENERAL STANDARDS FOR INDUSTRIAL CONTROL AND SYSTEMS


I MG-1 - MOTORS AND GENERATORS ti(^m iiiiri
MG-2 - SAFETY STANDARD FOR CONSTRUCTION & GUIDE FOR SELECTION. INSTALLATION AND
NATIONAL POWER CORPORATION
USE OF ELECTRIC MOTORS AND GENERATORS ...... a .. ... mi itjAkI rM IC7nM r*ITV

UL - UNDERWRITERS LABORATORIES. INC. (ALL PARTS APPLY)


44 - RUBBER-INSULATED V/IRES AND CABLES pftoj'a- su?n.Y.oai«RT. insmiutio1),testcoyvsjioh-ngof 11120
JXSOKWMOOUIARDIESELCENSCTS.ANO ASSOCIATED ELECTRICAL EQUIPMENT
83 - THERMOPLASTIC INSULATED WIRES AND CABLES FOR TAGUBANHAH DPP
l0CATmsm0PMI«6*A«E.B»CT,SA«0«5C'H.CO«tro<ni»0
508A - INDUSTRIAL CONTROL EQUIPMENT
1063 - MACHINE TOOL WIRE (MTV;) FOR STRANDED CONDUCTOR ONLY
GENERAL NOTES

I OESPGNEO
DRAWN
CHIO DATE
SUBMfTTED; B. M.RGuILA

I
REVIEWED RPTiOPAl. ENGU / ARCHT

CMUARCHT

JPTOVED:
fAAKAGcR, CTO

owG.NaTagDPP-BDE-17.010 SeȣCS NO VisP21Z1282Se

SCALE: NTS BID DRAWING REV 0


RTV. DATE NATURE OF PEVlS>OS WKD.

You might also like