Volume 2 of 8.Pdf - 1-700

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 1326

CONTRACT AGREEMENT

FOR

ENGINEERING, DESIGN, MANUFACTURING, INSPECTION, SUPPLY,


TF.:ANSPORTATI ON, CONSTRUCTION, ERECTION, INSTALLATIOI'!, TESTING
AND COMMISSIONING OF MYMENSINGH 360 MW DUAL FUEL (GAS/HSD)
COMBINED CYCLE POWER PLANT PROJECT ON TURNKEY BASIS. REF: PUR:
020(FW/MYMENSINGH 360 MW/OTM)/2017-18; DATE: 31.01.2018

BETWEEN

AND

HARBIN ELECTRIC INTERNATIONA L COMPANY LIMITED

VOLUME 2 OF 8

AUGUST,2019
• List of Contents

VOLUME 1OF 8

1. Contract Agreement
2. Performance Guarantee
3. Power of Attorney
4. Final Price Schedule
5. Vetting from NBR, Ministry of Commerce, Ministry of Law,
Justice & Parliamentary Affairs.
--
6. Notification of Award and Acceptanc e
7. Minutes of Pre-contract Negotiation Meeting
8. Approval of GOB (RPCL Board

VOLUME 2 OF 8

Tender Documents Including All Addendai Clarifications,


Amendments and Time Extension Notices

VOLUME 3 Of 8

1. Clarifications to Technical and Financial Offers by TEC from


RPCL
2. Replies to Clarifications from HEI
3. Financial Offer of HEI

VOLUME 4 OF 8

Volume 1of Technical Offer of HEI

1/2
VOLUME 5 OF 8

Volume 2 of Technical Offer of HEI

VOLUME 6 0F 8

Volume 3 of Technical Offer of HEI

VOLUME 7 0F 8

·. Volume 4 of Technical Offer of HEI

VOLUME 8 0F 8

Volume 5 of Technical Offer of HEI (Drawings)

2/2
RURAL POVIER COl.IPAHY LT[).
! l$Oj o_o1: oos. .c.1J,1.(1c_tl _ .1

RURAL POWER COMPANY LIMITED

Amendments and Clarifications_3

FOR

ENGINEERING, DESIGN, MANUFACTURING, INSPECTION,SUPPLY,


TRANSPORTATION,CONSTRUCTION, ERECTION,INSTALLATION,
TESTING AND COMMISSIONING OF MYMENSINGH 360 MW DUAL
FUEL(GAS/HSD) COMBINED CYCLE POWER PLANT PROJECT ON
TURNKEY BASIS.

REF: PUR:020(FW/MYMENSI NGH 360 MW/OTM)/2017-18;DATE:31.01.2018

'\

. ('J:'I.. '
\ \
' ,
J
\ ·"'/ I
' '
SI Vol ume!/ Page Add ition to "Rejection of Tenders"
no. Cl:iusc No
01 Vol I of
L
I 3& 4 P:
i. If any firm /company has been working as EPC contractor in 02 (lwoj nos. or
I more ongoing Power Plant Projects (ongoing means EPC Contract has been
effective bul Commercial Operation Date has not heen achieved within the
date of Tender closing) under Power sector of Bangladesh, then such finn
/company wil l not be eligible to participate: in this tender (either individually
or as a Joint venture partner).
2. lf the perfomiancc (related to Power Plant Project EPC contracts under Power

l
sector of Aa11gl11desh) of a tenderer (either individually nr as a Joint venl\lre
partner) is not satisfactory, then the lender of sudt tem.lc1w will not be
considered for evaluation/ acceptance.
3. Tenderers must ;ubmit Statement/ Document/ Inform ation separately for each
of :ibove with the Proposal.
-J }>.Qo.. :i_ij_1i_sJ: t\1t1f;C

RURAL POWER COMPANY LIMITED

TENDER DOCUMENT

FOR

ENGINEERING, DESIGN,MANUFACTURING, INSPECTION,


SUPPLY, TRANSPORTATI ON, CONSTRUCTI ON, ERECTION,
INSTALLATION,TESTING AND COMMISSIONING OF MYMENSINGH
360 MW DUAL FUEL(GAS/HSD) COMBINED CYCLE POWER PLANT
PROJECT ON TURNKEY BASIS.

SINGLE STAGE TWO ENVELOPE METHOD

VOLUME 1OF 2

INSTR UCTION TO TENDERERS


GENERAL CONDITIONS &
SPECIAL CONDITIONS

REF: PUR: 020(FW/MYMENSINGH 360 MW/OTM)/2017-18;DATE:31.01.2 018

JANUARY - 2018
'l.1Cffl, >':r 'llT'll >l I
'°) llllflllil ">" .
>• · 11-1 )lo)f<.f
,i
w.bd"').tom W .

. ·. .

5 !nviLlrioo fur !)dip; liog.· SuPl'ly..lr.s4llllion,


Endioo, Tesliog .Coolll!U..iooiic of MJ'11l<niiogh }61) MW O.UI
Fuel (GUIHID) (0!1\bibo!C)'Ck Fou PW.r..;.ctoolumkeybui ·
l'Ul.OlO(TW/MYMENSJNQ 360MWKl1MyJOll-ll;0.tc:)l.0 1J0l8
J p, Md!iod'
1 S0111ccorr...r. . ECAF......,....SRPCI.'10>11fond

21.0J)OI& · • , S:OOl'M IUI}


22.011011·" ll:OOJlopn IK>

22.03.2011. 1uoPM ism


'nNM>e Addtcu of d.oflie>:(s E>.ecvtiveor(fio:oi>oc) ;R1111IP.-. y)..i111iltd ", "
. ScDOi1Tcodu Docucmal llow<-19,RClOd-llll,Sedct.Ut!ua. rJbki.mo Ban •t...t..i. .
uCIQltr.< Oi<oclor(Eo .l\Wtl Pm."CtCompoay LilDiUd
14 N Ud;d<Cslofth(ffi«(•): llC<1S<•l9, R.ot6-lill,Secior-09, Uttan. lb•kl 1230 !Wiladdl..
Rw hialloo..;nt T01dciJ.Dot•mcnt

25.022011«10:00 Mfo.' •
llffOR!llATIO 1QRTl/iDE!Wl

If EllllycrT!O'cru .· Teo<!m will o«, be fi:oni'firms "' CCIUOlli1lli ..to atC T


.;,p,.,.ai.daprrioaO.d !n 11>c oe....t n.e kndaullilllltlt......i..r o1
IJYCA .w""'"·apcriaico ..EPC 'fiod:l al bitrMi (2) a.di
Yln!OlloiaimlOO upacilyP ;;;!Woltir10crcu),-,
'"'lo( Wich'*(l)'cOmrxt of:!OO MW -C)*.,.,,.,l'h•l olTarol:eyb&sii. 0.e e(b
l"'ieci. i..v.to 1ic ...i.id.iK ·"""'tt·no..po- ,i..t11o..i1c1 ••• bcoio in coolinoos
. ci:>mma<U!tioof"!'aMnim\a> lliv(l)i Certmal<S(b'bOO fucl).,fui
;<xsUli11tdo.ypcrf°"""*'iol!Msrq:ud' lo bcsubmitto.I. · • ' •
.. ·: . ,,\ .o.:C.i....u .;;;.n. ;a;.ihcfciikt ,o'.·,. , .; .'

,.
Ei«alJ.Olr jj,(i:gt.riiig) ·
.. _ :' .... ·"
, - .R 1nl r":' ' HAY
lirniled :·

IIP a g c
eindependentbd.com .·
Rural Power Company Limited(RPCL) . I'.'; I
w- ,
!•W
Sral<d tttd.,.k lmby,larilrd r..,.1hc ""'1\fc<01ind..'lrer dlt Hiler .,..do•..WO<ti •U• ll•t foU.,n.1toodltlo' u
..

°""'"'
f1',.......J. ,\t....,,,.,..1- l\oixdiO!I. Sul'fllr, lll•t>lbt o, t.><1<-,
T"'"'c Com""'*""& of '°'l"'"P )(JO MW IMl foci (IA•'l!SDJ
ComhN!t)<:."'• r""'""i«<""""''q 1w;.,

'"';•c• ! D.rf,olt• . :;> c. p1«1.. o1t

t:ai_... lloiP. r....r.ca.n.i:


....,...;... Sw!y. Walladoo, £n•:<i..,
no•,.
C)clcw•,.lcw
f«Slay!t

01 01 T"°'J t. I of M) lJIJOO(Tw""7f"M 6(Si>)Utoo C..obioolt)<lc....


)(JO MW [).,I fl<I (C:..mD) CU' <n!lit<d • Thu"° ti>< !l!«ri-.D1100{
POWC!Pllol 'o;Jonl!.nll ··- ;.. Coo!Dd.
11R<1"""'T"""1>ocv.,.. tk t- °""'"'"' mar 1>< .11"" lmac>kd l<t>dcftn ,.,,. ibmr""'° ,<,wriC!n
161o .."" oM... li<low ,..-P<)1llcal 1....rcr...l.ok "'..spt<iilcd.1io.....no
. otpo)UICll1 "m•• 11r.1"""18ook ;, • lli>tai r......c_UmJ"4. Dbab.

r.odin ;a ..ir .....-......-...11y tq>Ulal lim.i ........,;,.. •!lo ... -"1


lolkir.aol...t.ioc.wl<nio.1klaldciu -.....Vcx-"<f o
/VCA.WIN"....-¥"£PCC-...1o .............,mo<a1 1U..(l)........od
....,.....,_:ioo '°l.iW
pnij<r11 U.c \c °""\lc' i.p.;,y P-l'-'I.
,-"Y·n.o.
ibC -.,. '°""
-ldal
J>bi" lo.......-..
il!oit ti.i..10(fm),......
ot191'..t -(f)s<><b'><i<!(lllCHJ'll l)c4c-Plalm tlml0y....,<O.. ol-
,.
IN
......,.i.i"!""tioo Aj •UiOni.uo""' (l) y..,,""'""'CO'\ili<il<> ("both fv<I O(l<rillool ""-1
1WO)U11 pcrfo1.Ucd11ddf'l'14Ml>Y<tob<01bmll!d. ' · " , • .- ,
I Ori1
cri.V ilicTmd«D.x..;..., :· .. .. .
14 VidilyoFTood"'rw.IT""" llO [Cloe htUldJ<d ) ila)S aid 2111 (1'...IM><flol ond.ri&b<) doy1 1iwlf Gin ll>ed.lt o
SK1o11i oftc1d«. . . ·
20 hy 8"'1QioaJt. md """'°""""' bod .........,_ be i""'11 b1 •t icloolilc
l>U of lknclld<o' or "'Y .,...;p baol -...t bylot ocliololt b>o.\Jc p•rW/< v.i1H1U _.1'11lliy
;,6i""of b11IP•r-C liriW.CW>. 1a1oA. •
II Md.S-.Blooiyu.1'£>f, Dirm.ar('U1i...rin&l -
t.,.,,...,c....,..,.u.ulld.l'i*·"· 1JB,1«1or:.i,u..;.,lhl..mo.s""i.e..i..
oa;rid;,. .. "'-:llU1-7'illlll ,fai•111-791l?!t. :'°-" I
Ill< &1hy ri&)l lo a«qlr ,..,"Rj.-d ..,.... ""' ..;u..,. ...i..i.,"'1
L Tmkt ..-iU.Cmilifbleinlrct.wdit 1t,...,.,....,..Jid hf'Clden . ·
£1 ulh·e Dlm:lor (1.•c!•<tmg)
hwal Pow<rCoc11pmyl.itriio:d
Rejection of Tenders

The Tender shall not be considered for evaluation and shall be rejected if the Tenderers do
not submit I comply I fulfill any one of the followings among other terms as stipulated in this
tender document:

a) Certificate from the end user for:

a-1: Tenderer's experience (As stated in TDS Vol. 1 of 2 of tender document).

a-2: Prove-ness of the offered equipment (As stated in clause 3.3.1of technical
requirement, Vol 2 of 2 Part A of tender document).

b) Compliance of Tender submission of proposal as stated in TDS, Vol 1 of 2 of


tender document.

c) Tender validity as stated in clause 33.2, Section 2: TDS Vol 1 of 2 of tender


document.

d) Tender security & validity [180+28=208 days] of tender security as stated in


clause 35.1, TDS of Vol 1 of 2 of tender document.

e) Compliance of Terms and procedures of payment as staled in GCC. Clause


69.1under PCC (Section: 4), vol 1of 2 of tender document.

f) Compliance of Terms of financial qualification as stated in clause 15.1,Vol 1of


2, TDS of tender document.

g) Compliance of joint venture criteria (As stated in Section 2: TDS, Vol 1 of 2 of


tender document).

h) Completion period as stated in TDS, Vol 1of 2 of tender docume nt.

i) Tender proposing the power plant having net output less than 360 MW at site
condition (As stated in Section 2: TDS, Vol 1of 2 of tender document).

j) All data to be furnished with technicalproposalas stated in guarantee Schedule-


A, Vol2 of 2 Part B of tender document.

k) Bill of materials/quantities & Price schedule (Section: 6, Vol. 1 of 2 of tender


document) shall be properly filled up by the Tenderers. Tenderers are not
allowed to change/ modify the format of Bill of materials/quantities & Price
schedule

3 IP a g c
m) Compliance of LO (liquidated Damages) provisions as stated in GCC clause
76 under PCC (section 4), Vol 1 of 2 of tender document.
n) Letter of Author ization to sign the Tender on behalf of the Tenderer (As stated in
Clause 40.4, Instruction to Tenderers. Vol 1 of 2 of tender document).

o) Firm Commitment letter from the financial agency I Lender in favor of the
EGA/Buyer's credit financing (A s stated under TDS :ITT 24
.3 (d),Vol 1 of 2
of tender document). Commitment of financing less than 85% of EPC cost
will not be accepted. The owner's portion of the EPC cost will be paid in
the following manner:

I. 5% upon Issuance of PAC


II. 10% upon issuance of FAC
Table of Contents

Section 1. Instructions to Tenderers ............................................................. 9


A. General ...................................................................................................... 9
1. Scope of Tender ......................................................................................................9
2.Interpretation .............................................................................................................. 9
3. Source of Funds ............................................................................................................................... 9
4. Corrupt, Fraudulent, Collusive or Coercive Practices ............................................. 10
5. Eligible Tenderers ............................................................................................ 12
6. Eligible Materials, Equipment and Associated Services...................................... 13
7. Site Visit ................................................................................................13
B. Tender Document ......................................................................................... 13
8.Tender Document: General .............................................................................. 13
9. Clarificat ion ofTender Document. .................................................................... 14
10. Pre-Tender Meeting ........................................................................................ 14
11. Addendum to Tender Document .................................................................... 14
C.Qual fication Criteria ....................................................................................... 15
12. GeneralCriteria .............................................................................................. 15
13. Litigation History........................................................................................................................... 15
14. Experience Criteria ..............................................................................................16
15. FinancialCriteria .............................................................................................. 16
16. PersonnelCapacity...............................................................................................16
17. Equipment Capacity ........................................................................................ 16
18. Joint Venture, Consortium or Association (JVCA) .......................................... 16
19. Subcontractor (s) ............................................................................................ 17
D. Tender Preparation ....................................................................................... 18
20. Only One Tender ............................................................................................. 18
21. Cost of Tendering ........................................................................................... 18
22. 1ssuance and Sale of Tender Document........................................................ 18
23. Language of Tender ......................................................................................................18
24. Contents of Tender ......................................................................................... 18
25. Tender Submission Letter and Billof Quantities ..............................................20
26. Alternatives ...................................................................................................20
27. Tender Prices, Discounts and Price Adjustment .............................................20
28. Tender Currency and Payments.....................................................................21
29. Documents Estabil shing Eligibility of the Tenderer..........................................22
30. Documents Establishing the Eligibliity and Conformity of Materials, Equipment
and Services ..................................................................................................... 22
31. Documents Establishing Technical Proposal................................................. 22
32. Documents Establishing the Tenderer's Qualification ................................... 22
33. Validity Period of Tender ............................................................................... 23
34. Extension ofTender Validity and Tender Security ....................................... 24
35. Tender Security .................................................................................................. 24
36. Form of Tender Security ................................................................................ 24
37. Authenticity ofTender Security ...................................................................... 25
38. Return ofTender Security ..................................................................................25
39. Forfeiture of Tender Security .............................................................................25
40. Formaland Signing of Tender...........................................................................26
45. Tender Modification ............................................................................................ 28
46. Tender Substitution..................................................................................................28
47. Withdrawalof Tender ..............................................................................................29
F. Tender Opening and Evaluation ................................................................. 29
48. Tender Opening ................................................................................................. 29
49. Evaluation of Tenders ......................................................................................... 31
50. Evaluation Process ............................................................................................. 31
51. Preliminary Examination ......................................................................................... 31
52. Technical Examination and Responsiveness ................................................. 32
53. Clarification on Technical offer .......................................................................... 33
54. Restrictions on Disclosure of Information Relating to Procurement Process 34
55. Approvalof Technical Offer ............................................................................... 34
56. Financial Offer Opening ..................................................................................... 34
57. Clarification on FinancialOffer .......................................................................... 35
58. Correction of ArithmeticalErrors ........................................................................ 35
59. Conversion to Single Currency ......................................................................................36
60. Financial Evaluation ........................................................................................... 36
61. Price Comparison ............................................................................................... 37
62. Negotiations ......................................................................................................... 37
63. Post-qualification ................................................................................................ 38
64. Procuring Entity's Right to accept any or to reject Any or All Tenders ............ 38
65. Rejection of All Tenders ..................................................................................... 39
66. Informing Reasons for Rejection ....................................................................... 39
G. Contract Award ............................................................................................ 40
67. Award Criteria ......................................................................................................... 40
68. Notification of Award ........................................................................................... 40
69. Performance Security ......................................................................................... 40
70. Form and Time Limit for Furnishing of Performance Security ........................... 41
71. Validity of Performance Securi1y ....................................................................... 41
72. Authenticity of Performance Security ................................................................ 41
73. Contract Signing.........................................................................................................41
74. Publication of Notification of Award of Contract .....................................................42
75. Debriefing of Tenderers ...................................................................................... 42
76. Right to Complain .............................................................................................. 42
Section2. Tender Data Sheet ...................................................................................... 43
General...................................................................................................................................................................................................................................................................43
A.
Tender Document ............................................................................................. 43
B.
Qualification Criteria................................................................................. 44
c.
Tender Preparation........................................................................................... 48
D.
Tender Submission ................................................................................... 53
E.
Tender Opening and Evaluation ........................................................... 54
F.
Contract Award ........................................................................................ 61
G.
Section 3. General Conditions of Contract. ................................................. 62
A. General..................................................................................................................................................................................62
10. Gratuities I Agency fees ................................................................................ 67
11. Confidential Details........................................................................................................... 68
12. Joint Venture,Conso rtium or Association (JVCA) ............................................... 68
13. Possession of the Site............................................................................................................................69
14. Access to the Site ..................................................................................................... 69
15. Employer's Responsibilities ...................................................................................... 69
16. Approval of the Contractor's Temporary Works ....•.....••.....•. ............................. 69
17. Contractor's Responsibilities .................................................................................... 70
18. Taxes and Duties.........................................................................................................70
19. Contractor's Personnel.........................................................................................................................................................................................................................70
20. Subcontracting ............................................................................................................70
21. Nominated Subcontractor ••••••·..............................................................................................................................................................................................................................70
22. Other Contractors........................................................................................................ 71
23. Engineer's Decisions....................................................................................................... 71
24. Delegation ............................................................................................................71
25.Instructions ...................................................................................................... 71
26. Queries about the Contract conditions..............................................................................................................................................................71
27. Safety, Security and Protec tion of the Erwironmen!.•.....•.••...•.•...• ......................... 71
28. Working Hours ........................................................................................................................ 72
29. Welfare of Laborers .............................................................................................. 72
30. Chi d Labor ..........................................................................................................72
31. Fossils ....................................................................................................................... 72
32. Employer's and Contractor's Risks...•.•.•.••.••.•.•....•........•.•. ....................................... 73
33. Employer's Risks ...................................................................................................... 73
34. Contractor's Risks ........................................................................................................... 73
35. Copyright...................................................................................................................................................................................................................................................................................................................73
36. Limitation of Liabiitl y .......................................................................................... 74
37. Insurance .............................................................................................................. 74
38. Management and Progress Meetings................................................................................ 75
39. Corrupt, Fraudulent,Collusive or Coercive Practices ......................................... 75
B. Time Control ..................................................................................... 76
40. Commencemen ofWorks ........................................................................................................ 76
41. Completion of Works ...................................................................................... 77
42. Programme of Works.....................................................................................................................................................................................................77
43. Pro Raia Progress.........................................................................................................................................................77
44. Early Warning ..................................................................................................... 78
45. Extension ofIntended Completion Dale.............................................................................................................................................................................78
46. Delays Caused by Authorities ............................................................................ 79
47. Accelerat on ........................................................................................................ 79
48. Delays Ordered by the Engineer.................................................................................................................................................................................79
49. Suspension of Work ............................................................................................. 79
50. Consequences of Suspension............................................................................................................................79
51. Payment for Plant and Materials in Event of Suspension ................................. 80
52. Prolonged Suspension...................................................................................................................................................................................................................................................80
53. Resumption of Work ..................................................................................................80
C. Quality Control ....................................................................................... 80
54. Execution of Works ......................... . ...... ...................... .BO
55. Examination of Works before covering up .......................................................... 80
56. Identifying Defects.........................................................................................................................................................................................................................................81
57. Testing ...........................................................................................................81
58. Rejection of Works ..............................................................................................81
59. Remedial Work .. ... ............... .... ..... .........,.................................................................................................................................................................................81
60. Correction of Defects .................................................................................... 82
61. Uncorrected Defetts ................................................................................................ 82
D. Cost Control ........................................................................................... 82
62. Contract Price ..................................................................................................... 82
63. Bill of Quantities ...................................................................................... 82
64. Changes In the Quantities and Unit Rate or Price .....................................................83
65. Variations ............................................................................................................ 83
66. Costing of Variations or Extra Orders .................................................................. 85
67. Cash Flow Forecasts..................................................................................................... 86
68. Payment Certificates ................................................................................................ 86
69. Payments to the Contractor ..................................................................................... 87
70. Delayed Payment ........................................................................................................ 87
71. Payments to Nominated Subcontractor(s) ......................................................... 87
72. Co 1:1 Ion Events ................................................................................................ 88
1
':>. . - ...... ..... ... .. . .. ... . ' ... . ..... .. . .... ..... ·-·...
g' 7 Pace
':° D
-::
i) J-1230
..,.
....

\. ,;
'$1 tl '""
·
73. Adjustments for Changesin Legisla tion .......................................................................... 89
74. Price Adjustment ........... ............ ..... ....,................................................................................................................................................................................................89
75. Retention Money ...................................................................................................................... 90
76. Liquidated Damages ................................................................................................... 90
77. Bonus .......................................................................................................................... 91
78. Advance Payment ............................................................................................................................91
79. Performance Security ..............................................................................................................92
80. Provisional Sums .......................................................................................................................92
81. Dayworks ............................................................................................................................93
82. Cost of Repairs to Loss or Damages ........................................................................ 93
83. Completion ..................................................................................................................... 93
84. Completion Certificate and Taking Over .................................................................... 93
85. Amendment to Contract ......................................................................................................... 94
86. FinalAccount ....................................................................................................................................94
87. As·built Drawings and Manuals ....................................................................................... 94
88. Force Majeure ............................................................................................................................ 95
89. Notice of Force Majeure ................................................................................................... 95
90. Duly to Minimize Delay ...................................................................................................................95
91. Consequences of Force Majeure .................................................................................... 95
92. Force Majeure Affecting Subcontractor .................................................................... 96
93. OptionalTermination, and Release............................................................................................ 96
94. Release from Performance ............................................................................................... 96
95. Termination ......................................................................................................................... 97
95.3 Termination for Convenience............................................................................................... 98
96. Payment upon Termination...............................................................................................................................................................................................................99
97. Property .............................................................................................................................. 99
98. Frustration .................................................................................................................................. 99
99. Contractor's Claims ....................................................................................................... 100
100. Settlement of Disputes .................................................................................................... 100
Section 4. Particular Conditions of Contract ............................................... 102
Section 5. Tentler anti Contract Forms ....................................................... 115
Tcchnic• I offer Submission Lctler (Form l'W7A·h).................................................................... 116
Financial offer Submission Lefler (Form l'W7A-l h) ..................................................................... 119
Ttnclcrcr Information (Form l'\V7A·2) ............................................................................... 122
JVCAl'artnrr hformation (J:<'orm l'W7A-3) .........................................................................125

Specialist Subcontractor Information (Form PW7A-4) ...........................................129


Pcrsonntl Inforrnfion (form P\Y7A-S) ................................................................................... 131
Bnnk Gun rant cc for Tcnl cr Security (Form l'W7A ·6) ................................................................ 132
Notificatio n or Aw 11I (Form l'\V?A-7) .......................................................................................... 133
Contract Agreement (Form l'\V7A-8) ...................................................................................... 134
Rnnk Guarantee for Pe rformanc e Security (Form l'W7A-9) ................................................. 135
Bnnk Guarantee for Allrnncr J'aymcnt (Form l'W?A·I0) ......................................................... 136
Section 6. Bill of Quantities .........................................................................143
Section 7. General Specifications ...................................................................165
Section 8. Particular Specifications ............................................................... 176
Section 9. Drawings .................................................................................... 177
Section 1. Instructions to Tenderers

A. General
1.Scope of Tender 1.1 The Employer,as indicated in the Tender Data Sheet (TDS)issues
this Tender Document for the procurement of Works and related
goods & services incidentalthereto as specified in the TDS and as
detailed in Sectio n 6: Bill of Quantities. The name of the Tender
and the number andidentification of its constituent lot(s) are stated
in the TDS.

1.2 The successful Tenderer shall be required to execute the works


and physical services as specified in the General Conditions of
Contract

2.Interpretation 2.1 Throughout this Tender Document:


(a) the term "in writing" means communication written by hand
or machine duly signed and includes properly authenticated
messages by facsimile or electronic mail;
(b) if the context so requires, singular means plural and vice
versa;
(c) "day" means calendar days unless otheiwise specified as
working days;
(d) "Person" means and includes an individual, body of
individuals, sole proprietorship, partnership, company,
association or cooperative society that wishes to participate
in Procurement proceedings;
(e) "Tender Document" means the Document provided by a
Employer to a Tenderer as a basis for preparation of the
Tender; and
(f) "Tender" depending on the context, means a Tender
submitted by a Tenderer for execution of Works and Physical
Services to the Employer in response to an Invitation for
Tender.

3. Source of Funds 3.1 The Employer has been allocated 'public funds' as indicated in
the TDS and intends to apply a portion of the funds to eligible
payments under the Contract for which this Tender Document is
issued.

3.2 For the purpose of this provision, "public funds" means any
funds allocated to the Employer under Government budget, or
loan, grants and credits placed at the disposalof the Employer
through the Government by the Development Partners or
foreign states or organisations.

3.3 Payments by the Development Partner, if so indicated in the


TDS, will be made only at the request of the Government and
upon approval by the Development Partner or foreign state or
or anisationin accordance with the a licable Loan I Credit I

9jPagc
this will be deal'! in accordance with the provisions of ljij@t::::::
obstructive practice, this will be dealt in accordance with
Development Partners Guidelines.

4.4 If corrupt, fraudulent, collusive, coercive (or obstruct ive in case of


Development Partner) practices of any kind is determined by the
Procuring Entity against any Tenderer or Contracts (including sub-
contractors, agents, personnel,consultants, and service providers)
in competing for, or in executing, a contract under public fund:
(a) Procuring Entity and/or the Development Partner shall
exclude the concerned Tenderer from further participation
in the concerned procurement proceedings;
(b) Procuring Entity and/or the Development Partner shall
reject any recommendation for award that had been
proposed for that concerned Tenderer;
(c) Procuring Entity and/or the Development Partner shall
declare, at its discretion, t11e concerned Tenderer to be
ineligible to participate in further Procurement proceedings,
either indefinitely or for a specific period of time;
(d) Development Partner shall $anction the concerned
Tenderer or individual, at any time, in accordance with
prevailing Development Partner' sanctions procedures,
including by. publicly declaring such Tenderer or individual
ineligible,either indefinitely or for a stated period of time:(i)
to be awarded a Development Partner-financed contract;
and (ii) 10 be a nominated sub-contractor, consultant,
manufacturer or Contractor, or service provider of an
otherwise eligible firm being a"".arded a Development
Partner-financed contract;and
(e) Development Partner shall cancel the portion of the loan
allocated to a contract if it determines at any time that
representatives of the Procuring Entity or of a beneficiary of
the loan engaged in corrupt, fraudulent, collusive, coercive
or obstructive practices during the procurement or the
execution of that Development Partner financed contract,
without the Procuring Entity having taken timely and
appropriate action satisfacto ry to the Development Partner
to remedy the situation.

4.5 Tenderer shall be aware of the provisions on corruption,


fraudulence, collusion, coercion (and obstruction, in case of
Development Partner) of the Publc Procurement Act, 2006, the
Public Procurement Rules, 2008 and others as stated in GCC
Clause 38.
4.6 In further pursuance of this policy, Tenderers.Contractors and their
sub-contractors, agents, personnel, consultants, service providers
shall permit the Government and the Development Partner to
inspect any accounts and records and other documents relating to
the Tender submission and contract performance, and lo have
them audited by auditors appointed by the Government and/or the
Development Partner during the procurement or the execution of
that Development Partner financed contract.

IIII'a g c
6. Eligible 5.1 This Invitation for Tenders is open to all potential Tenderers
Tenderers ·from all countries, except for any specified in the TDS. A
tenderer will be eligible if it is a citizen, or is constituted,
registered and operates in conformity withlhe provisions of the
laws of that country.
5.2 Tenderers may be a physical or juridical individual or body of
individuals, or company ,association or any combination of them
in the form of a Joint Venture (JV) invited to take part in public
procurement or seeking to be so invited or submitting a Tender
in resoonse to an Invitation for Tenders.
5.3 Government-owned enterprise in Bangladesh may also participate
in the Tender if it is legally and financially autonomous,it operates
under commercial law, and it is not a dependent agency of the
Procuring Entity.

5.4 Tenderer shall have the legal capacity to enter into the Contract
under the Applicable Law.

5.5 Tenderers inits own name or its other names or also in the case
of its Persons in different names shall not be under a declaration
of ineligibility for corrupt,fraudulent, collusive or coercive practices
as sta led under ITT Sub Clause 4.4 (or obstructive practice, in
case of Development Partner) in relation to the Development
Partner's Guidelines in projects financed by Development Partner.

5.6 Tenderers shall not be insolvent, be in receivership, be bankrupt,


be in the process of bankruptcy, be not temporarily barred from
undertaking business and it shall not be the subject of legal
proceedings for any of the foregoing.
5.7 Tenderers shall have fulfilledits obligations o pay taxes and social
security contributions under the provisions of laws and regulations
of the country of its origin.

5.8 Tenderers shall provide such evidence of their continued


eligibility satisfactory to the Employer, as the Employer will
reasonably request.

5.9 Tenderers should not be associated, or have been associated in


the past, directly or indirectly, with a consultant or any of its
affiliates which have been engaged by the Procuring Entity to
provide consulting services for the preparation of the design,
specifications, and other documents to be used for the
procurement of the works to be performed under this Invitation
for Tenders.

5.10 Tenderers are not restrained or barred from participating in


Public Procurement on grounds of poor performance in the past
under any Contract.

5.11 Tenderers shall provide such evidence of their continued


eligibility satisfactory to the Procuring Entity, as the Procuring
Entity will reasonably request.
5.12 These above requirements for eligibility will extend, as
applicable, to each JV partner and Subcontractor proposed by
the Tenderers.

6. Eligible Materials, 6.1 All materials, equipment and associated services to be supplied
Equipment and under the Contract are from eligible sources, unless their origin
Associated is from a country specified in the TDS.
Services
6.2 For the purposes of this Clause, "origin" means the place
where the Materials and Equipments are mined, grown,
cultivated, produced or manufactured or processed, or through
manufacturing, processing, or assembly, another commercially
recognized new product results that differs substant ially inits basic
characteristics from its components or the place from which the
associated services are supplied.
6.3 The origin of materials and equipment and associated services is
distinct from the nationality of the Tenderer.
7. Site Visit 7.1 Tenderers are advised to visit and examine the Site of Works
and its surroundings and obtain for itself on its own responsibility
all information that may be necessary for preparing the Tender
and entering into a contraclfor conslruclion of the Works.
7.2 Tenderers and any of its personnel or agents will be granted
permission by the Employer to enter into its premises and lands
for t he purpose of such visit,but only upon the express condition
that the Tenderer, its personnel, and agents will release and
indemnify the Employer and its personnel and agents from and
against all liability in respect thereof, and will be responsible for
death or personal injury,loss of or damage to property, and any
other loss,damage, costs, and expenses incurred as a result of
the inspection.
7.3 The costs of visiting the Site shall be at the Tenderer's own
expense.

B. Tender Document
8. Tender 8.1 The Sections comprising the Tender Document are
listed below,
Document: General and should be read in conjunction with any Addendum issued
under ITT Clause 11.
• Section 1 Instructions to Tenderers (ITT)
• Section 2 Tender Data Sheet (TDS)
• Section 3 General Conditions of Contract (GCC)
• Section 4 Particular Conditions of Contract (PCC)
• Section 5 Tender and Contract Forms
• Section 6 Bill of Quantities (BOQ)
• Section 7 General Specifications
• Section 8 Particular Specifications
• Section 9 Drawings
8.2 The Employer will not take into consideration any Tender if the Tender
Document was not directly purchased from or issued by,
8.3 Tenderers are expected to examine all instructions, forms,
terms, and specifications in the Tender Document as well as in
Addendum to Tender,if any.

9. Clarification of 9.1 A prospect ive Tenderer requiring any clarification of the Tender
Tender Document Document shall contact t he Procuring Entity in writing at the
Procuring Entity's address and within time as specified in the
TDS.

9.2 The Employer is not obliged to answer any clarification request


received after that date as stated under ITT Sub Clause 9.1.

9.3 The Employer shall respond in writing within five (5) working
days of receipt of any such request for clarification received
under ITT Sub Clause 9.1.

9.4 The Employer shall forward copies of its response to all those who
have purchased or have been issued with the Tender Document,
including a description of the enquiry but without identifying its
source.

9.5 Should the Employer deem it necessary to revise the Tender


Document as a result of a clarification, it will do so following the
procedure under ITT Clause 11and ITISub Clause 38.2.

10. Pre-Tender 1.1 To clarify issues and to answer questions on any matter arising in
Meeting the Tender Document, the Procuring Entity may, if stated in the
TDS, hold a pre-Tender Meeting at the place, date and time as
specified in the TDS. All potential Tenderers are encouraged and
invited to attend !he meeting,ifit is held.

1.2 Tenderers are requested to submit any questions in writing so as


to reach the Procuring Entity not later than one day prior to the
dale of the meetin .
1.3 Minutes of the pre-Tender meeting, including the text of the
questions raised and the responses given, together wit h any
responses prepared after the meeting, will be transmitted within
seven (7) days of holding the meeting to all those who purchased
or obtained the Tender Document and, to even those who did not
attend the meeting. Any revision to the Tender Document listed in
ITT Sub-Clause 8.1 that may become necessary as a resull of the
pre-Tender meeting will be made by the Employer exclusively
through the issue of an Addendum pursuant to ITT Sub Clause 11
and not throu h the minutes of the Pre-Tender meetin .
1.4 Non-attendance at the Pre-Tender meeting will not be a cause for
disqualification of a Tenderer.
11. Add ndum to 11.1 Al any time prior to the deadline for submission of Tenders, the
Tender Document Employer, on its own initiative or in response to an inquiry in writing
from a Tenderer ,having purchased the Tender Document, or as a
result of a Pre-Tender meeting may revise the Tender Document by
issuing an Addendum.

11.2
issue number and must be circulated by fax, mail or e-mail, to
Tenderers who have purchased or been issued with the Tender
Documents within five (5) working days of issuance of such
Addendum,to enable Tenderers to take appropriate action.

11.3 Tenderers shall acknowledge receipt of an Addendum within three


(3) working days.

11.4 The Employer shall also ensure posting of the relevant Addenda
with the reference number and date on their websites including
notice boards, where the Employer had originally posted the IFTs
including the dgmarket or UNDB in case the requirement of dono r
conditionality.

11.5 Tenderers who have purchased or been issued with the Tender
Documents and, have not received any Addenda issued under ITT
Sub Clause 11.1 shall inform the Employer of the fact by fax, mail
or e-mail, before two- third of the time allowed for the submission
of Tender has elapsed.

11.6 If an Addendum is issued when time remaining is less than one-


third of the time allowed for the preparation of Tenders, an
Employer shall exlend the deadline by an appropriate number of
days for the submission of Tenders, depending upon the nature of
the Procurement requirement and the addendum. The minimum
time for such extension shall nol be less than three (3) days.

C. Qualification Criteria
12. General Criteria 12.1 Tender Tenderers shall possess the necessary professional and
technical qualifications and competence, financial resources,
equipment and other physical facilities, managerial capability,
specific experience, reputation, and the personnel, to perform
the contract, which entails selling pass/fail criteria, which if not
met by the Tenderers, will result in consideration of its Tender
as non-res onsive.
12.2 In addition to meeting the eligibility criteria, as slated in ITI
Clause 5,Tenderers must salisfy the other criteria stated in ITT
Clauses 13 to 18inclusive.
12.3 To qualify for multiple number of contracts/lots in a package
made up of this and other individual contracts/lols for which
Tenders are invited in theInvitatio n for Tenders, the Tenderers
shall demonstrate having resources sufficient to meet the
aggregate of 1he qualifying criteria for the individual contracts.
The requirement of general experience as stated under ITI Sub
Clause 14.1(a) and specific experience, unless other.vise of
different nature, as stated under ITT Sub Clause 15.1(b) shall
not be separately applicable for each individuallot.

13. Litigation 13.1 Non-performanee of a contract shall not occur within the last
History. years as specified in the TDS, prior to the deadline for Tender
submission based on allinformation on fully settled disputes or
liti a [Q_n.

15 I P a g c
13.2 For the purpose, a fully settled dispute or litigation is one that
has been resolved in accordance with t he Dispute Resolution
Mechanism under the respective contract and where all appeal
instances have been exhausted.
13.3 All pending lit igation shall in total not represent more than the
percentage, as specified in the TDS, of the Tenderer's net worth
and shall be treated as resolved against the Applicant.

14. Experience 14.1 Tenderers shall have the following minimum level of
Criteria construction experience to qualify for the performance of the
Works under the Contract:
(a) a minimum number of years of general experience in the
construction of works as Prime Contractor or
Subcontractor as specified in the TDS; and
(b) specific experience as a Prime Contractor or
Subcontractor in construction works of a nature,
complexity and methods/construction technology similar to
the proposed Works, in at least a number of
contract(s)and, each with a minimum value over the
period, as specified in the TDS.

15. Financial 15.1 Tenderers shall have the following minimum level of financial
Criteria capacity to qualify for the performance of the Works under the
Contract.
(a) the average annual construction turnover as specified in
the TDS during the period specified in the TDS;
(b) availability of minimum liquid assets i.e working capital or
credit facilities from any scheduled Bank of Bangladesh,
net of other contractual commitments, of the amount as
specifiedin the TDS;
(c) satisfactory resolution of all claims under litigation cases
and shall not have serious negativeimpact on the financial
capacity of the Tenderers. All pending litigation shall be
treated as resolved against the Tenderers; and
(d) The Minimum Tender Capacity as specified in the TDS.

16. Personnel 16.1 Tenderers shall have the following minimum level of personnel
Capacity capacity to qualify for the performance of the Works under the
Contract consisting of a Construction Project Manager,
Engineers, and other key staff with qualifications and experience
as specified in the TDS.

17.Equipment 17.1 Tenderers shall own suitable equipment and other physical
Capacity facilities or have proven access through contractual arrangement
to hire or lease such equipment or facilities for the desired period,
where necessary or have assured access through lease, hire, or
other such method, of the essential equipment, in full working
order, as specified in the TDS.
18.Joint Venture,
Consortium or
Association {JVCA)
19. Su
(s)

17 IP a g c
19.6 Each Specialist Subcontractor shall complete the Specialist
Subcontractor Information (Form PW7A-4) for submission with
the Tender.

D. Tender Preparation
20. On ly One 20.1 Tenderers shall submit only one (1) Tender for each lot, either
Tender individually or as a JV. The Tenderer who submits or participates
in more than one (1) Tender in one (1) lot will cause all the
Tenders of that particular Tenderer to be considered non-
responsive.
21. Cost of 21.1 Tenderers shall bear all costs associated with the preparation and
Tendering submission of its Tender, and the Employer shall not be
responsible or liable for those costs, regardless of the conduct or
outcome of the Tendering process.
22. Issuance and 22.1 The Procuring Entity shall make Tender Documents available
Sale of Tender immediately to the potential Tendere rs, requesting and willing to
Document purchase althe corresponding price by the date the advertisement
has been pubil shed in the newspaper. There shall not be any pre-
conditions whatsoever, for sale of Tender Documents and the sale
of such Document shall be permitted up to the day prior to the day
of deadline for the submission of Tender.
22.2 Full contact details, with mailing address, telephone and facsimile
numbers and electronic mail address, as applicable, of those to
whom the Tender Documents have been issued shall be recorded
with a reference number by the Employer or its agents.
22.3 Tender Document posted in the designated website may also be
used by the Tenderer for submission of Tenders .if so permitted by
the Employer and specified in the TDS.
23. Language of 23.1 The Tender shall be written in the English language.
Tender Correspondences and documents relating to the Tender may be
written in English. Supporting documents and printed literature
furnished by the Tenderer that are part of the Tender may be in
another language, provided they are accompanied by an accurate
translation of the relevant passages in English by an authorised
translation agency/indiv idual, in which case, for purposes of
interpretationof the Tender, such translation shall govern.
23.2 Tenderers shall bear all costs of translation to the governing
language and aII risks of the accuracy of such translation.
24. Contents of 24.1 The Tender prepared by the Tenderers shall comprise Two
Tender Envelope submitted simultaneously, one called the Technical
Otter (Envelope -01) containing the documents listed in ITT 24 .2
and other called the FinanclalOffer (Envelope -02) containing the
documents listed in 24.3, both envelopes enclosed together in an
outer Single envelope.
24.2 The Technical Offer (Envelope-01) prepared by the Tenderers will
comprise the following:
(a) the TechnicalOffer Submission Letter (Form PW7A-1a) as stated
under ITT Sub Clause 25.1andAppendix to Tender;
(b) the TendererInformation as stated under ITT Clauses 5, 29 and
32 (Form PW7A-2);
(c) Tender Security, as stated under ITT Clauses 35, 36 and 37.
(d) alternatives,if permissible, as stated under ITT Clause 26;
(e) written confirmation authorizing the signatory of the Tender to
commit the Tenderer, as stated under ITT Sub Clause 40.4;
(n documentary evidence, establishing the origin of all Materials,
Equipment and services to be supplied under the Contract, as
stated under ITT Clause 30;
(g) documentary evidence as staled under ITT Clause 29 and 32
establishing the Tenderer's eligibility and the minimum
qualifications of the Tenderers required to be met for due
performance of the Works and physical services under the
Contract;
(h) documentary evidence, establishing the Tenderer's continued
eligible and qualified status, as slated under ITI Sub Clause 5 and
12;
(i) Technical Proposal describing work plan & method, personnel,
equipment and schedules, as stated under ITT Clause 31;
Technical document must comply with specification and drawing
provided by PE in the Tender document. and
U) any other document as specified inthe TDS.
24.3 The Financial Offer (Envelope-02) prepared by the Tenderers will
comprise the following:
(a) the Financial Offer Submission Leiter (Form PW7A-1b), as
stated under ITT Sub Clause 25.2;
(b) the priced BOQ for each lot in accordance with ITT Clauses
27and 28;
(c) the written confirmation authorizing the signatory of the Tender
to commit the Tenderer,as staled under ITISub Clause 40.4;
{d) any other document as specified in the TDS.
24.4 In addition to the requirements slated under ITT Sub Clause 19.1,
Tenders submitted by a JV or proposing a Specialised
Subcontractor shall include updates, if any, on :

(a) Joint Venture Agreement legally entered into in the


Tenderer's Leading Partner's country of origin, by all
partners, as stated under ITT Sub Clause 18; or
(b) Letter of Intent along with the proposed agreement duly
signed by all partners of the intended JV and authent icated
by an authority of the Tenderer's Leading Partner's country of
origin with the declari'!tion that it will execute the Joint
Venture Agreement in the event the Tenderer is successful,
as stated under ITI Sub Clause 18.1;

19 j P a g c
(c) the JV Partner Information (Form PW7A-3),as stated under
ITI Sub Clause 18.2;
(d) the Specialist Subcontractor Information (Form PW7A-4), as
stated under ITISub Clause 19.3

25.Tender 25.1 Tenderers shall submit the Technical Offer Submission Letter
(Form PW7A-1a), which shall be completed without any
Submission alterations to its format , filling in all blank spaces with the
Letter and information requested,failing which the Tender may be considered
Bill of non-responsive as being incomplete.

Quantities 25.2 Tenderers shall submit the Financial Offer submission letter (Form
PW7A-1b) along with priced BOO using the form(s) furnished in
Section 6:Billof Quantities.
25.3 If in preparingits Tender, the Tenderer has made errors inlhe unit
rate or price or lhe total price, and wishes to correct such errors
prior to submission of its Tender, it may do so, but shall ensure
t hat each correction is initialled by the authorised representative
of the Tenderer and that a statement shall be made as to the total
number of initialled corrections made, at the end of the priced Bill
of Quantities in Section 6.
26. Alternatives 26.1 Unless otherwise staled in the TDS, alternatives shall not be
considered.
26.2 When alternative times for completion are explicitly invited, a
slalement to that effect will be included in the TDS, as will the
method of evaluating different times for completion.
26.3 Except as provided under ITI Sub Clause 26.4, Tenderers wishing
to offer technical alternatives to the requirements of the Tender
Documents must first price the Employer's design as described
in the Tender Documents and shall further provide all information
necessary for a complete evaluation of the alternativ e by the
Employer, including drawings, designs, design calculations,
technical specifications, breakdown of prices, and proposed
construction methodology and other relevant details.
26.4 When specified in the TDS, Tenderers are permitted to submit
alternative technicalsolutions for specified parts of the Works, and
such parts will be identified in the TDS.
26.5 Only the technical alternatives, if any, of the lowest evaluated
Tenderer conforming to the basic technical requirements will be
considered by the Employer.
27. Tender Prices, 27.1 The prices and discounts quoted by the Tenderers in the Financial
Discounts and Price Offer Submission Letter (Form PW7A-1b).
Adjustment
27.2 Tenderers shall fill in unit rates or prices for all items of the Works
both in figures and in words as described in the BOO excluding
any discount offered.
27.3 The items quantified in the BOO for which no unit rates or prices
have been quoted by the Tenderer will not be paid for, by the
Employer when executed and shall be deemed covered by the
amounts of other rates or prices in the BOO and, it shall not be a
reason to change the Tender price.
27.4 The Employer may, if necessary, require the Tenderer to submit
the detail breakdown of the unit rates or prices quoted by the
Tenderer for the facilitation of the Tender proceedings.
27.5 The Tender price shall be calculated on the basis defined in the
ITI which is the unit rates or prices applied to Works proposed in
the priced BOO of this Tender Document.
27.6 The price to be quoted in the Financial Offer Submission Letter
(Form PW7A-1b), as stated under ITI Sub Clause 25.2, shall be
the totalprice of the Tender, excluding any discounts offered.
27.7 Tenderers shallquote any unconditional discounts in the Financial
Offer Submission Letter as staled under ITI Sub Clause 25.2.
27.8 Tenderers wishing to offer any unconditional discount to any
package or lot as applicable shall mention discount in percentage
(%) in the Financial Offer Submission Letter (Form PW7A-1b).
Discount shall be equally applicable on all the items of BOQ and
shall be applied after arithmetic correction of the tender.
27.9 All kinds of applicable taxes ,customs duties, fees, levies,VAT and
other charges payable by the Contractor under the Contract, or for
any other causes, as of the date twenty-eight (28) days prior to the
deadline for submission of Tenders, shall be included in the unit
rates and prices and the total Tender price submitted by the
Tenderer.
27.10 Unless otherwise provided in the TDS and the PCC, the price of a
Contract shall be fixed in which case the unit rates or prices may
not be modified in response to changes in economic or commercial
conditions.
27.11 If so indicated under ITI Sub Clause 27.11, Tenders are being
invited with a provision for price adjustment s. The unit rates or
prices quoted by the Tenderer are subject to adjustment during the
performance of the Contract in accordance with the provisions of
GCC Clause 74 and, in such case the Employer shall provide the
indexes and weightings or coefficients in Appendix to the Tender
for the price adjustment formulae specifiedin the PCC.
27.12 The Employer may require the Tenderer to justify its proposed
indexes,if any of those as stated under ITI Sub Clause 27.12 are
instructed to be quoted by the Tenderer in Appendix to the
Tender.
27.13 The formulas, indexes, coefficients and procedures to be followed
as referred to in the PCC shall be used to determine whether
economic or commercial conditions have changed during
performance of the Contract to significant degree to justify a price
adjustment and to identify the amount of increase and the
frequency with which price adjustments shall be implemented.
27.14 The price adjustment stated under ITI Sub Clause 27.12 shall be
dealt with in accordance with the provisions set out in this Tender
Document.
28.Tender 28.1 The currency of the Tender shall be either in USO or GBP or EUR
Currency and or JPY and/or Bangladesh Taka as specified in the TDS.
Payments 28.2 The currency of Tender for the portion of local inputs shall be
ressed in Bangladesh Taka.

21 IP a g c
28.3 The national Tenderers including Joint Venture of national partners
shall be able to express their Tenders in combination of local and
foreign currency (ies) similar to foreign Tenderer; whereby a price
breakdown be provided in support of demand for foreign currency.
28.4 The currency of payments, as slated under ITT Sub Clauses 28.1
and 28.2 shall be as specified in the TDS.
29.Documents 29.1 Tenderers, if appying as a sole Tenderer, shall submit
Establishing documentary evidence to establish its eligibility as stated under ITI
Eligibil ty of the Clause 5 and, in particular, it shall:
Tenderer
(a) complete the eligibility declarations in the Technical Offer
Submission Letter (Form PW7A-1a );
{b) complete the Tenderer Information (Form PW7A-2);
(c) Complete Subcontractor Information (Form PW3A-4), if ii
-
·-
intends to engage any Subcontractor(s). --j

29.2 Tenderers, if applying as a partner of an existing or intended JV


shall submit documentary evidence to establish its eligibility as
staled under ITT Clause 5 and, in particular, in addition to as
slated under ITT Sub Clause 30.1, it shall:
(a) provide for each JV partner, completed JV Partner
Information (Form PW7A-3);
(b) provide the JV agreement or Letter of Intent along with the
proposed agreement of the intended JV as stated under ITT
Sub Clause 18.1
30. Documents 30.1 Tenderers shall submit documentary evidence to establish the
Establishing the origin of all Materials, Equipment and services to be supplied
Eligibility and under the Contract as slated under ITIClause 6.
Conformity of 30.2 To establish the conformity of the Materials, Equipment and
Materials, serviceslo be supplied under the Contract, the Tenderer shall
Equipment and furnish, as part of its Tender, the documentary evidence (which
Services may be in the form of literature, specifications and brochures,
drawings or data) that these conform to the technical specifications
and standards specified in Section 7,General Specifications and
Section 8, Particular Specifications.
31. Documents 31.J Tenderers shall furnish a Technical Proposal including a statement
Establishing of work methods, equipment, personnel, schedule and any other
Technical Proposal information as stipulated in TDS, in sufficient detailto demonstrate
the adequacy of the Tenderer's proposal to meet the work
requirements andthe completion time.
32. Documents 32.1 Tenderers shall complete and submit the Tenderer Information
Establishing the (Form PW7A-2/PW7 A-3) and shall include documentary
Tenderer's evidence, as applicablelo satisfy the following:
Qualification (a) general experience, of the entity(s) participating in the
Tender, in construction works as slated under ITT Sub
Clause 14.1(a), substantiated by the year of
registration/constitution/licensing in its country of origin;
33.1 Tender Validities shall be determined on the basis of the

33.2 Tenders shall remain valid for the period specified in the TDS after
the dale of Tender submission deadline prescribed by the
Employer,as stated under ITT Sub Clause 42 .1.A Tender valid for
a period shorter than that specified will be considered non-
responsive by the Employer.

23 IP a g c
34.Extension of 34.1 In justified exceptional circumstances, prior to the expiration of the
TenderValidity and Tender validity period,the Employer may solicit not later than ten
Tender Secur ty (10) days before the expiry date of the Tender Validity,
compulsorily all the Tenderers' consent to an extension of the
period of validity of their Tenders.

34.2 The request for extension of.Tender Validity period shall state the
new date of the validity of the Tender.

34.3 The request from the Employer and the responses from the
Tenderers will be made in writing.

34.4 Tenderers consenting in writing to the request made by the


Employer under ITI Sub Clause 34.3 shall also correspondingly
extend the validity of its Tender Security for twenty eight {28) days
beyond the new dale for lhe expiry of the Tender Validity.

34.5 Tenderers consenting in writing to the request as stated under ITI


Sub Clause 34.3 shall not be required or permitted to modify its
Tender in any circumstances.

34.6 If the Tenderers are not consenting in writing to the request made
by the Employer as stated under ITI Sub Clause 34.2, its Tender
shall not be considered in the subsequent evaluation.

35. Tender Security 35.1 Tenderers shall furnish as part of its Tec hnical offer, in favour
of the Employer or as otherwise directed on account of the
Tenderer, a Tender Security in original form and, in currency of the
Tender, as stated under ITI Sub Clause 28.1, of the amount as
specified inthe TDS.

35.2 If the Tender is a Joint Venture, the Tenderer shall furnish as part
of its Tender,in favour of the Procuring Entity or as otherwise
directed on account of the title of the existing or intended JV or any
of lhe partners of that JV or in the names of all future partners as
named in the Letter of Intent of the JV, a Tender Security in original
form and in the amount as stated under ITT Sub Clause 35.1.
35.3 In case of substitution of the Tender as staled under ITI Clause 46
a new Tender Security shall be required inthe substituted Tender.

36.Form of Tender 36.1 The Tender Security shall:


Security (a) be in the form of an irrevocable Bank Guarantee issued by
an internationally reputable Bank which has a
correspondent Bank located in Bangladesh, in the format
(Form PW7A-6) furnished in Section 5: Tender and
Contract Forms;
(b) be payable promptly upon writtendemand by the Employer in
the case of the conditions listed in ITT Sub Clause 35 being
invoked;and
37. 37.1 The authenticity of the Tender Security submitted by a Tenderer
shall be examined and verified by the Employer in writ ing from the
Authenticity Bank issuing the security, prior lo finalization of the Evaluation
of Report.
Tender Security
37.2 If a TeAder Security is found to be not authentic, the Tender whic h
it covers shall not be considered for subsequent evaluation and in
such case the Employer shall proceed to take punitive measures
against that Tenderer as stated under I T Sub Clause 4.4.

37.3 A Tender not accompanied by a valid Tender Security as stated


under ITI Clause 35, 36 and 37 will be considered non-responsive
by the Employer.

38. Return of 38.1 No Tender Securities shall be returned by the Tender Opening
Tender Committee (TOC) during and after the opening of the Tenders.
Security
38.2 No Tender Security shall be returned to the Tenderers before
contract signing; except to those who are considered non-
responsive.

38.3 Tender Securities of the non-responsive Tenders shall be


returned immediately after the Evaluation Report has been
approved by the Employer.

38.4 Tender Securities of the responsive Tenders shall be returned


only after the lowest evaluated Tenderer has submitted the
Performance Security and signed the Contract; that being even
before the expiraton of the Tender Validity period as stated under
ITT Clause 33.

38.5 Tender Securities of the Tenderers not consenting within the


specified date in writing to the request made by the Employer
under ITI Sub Clause 34.2 in regard to extension of its Tender
Validity shall be discharged or returned forthwith.

39. Forfeitur 39.1 Tender Secur ty may be forfeited, if a Tenderer:


e of (a) withdraws its Tender after opening of Tenders but within the
Tender Security validity of the Tender as stated under I TClause 33 and 34;
or
(b) refuses to accept a Notification of Award as stated underITT
Sub Clause 68.3 ;
or
(c) fails to furnish Performance Security as slated under ITT
Sub Clause 69.2 and 69.3 ;
or
(d) refuses to sign the Contract as stated under lTI Sub
Clause 73.2;
or
(e) does not accept the correction of the Tender price following
the correction of the arithmetic errors as staled under ITT
Clause 58.

25 Ipll g c
40. Format 40.1 Tenderers shall prepare one (1) original of the documents
comprising the Technical Offer as described in ITI Clause 24.2
and Signing and clearly mark ii "ORIGINAL OF TECHNICAL OFFER" In
of Tender addition, the Tenderers shall prepare the number of copies of the
Technical Offer, as specified in the TDS and clearly mark each of
them "COPY OF THE TECHNICAL OFFER." In the event of any
discrepancy between the original and the copies, the ORIGINAL
shall prevail.
40.2 Tenderers shall prepare one (1) original of the documents
comprising the FinancialOffer as described in ITT Clause 24.3 and
clearly mark it "ORIGINAL OF FINANCIAL OFFER" In addition,
the Tenderers shall prepare the number of copies of the Technical
Tender, as specified in the TDS and clearly mark each of them
"COPY OF THE FINANCIAL OFFER" In the event of any
discrepancy between the original and the copies, the ORIGINAL
shall prevail.
40.3 Alternatives, if permitted in accorda nce with ITT Clause 26, shall
be clearly marked "Alternativ e".
40.4 The originaland each copy of the Tender shall be typed or written
in indelible ink and shall be signed by the Person duly authorized
to sign on behalf of the Tenderer. This authorization shall consist of
a written authorization and shall be attached to Technical Offer
Submission Letter (Form PW7A-1a) and Financial Offer
Submission Letter (Form PW7A-1b. The name and position held
by each Person(s) signing the authorization must be typed or
printed below the signature. All pages of the original and of each
copy of the Tender,except for un-amended printed literature,shall
be numbered sequentially and signed or initialled by the person
signing the Tender i.e. authorised representative.

40.5 Any interlineations, erasures, or overwriting will be valid only if they


are signed or initialled by the Person(s) signing the Tender.

40.6 Person(s) signing the Tender shall describe his or her name,
address, position along with his or her national Identification
Number,if any.

E. Tender Submission
41. Sealing, 41.1 Tenderers shall enclose the original of Technical Offer in one
Marking and (1) envelope and all the copies of the TechnicalOffer, including
Submission of Tender the alternatives, if permitted under ITI Clause 26, in another
envelope, duly marking the envelopes as "ORIGINAL OF
TECHNICAL OFFER" "ALTERNATIVES" (if permitted),"COPY
OF TECHNICAL OFFER","ALTERNATIVES" (if permitted)
These sealed envelopes for the original and copies of the
technicalTender shall then be enclosed and sealed in one single
envelope and clearly mark ii "Envelope-01: TECHNICAL
OFFER":
(b) bear the name of the Tender and the Tender Number as
stated under ITT Sub Clause 1.1; ·
(c) bear the name and address of the Tenderer;
(d) bear a statement "DO NOT OPEN BEFORE -------- ---------
.. the time and date for Tender opening as staled
under ITT Sub Clause 48.1;
(e) bear any additional identification marks as specified in the
TDS.
41.3 Tenderers shall enclose the original of Financial Offer in one (1)
envelope and all the copies of the Financial Offer in another
envelope, duly marking the envelopes as "ORIGINAL OF
FINANCIAL OFFER" & "COPY OF FINANCIAL OFFER".
These sealed envelopes for the original and copies of the
Financial Tender shall then be enclosed and sealed in one
single envelope and clearly mark it "ENVELOPE-02:
FINANCIAL OFFER.

41.4 The inner and outer envelopes of Financial Offer shall:


(a) be addressed lo the Procuring Entity at the address as
stated underlTT Sub Clause 42.1;
(b) bear the name of the Tender and the Tender Number as
stated under ITT Sub Clause 1.1;
(c) bear the name and address of the Tenderer;
(d) bear a statement "DO NOT OPEN BEFORE THE
TECHNICAL OFFER EVALUATION AND APPROVAL''.
(e) bear any additional identification marks as specified in
the TDS.

41 .5 The Envelope-01as stated in ITI Clause 41.1 and Envelope-


02 as in ITT Clause 41.3 shall then be enclosed and sealed in
one single outer envelope which shall contain the information as
stated under ITT Clause 41.2 (a) to (e) & ITT Clause 41.4 (a) to
(d)
41.6 Tenderers are solely and entirely responsible for pre-disclosure
of Tender information if the envelope(s) are not properly sealed
and marked.

41.7 Tenders shall be delivered by hand or by mail,including courier


services at the address(s),as stated under ITT Sub Clause 42.1.

41.8 Tenders shall be submitted on the basis of this Tender


Document issued by the Employer.

41.9 The Procuring Entity will,on request. provide the Tenderer with
acknowledgement of receipt showing the date and time when it's
Tender was received.

42. Deadline for 42.1 Tenders shall be del vered to the Employer at the address
Submission of Tender specified in the TDS and no later than 1he date and time
specifiedin the TDS.

27 1 P a g c
42.2 The Pro_curing Enity may, at its discretion on justifiably
acceptable grounds duly recorded, extend the deadline for
submission of Tender as staled under ITT Sub Clause 42.1, in
which case all rights and obligations of the Employer and
Tenderers previously subject to the deadline will thereafter be
subject to the new deadline as extended.

42.3 If submission of Tenders for this procurement is allowed in more


than one location, the dale and time for submission of Tender at
the primary and secondary place(s) shall be as specified in the
TDS.

42.4 The Employer shall ensure that the Tenders received at the
secondary place(s) are hand-delivered at !he primary place as
stated under !TI Sub Clause 38.1 before the time specified in
the TDS; but in no case later than THREE (3) HOURS after the
deadline for submission of Tenders at the secondary place(s) in
case of MULTIPLE DROPPING as stated under ITT Sub Clause
42.3, as specified in the TDS.

43. Late Tender 43.1 Any Tender received by the Employer after the deadline for
submission of Tenders as stated under ITT Sub Clause 42.1
shall be declared LATE,excluded, and returned unopened to the
Tenderer.

44. Modification, 44.1 Tenderers may modify, substitute or withdraw its Tender after it
Substitution or has been submitted by sending a written notice duly signed by
Withdrawal of Tender the authorized signatory and properly sealed, and shall include a
copy of the authorization confirmed by an affidavit authenticated
by an authority of the Tenderer's Leading Partner's country of
origin; provided that such written notice including the affidavit is
received by the Employer prior to the deadline for submission of
Tenders as staled under ITT Clause 42.

40.2 If submission of Tenders for this procurement is allowed in more


than one location, the Tenderer may modify, substitute or
withdraw its Tender as stated under ITT Sub Clause 47.1after it
has been submitted, prior to the deadline prescribed for
submission of Tenders at the primary place.

45. Tender 45.1 Tenderers shall not be allowedlo retrieve its originalTender,
Modification but shall be allowed to submit corresponding modification
either to it s original Technical Offer or Financial Offer or
both, marked as "MODIFICATIONFOR TECHNICAL OFFER
(MTO)" or "MODIFICATION FOR FINANCIAL OFFER
(MFO)"with two separate envelopes. The envelope/envelopes
marked as MTO and/or MFO then be enclosed and sealed in
one single outer envelope with a written notice duly as stated
under ITI Sub Clause 44.1. The outer envelope shall contain
the information as stated under ITT Sub Clause 41.2(a) to (d)
and clearly marked as "MODIFICATION (M)"

46. Tender
Substitution
TECHNICAL OFFER(STO)" or "SUBSTITUTION FOR
FINANCIAL OFFER (SFO)"wilh two separale envelopes. The
envelope/envelopes marked as STO andfor SFO then be
enclosed and sealed in one single outer envelope with a
written notice duly as stated under ITT Sub Clause 44.1. The
outer envelope shall contain the information as stated under
ITT Sub Clause 41.2(a) to (d) and clearly marked as
"SUBSTITUTION (S)".

47. Withdrawalof 47.1 Tenderers shall be allowed to wit hdraw its Tender by a Letter of
Tender Withdrawal marked as "WITHDRAWAL".

F. Tender Opening and Evaluation


48. Tender Opening 48.1 Tenders shall be opened pursuant to Rule 97 following steps in
Part D of Schedule IV of the Public Procurement Rules,2008.
48.2 Only the Technical Offer (Envelope-1) shall be opened
immediately after the deadline for submission of Tenders althe
primary place as specified in the TDS but not later than ONE
HOUR, after expiry of the submission deadline at the same
primary place unless otherwise slated under ITI Sub Clause 48.2.
Tender opening shall not be delayed on the plea of absences of
Tenderers or his or her representatives. Financialoffer (Envelop-
02) shall not open with Technical offer (Envelop-1) and shall be
kepiunopened at the Custody of the Head of the Procuring Entity
or his Authorised Officer (AO).
48.3 Persons not associated with the Tender may not be allowed to
attend the public opening of Tenders.
48.4 Tenderers' representatives shall be duly authorised by the
Tenderer. Tenderers or their authorised representatives will be
allowed to attend and witness the opening of Tenders,and willsign
a register evidencing their attendance.
48.5 The authenticity of withdrawal or substitution of, or modifications
lo originalTender,if any made by a Tenderer in specified manner,
shall be examined and verified by the Tender Opening Committee
(TOC) based on documents submitted as stated under ITT Sub
Clause 44.1. any envelope related to financial modification,
substitute shall be recorded but not openwith technicaloffer.
48.6 Verify (M),(S
.), (W),(A),(0)
(a) Firstly, envelopes marked 'Withdrawal (W)" shall be opened
and "Withdrawal" notice read aloud & recorded in the opening
sheet. After verify the withdrawal letter is genuine,
corresponding tender shall not be opened, but returned
unopened to the Tenderer by Procuring Entity (PE) at a late
time. No Tender withdrawal shall be permitted unless the
corresponding withdrawal notice shall be as stated in 44.1&
47.1 and in such case the Tender shall be opened and
recorded.
(b) Secondly, the remaining Tenders will be sorted out and those
marked "SUBSTITUTION (S)" or "MODIFICATION (M)" of
Tender will be linked with their corresponding Original Tender.

29 IP a g c
(c) Next, outer envelopes marked
"SUBSTITUTION (S)" shall be opened. The
inner envelopes containing the "Substitution
or Technical Offer (STO)" and/or
"Substitution of Financial Offer (SFO)" shall
be exchanged for the corresponding
envelopes being substituted, which are to
be returned to the Tenderer unopened by
the Procuring Entity at a later time
immediately after opening of Technical
Offers. Only the Substitution of Technical
Offer, if any, shall be opened, read out,
and recorded. Substitulion of FinancialOffer
will remain unopened in accordance with !TI
Sub Clause48.2. No envelope shall be
substituted unless the corresponding
substitution notice contains a valid
authorization to request the substitution and
is read out and recorded at TechnicalOffer
opening.
(d) Next, outer envelopes marked "MODIFICATION (M)" shall be
opened. No Technical Offer and/or Financial Offer shall be
modified unless the corresponding modification notice
contains a valid authorization to request the modification and
is read out and recorded at the opening of Technical Offers.
Only the Technical Offers, both Original as well as
Modification,are to be opened,read out, and recorded al the
opening. Financial Offers, both Original as well as
Modification, will remain unopened in accordance with ITI
Sub Clause 48.2
(e) Thirdly, if so specified in this Tender Document,the envelopes
marked "Alternative ofTechnicalOffer (ATO)" shall be opened
and read aloud wit h the corresponding Technical Offer and
recorded.
48.7 Ensuring that only the correct Modification for Technical Offer
MTO), Substitution for Technical Offer (STO), Alternative of
Technical Offer (ATO), Original Technical offer (OTO) envelopes
are opened, details of each TechnicalOffer will be dealt with as
follows:
(a) the Chairperson of the TOG will read aloud each Technical
Offer and record in the Technical Offer Opening Sheet
{TOOS):
{i) the name and address of the Tenderer;
(ii) state if it is a withdrawn, modified, subst ituted or
originalTechnical Offer;
(iii) any alternatives ;
(iv) Record the rejection of the Tender which submitted
Technical Offer and Financial Offer together in one
envelope.
(v) the presence or absence of any requisite Tender
Security; and
(vi) Such other details as the Procuring Entity, at its
discret ion, may consider appropriate.
(b) Only Technical Offer and alternatives read aloud at the
TechnicalOffer Opening will be considered in evaluation.
members of the TOC. Remember, No financial Offer
shall be opened with Technical Offer.
48.8 Upon complelion of Technical Offer opening, all members of the
TOC and the Tenderers or Tenderer's duly authorised
representatives attending the TechnicalOffer opening shall sign by
name, address, designation, the TOS, copies of which shall be
issued to the Head of the Procuring Entity or an officer authorised
by him or her and also to the members of the TOC and any
aulhorised Consultants and, to the Tenderers immediately.
48.9 The omission of a Tenderer's signature on the record shall not
invalidate the contents and effect of the record under ITT Sub
Clause 48.8.
48.10 No Tender will be considered non-responsive at the Tender
opening stage except the LATE Tenders.
48.11 Any financial modification, rate(s) or tender price found in the
technicalmodification envelope may result rejection of that tender.
49. Evaluation of 49.1 Technical Offers shall be examined and evaluated only on the
Tenders basis of the criteria specified in the Tender Document.
49.2 Tender Evaluation Committee (TEC) shall examine, evaluate
and compare Tenders that are responsive to the requirements of
Tender Documents in order to identify the successful Tenderer.
50. Evaluation 50.1 TEC may consider a Tender Offer as responsive in the Evaluation,
Process only if it is submitted in compliance with the mandatory
requirements set out in the Tender Document. The evaluation
process should begin immediately after Technical Offer opening
following Two steps:
(a) Preliminary exam
ination
(b) Technicalexamination and responsiveness

51.Preliminary 51.1 TEC shall examine the Technical Offers to confirm that all
Examination documentation as stated under InClause 24 has been provided,
to determine the completeness of each document submitted.

51.2 TEC shall confirm that the following documents and information
have been provided in the Technical Offer. If any of these
documents or inform2tion is missing, the Tender shall be
considered rejected.
(a) Tender Submission Letter;
(b) Written confirmation authorizing the signatory of the Tender
to commit the Tenderer; and
(c) Valid Tender Security.

31 IPa g c
52. 52.1 TEC's determination of a Tender's responsiveness is to be based
on the contents of the Technical itself without recourselo extrinsic
Technical evidence.
Examinatio 52.2 A responsive Tender is one that conforms irl all respects to the
n and requirements of the Tender Document without material deviation,
Responsive reservation, or omission. A material deviation, reservation, or
omission is one that:
ness (a) affects in any substantial way the scope, quality, or
performance of the Works and physicalseNices specified
in the Contract; or
(b) limits in any substantial way, or is inconsistent with the
Tender Documents, the Procuring Entity's rights or the
Tenderer's obligations under the Contract; or
(c) if rectified would unfairly affect the competitive position of
other Tenderers presenting responsive Tenders.
During the evaluation of Technical Offer, the following definitions
shall apply:
"Deviation"is a departure from the requirements specified in the Tender
Document;
"Reservation"is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the Tender Document; and
"Omission" is the failure to submit part or all of the information or
documentat ion required in the Tender Document.

52.3 If a Tender is not responsive to the mandatory


requirements set out in the Tender
Document, shall not subsequently be made
responsive by the Tenderer by correction of the
materialdeviation, reservation, or omission.
52.4 There shall be no requirement as to the minimum number of
responsive Tenders.
52.5 The TEC will further examine the terms and conditions specified in
Section 7: General Specifications and Section 8: Particular
Specifications of the Tender Document have been met without
any material deviation or reservation.
52.6 Provided that a Tender is responsive, TEC may request that the
Tenderer submit the necessary information or documentation,
within a reasonable period of time, to rectify nonmaterial
nonconformities or omissions in the Technical Offer related to
documentation requirements. Such omission shall not be related
lo any aspect of the rates of the Tender reflected in the Priced
BOO or any mandatory criteria. Failure of the Tenderer to comply
with the request may result in the considerat on of its Tender as
non-responsive.
52.7 The TEC's determination of a Tender's responsiveness is to be
based on the documentary evidence as stated under ITT Clause
24 without recourse to extrinsic evidence.
52.8 Information contained in a Tender submission that was not
requested in the Tender Document shall not be considered in
evaluation of the Tender.

3
towards making an apparently non-responsive Tender responsive
and reciprocally the response from the concerned Tendere r shall not
be articulated towar ds any addition,alteration or modificatio n to its
Technical Offer.
rovide clarifications of its Technical Offer

33 IP a g c
by the dale and time, its Tender shall not be considered in the
evaluation

54. Restriction 54.1 Following the opening of Technical Offers until issuance of
s on Notification of Award no Tenderer shall, unless requested to
Disclosure of provide clarification to its Tender or unless necessary for
Information submission of a complaint, communicate with the concerned
Relating to Employer pursuant to Rule 31 of the Public Procurement Rules,
Procurement 2008.
Process
54.2 Tenderers shall not seek to influence in anyway, the examination
and evaluation of the Tenders.

54.3 Any effort by a Tenderer to influence an Employer in its decision


concerning the evaluation of Tenders, Contract awards may
result in the consideration of its Tender being non-responsive as
well as further action in accordance with Section 64 (5) of the
Public Procurement Act, 2006.

54.4 All clarification requests shall remind Tenderers of the need for
confidentialiy and that any breach of confidentiality on the part
of the Tenderer may result in their Tender being disqualified.

55.1 TEC shall prepare the Technical Offer Evaluation Report and
55. Approval of shall directly submit the Evaluation Report to the Head of the
Technical Offer Procuring Entity (HOPE) or Authorized Officer for approval.

56.1 After getting approval of the Technical Offer Evaluation Report,


56. Financial Offer Financial Offer (Envelope-02) of only the Responsive Tenderers
Opening who have been determined as qualified to the requirements of
the Technical Offer, shall be opened publicly, The Date, time
and place of Financial Offer Opening shall be communicated to
the Responsive Tenderers in writing by issuing a Financial Offer
Opening notice not less than seven days before the opening.

56.2 Ensuring that only the correct (MFO), (SFO), (OFO) envelopes
of the Responsive Tenderers shall be opened, in the presence of
the Responsive Tenderer's representatives who choose to
atlend, on the date, time and at the place as notified by the
Procuring Entity in accordance with ITT Clause 56.1. Details of
each Technical Offer will be dealt with as follows:
(a) the Chairperson of the Tender Evaluation Committee will
read aloud each Financial Offer and record in the Financial
Offer Opening Sheet (l=ooS):
(i) the name and address of the Tenderer;
(ii) state if it is a modified, substituted or original Financial
Offer;
(iii) the Tende r Price;
(iv) the number of initialed corrections;
(v) the officialcost estimate;
(vi)

Procuring
discretion, may consider appropriate

(b) Only the discounts and alternatives read aloud and recorded
at the FinancialOffer Opening will be considered in Financial
Offer Evaluation. No Tenders shall be rejected at the opening
of the Financial Offer.

(c) All pages of the originalversion of the Financial Offer, except


for un-amended printed literature, will be initialled by
members of the Tender Evaluation Committee.

(d) The Procuring Entity shall, in writing, notify the Non-


responsive Tenderers who have not been determined as
qualified to the requirements of the Technical Offer and shall
return their Financial Offers (Envelope-02) unopened after
signing the Contract Award with the evaluated lowest
responsive Tenderer.

57.Clarificationon 57.1 TEC may ask Tenderers for clarification of their Financial Offers,
Financial Offer about the breakdowns of unit rates, in order to facilitate the
examination and evaluation of Financial Offers. The request for
clarification by the TEC and the response from the Tenderer
shall be in writing.
57.2 Changes in the Tender price shall not be sought or permitted,
except to confirm the correction of arithmetical errors discovered
by the TEC in the evaluation of the Tenders, as stated under ITT
Sub Clause 58.1.
57.3 If a Tenderer does not provide clarifications of its Financial Offer
by the date and time, its Tender shall not be considered in the
evaluation.
57.4 Requests for clarifications on Financial Offers shall be duly
signed only by the TEC Chairperson.
58. Correction of 58.1 During the evaluation of Financial Offers, the TEC shall correct
Arithmetical Errors arithmetical errors on the following basis:
(a) if there is a discrepancy between the unit price and the line
item total price that is obtained by multiplying the unit price
and quantity, the unit price will prevail and the line item
total price shall be corrected, unless in the opinion of the
TEC there is an obvious misplacement of the decimal
point in the unit price, in which case the total price as
quoted will govern and the unit price will be corrected;and
(b) if there is an error in a totalcorresponding to the addition
or subtraction of subtotals, the subtotals shall prevail and
the total shall be corrected; and
(c) if there is a discrepancy between words and figures, the
amount in words shall prevail, unless the amount
expressed in words is related to an arithmetic error, in
which case the amount in fi ures shall revail sub.eel to a
35 I J> ii g c
D
<:",{l•'"!o.,,

U.:
."-\.'1.·'M©..>-;.
·

""
.

t r·
. . . . - . • ..
i61 '*':\ : =:\::0:N=:A:::=l::,.....

!\ !\ \'' f o.l \.1.\d(l)


;.\ Y'),·
-.
;>'
@
- /,
(b) the lowest-evaluated Tender for each lot calculated in
accordance with all the requirements of Evaluation
Criteria;
(c) the price reduction on account of discount per lot or
combination of lots and the methodology for application of
the discount as offered by the Tenderer inits Tender; and
(d) the Contract-award sequence that provides the optimum
economic combination on the basis of least overall cost of
the total Contract package laking into account any
limitations due to constraints in Works or execution
capacity determined in accordance with the post-
qualification criteria stated under ITT Clause 63.

60.7 TEC may recommend increasing the amount of the Performance


Sec urity above the amounts as sta ed under ITI Sub Clause 69.1
bu!not exceeding twenty-five (25) percent of the Contract Price, if
in the opinion of TEC, it is found that the Tender is significantly
unbalanced as a result of front loading.

61. Price 61.1 The TEC will compare all responsive Tenders to determine the
Comparison lowest-evaluated Tender, in accordance withITT Clause 60.
61.2 In the extremely unlikely event that there is a tie for the lowest
evaluated price, the Tenderer with the superior past performance.

61.3 In the event that there is a tie for the lowest price and none of the
Tenderers has the record of past performance with the Procuring
Entity, then the Tenderer shall be selected, subject to firm
confirmation through the Post-qualification process, after
consideration as to whether the Tenderer has demonstrated in its
Tender superior past performance with the other Procuring
Entities or a more efficient work programme and work
methodology.
61.4 The ranking set forth after having adjusted arithmetical errors or
other discrepancies and having excluded 'provisional sums' and
provision, if any, for contingencies within the Tender price, but
including Day Work.
61.5 The successful Tenderer as slated under ITT Sub Clauses 61.1,
61.2 and 61.3 shall not be selected through lottery under any
circumstances.

62.Negotiations 62.1 No negotiations shall be held during the Tender evaluation or


award with the lowest or any other Tenderer.

62.2 The Employer through the TEC may, however, negotiate with
the lowest evaluated Tenderer with the objective to reduce the
Contract price by reducing the scope of works or a reallocation
of risks and responsibilities, only when it is found that the lowest
evaluated Tender is significantly higher than the official
estimated cost; the reasons for such higher price being duly
investigated.

37 IP a g c
62.3 If the Employer decides to negotiate for reducing the scope of
the requirements under ITT Sub Clause 62.2, it will be required
to guarantee that the lowest Tendere r remains the lowest
Tenderer even after the scope of work has been revised and
shall further be ensured that the objective of the Procurement
will not be seriously affected through this reduction.

62.4 In the event that the Employer decides because of a high


Tender price to reduce the scope of the requirements to meet
the available budget, the Tenderer is not obliged to accept the
award and shall not be penalised in any way for un-accepting
the proposed award.

63.Post- 63.1 After determining the lowest evaluated responsive Tender in


qualification accordance with ITT Clause 52 & 60, the Employer's TEC shall
carry out the Post-qual fication of the Tenderer, using only the
requirements specified in Sub-section C: Qualification Criteria.

63.2 The TEC shall contact the references given by Tenderers about
their previous working experience to verify, if necessary,
statements made by them in their Tender and to obtain the most
up to-date information available concerning the Tenderers.

63.3 The TEC may visit the premises of the Tenderer as a part of the
qualification process, if practical and appropriate. to verify
information contained in its Tender particular y when evaluating
Tendersin respect of high value or complex Works projects.

63.4 The objective of any visit under llTT Sub Clause 63.3 shall be
lfmited to a general and visual inspection of the Tenderer's facil ties
and its plant and equipment, and there shall be no discussion
concerning the Tender or its evaluation with the Tenderer during
such visit(s).

63.5 In the event that the Tenderer with lowest evaluated Tender price
fails the post-qualification, the TEC shall make a similar
determination for the Tenderer offering the next lowest evaluated
Tender price and so on from the remaining responsive Tenders,
provided that,
(a) such action shall only be taken if the evaluated costs of the
Tenders under consideration are acceptable to the Employer;
(b) when the pointis reached whereby the evaluated costs of the
remaining responsive Tenders are significantly higher than
that of the officialestimate, or the market price, the Employer
proceed for re-Tendering, using a revised Tender Document,
where necessary, designed lo achieve a more successful
result.

64.Procuring 64:1
Entity's Right to
accept any or to
reject Any or All
Tenders
inform the Tenderers of the grounds for the Procuring Entity's
action.

65. Rejection of All 65.1 The Employer may,in the circumstances as stated under ITI Sub
Tenders Clause 65.2, reject all Tenders following recommendations from
the Tender Evaluation Committee (TEC) only after the approva l of
such recommendations by the Head of the Procuring Entity.

65.2 All Tenders can be rejected,if -


(a) the price of the lowest evaluated Tender substantially
exceeds the official estimate, provided the estimate is
realistic;
or
(b) there is evidence of lack of effective competition; such
as non-participation by a number of potentialTenderers;
or
(c) the Tenderers are unable to offer the required completion
time, provided the stipulated completion lime is
reasonable and realistic;
or
(d) Tenders are not responsive;
or
(e) evidence of professional misconduct. affecting seriously
the Procurement process, is established as per
Chapter Seven of the Public Procurement Rules, 2008.

65.3 Notwithstanding anything contained in ITI Sub Clause 66.2(a),


Tenders may not be rejected if the lowest evaluated price is in
conformity with the market price.

65.4 The Employer, on justifiable grounds,may annul the Procurement


proceedings with prior approval of the Head of the Procuring
Entity, any time prior to the deadline for submission of Tenders
following specified procedures.

65.5 All Tenders received by the Employer shall be returned unopened


to the Tenderers in the event Procurement proceedings are
annulled under ITI Sub Clause 66.4.

65.6 The Employer, on justifiable grounds, may further annul the


Procurement proceedings, any time prior to the issuance of NOA
following specified procedures.

66. Informing 66.1 Notice of the rejection will be given promptly within seven(7) days
Reasons for of decision taken by the Employer to all Tenderers and, the
Rejection Employer will, upon receipt of a written request, communicate to
any Tenderer the reason(s) for its rejection but is not required to
justify those reason(s).

39 1 P n g c
G. Contract Award
Security above the amounts as stated under ITT Sub Clause
61.2 but not ·exceeding twenty five (25) percent of the
Contract price, if it is found that the Tender is significantly
below the official estimated cost or unbalanced as a resu!I of
front loading as staled under ITT Sub Clause 60.7.

69.4 The proceeds of the Performance Security shall be payable


lo the Employer unconditionally upon first written demand as
compensation for any loss resulting from the Contractor's
failure to complete its obligations under the Contract.

70.Form and Time 70.1 The Performance Security, as stated under ITT Clause 69,
Limit for Furnishing of shall be in the form of an irrevocable Bank Guarantee issued
Performance Security by an internationally reputable Bank which has a correspondent
Bank localed in Bangladesh, in the format (Form PW7A -9),
acceptable to the Employer.

70.2 Within twenty eight (28) days of issuance of the Notification of


Awa rd (NOA) but not later than the date spec ified therein, the
successful Tenderer shall furnish the Performance Security
for the due performance of the Contract in the amount as
slated under"ITISub Clauses 69.2 or 69.3.

71.Validity of 71.1 The Performance Security shall be required to be valid unlil a


Performance Security date twenty eight (28) days beyond the Intended Completion
Date as specified inTender Document.

71.2 If under any circumstances the Intended Completion Date


is lo be extended, the Performance Security shall
correspondingly be extended for t he same period until twenty
eight (28) days fromlhe new Intended Completion Date.

71.3 The amount Qf the Performance Security as staled under ITT


Sub Clauses 69.2 and 69.3 and further its validity as slated
under ITI Sub Clauses 71.1and 71.2 shall be reset to cover
the Defects Liability Period in accordance with the provisions
laid down in GCC Clause 79.

72.Authenticity of 72.1 The Employer shall verify the authenticity oflhe Performance
Performance Security Security submitted by the successful Tenderer by sending a
w ritten request to the branch of the Bank issuing the
irrevocable Bank Guarantee in specified format and/or, to its
corresponde nt Bank located in Bangladesh, as and where
applicable.

72.2 If the Performance Security submitted under ITT Sub Clause


71.1 is not found to be authentic, the Employer shall pro.ceed
to take measures against the Tenderer in accordance with
Section 64 of the Acland pursuant to Rule 127 of the Public
Procurement Rules, 2008.

73.Contract Signing 73.1 At the same time as the Employer issues the Notification of
Award (NOA), the Employer will send the draft Contract
Agreement and all documents forming the Contract to the
successful Tenderer.

411 P n gc
73.2 Within twenty-eight (28) days of issuance of the NOA, the
successful Tenderer and the Employer shall sign the contract
provided that the Performance Security submitted by the
Tenderer is found to be genuine.

73.3 If the successful Tenderer fails lo provide the required


Performance Security, pursuant to ITI Clause 71 or to sign the
Contract, pursuant to ITT Sub Clause 73.2, Employer shall
proceed to award the Conlracl to the next lowesl evaluated
Tenderer,and so on, by order of ranking.

74. Publication of 74.1 Notification of Award for Contract shall be notified by the
Notification of Award Employer to the Central Procurement Technical Unit within
of Contract seven (7) days of issuance of the NOA for publication in their
website, and that notice shall be kepi post ed for not less than
a month.

75. Debriefing of 75.1 Debriefing of Tenderers by Employer shall outline the relative
Tenderers status and weakness only of his or her Tender requesting to
be informed of the grounds for not accepting the Tender
submitted by him or her without disclosing information about
any other Tenderer.

75.2 In the case of debriefing, confidentiality of the evaluation


process shall be maintained.

76. Right to Complain 76.1 Any Tenderer has the right to complain if it has suffered or
likely lo suffer loss or damage due to a failure of a duty
imposed on the Employer to fulfil its obligations in accordance
with Section 29.1 of the Public Procurement Act 2006 and
Part 12 of Chapter Three of the Public Procurement Rules,
2008.

76.2 Circumstances in which a formal complaint may be lodged in


sequence by a Tenderer against a Employer pursuant to Rule
56 of the Public Procurement Rules, 2008, and the complaints,
if any, be also processed pursuant to Rule 57 of the Public
Procurement Rules 2008.

76.3 Tenderer shall submit his or her complaint in writing within


seven (7) calendar days of becoming aware of the
circumstances giving rise to the complaint.

76.4 In the first instance, the Tenderer shall submit his or her
complaint to the Employer who issued the Tender Document.

76.5 The place and address for the first stage in the submission of
complaints to the administrative authority is provided in the
TDS.
Section2. Tender Data Sheet

ITT Amendments of, and Supplements to, ClausesIn the Instructions to Tenderers
Clause

A. General
ITT 1.1 The Employer is RURAL POWER COMPA NY LIMITED

The Name of the Tender is:


Engineering, Design, Manufactur ing, Inspection, Supply , Transportation, Construction,
Erection, Installation, Testing and Commissioning of Mymensingh 360 MW Dual
Fuel(Gas/HSD) Combined Cycle Power Plant Project on Turnkey Basis.

Tender Ref: PUR: 020( FW/MYMENSINGH 360 MW/OTM)/2017-18;


DATE:31.01.2018

ITT 3.1 The source of public funds is:


At least 85% ECN Buyer's Credit Financing and Maximum 15% RPCL's own fund.
ITT 3.3 The name of the Development Partner is:
None
ITT5.1 Tenderers from the follow ing countr es are not eligible:
Israel
ITT 6.1 Materials, Equipment and associated services from the following countries are not eligible:
Israel
ITT 7.1 Tenderer should seek permission (written) from RPCL Management prior to visit the plant
site.

B. Tender Document
ITT 8.2 The following are authorised agents of the Employer for the purpose of issuing the Tender
Document:
Agent's Name: Executive Director (Finance)
Address: House-19,Road-1B, Sec
lor-9,Uttara, Dhaka-1230
Telephone No.:+880-2-7914048/8957952
Fax No.:880-2-7913229
e-mailaddress: praloykumars@yahoo.com
ITT 9.1 For clari ficati on ofTender Document purposes only, the Employer's addressis:
Attention: Executive Director (Engineering)
Address: House-19, Road-1B,Sector-9, Uttara, Dhaka-1230
Telephone:+880-2-79 11201 (Direc1),PABX:+88027914048/8957952; Ext-105
Fax No.: 880-2-7913229
e-mail address: enqr salim@yahoo.com; edengg@rpc org.bd

43 Ip11 g c
ITT A Pre- Terider meeting shall be held at
10.1
Address: House-19,Road-18, Sector-9,Ullara, Dhaka-1230

1
Date:25 February, 2018
h

Time: 10:00 Hrs (BST)

ITT Non-performance of a contract shall not occur within t he last 10 years.


13.1

ITT All pending litigation in totalshall not represent more than 10 percent of the Applicant's
13.3 net worth.

C. Qualification Criteria
ITT The minimum number of years of general experience of the Tenderer in power plant
14.1(a) const ruction works shall be 1O years .

ITT The minimum specific experience as EPC Contractor in construction works of al least two
14.1(b) (2) contracts each having minimum 200 MW capacity Power Plant,successfully completed
within the last 10 (Ten) years, out of which one (1) contract of 200 MW Combined Cycle
Power Plant on Turnkey basis. One of these projects has to be outside the tenderer's
country.

Those power plants should have been in continuous commercialoperation for minimum
two (2) years. End-user Certificates (for both Gas and HSD operation) having two years
satisfactory performance inthis regard shall have to be submitted.

ITT The Tenderer must demonstrate average annual turnover of at least USO 150 million or,
15.1(a) equivalent as total certified payments received for contracts or work in progress or
completed works for the best three within the last five years .

Submission Form: FIN - 2


ITT The minimum amount of liquid assets i.e working capital or credit line(s) of the Tenderers
15.1(b) shall be US $ 50 million.
Submission Form:FIN - 3
ITT Alleast one (1) contract, with a value of at least USO 100 million that has been successfully
15.1(d) or substantially completed, within the last 10 years for design, supply, erection, installation,
testing and commissioning of Power Plant on Turnkey basis

4
·
ITT A Construction Project Manager and adequate numbers of Engineers, and other key staffs
16.1 have to belisted as per below list:

Total Works Experience Experience in similar


No Position (Years) works (Years)

--
Tenderer shall have to submit a list of key personal who will be engagedin this
project along with this tender.

ITT Tenderers shall own or have proven access to hire or lease of the major construction
17.1 equipment,in fullworking order as follows:

Equipme nt Type and Minimum Number Required


No
Characteristics

Tenderer shall have to submit a list of equipment along with this tender .

ITT The value of non-jud icialstamp for execution of the Joint Venture Ag reement shall be Tk 300
18.1 only
ITT Maximum number of partners in the JV shall be 3
18.2 The minimum qualification requirements of Lead Partner, other Parlner(s) and
requirements by summation of a JV shall be as follows :
TDS Clauses Requirements Requirements for Lead Requirements for other
References by summation Partner Partner(s)

contracts)
-
25%
100% 25%

25%

ITT Subcontractors I Manufacturers for the following major items of supply or services must meet
19.3 he following minimum criteria, here[n listed for that item. Failure to comply with this

I y_t\1\
\
ij
ll\ONAJ.;;;;:::: quirement will result in rejection of the subcontractor.
·
\)\ ¥J
(2.
)
I
J
-.
Dhaka·1230
'G. 45 I 1' " g c
· f or \ * *\ "
.
.• it
* r1-n :rd: 1n.
In the case of a Tenderer who offers to supply and install major items of supply under the
contract that the Tenderer did not manufacture or otherwise produce, the Tenderer shall
provide the manufacturer's authorization, using the form provided in Section 5 (Bidding Forms:
including supply record). showing that the Tenderer has been duly authorized by the
manufacturer or producer of the related plant and equipment or component to supply and install
that item in the Employer's country. The Tenderer is responsible for ensuring that the
manufacturer or producer complies with the requirements of ITT 5 and 6 and meets the
minimum criteria lsted above for that item.
The Contractor and all subcontractors/manufacturers should beISO 9001-2000 and ISO 14001-
2004 and OHSAS 18001:1999 certified and must submit such certificate whichis val N.AT
and should also submit first issued certificate.The ISO cert1f1cate must mention the pr -..- JNAf {}
<:i 1ei Col/J,o. f.
1 0' 46-1 MAffiM]DIVISION
a 30 * /1\ "'fh\ For Bictm
,;:· \rf..'J-J
"1
.ffo,ml'O"& * CHIN
service which is being sourced from subcontractor/manufacturer. No exceptions to this
requirement can be made during the project execution .Failure to comply with this requirement
will result in rejection of the subcontractor.

RPCL reserves the right lo verify the au!henticalion of End User certificate(s) and Manufactures
Authorization Certi icate(s) during tender evaluation stage and post evaluation stage.

47 1 p "g c
D. Tender Preparation
ITT Tender document posted I published in the Newspaper I Website:
www.rpcl.org.bd
22.4

ITT The Tenderer shall submit with its Tender the following documents in the
technicalproposal:
24.2{j)
Tenderer must give complete information and performance data on the
equipment offered,including the followings:

i) Manufacturer's information of all equipment including


construction detai s, materials and special features.

i) Drawings in plan and elevation of the complete power station,


switchyard, power cable route and supporting equipment showing
arrangement of equipment, overall dimensions and details of
construct ion.

ii) Location of RMS and Gas Booster compressor in the plant layout
area.

iv) Design criteria for structures and foundations.

v) Schematic diagrams of the following systems showing design flows,


pressures, temperatures, line sizes, valves, strainers, controls and
equipment.

Fuel supply system (fuel gas/HSD).

Closed Cooling Water circuit with a Hybrid Cooling Tower and


Auxiliary
cooling system

Steam Generating System (HRSG)

Heat Recovery system and feed waler system.

Cooling system.

Water supply and Firefighting system.

Lube oilsystem.

Water Treatment Plant.

Effluent Treatment System

vi) Electrical schematic diagrams of the following.


x)

xxi) A list of special tools and equipment for maintenance and

49 IPa g c
overhauling of the machine/equipment to be handed over to
RPCL.

xxii) Authori zation Certificates from the manufacturers of main equipment


and type test report (where applicable) viz Gas Turbine Unit, HRSG,
Steam Turbine, Generator(s), Step-Up Transformer(s), Generator
Circuit Breaker, Gas Booster Compressor, Control & Protection
System, DCS, Boiler Feed pump, Circulating Cooling Waler Pump,
Hybrid Cooling Tower etc. that they will supply their
machine/equipment to RPCL through the tenderer for this project, in
the event the tenderer concerned is not the manufacturer of the
same. If the manufacturer of any offered equipmenU machinery is
not the designer of the same then Tenderer must havelo submit
collaboration/ licensee agreement. Without such certificate
or where the certificate i s un-satisfactory to RPCL, the
Tender shall be considered technically non-responsive.

xxiii) As evidence of proven-ness as stated under clause 3.3.1 of


technical requirement, Vol. 2 of 2 of Tender Document, Certificate
from the End user outside manufacturer's country on satisfactory
operating experience outside manufacturer's country for at least 2
(two) years for the following equipment:

Offered model of Gas Turbine Generating unit [offered model


shall be within the evolution of frame];

Offered or higher capacity HRSG manufactured by proposed


manufacturer;

Offered or higher capacity Steam Turbine manufactured by


proposed manufacturer;

Offered or higher capacity Steam Turbine Generator


manufactured by proposed manufacturer;

Offered or higher capacity Generator Step up Transformers


manufactured by proposed manufacturer.

The certificate duly signed in the official pad shall mention the name
of power plant/User, no. of unit, capacity and commissioning date of
the power plant/equipment, make, model. Certificate issue date,
name, address, Telephone no., Fax no., e-mail address of the
person who signed the certificate shall be clearly mentioned in the
certificate. Without such certificate or where the certificate is un-
satisfactory to RPCL, the Tender shall be
considered technically non-responsive. These certificates must
be notarized
or have authent cation from the Chamber of Comm . erce of 'the
Tenderer's country. In absence of that
xxiv) The Tenderer shall have to fill up the Data & Information as per
Schedule-A ,B,C,D,E,F,G,H,1.J,K & L of Volume 2 of 2 of Tender
Document and willfurnishwith the proposal.

Sl j P a g c
ITT The Tenderer shall submit with its Tender the following documents:
24.3( Contractor shall submit a firm commitment letter from the Financial unit I Lender in
d) favor of the ECA/Buyer's credit financing in details including terms and conditions of the
loan.
The Financial unit I Lender has to be an internationally reputed bank I firm. The lender I
bank has to provide amortization schedule of the loan amount reflecting rate of interest,
loan repayment schedule and loan repayment period.

ITT Alternatives will not be permitted.


26.1

There shall not be alternative times for completion of the Works.

ITT
26.2

ITT Alternative technicalsolutions for any part of works will not be permitted.
26.4

ITT Not Applicable


27.11

ITT The currency of the Tender shall be USD, EURO and BANGLADESH TAKA
28.1

ITT The currency of the payments shall be USD, EURO and BANGLADESH TAKA
28.4

ITT The required Technical Proposalshall include the following additional information:
31.1
Methodology I Procedures I Schedule I Logistics of transportation of heavy equipment to the
project site

The I required information regarding claims under litigation shall be current or during the
last T
10 years.
T
32.1(e)

The I required reports on the financial standing, such as profit andloss statements and
T balance sheet shall be for the past 5 years.
audited
T
32.1(i)

The ITender Validity period shall be 180 days after Tender Submission.
T
T
33.2
ITT The amount of the Tender Security shall be US $ 6 million in favour of Rural Power
35.1 Company Limited and shall remain valid for 208 days after Tender Submission.

ITT In addition to the originalof the Technical offer,4 copies shall be submitted.
40.1
ITT In addition to the original of the Financial offer, 4 copies shall be submitted.
40.2

E. Tender Submission
ITT The inner and outer envelopes shall bear the following additional identification marks:
41.4(e) Engineering, Design, Manufacturing, Inspection, Supply, Transportation, Construction,
Erection, Installation, Testing and Commissioning of Mymensingh 360 MW Dual Fuel
(Gas/HSD) Combined Cycle Power Plant Project on Turr.key Basis.
ITT For Tender submission purposes only, the Employer's address is:
42.1
Attention:Executive Director (Engineering)
Address: House- 19, Road-1B, Sector-9, Uttara, Dhaka-1230

The deadline for the submission of Tenders is:


Time & Date: 12:00 hrs Noon; March 22, 2018

ITT For Tender submission purposes only, the Employer's address is:
42.3
Attention: Executive Director (Engineering)
Address (PRIMARY PLACE ):House-19, Road-18, Sector-9, Uttara,Dhaka-1230

The deadline for the submission of Tenders is:


Time & Date:12:00 hrs Noon;March 22, 2018

Attention:
Address (SECONDARY PLACES): Not A pplicable

The deadline for the submission of Tenders is:


Time & Date: Not Applicable

The deadline for the hand-delivering of the Tenders at the PRIMARY PLACE is:
Attention : Executive Engineer (Engineering)
ITT Address (PRIMARY PLACE ): House-19, Road-1B, Sector-9, Uttara, Dhaka-1230
42.4
Time & Date: 12:00 hrs Noon; March 22,2018
tenderers presenting responsive tenders.
Total time from Contract Effective Date to Completion of ICO of the unit:

Shall not exceed 720 Days for Simple Cycle Operation

Shallnot exceed 900 Days for Combined Cycle Operation

Guarantee data shall have to be furnished with technical proposal as slated in


guarantee schedule-A ,vol. 2 of 2 ofiender document. The Tender shall be rejected if the
Tenderers do not comply this requirement.

Data given by the Tenderer which signif icantly affect the result of evaluation shall be
included in the Contract as requirements lo be guaranteed and will be subject to
verification at the cost of the Tenderer and to the satisfaction of the RPCL.

Proposal whic h offers less than 360 MW Net output (at site condition in case of both
fuel: Gas/HSD) of Power Plant as specified in Technical Requirements shall NOT be
accepted.

Proposal which offers net output up to 420 MW at site condition will be taken into
account for the purpose of evaluat ion considering technologicaladvantage, efficiency
benefits, ease of operation and maintenance; reflecting per KW cost stated hereunder.
Proposal which offers more than 420 MW Net output (al site condition), must provide
guaranteed heat rate correspondinglo 420 MW net output (al site condition).

The evaluation will take into account the importance of 'Technical Requirements' of the
360 MW CCPP project and the scope of works of all the proposals, which shall be
brought to a common basis to ascertain the responsiveness of Tenderers.

The Financial Proposals shall be kept unopened and sealed until the declaration of
technically qualified tenderers by RPCL. The Financial Proposals of the
technically responsive tenderers will be opened on a specific date to be
communicated by RPCL to the qualified I responsive tenderers. Authorized
representatives of such tenderers will be invited by RPCL well before to attend the
Financial Proposal Opening session. Financial Proposal of technically non-
responsive tenderers will be returned to them unopened along with the tender
Security.

ITT Financial Proposal Evaluation:


60.1,
60.2 The evaluation of the proposal would be done by financial analysis method taking
60.3 into account the following:

o EPC Tender Price


• Initial payments for loan effectiveness
• Debt servicing cost
• Fuel cost
• 0 & M cost

55 IP a g c
ined by bringing
EPC Tender Price of the proposals shall be determ the scope of
wor ks of all the proposals to a common basis.

Debt servicing cost shall be calculated by considering Non-credit amount of EPC


price, Credit amount of EPC price, annual interest rate, Re-payment Period, Grace
period and others wit h a view to compar ing different nature of Credit Proposal to an
equivalent status by applying Net Present Value @ 12 % discount factor.

Loan Repayment period shall be minimum 12 years after 3 years Grace period.

Examle of Financialanalllsis for Debt servicing cost

In this example, Credit portion is 85% of EPC price (for both FC and LC), Non-Credit
portion is 15% of EPC price (for both FC and LC), Annual interest rate i%, Grace
period 03 years, Repayment period 12 years are considered.
EPC Tender Price =m Bangladeshi Taka (BOT.)
Installment payment duration =
06 months (half yearly)
Discount rate = 12%
Po = Net Power output (as defined in General condit ions of Tender Document Part
A) at Site Condition in kW, average of both fuel (gas and HSD). as guaranteed by
the Tenderer in Guarantee Schedule of Part B of Volume 2 of 2 of tender
documents.

Total Net present value of Repayment amount (NT) will be calculated as


shown in Table below:
SI Type of Payment/ Costdescription Amount Net present value
no. Repayment (in Eq.BOT.) (in Eq. BOT.)

Initial payments forloan


effectlveness
0 Initialpayments for Insurance PremiumIP (If any) IP= IP=
loan effectiveness ManaQement fee MF (If anvl MF= MF=
StructurinQ fee SF (if any) SF= SF=
Uofront fee UF if any) UF= UF=
Arrament fee Ar.F (If anvl Ar.F= Ar.F=
Aooncv fee AQ.F (if any) Ag.F= Aq.F=
Other fee, OF (if any) OF= OF=
TotaInitialpayment forloan Ro =TIP= No=TIP
effectiveness,
TIP
(TIP=IP+MF+Sf-+'UF+Ar.F+Ag.f+OF)
Half yearly Grace period payments
Pr ncipalRepayment Interest during Commitment fee Amount Net present value
construction (as per Amortization (in Eq.BOT.) (In Eq.BOT.)
(IDC) schedule provided by
(as per lender)
Amortization
schedule
provided
by
lender) ,,
1. P1 =O 11= C1= R1 = Ii+C1 Ni = R1/ (1.12
2. P1 0 12 = c,= RJ = Ii+ C2 N2 = R2/ (1.12
,,
3. P1 =O 11= C3= Ri =!3+ C3 N3 = R>.} 1.12
4. P4 =O !4 = Ci= R4 = 14+ CA N4 = R4/ i.p·
5. p -o I C= R = I+ Cs Ns :uu
6. P5 -O R6 = 16+ c,; 0,.
Co=
rfir
16 - .Nrh':J"' \:'l•n\""

$
Q:c

*
";r.
·
9 ':?..;,

<;:
?-
.
-5 In El1M;DIVISION
For Bid(2
$.
I)

""c'.;111
.s ' CH1N*
ro'.' '
Repayment Period payments
Interest
Principal Repayment Payment Amount Net present value
(in Eq.BOT.) (in Eq.BOT.)

7. P7 = 0.85 m/ 24 !7 = (0.85m x i%)/ 2 =


R1 P7 +17 N1 =
R1/ (L12t''
8. PR =0.85 ml 24 la = [{(23x0.85m)/2'1}x lo/oJ/ 2 Rs = Pg +lg NR = IW (l.12)
9. PQ =0.85 ml 24 !9 = [{(22x0.85m)/2'1} x i%]/ 2 Rq = Pg +lq Ng = R9f (l.12) "
10 P10 =0.85 m/ 24 Im = rm1x0.8Sml/24l x i% / 2 =
Rrn P10 +ltn N10 = Rrn/(1.12''
11 Pt I=0.85 m/ 24 l1 t = rmox0.85m)/24lx i% / 2 Ri t = P11 +l 11 Nt t = R 11/ (1.12 ·"'
12 Pl? =0.85 m/ 24 In = rH19x0.85m)/24l x 1% 12 Rn = Pn + I n Np = Ro/ (1.12·"
.•.
13 P1 = 0.85 m/ 24 I11= rH1Bx0.85ml/2'1l x1%11 2 Rn = P13 +113 Nn = Rn/ (1.12 ,
14 P14 =0.85 m/ 24 I14 = [{(17x0.8Sml/24} x i% 12 RM = Piq +liq Ni4 = R t 4/ ( 1.12 ,,
15 P1 =0.85 m/ 2<1 It = [{(16xO.BSml/ 24} x io/o I 2 R is = P1 + Iis N1s = R 1s/ ( 1.12
16 P16 = 0.85 m/ 24 lt6 = [{(l5x.0.8Sm)/24} x io/o I 2 R 16 = P15 +116 N16 = Rt&/ (1.12 ,,
17 P11 = 0.85 m/ 24 !17 = [((14x:0.85m)/24}x 1% / 2 R17 = P11+!17 N17 = R11/ (1.12
18 Pt R =0.85 m/ 24 l1s = r{l13x0.8Sml/24} x i% / 2 R1R = Prn + TtA Nm = Rull (1.12''
19 P19 = 0.85 m/ 2'1 l1q = [((12x0.8Sm)/ 24} x 1% / 2 R1q = P1q +I1q NtQ = RiQ/ (1.12}'"
N)O = R7o/ (1.12 '"
N21 = %?f
r1.1d ·
Nn = Rn/ (1.12)
Nn = Jlw
(1.12) .
NJ4 " R24' (1.12)'.
N2s = {i?§f
(1.12) .
N,6 = R26l (1.12
N21 = flJ-gl
(1.12) .
PJA m/ l2A = f{(03xO.BSm)/24) x i%]/ 2 RJA = P1A +hA N1R = RJRI ( 1.12)
Niq =
P29 =0.85 m/ 2'I 129 = [{(02x0.85m)/24} x i%1/ 2 R2q = P29 +129 (1.12) .
Nln = R1o/ (1.12)"
Total Net present
value (Nn:
lO
=r Nn =
n•O

Total Net present value of Repayment amount (NT) will be added with non- credit
amount of EPC price to find Total Debt servicing cost (DT).
Hence, DT = NT + 0.15m

Per unit Debt servicing cost (T1) in BOT per kW will be found by dividing DT by
Net Power outpul Po in kW at site condition. Hence, T1 = DT I Po.

In any case, for the financing of 85% of EPC price or above, Total Debt servicing
cost (OT) will be Net Present Value of the payment and repayment amount from
RPCL's account. Amortization schedules from the proposed lenders/ loan
arrangers will be the basis for credit facility related payment and repayment from
RPCL's account. Noncredit amount of EPC price will be the
\\( NAL payment to the EPC Contractor from RPCL's account. 12% discount rate will
-...:..'.E& be considered tx Y.bllte Net Present Value.

iI \\t-. M't111\I'\'}\JN\ ' .£;;; I·.


:\<.\l1)\()\\ ' " ""' >
'iu , k. mo :_?-I s11 p a g c
=---ro 1

!'>..
* ·{";"·- ..f-
. A"..-
! .v-'
..;,1:1.. CH\>o...\ ': ·'eal4l11l0·
"
Basis of Financial analysis for Fuel cost and O&M Cost

For the purpose of Financial analysis and evaluation, the followi ng data would be
considered:

Power generation period will be considered for 12 years,


Plant will operate on 50% on Gas and 50% on HSD.
Considered plant factor = 80%
Cost of Fuel(gas) =BOT 5.90/Nm3
Cost of Fuel (HSD) = BDT44/liter

Heat rate to be used for weighted average of 50%, 75% and 100% load under
Site Condition
So H = H100% x 0.4 + H75% x 0.3 + H50% x 0.3 KJ per Kwh

Operation and Maintenance cost - BDT.0.2 per kWh (For Gas Fueloperation)
Operation and Maintenane cost - BDT.0.3 per kWh (For HSD operation)
Discount rate on capital investment - 12%

Example of FinancialAnalysis for Fuelcost and O&M Cost:

Pogas = Total Net output alGenerator Step-up transformer HT terminals at


Site Conditionin kW for gas operation
Po HSD ::: Total Net output at Generator Step-up transformer HT terminals
at Site Condition in kW for HSD operation

EPo ::: Annual generated energy at Step-up transformer HT terminals at


Site Condition in Kwh
= Pgas x 24 x 365 x 0.4Kwh (CC Plant running on Gas fuel at PLF
of 40%)
= P HSD x 24 x 365 x 0.4 Kwh (CC Plant running on HSD at PLF of
0

40%)
H = Average weighted heat rate of generating unit
(100%, 75% and 50% load at Site Condition) in KJ I kWH
= H100'1' x 0.4 + H1s% x 0.3 + Hso% x 0.3 KJ per Kwh

CC Plant running on Gas Fuel:


He = Annual heat consumption
= H x EPo gas in KJ
Fuel Calorific Value (LHV) of Gas fc = 35,350 kJ/Nm3
Annualfuel consumption =He/ fc, Nm3 = Fa
FAc = Annual fuel cost = Tk 5.90 x Fa
C0 = Annual operating and maintenance cost = Tk 0.20 x EP 0

d (Discount rate) = 12% per annum


CC Plant running on HSD:
He = Annual heat consumption
= H x EPo Hso in KJ
Fuel Calorific Value fc = 33,360 kJ/litre
Annual fuel consumption =He/ fc . Liters = Fa
FAc = .''l.nnua!fuel cost = Tk 44 x Fa
Ca = Annual operating and maintenance cost = Tk 0.30 x EPo Hso
d (Discount rate) =12% per annum

Tab le: (Gas)


Year Fuel· : O&M Cosiper::- Discounted Fu Iand O&M .,
, . Cost : , . ·year In . ;: .·:s. cs.t j)er .Year
' ;" .
..
> '
_.. .. .,:_- n . ....=..···.,·,·. .·.·.·.·"· ' T );,'.'.
I;IK::I .·1
.·: i,., In Taka ...
• : i.,·
'
· : ' ,t ,.i
,;
.,; ·
,::·
1. Fae Ca (Fac+Ca)/(1+d)
2. 2
Fae Ca (Fac+Ca)/(1+d)
3. Fae Ca (Fac+Ca)/( 1+d)3
4. 4
Fae Ca (Fac+Ca)/(1+d)
5. Fae Ca (Fac+Ca)/(1+d)5
6. 6
Fae Ca (Fac+Ca)/(1+d)
7.
Fae Ca (Fac+Ca)/( 1+d)7
8. Fae Ca (Fac+Ca)/(1+d)8
9.
Fae Ca (Fac+Ca)/(1+d)9
10. Fae Ca 10
(Fac+Ca)/(1+d)
11. Fae 11
Ca (Fac+Ca)/( 1+d)
12. Fae 12
Ca (Fac+Ca)/(1+d)
Te (Gas) =
=
In -
Ta!<a
Fae

Fae

Te (HSD) =

T2== (T2 gas X 50%) + (T2 HSD X 8%)


G. Contract Award
ITT 69.2 The amount of Performance Security shall be ten (10) percent of the Contract price in
maximum of three currencies of USO, EURO and BANGLADESH TAKA

ITT 76.5 The name and address of the office where complaints to the Employer under Rule 57 are to
be submittedis:

Aitenlion: Executive Director (Engineering)


Address: House-19, Road-18, Sector-9, Uttara, Dhaka-1230

61 IP a g e
Section 3.
General Conditions of Contract
A. General
1. Definitions 1.1 In the Conditions of Contract, which include Particular Conditions
and these General Conditions, the following words and
expressions shall have the meaning hereby assigned lo them.
Boldface type is usedlo identify the defined terms:
(a) Approving Authority means the authority which, in
accordance with the Delegation of Financial powers,
approves the award of Contract for the Procurement of
Goods, Works and SeNices.
(b) Act means The Public Procurement Act, 2006 (Act 24 of
2006).
(c) Adjudicator is the expert appointed jointly by the Employer
and the Contractor to resolve disputes in the first
instance, as provided for in GCC Sub Clause 100.2.
(d) Bill of Quantities (BOO) means the priced and completed Bill
of Quantities forming part of the Contract defined in GCC
Clause 63.
(e) Compensation Events are those defined in GCC Clause
72.
(f) Competent Authority means the authority that gives decision
on specific issues as per delegation of administrative and/or
financialpowers.
(g) Completion Certificate means the Certificate issued by the
Engineer as evidence that the Contractor has executed the
Works and Physical seNices in all respects as per design,
drawing, specifications and Conditions of Contract.
(h) Completi.on Date is the actual date of completion of the
Works and Physical services certified by the Engineer, in
accordance with GCC Clause 83.
(i) Co_ntract means the Contract Agreement ,the Notification of
Award, Tender Submission Letter, these Conditions, the
Specification,the Drawings, the Schedules, the Priced Bill of
Quantities, and the further Documents (if any ) which are
listed in the Contract Agreement or in the Notification of
Award.
0) Contract Agreement means the Agreement entered into
between the Employer and the Contractor, together with
the Contract Documents referredlo therein, including all
attachments , appendices, and all documents incorporated by
reference therein to execute, complete, and maintain the
Works.
(k) Contract Documents means the documents listed in GCC
Clause 6, including any amendments thereto.
(I) Contractor means the Person
Employer for the execution of Works under the Rules and the
Act as staled in the PCC.
(m) Contract Price is the price stated in the Notification of
Award (FormPW7-7) and as specified in the GCC Sub
Clause 62.1 and, thereafter as adjusled in accordance with the
provisions of the Contract.
(n) Contractor's Tender is the completed Tender Document
including the priced Bill of Quantities and the Schedules
submitted by the Contractor to the Employer.
(o) Cost means all expenditures reasonably incurred or to be
incurred by the Contractor, whether on or off the Site,
including overhead ,profit, taxes, duties, fees, and such
other similar levies.
(p) Day means calendar day unless otherwise specified as
working days.
(q) Dayworks means work carried out following the
instructions of the Employer or the authorised Engineer and
is paid for on the basis of time spent by the Contractor's
workers and equipment at the rates specified
in the Schedules, in addition to payments for associated
Materials and Plant.
(r) Defect is any part of the Works not completed in
accordance with the Contract.
(s) Defects Correction Certificate is the certificate issued by
the Engineer upon correction of defects by the Contractor.
(t) Defects Liability Period is the period specified in the PCC
and calculated from t he Completion Dale.
(u) Drawings include calculations and other information provided
in Section 9 or as approved by the Engineer for the execution
and completion of the Contract.
(v) Employer (Procuring Entity) means a Employer having
administrative and financial powers to undertake procurement
of Works and Physical services using public funds and is as
named in the PCC who employs the Contractor to carry out
the Works.
(w) Engineer is the person named in the PCC or any other
competent person appointed by the Employer and notified to
the Contractor who is responsible for supervising the
exec ution and completion of the Works and Physical
services and administering the Contract.
(x) Equipment is the Contractor's apparatus, machinery, vehicles and other things required
for the execution and completion of the Works and remedying any defects excluding
Temporary Works and the Employer's Equipment (if any ), Plant, Materials and any other
things to form or forming part of the Permanent Works.
(y) Force Majeure means an event or situation beyond the
control of the Contractor that is not foreseeable, is
unavoidable, and its origins not due to negligence or lack

63 IP n g e
of care on the part of the Contractor; such events may
include, but not be limited to, acts of the Government in its
sovereign capacity, wars or revolutions, fires, floods,
epidemics, quarantine restrictions, and freight embargoes or
more as included in GCC Clause 88.;
(z) GCC means the General Conditions of Contract.
(aa) Government means the Government of the People's
Republic of Bangladesh.
(bb) Goods mean the Contractor's Equipment, Materials, Plani
and Temporary Works, or any of them as appropriate.
(cc) "Head of the Procuring Entity" means the Secretary of a
Ministry or a Division, the Head of a Government
Department or Directorate; or the Chief Executive, by
whatever designation called, of a local Government agency,
an autonomous or semi-autonomous body or a corporation,
or a corporate body established under the Companies Act;
(dd) Intended Completion Date is the date calculated from the
Commencement Date as specified in the PCC, on which it
is intended that the Contractor shall complete the Works
and Physical services as specified in the Contract and may be
revised only by the Engineer by issuing an extension of time
or an acceleration order.
(ee) Materials means things of all kinds other than Plant intended
to form or forming part of the Permanent Works, including
the supply-only materials, if any, to be supplied by the
Contractor under the Contract.
(ff) Month means calendar month.
(gg) Original Contract Price is the Contract Price stated in the
Employer's Notification of Award and further clearly
determined in the PCC.
{hh) Permanent works means the permanent works to be executed
by the Contractor under the Contract.
(ii) PCC means the Particular Conditions of Contract.
(jj) Plant means the apparatus, machinery and other equipment
intended to form or forming part of the Permanent Works,
including vehicles purchased for the Employer and relating to
the construction of the Works and Physical services.
(kk) Provisional Sums means amounts of money specified by the
Employer in the Bill of Quantities which shall be used, at its
discretion, for payments to Nominated Subcontractor(s) and
for meeting other essential expenditures under the Contract
pursuant to GCC Sub Clause 80.
(mm) Schedules means the docurnent(s) entitled schedules,
completed by the Contractor and submitted with the
Tender Submission Letter, as included in the Contract.
Such document may include the data, lists and schedules
of rates and/or prices.
(nn) Site means the places where t he Permanent Works are to
be executed including storage and working areas and to
which Pla nt and Materials are to be delivered, and any
other places as may be specified in the PCC as for ming
part of the Site.
(oo) Site Investigation Reports are those that were included
in the Tender Docume nt and are factual and interpretative
reports about the surface and subsurface conditions at the
Sie.
(pp) Specification means the Specification of the Wo rks
included in the Contract and any modifications or additio ns
to the specificat ions made or approved by the Engineer in
accordance with the Contract.
(qq) Start Date is the dale defined in the PCC and it is the
last date when the Contractor shall commence execution
of the Works under the Contract.
(rr) Subcontractor means a person or corporate body, who
has a contract with the Contractor to carry out a part of the
work in the Contract,which includes work on the Site.
(ss) Taking-Over means a certificate issued by the Fmployer
under GCC Clause 84.
(It) Temporary Works means all temporary works of every
kind other than Contractor's Equipment required on the
Site for the execution and completion of the Permanent
Works and remedying of any defects.
(uu) Variation means any change to the Works directly
procured from the original Contractor under some specific
conditions and circumstances following approved
procedures, which is instructed as a Variation under GCC
Clause 65 by the Engineer that varies the Works.
(w) Works means all works associated with t he construction,
reconstruction, site preparation, demolition, repair,
mainlenanee or renovation of railways, roads, highways, or
a building,an infrastructure or structure or an installation or
any construction work relating to excavation, installation of
equipment and materials , decoration, as well as physical
services ancillary to works as detailed in the PCC, if the
value of those services does not exceed that of the Works
themselves.
(ww) Writing means communication written by hand or machine
duly signed and includes properly authenticated messages
by facsimile or electronic mail.
2.1
Contract. Words have their normal meaning under the language
of the Contract unless specifically defined.

2.2 Entire Agreement


The Contract constitutes the entire agreement between the
Employer and the Contractor and supersedes all
communications, negotiations and agreements (whether written
or verbal) of parties with respect thereto made prior to the date
of Contract Agreement; except those stated under GCC Sub
Clause 6.1U).

2.3 Non waiver


(a) Subject to GCC Sub Clause 2.3(b), no relaxation,
forbearance , delay, or indulgence by either party in
enforcing any of the terms and conditions of the Contract
or the granting of time by either party to the other shall
prejudice, affect, or restrict the rights of that party under
the Contract, neither shall any waiver by either party of any
breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.

(b) Any waiver of a party's rights, powers, or remedies under


the Contract must be in writing, dated, and signed by an
authorized representative of the party granting such waiver,
and must specify the right and the extent to which it is
being waived.

2.4 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity or
unenforceability shall not affect the validity or enforceability of
any other provisions and conditions of the Contract.

2.5 Sectionalcompletion
If sectiona lcompletion is specified in the PCC, references in the
GCC to the Works, the Completion Date, and the Intended
Completion Date apply to any section of the Works (other than
references to the Completion Date and Intended Completion
Date for the whole of the Works).

3. Communications 3.1 Communications between Parties such as notice, request or


and Notices consent required or permitted to be given or made by one party
to the other pursuant to the Contract shall be in writing to the
addresses specified inthe PCC.

3.2 A notice shall be effectiv e when delivered or on the notice's


effective date, whichever is later.

3.3 A Party may change its address for notice hereunder by giv ing
the other Party notice of such change to the address.

4. Governing Law 4.1 The Contract shall be governed by and inteUJfQ'§,lll


accordance with the laws of the People's i;or.......:
Bangladesh.

5. Governing 5.1 The Contract shall be written in English. All correspondences


Language and documents relating to the Contract may be written in
English. Supporting documents and printed literature that are
part of the Contract may be in another language, provided they
are accompanied by an accurate translation of the relevant
passages in English, in which case, for purposes of
interpretation of the Contract, such translation shall govern.

5.2 The Contractor shall bear all costs of translationlo the governing
la nguage and all risks of the accuracy of such translation.

6.Documents 6.1 The following documents forming the Contract shall be


Forming the interpreted in the following order of priority:
Contract and
(a) the signed Contract Agreement (Form PW7-8);
Priority of
Documents (b) the Notification of Award (PW7-7);
(c) the completed Tender and the Appendix to the Tender;
(d) the Particular Conditions of Contract;
(e) the General Conditions of Contract;
(f) the Technical Specifications;
(g) the General Specifications;
(h) the Drawings;
(i) the priced Bill of Quantities and the Schedules; and
(j) any other document listed in the PCC forming part of the
Contract.

7. Contract 7.1 The parties shall enter into a Contract Agree ment within twenty
Agreement eight (28) days from the date of issuance of the Notification of
Award (NOA). The costs of stamp duties and similar charges, if
any. designated by the applicable law in connection with entry
into the Contract Agreement, shall be borne by the Employer.

8. Assignment 8.1 Neither the Contractor nor the Employer shall assign,in whole or
in part, its obligations under the Contract; except with the
Employer's prior writt en approval.

9. Eligibility 9.1 The Contractor and its Subcontractor(s) shall not have the
national ty of a country other than that specified in the PCC.

9.2 All materials, equipment , plant, and supp lies used by the
Contractor inboth permanent and temporary works and services
supplied under the Contract shall have their origin in the
countries except any specified in the PCC.

10. Gratuities I 10.1 No fees, gratuities, rebates, gifts, commissions or other


Agency fees payments, other than those included in the Contract, shall be
given or received in connection with the procurement process or
in the Contract execution.

671 1"' g c
11.Confidential 11.1 The Employer and the Contractor shall keep confidential and shall
Details not, without the written consent of the other party hereto, divulge
to any third party any documents, data, or other
information furnished directly or indirectly by the other party hereto in
connection with the Contract, whether such information has been
furnished prior to, during or following completion or termination of
the Contract. Notwithstanding the above, the Contractor may
furnish to its Subcontractor such documents, data, and other
information it receives from the Employer to the extent required for
the Subcontractor to perform its work under the Contract, in which
event the Contractor shall obtain from such Subcontractor an
undertaking of confidentiality similar to that imposed on the
Contractor under GCC Clause 11.

11.2 The Employer shall not use such documents , data, and other
information received from the Contractor for any purposes
unrelatedlo the Contract. Similarly , the Contractor shallnot use such
documents, data, and other information received from the Employer
for any purpose other than the design, const ruction, or other work
and services required for the performance of the Contract.

11.3 The obligations of a party under GCC Sub Clauses 11.1 and
11.2 above, however, shall not apply to informat ion that: the
Employer or Contractor needs to share with institutions
participating in the financing of the Contract; now or hereafter
enters the public domain through no fault of that party; can be
proven to have been possessed by that party at the time of
disclos ure and which was not previously obtained, directly or
indirectly, from the other party; or otherwise lawfully becomes
available to that party from a third party that has no obligation of
confidentiality.

11.4 The above provisions of GCC Clause 11 shall not in any way
modify any undertaking of confidentiality given by either of the
parties hereto prior to the date of the Contract in respect of the
Works or any part thereof.

11.5 The provisions of GCC Clause 11 shall survive completion or


termination, for whatever reason.

12.1 If the Contractor is a Joint Venture, Consortium, or Assoc iation


(JVCA ),
12. Joint Venture, (a) each partner of the JV shall be jointly and severally liable
Consortium or for all liabilities and ethical or legal obligations to the
Association Employer for the performance of the Contract;
(JVCA)
(b) the JV partners shall nominate a representative who shall
have the authority to conduct all business including the
receipt of payments for and on behalf of all partners of the
JV; .
behalf of all partners and, if the complaint lodged is proven,
the penalty shall be applicable on that lone partner as
whatever penalty all the partners would have received.
(d) the JV shall notify the Employer of its composition and
legal status which shall not be altered without the prior
approval of the Employer.
(e) alteration of partners shall only be allowed if any of the
partners is found to be incompetent or has any serious
difficulties which may impact the overall implementation of
the Works, whereby the incoming partner shall require to
posses qualifications equal to or higher than that of the
outgoing partner.
(f) if any of the partners of JV has been debarred from
participating in any procurement activity due to corrupt,
fraudulent, collusive or coercive practices, that JV partner
shall be altered following provisions under GCC Sub
Clause 12.1(d) and (e),while in case the Leading Partner
has been debarred due to the same reasons slated herein
the Contract shall be terminated as stated under GCC Sub
Clause 95.1(b).
13. Possession of 13.1 The Employer shall give possession of the Si e or part(s) of the
the Site Sile, to the Contractor on the date(s) stated in the PCC. If
possession of a part of the Site is not given by the date stated in
the PCC, the Employer will be deemed to have delayed the start
of the relevant act ivities, and this will be a Compensation Event
as stated under GCC Sub Clause 72.1(a).
14. Access to the 14.1 The Contractor shall allow the Engineer and any person
Site authorised by the Engineer access to the Site and to any place
where work in connection with the Contract is being carried out
or is intended to be carried out.

15. Employer's 15.1 The Employer shall pay the Contracto r, in consideration of the
Responsibilities satisfactory progress of execution and completion of the Works
and Physical services, and the remedying of defects therein, the
Contract price or such other sum as may become payable under
the provisions of the Contract at the times and in the manner
prescribed by the Contract Agreement.
15.2 The Employer shall make its best effort to guide and assist the
Contractor in obtaining, if required, any permit, licence, and
approvals from local public authorities for the purpose of
execution of the Works and Physical services under the
Contract.

16. Approvalof the 16.1 The Contractor shall submit Specifications and Drawings
Contractor's show ing the proposed Temporary Works to the Engineer, who
Temporary is to approve them, if they comply with the Specifications and
Works Drawings.
16.2 The Contractor shall be responsible for design of Temporary
Works.
16.3 All Drawings prepared by the Contractor for the execution of
the Temporary or Permanent Works, are subject to prior

69 IP a g c
approvalby the Engineer bfore their use.
16.4 The Engineer's approval shall not alter the Contractor's
responsibility for design of the Temporary Works .
16.5 The Contractor shall obtain approval of third parties to the
design of the Temporary Works, where required.

17. Contractor's 17.1 The Contractor shall execute and complete the Works and remedy
Responsibilitie any defects therein in conformity in all respects with the provisions of
s the Contract Agreement.

18. Taxes and 18.1 The Contractor shall be entirely responsible for all kinds of taxes,
Duties duties, fees, levies, and such other charges to be paid under the
Applicable Law imposed inside and outside Bangladesh.
19_ 1 The Contractor shall employ the key personnel named in t he
Schedule of Key Personnel, as referred to in the PCC,lo carry out
19. Contractor's
the functions stated in the Schedule or other personnel
Personnel
approved by the Engineer.
19_2 The Engineer will approve any proposed replacement of key
personnel only if their relevant qualifications and abilities are
equal to or higher than those of the personnel named in the
Schedule.
19.3 If the Engineer asks the Contractor to remove a particular
person who is a member of the Contractor's staff or work force
from the Site, he or she shall state the reasons, and the
Contractor shall ensure that the person leaves the Site within
three (3) days and has no further connection with the work in the
Contract.
20. Subcontracting 20.1 Subcontracting the whole of the Works by the Contractor shall
not be permissible. The Contractor shall be responsible for the
acts or defaults of any Subcontractor, his or her agents or
employees, as if they were the acts or defaults of the
Contractor.
20.2 The Contractor shall not be required to obtain consent from the
Engineer, for suppliers solely of Materials or to a subcontract for
which the Specialist Subcontractor(s) is already named in the
Contract.

20.3 The prior consent, in writing,of the Engineer shall however be


obtained for other proposed Subcontractor(s).

21. Nominated 21.1 Nominated Subcontractor named in the Contract shall be


Subcontra ctor entitled to execute the specific components of the Works stated
in the PCC.
21.2 The Contractor shall not be under obligations to employ a
Nominated Subcontractor against whom the Contractor raises
reasonable objection by notice to the Engineer as soon as
practicable, with supporting particulars while there are reasons to
believe that the Subcontractor does not have suffic· :::=;::
competenc, reso rces or financial strength, or ./
accept to indemnify the Contractor against anp,
/.J \IARKITTtDIVISION
7
P Jr Bid(2) $.
·. -.* CHtN
---=,..;:..;:..;....,,:-:::;;---
negligence or misuse of Goods by the nominated
Subcontractor,or does not accept to enter into a subcontract
which specifies that, for the subcontracted work including
design,if any, the Nominated Subcontractor shall undertake to
the Contractor such obligations and liabilities as will enable the
contractor to discharge his or herliabilities under the Contract.
21.3 Subcontracting shall in no event relieve the Contractor from
any of its obligations, duties,responsibilities, or liability under
the Contract and all Subcontractors shall comply with the
provisions of GCC Clause 38.
22. Other 22.1 The Contractor shall cooperate and share the Site with other
Contractors Contractors, public authorities, utilities, the Engineer and the
Employer between the dales given in the Schedule of other
Contractors. The Contractor shall also provide facilities and
services for them as described in the Schedule. The
Employer may modify the Schedule of other Contractors, and
shallnotify the Contractor of any such modification.
23. Engineer's 23.1 Except where otherwise specifically stated in the PCC, the
Decisions Engineer will decide Contractual matters between the
Employer and the Contractor in its role as representative of
the Employer.

24. Delegation 24.1 The Engineer may delegate any of his duties and
responsibilities to his representative, after notifying the
Contractor , and may cancel any delegation, without
retroactivity, after notifying the Contractor.

24.2 Any communications to the. Contractor in accordance with


such delegation shall have the same effect as if it was given
by the Engineer.

25. Instruct ons 25.1 The Contractor shall carry out all instructions of the Engineer
that comply with the applicable law.
26. Queries about 26.1 The Engineer, on behalf of the Employer, will clarify queries
the Contract on the Conditions of Contract.
conditions
27.Safety, 27.1 The Contractor shall throughout t he execution and completion
Security and of the Works and the remedying of any defects therein:
Protection of (a) take all reasonable steps to safeguard the health and
the safety of all workers working on the Site and other
Environment persons entitled to be on ii, and to keep the Site in an
orderly state;
(b) provide and maintain at the Contractor's own cost all
lights, guards, fencing , warning signs and watching for
the protection of the Works or for the safety on-site; and
(c) take all reasonable steps to protect the environment on
and off the Site and to avoid damage or nuisance to
persons or to property of the public or others resulting
from pollution, noise or other causes arising as a
consequence of the Contractors methods of operation.

71 I P H g c
28. Working Hours 28.1 The Contractor shall not perform any work on the Site on the
weekly holidays, or during the night or outside the normal
working hours, or on any religious or public holiday, without
1he prior written approval of the Engineer.
29. Welfare of 29.1 The Contractor shall comply with all the relevant labour Laws
Laborers applicable to the Contractor's personnel relating to their
employment, health, safely, welfare, immigration and shall
allow them all their legal rights.
29.2 The Contractor, in particular, shall provide proper
accommodation to his or her labourers and arrange proper
water supply, conservancy and sanitation arrangements al the
site for all necessary hygienic requirements and for the
prevention of epidemics in accordance with relevant
regulations, rules and orders of the government.

29.3 The Contractor, further in particular, shall pay reasonable


wages to his or her labourers, and pay them in time. In the
event of delay in payment the Employer may effect payments
lo the labourers and recover the cost from the Contractor.

29.4 The Contractor shall appoint an accident prevention officer at


the Site, responsible for maintaining safety and protection
against accidents. This person shall be qualified for this
responsibility, and shall have the authority to issue instructions
and take appropriate protective measures to prevent accidents
that could result in injury. Throughout the execution of the
Works, the Contractor shall provide whatever is required by
this person to exercise this responsibility and authority.

30. Child Labor 30.1 The Contractor shall not employ any child to perform any work
that is economically exploitative; or is likely to be hazardous
to, or to interfere with,the child's education, or to be harmful to
the child's health or physical,mental,spiritual, moral, or social
development in compliance with the applicable laws and other
relevant treaties ratified by the government.

31.Fossils 31.1 All fossils, coins, articles of value or antiquity, and structures
and other remains or items of geological or archaeological
interest found on the Site shall be placed under the care and
authority of the Employer. The Contractor shall take
reasonable precautions to prevent Contractor's Personnel or
other persons from removing or damaging any of these
findings.
31.2 The Contractor shall, upon discovery of any such finding,
promptly give notice to the Engineer, who shall issue instructions
for dealing with it. If the Contractor suffers delay
and/or incurs cost from complying with the instructions, the
Contractor shall give a further notice to the Engineer and
shall be entitled subject to Claims under GCC Clause 99 to:
(a) an extension of time for any such delay, if completion is or
will be delayed, under GCC Clause 45, and
(b) payment of any such cost, which shall be included in the
Contract Price.

32. Employer's 32.1 The Employer carries the risks that the Contract states are
and Employer's risks and the Contractor carries the risks that the
Contractor's Contract states are Contractor's risks.
Risks

33. Employer's 33.1 From the Start Date until the Defects Correction Certificate
Risks has been issued, the following are Employer's risks:
the risk of personal injury, death, or loss of or damage to property
(excluding the Works, Plant, Mat erials, and Equipment), which are due
to
i. use or occupation of the Site by the Works or for
the purpose of the Works, which is the unavoidable
result of the Works or
ii. negligence, breach of statutory duty, or interference
with any legal right by the Employer or by any
person employed by or Contracted to him except
the Contractor.
the risk of damage to the Works, Plant, Materials, and Equipment to the
extent that it is due to a fault of the Employer or in the Employer's design,
or due to war or radioactive contamination directly affecting the
country where the Works are to be executed.

33.2 From the Completion Date until the Defects Correction


Certificate has been issued, the risk of loss of or damage to the
Works, Plant, and Materials is Employer's risk, except loss or
damage due to:
(a) a Defect which existed on the Completion Date;
(b) an event occurring before the Completion Date, which
was not itself Employer's risk; or
(c) the activities of the Contractor on the Site after the
Completion Date.

34.Contractor's 34.1 From the Start Date until the Defects Correction Certificate has
Risks been issued the risks of personal injury, death, and loss of or
damage to property including without limitation, the Works, Plant,
Materials, and Equipment, which are not Employer's risks are
Contractor's risks.
Employer by the Contractor herein shall
remain vested in the Contractor,or, if they
are furnished to the Employer directly or
through the Contractor by any third party,
including Suppliers of materials, the copyright
in such materials shall remain vested in
such third party.
35.2 The Contractor shall not, except for the purposes of
performing the obligations under the Contract, without the
written permission or the Employer disclose or make use or
any specificat ion, plan, design and drawing, pattern, sample
or information furnished by or on behalf of the Employer.

36. Limitation of 36.1 Except in cases of criminal negligence or wilful misconduct:


Liability
(a) the Contractor shall not be liable to the Employer,
whether in Contract, tort, or otherwise, for any indirect
or consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided
that this exclusion shall not apply to any obligation of
the Contractor lo pay liquidated damages to the
Employer; and
(b) the aggregate liability of the Contractor to the
Employer, whether under the Contract, in tori or
otherwise, shall not exceed the total Contract Price,
provided that this limitation shall not apply to the cost of
repairing or replacing defective Works, or to any
obligation of the Contractor to indemnify the Employer
with respect to patent infringement.

37. Insurance 37.1 The Contractor shall provide, in the joint names of the
Employer and the Contractor, insurance cover from the Start
Date to the end of the Defects Liability Period, in the amounts
and deductibles specified in.the PCC for the following events
which are due to the Contractor's risks:
(a) loss of or damage to the Works, Plant, and Materials;
(b) loss of or damage to Equipment;
(c) loss of or damage to property (except the Works, Plant,
Materials, and Equipment) in connection with the
Contract; and
(d) personal injury or death.
37.2 The Contractor shall deliver policies and certificates of
insurancelo the Engineer, for the Engineer's approval,before
the Start Dale. All such insurances shall provide tor
compensation to be payable in the types and proportions of
currencies required to rectify the loss or damage incurred.
37.4 Alterations to the terms of insurance shall not be made without
the approvalof the Engineer.
37.5 Both parties shall comply with conditions of the insurance
policies.

38. Management 38.1 Either the Engineer or the Contractor may require the otherlo
and Progress attend a management and progress meeting. The business of
Meetings such meeting shall be to review the progress and plans for
remaining work and to deal with matters raised in accordance
with the early warning procedure.

38.2 The Engineer shall record the business of the meetings and
provide copies of the record to those attending the meeting
and to the Employer. The responsibility of the parties for
actions to be taken shall be decided by the Engineer either al
the management and progress meeting or after lhe meeting,
and staled inwriting to all concerned.

39.Corrupt, 39.1 The Government requires that Employer, as well as the


Fraudulent, Contractor shall observe the highest standard of ethics during
Collusive or the implementation of procurement proceedings and the
Coercive execution of the Contract under the Contract.
Practices

39.2 The Government requires that Employer, as well as the


Contractor shall, during the Procurement proceedings and t he
execution of the Contract under public funds,ensure-
(a) strict compliance with the provisions of Section 64 of the
Public Procurement Act, 2006;
(b) abiding by the code of ethics as mentioned in the
Ru1e127 of the Public Procurement Rules, 2008;
(c) that neither it, nor any other member of its staff, or any
other agents or intermediaries working on its behalf
engages in any such practice as detailed in GCC Sub
Clause 39.3.

39.3 For the purposes of GCC Sub Clause 39.2, the


terms set forth below as follows:
(a) "corrupt practice" means offering, giving or promising
to give, receiving, or soliciting either directly or indirectly,
to any officer or employee of a Employer or other public
or private authority or individual, a gratuity in any form;
employment or any other thing or service of value as an
inducement with respect to an act or decision or method
followed by a Employer in connection with a Procurement
proceeding or Contract execution;
(b) "fraudulent practice" means the
misrepresentation or omission of facts in
order to influence a decision to be taken
in a Procurement proceeding or Contract
execution;

75 IP n g e
(c) "collusive practice" means a scheme .or arrangement
between two (2) or more Persons, with or without the
knowledge of the Employer, that is designed to arbitrarily
reduce the number of Tenders submilted or fix Tender
prices at artificial,non-competitive levels, thereby denying
a Employer the benefits of competitive price arising from
genuine and open competition; or
(d) "coercive practice" means harming or threatening to harm,
directly or indirectly, Persons or their property to
influence a decision to be taken in the Procurement
proceeding or the execution of the Contract, and this will
include creating obstructions in the normal submission
process used for Tenders.

39.4 Should any corrupt, fraudulen!, collusive or coercive practice


of any kind come to the knowledge of the Employer, it will, in
the first place, allow the Contractor to provide an explanation
and shall, take actions only when a satisfactory explanation is
not received.. Such decision and the reasons thereof, shall be
recorded in 1he record of the procurement proceedings and
promptly communicated to the Contractor. Any
communications between the Contractor and the Employer
related to matters of alleged fraud or corruption shall be in
writing.

39.5 fI corrupt, fraudulent, collusive or coercive practices of any


kind determined by the Employer against the Contractor
alleged to have carried out such practices, the Employer will :
(a) exclude the Contractor from further participation in the
particular Procurement proceeding; or
(b) declare, at its discretion, the Contractor to be ineligible to
participate in further Procurement proceedings, either
indefinitely or for a specific period of time.

39.6 The Contractor shall be aware of the provisions on corruption,


lence, collusion and coercion in Section 64 of the Public
fraudu
Procurement Act, 2006 and Rule 127 of the Public
Procurement Rules, 2008.

B. Time Control
40. Commencement 40.1 Except otherwise specified in the PCC , the Commencement
of Works Date shall be the date at which the following precedent
conditions have all been fulfilled and the Engineer's instruction
recording the agreement of both Parties on such fulfilment and
instructing to commence the Works is received by the
Contractor:
(a) signing of the Contract Agreement by both parties upon
approva lof the by relevant authorities;
(c) receipt by the Contractor of the Advance
Payment under GCC Clause 78 provided
that the correspondent Bank Guarantee
has been delivered by the Contractor.
40.2 If the Engineer's instruction is not received by t he Contractor
within one hundred eighty (180) days from the dale of signing
of the Contract Agreement. the Contractor shall be entitled to
terminate the Contract under GCC Sub Clause 93.1.
40.3 The Contractor shall commence the execution of the Works as
soon as is reasonably practicable by the Start Date as
specified in the GCC Sub Clause 1.1(pp) after the
Commencement Date, and shall then proceed with the Works
with due expedilion and without delay.
41. .
Completi 41.1 The Contractor shall carry out the Works in accordance w ith
on of ihe Programme of Works submitted by the Contractor and as
Works updated wit h the approval of the Engineer as stated under
GCC Clause 42 to complete them in all respects by the
Intended Completion Date.
42.1 Within the time staled in the PCC, the Contractor shall
42. Programme of submit lo the Engineer for approval a Programme of Works
Works showing the general methods, arrangements, order, and
timing for all the activities in the Works.The programme may
be in the form of an Implementation Schedule prepared in
any software or other form acceptable to the Engineer.
42.2 The Contractor shall submit to the Engineer for approval of an
updated Programme at intervals no longer than the period
stated in the PCC. An update of the Programme shall be a
Programme showing the actual progress achieved on each
activity and the effect of the progress achieved on the timing
of the remaining work, including any changes to the sequence.
of the activities.
42.3 If the Contractor does not submit an updated Programme of
Works at the intervals stated in the PCC, the Engineer may
withhold an amount as slated in the PCC from the next
payment certificate and continuelo withhold this amount until
the next due payment after the date on which the overdue
Programme of Works has been submitted.
42.4 The Engineer's approval of the Programme of Works shall not
alter the Contractor's obligations. The Contractor may revise
the Programme and submit it to the Engineer again at any
time for approval. A revised Programme shall show the effect
of Varialions and Compensation Events.
43.1 The Contractor shall maintain Pro Raia progress of the Works.
43. Pro Rata Progress to be achieved shall be pursuant to GCC Clause 42
Progress and shall be determined in terms of the value of the works
done.
43.2

77 P a g c
44. Early Warni ng 44.1 If al any time during performance of the Contract, the
Contractor or its Subcontractors should encounter events,
circumstances, conditions that may adversely affect the
quality of the work, increase the original Contract Price or
delay the execution of the Works, the Contractor shall
promptly notify the Engineer in writing of the delay, its likely
duration, and its cause. As soon as practicable after receipt of
the Contractor's notice, the Engineer shall evaluate the
situation, and the Contractor shall cooperate with the Engineer
in making and considering proposals for how the effect of
such an event or circumstance can be avoided or reduced.

44.2 The Engineer may require the Contractor to provide an


estimate of the expected effect of the future event or
circumstance on the original Contract price and Completion
Date. The Contractor shall provide the estimate and the
Engineer shall further proceed as soon as reasonably
possible.

45. Extension of 45.1 The Contractor shall be entitled to an extens ion of the
Intended Intended Completion Dale, if and to the extent that completion
Completion of the Works or any part thereof is or will be delayed by
Date Compensation Events or a Variation or Extra Work Order.

45.2 fI the Contractor considers itself to be entitled to an extension


of the Intended Completion Date as stated under GCC Sub
Clause 45.1, the Contractor shall give notice, not later than
twenty eight (28) days after the Contractor became aware or
should have become aware of the event or circumstance, to
the Engineer pursuant to GCC Sub Clause 99.1.

45.3 The Employer shall decide whether and by how much to


extend t he Intended Completion Date within twenty-one (21)
days of the Contractor asking the Engineer for a decision
upon the effect of a Compensation Event or Variation and
submitting full supporting information. If the Contractor has
failed to give early warning of a delay or has failed to
cooperate in dealing with a delay, the delay by this failure
shall not be considered in assessing the extension of Intended
Completion Date.

45.4 The Employer may extend the Intended Completion Date


by twenty (20) percent of the original Contract time as staled
under GCC Sub Clause 45.1, if a Compensation Event occurs
or a Variation Order is issued which does not make it possible
to complete the Works by the Intended Completion Date
without incurring additional cost.

45.5 In the case an extension of the Intended Completion Date


required under GCC Sub Clause 45.3 is or w ill be more than
twenty (20) percent of the original Contract time, approval of
the Head of the Procuring Entity for the same shall be
required to be obtained.
46. Delays 46. 1 If the following conditions apply, namely:
Caused by (a) the Contractor has diligently followed the procedures laid
Authorities down by the relevant legally constituted public
authorities,
{b) these public authorities delay or disrupt the Contractor's
work, and
(c) the delay or disruptionwas unforeseeable;
then this delay or disruption will be considered as a cause of
delay under GCC Sub Clause 46.1.
46.2 The Engineer shall notify the Contractor accordingly keeping
the Employer posted.
46.3 Except in case of Force Majeure, as provided under GCC
Clause 88, a delay by the Contractor in the performance of its
Completion obligations shall render t he Contractor liable to the
imposition of Liquidated Damages pursuant to GCC Clause
76, unless an exlension of Intended Completion Date is
agreed upon,pursuant to GCC Clause 45.
46.4 If the Contractor fails to complete the Works by the Intended
Completion Dale or as extended by the Employer or Head of
the Procuring Entity, as the case may be under GCC Sub
Clause 45.4 or 45.5, the Contractor shall be liable to pay
Liquidated Damages to the Employer pursuant to GCC Clause
76.
47.Acceleration 47.1 When the Employer wants the Contraclor to finish the Works
before theIntended Completion Date, the Engineer will obtain
priced proposals for achieving the necessary acceleration
from the Contractor. If the Employer accepts these proposals,
the Intended Completion Date will be advanced accordingly
and confirmed by both the Employer and the Contractor.
47.2 If the Employer accepts the Contractor's priced proposals for
acceleration, they will be incorporated in the Contract Price
and treated as a Variation under GCC Clause 65.

48. Delays 48.1 The Engineer may instruct the Contractor to delay the start or
Ordered by progress of any activity within the Works.
the Engineer
49.1 The Engineer may at any time instruct the Contractor to
49. suspend progress of part or all of the Works. During such
Suspension suspension, the Contractor shall protect, store and secure
of such part or the Works against any deterioration, loss or
Work damage.
49.2 The Engineer may also notify the cause for the suspension. If
and to the extent that the cause is notified and is the
responsibility of the Contractor, the following GCC Clauses
50, 51 and 52 shall not apply.

50.1 If the Con1ractor suffers delay and/or incurs Cost from


complying with the Engineer's instructions under GCC
Clause 48 and/or from resuming the work, the Contractor shall
give notice to the Engineer and shall be entitled subject to

79 1 P n g e
GCC Clause 99 to:
(a) an extension of time for any such delay, if Completion is
or will be delayed,under GCC Clause 44, and
(b) payment of any such cost, which shall be included in the
Contract Price.

50.2 After receiving this notice, the Engineer shall proceed to agree
or determine these matters.

50.3 The Contractor shall not be entitled to any extension of time


for, or to any payment of the cost incurred in, making good the
consequences of the Contractor's faulty design, workmanship
or materials, or of the Contractor's failure to protect, store or
secure in accordance with GCC Clause 49.

51. Payment for 51.1 The Contractor shall be entitled to payment of the value, as at
Plant and the date of suspension, of Plant and/or Materials which have
Materials in not been delivered to Site, if:
Event of (a) the work on Plant or delivery of Plant and/or Materials
Suspension has been suspended for more than twenty (28) days,
and
(b) the Contractor has marked the Plant and/or Materials as
the Employer's property in accordance with the
Engineer's instructions.
52. Prolonged 52.1 If the suspension under GCC Clause 49 has continued for
Suspension more than eighty four (84) days, the Contractor may request
the Engineer's permission to proceed. If the Engineer does
not give permission within twenty eight (28) days after being
requested to do so, the Contractor may, by giving notice to
the Project Manger, treat the suspension as an omission
under GCC Clause 65 of the affected part of the Works. If the
suspension affects the whole of the Works, the Contractor
may give notice of termination pursuant to GCC Clause 93.

53. Resumption of 53.1 After the permission or instruction to proceed is given, the
Work Contractor and the Engineer shall jointly examine the Works
and the Plant and Materials affected by the suspension. The
Contractor shall make good any deterioration or defect in or
loss of the Works or Plant or Materials, which has occurred
during the suspension after receiving from the Engineer an
instruction to this effect under GCC Clause 65.

c. Quality Control
54. Execution of 54.1 The Contractor shall construct, install and carry out the Works
Works and Physicalservices in accorda nce with the Specifications
and Drawings as scheduled in GCC Clause 6.
55. Examination
of Works
before
covering. up
proper advance notice is given by the Engineer.
55.2 No part of the Works shall be covered up or put out of sight
without the approval of the Engineer. The Contractor shall
give notice in writing to the Engineer whenever any such part
of the Works is ready for examination and t he Engineer shall
attend to such examination without unreasonable delay.

56. Identifying 56.1 The Engineer shall check the works executed by the
Defects Contractor and notify the Contractor of any Defects found.
Such checking shall not relieve the Contractor from his or her
obligations. The Engineer may also instruct the Contractor to
search for a Defect andlo uncover and test any work that the
Engineer considers may have a Defect.

57. Testing 57.1 The Cofltractor shall carry out the Testing of works in
accor dance with this Clause after providing the relevant
documents.

57.2 The Contractor shall give to the Engineer not less than
twenty one (21) days' notice of the date after which the
Contractor will be ready to carry out each of the Testing.
Unless otherwise agreed, Testing shall be carried out
within fourteen (14) days after this date, on such day or
days as the Engineer shall instruct.

57.3 In considering the results of the Testing, the Engineer


shall make allowances for the effect of any use of the
Works by the Employer on the performance or other
characteristics of the Works. As soon as the Works have
passed any Testing, the Contractor shall submit a
certified report of the results of these Tests to the
Engineer.

57.4 If the Engineer instructs the Contractor to carry out a test


not specified in the Specification to check whether any
work has a Defect and the test shows thatit does, the
Contractor shall pay for the test and any samples. If
there is no Defect, the test shall be a Compensation
Event.

58. Rejection of 58.1 If, as a resuII of an examination, inspection, measurement or


Works testing, of Works it is found to be defective or otherwise not in
accordance with the Contract, the Engineer may reject the
Works by giving notice to the Contractor, with reasons. The
Contractor shall then promptly make good the defect and
ensure that the rejected Works subsequently complies ·with
the Contract.

59. Remedial 59.1 Notwithstanding any test or certification, the Engineer may
Work instruct the Contractor to:
(a) remove from the Site and replace any Plant or
Materials whichis not in accordance with the Contract,

81 j Pn g e
(b) remove and re-execute any other work which is not in
accordance with the Contract, and
(c) execute any work which is urgently required for the
safety of the Works, whether because of an accident,
unforeseeable event or otherwise.
59.2 The Contractor shall comply with the instruction issued under
GCC Sub Clause 59.1 within a reasonable time, which shall
be specified in the instruction, or immediately if urgency is
specified under GCC Sub Clause 59.1(c).

59.3 If the Contractor fails to comply with the instruction issued


under GCC Sub Clause 59.2, the Employer shall be entitled to
employ and pay other persons to carry out the work. Exceptlo
the extent that the Contractor would have been entitled to
payment for the work ,the Contractor shall be liable to pay all
such costs ar sing from this failure.

60. Correction of 60.1 The Engineer shall issue a Defects Liability Schedule for
Defects correction of Defects within fifty six (56) days from the
Contractor's request for Final Payment stating the scope of
corrections or additions that are necessary.

60.2 The Engineer shall give noticelo the Contractor, with a copy lo
the Employer and others concerned, of any Defects before the
end of the Defects Liability Period, which begins at
Completion Date, and is defined in the PCC.
60.3 Every ime notice of a Defect is given, the Contractor shall
correct the notified Defect within the lengtti of time specified
by the Engineer's notice.
60.4 The Defects Liability Period shall be extended for as long as
Defects remain to be corrected.

60.5 If the corrections or additions scheduled or notified by the


Engineer have been completed by the Contractor, the
Engineer shall issue a Defects Correction Certificate.

61. Uncorrected 61.1 If the Contractor has not corrected a Defect within the time
Defects specified in the Engineer's notice, the Engineer shall assess
the cost of having the Defect corrected by it, and the
Contractor shall remain liable to pay the expenditures incurred
on account of correction of such Defect.

D. Cost Control
62. Contract Price 62.1 The Contract price shall be agreed or determined under GCC Sub
Clause 62.2 and as specified in the PCC.

62.2 The Contractor shall pay all of taxes, duties, fees, levies, and other
charges required to be paid under the Applicable Law under the
Contract pursuant to GCC Clause 18 and the Contract Price shall
not be adjusted for any of these costs except as provided under
the Conditions of the Contract.
63. Bill of
Quantities
the individual items of Works and .Day works. The Employer may
include in the Bill of Quantities the Provision31 Sums for payments
to Nominated Subcontractor(s) and for meeting other expenditures
under the Contract pursuant to GCC Sub Clause 80.

63.2 Except as otherwise stated in the Contract and notwithstanding


any other practice:
(a) measurement shall be made of the net actual quantity of
each item of the Permanent Works , and
(b) the method of measurement shall be in accordance with lhe
Bill of Quantities.

63.3 Items of works quantified in the Bill of Quantities for which no


rates or prices have been quoted shall be deemed covered by
the amounts at rates and prices of other items in the Contract
and shall not be separately paid for.

64. Changes in 64.1 A new rate or price for items included in the Bill of Quantities
the Quantities shall, however, be appropriate for an item of work if:
and Unit Rate (a) the finalmeasured quantity of the work done for any
or Price particular item in the Bill of Quantities is increased
or decreased by more than twenty five (25) percent
from the quantity of this item in the Bill of Quantities;
(b) the cost resulting from such increase or decrease in
quantity of this particular item in the Billof Quantities
multiplied by its specified rate or price is exceeded
by one ( 1) percent of the original Contract price;
(c) this particular item is not specified in the Contract as
a "fixed rate item";
(d) this particular item is not specified in the Contract as
for which no rates or prices have been quoted and
deemed covered by the amounts at rates and prices
of other items in the Bill of Quantities stated under
GCC Sub Clause 63.3; and

64.2 The new rate or price for the particular item of work included in
the Bill of Quantities described under GCC Sub Clause 64.1
shall be adjusted by the Engineer from any relevant rates or
prices within the Contract by taking into consideration the
context and threshold of the Variation Order as stated under
GCC Clause 65.

65. Variations 65.1 The Employer may issue a Variation Order for Procurement of
Works and Physical services from the original Contractor to
cover any increase or decrease in quantities, including the
introduction of new work items that are either due to change of
plans, design or alignment to suit actual field conditions, within
the general scope and physical boundaries of this
Contract .

65.2 The Employer may also issue an Extra Work Order to cover
the introduction of such new works necessary for the
completion, improvement or prolection of the original works
ic_l1 were not included in the original contract, on the
Co;;l/J;

ri·Vzl
• •"•4 _/ \

".Pio,;J ';'.-:i ' --P--


83 j r a g c
grounds where there are subsurface or latent physical
conditions at the site differing materially from those indicated
in the contract, or where there are duly unknown physical
conditions at the site of an unusual nature differing materially
from those usually encountered and generally recognized as
inherent in the work or character provided for in the Contract.

65.3 Variations as defined under GCC Sub Clause 1.1(ti) may be


initiated by the Engineer at any time prior to issuing the
Tak ing-Over certificate for the Works , either by an instructior
or by a request for the Contractor o submit a proposal.

65.4 Va riations may include;


(a) changes to the quantities of any item of work included in
the Bill of Quantities as stated under GCC Sub Clause
64.1; not necessarily however, shall alwc:1ys constitute a
Variation until the algebraic summation of costs resulting
from such increases or decreases in quantities of
changing items included in the Bill of Quantities under
the Contract exceeds one (1) percent of the original
Contract price;
(b) changes to the quality and other characteristics of any
item of work;
(c) changes to the levels, positions and/or dimensions of
any part of the Works;
(d) omission of any work unless it is to be carried out by
others;
(e) any additional work, Plant, Materials or services
necessary for the Permanent Works, including any
associated testing, boreholes and other testing and
exploratory work;or
m changes to the sequence or timing of the execution of
the Works.
65.5 The Contractor, for any Variation or Extra Wok Order, shall
delive r a written notice within seven (7) calendar days of being
aware of the need for the Variation, giving full and detailed
particulars of any extra cost in order that it may be
investigated at that time, and failure to provide such notice
shall constitute a waiver by the Contractor for any subsequent
claim.

65.6 The Contractor shall, under no circumstances, proceed to


commence the works under any Var iation or Extra Work Order
unless it has been approved by the Approving Authority.
65.7 The Head of the Procuring Entity may, in exceptions to the
GCC Sub Clause 65.6, and subject to the availability of funds
and to his or her satisfaction, authorize the immediate start of
work under any Variation or Extra Work Order under any or all
of thE! follow ing conditions -
(a) in the event of an extreme emergency where the
carrying out of the work is required urgently to avoid
causing damage to public services, or damage to life or
property or to both or to the Works itself; or
(b) when time is of the essence provided that,
the cumulat ive increase in value of works under the
Contract not yet duly approved does not exceed ten
(10) percent of the adjusted original Contract price.
ii immediately after the start of work, the corresponding
Variation Order or Extra Work Order shall be
prepared and submitted for approval following due
procedures, and adhering to the lime-line stated
under GCC Sub Clause 65.11.
65.8 Any cumulative Variation Orders or Extra Work Orders beyond
fifteen (15) percent of the original Contract price shall be the
subject of another separate contract to be tendered out
provided that the Works are separable from this Contract.
65.9 For a Variation or Extra Work Order for works justifiab ly
inseparable from this Contract involving a cumulative amount
beyond fifteen (15) percent of the original Contract price, no
work thereon shall be commenced unless the said Variation or
Extra Work Order has been approved by t he Approving
Authority.
65.10 The Contractor shall not make any alteration and/or
modification of the Permanent Works, unless and until the
Engineer instructs or communicates such approvals of a
Variation or Extra work Order.
65.11 The time for processing of a Variation and an Extra Work
Order from its preparation to approval may not exceed thirty
(30) days.
65.12 All Variations and Extra Work Orders under the Contract shall
be included in the updated Programme of Works produced by
the Contractor.
66. Costing of
Variations or
66.1 The Contractor shall provide the Engineer
Extra Orders with a quotation for carrying out the
Variation when requested to do so by the
Engineer. The Engineer shall assess the
quotation, which shall be given within seven
(7) days of the request or within any longer
period stated by the Engineer and before
the Variation or Extra Work Order is ordered.
66.2 Items of works under Variation or Extra work Order are if
exactly the same or similar to those in the Bill of Quantities of
the original Contract, the applicable unit rates or prices of
those work items in the Bill of Quantities of the original
Contract shall be used for costing of those additional work
items.

66.3 For new items of works that are not included in the Bill of
Quantities of the original Contract as stated under GCC Sub
Clause 65.1,the unit rates or prices of those new work items
shall be based on ;
formwork, labor rate, equipment rental, etc) as indicated in the
Contractor's price breakdown of -the cost estimate, if
available; or
(ii) fixed prices acceptable to both the Employer and the
Contractor based on market prices; or
(iii) the direct cost of the new work it ems based on (i) and (ii)
above shall then be combined with the mark-up factor (i.e.
taxes, overheads and profit) used by the Contractor in his or
her Tender to determine the unit rate or price of the new
work item.

66.4 If the Contractor's quotation is found to be unreasonable, the


Engineer may order the Variation and make a change to the
Contract price, which shall be based on the Engineer's own
forecast of the effects of the Variation on the Contractor's
costs.

66.5 If the Engineer decides that the urgency of varying the work
would prevent a quotation being given and considered without
delaying the work, no quotation shall be given and the
Variation shall be treated as a Compensation Event under
GCC Sub Clause 72.
66.6 The Contractor shall not be entitled to additional payment for
costs that could have been avoided by giving early warning
under GCC Sub Clause 44.1.

67. Cash Flow 67.1 When the Programme of Works is updated under GCC Sub
Forecasts Clause 42.2, the Contractor shall provide the Engineer with an
updated cash flow forecast.
68. Payment 68.1 The basis for payment certificates shall be Bill of Quantities
Certificates used to determine the Contract price.

68.2 The Contractor shall submit to the Engineer monthly


statements of the estimated value of the works executed less
the cumulative amount certified previously.

68.3 The Engineer shall check the Contractor's monthly statement


and certify the amount to be paid to the Contractor.

68.4 The value of work executed shall be determined by the


Engineer and shall comprise the value of the items of works
completed as per the unit rates or prices in the Bill of
Quantities including the priced Schedules,if any.

68.5 The value of work executed shall include the valuation of


Variations or Exira Work Orders, Certified Dayworks and
Compensation Events.

68.6 The Engineer may exclude any item certified in a previous


certificate or reduce the proportion of any item previously
certified in any certificate in the light of later information.

68.7
previous payment certificate.

68.8 Tile Engineer may withhold any payment certificates under


the Contract until the Programme of Works has been
submitted by the Contractor as stated under GCC Sub Clause
42.2.

66.9 The Engineer may also withhold the cost of rectification or


replacement untilsuch rectification or replacement has been
completed, if any thing supplied or work done by the
Contractor is not in accordance with the Contract. Further, if
the Contrac or is or was failing to perform any work or
obligation in accordanc·e with the Contract, and had been so
notified by the Engineer earlier, the value of this work or
obligation may be withheld until the work or obligation has
been performed.

69. Payments to 69.1 The Employer shall pay the Contractor the amounts certified
the Contractor by the Engineer within twenty eight (28) days of the dale of
each certificate after due adjustments for deductions for
advance payment s, retention and any other additions or
deductions which may have become due under the Contract
or otherwise, including those under GCC Clause 99.

69.2 Items of works quantified in the Bill of Quantities for which no


rates or prices have been quoted shall be deemed covered by
the amounts at rates and prices of other items in the Contract
os slated under GCC Sub Clause 63.3 and shall under no
circumstances be paid for, by the Employer.

69.3 Payments due to the Contractor in each certificate shall be


made into the Bank Account of t he title of the Contract
specified in the PCC and nominated by the Contractor in the
currency specified in the Contract. ·

70. Delayed 70.1 If the Contractor does not receive payments as stated under
Payment GCC Sub Clause 69.1, the Contractor shall be entitled to
receive financing charges compounded monthly on the
amount unpaid during the period of delay. This period shall be
deemed to commence on the date due for payment specified
in GCC Sub Clause 69.1.

70.2 These financing charges shall be calculated at the annual rate


of interest as specified in the PCC.

70.3 If an amount certified is increased in a subsequent certificate


as a result of an award by an Arbitrator, 1he Contractor shall
be paid interest upon the delayed payment as set out in this
clause. Interest shall be calculated from the date upon which
the increased amount would have been certified in the
absence of dispute.

71. Payments to 71.1 The Contractor shall pay to the Nominated Subcontraclor(s)
Nominated the amounts shown on the Nominated Subcontractor's
Subcontractor invoices approved by the Contractor which the Engineer
certifies to be due in accordance with the subcontract included

87 IP n g e
under the
Contract.
72. Compensation 72.1 The following shall be Compensation Events:
Events (a) The Employer does not give access to or possession of
the Site or part of the Site by the Sile Possession Date
stated in the GCC Sub Clause 13.1;
(b) The Employer modifies the Schedule of other
Contractors in a way that affects the works of the
Contractor under the Contract;
(c) The Engineer orders a delay or does not issue Drawings,
Specifications, or instructions required for execution of
the Works onlime;
(d) The Engineer instructs the Contractor to uncover or to
carry out additional tests upon work , which is then
foundlo have no Defects;
(e) The Engineer unreasonably does not approve a
subcontract to be let, if applicable;
(f) Ground conditions are substantially more adverse than
could reasonably have been assumed before issuance of
the Notification of Award from the information issued to
Tenderers (including the Si e Investigation Reports), from
information available publicly and from a visual
inspection of the Site;
(g) The Engineer gives an instruction for dealing with an
unforeseen condition, caused by the Employer, or
additionalwork required for safety or other reasons;
(h) other Contractors, public authorities, utilities, or the
Employer do not work within the dales and other
constraints stated in the Contract, and they cause delay
or extra cost to the Contractor;
(i) The advance payment is delayed;
(j) The effects on the Contractor of any of the Employer's
Risks;
(k) The Engineer unreasonably delays issuing a Completion
Certificate;
(I) A situation of Force Majeure has occurred, as defined in
GCC Clause 88; and
(m) Other Compensat ion Events described in the Contract or
determined by the Engineer in the PCC shall apply.

72.2 If a Compensation Event would cause additional cost or would


prevent the work being completed before the Intended
Completion Date, the Contract price shall be increased and/or
the Intended Completion Date shall be extended. The
Engineer shall decide whether and by how much the Contract
price shall be increased and whether and by how much the
Intended Completion Date shall be extended, only on
justifiably acceptable grounds duly recorded.
the Contractor's forecast cost, the Engineer shall assess it,
and the Contract price shall be adjusted accordingly. If the
Contractor's forecast is deemed unreasonable, the Engineer
shalt adjust the Contract price based on the Engineer's own
forecast. The Engineer will assume that the Contractor will
react competenlly and promplly to the event.

72.4 The Contractor shall not be entitled to compensation to the


ext ent that the Employer's interests are adversely affected by
the Contractor not having given early warning or not having
cooperated with the Engineer.

73. Adjustments 73.1 Unless otherwise spec ified in the Contract, if between the date
for Changes in twenty-eight (28) days before the submission of Tenders for
Legislation the Contract and the date of the last Completion Certificate ,
any law, regulation, ordinance, order or bylaw having the force
of law is enacted, promulgated, abrogated, or changed in
Bangladesh (which shall be deemed to include any change in
interpretation or application by the competent authorities) that
subsequently affects the Completion Dat e and/or the Contract
price, then such Completion Date and/or Contract price shall
be correspondingly increased or decreased , to the extent that
the Contractor has thereby been affected in the performance
of any of its obligations under the Contract.

73.2 The Engineer shall adjust the Contract Price on the basis of
the change in the amount of taxes, duties, and other levies
payable by the Contractor, provided such changes have not
already been accounted for in the price adjustment as defined
in GCC Clause 74 and/or reflected in the Contract price.

74. Price 74. 1 Prices shall be adjusted for fluct uations in the cost of inputs
Adjustment only if provided for in the PCC. If so provided, the amounts as
certified in each payment certificate, before deducting for
Advance Payment, shall be adjusted by applying the
respective price adjustment factor to the payment amount.
The generic formula indicated below in the form as specified
in the PCC applies:
P= A + B (Im/lo)

where:
P isthe adjustment factor
A and B are Coefficients specified in the PCC,
representing the nonadjustable and adjustable
portions, respectively , of the Contract;and
Im is the Index during the month the work has been
executed and lo is the Index prevailing twenty eight
(28) days prior to the deadline for submission of
Tender.
The Indexes to be used is as published by the Bangladesh
Bureau of Statistics (BBS) on a monthly basis. In case not
available, then other countries or author ities of the sources
mentioned in Appendix to the Tender may be used.

89 IP a g e
74.2 If the value of the Index is changed after it has been used in a
calculation, the calculation shall be corrected and an
adjustment made in the next or in the final payment
certificate. The Index value shall be deemed tolake account
of all changes inprice due to fluctuations.

75. Retention 75.1 The Employer shall retain from each progressive payment
Money due to the Contractor at the percentage specified in the PCC
until completion of the w hole of the Works under the
Contract.
75.2 On completion of the whole of the Works, the first half the
totalamount retained under GCC Sub Clause 75.1 shall be
repaid to the Contractor and the remaining second half after
the Defects Liability Period has passed and the Engineer has
certified in the form of Defects Corrections Certificate as
stated under GCC Sub Clause 60.5 that all Defects notified
by the Engineer to the Contractor before the end of this
period have been corrected.
75.3 On completion of the whole of the Works, the Contractor may
substitute an unconditional Bank Guarantee an
internationa lly reputable Bank which has a correspondent
Bank located in Bangladesh in the format as specified (Form
PW7-11) acceptable to the Employer for the second half of
the retention money as stated under GCC Sub Clause 75.2.
75.4 Deductions of Retention Money shall be applicable in this
Contract, if no advance payment has been made to the
Contractor and in such case. the provisions under GCC Sub
Clauses 79.1and 79.2 shall be applied.
75.5 If the provis ion of Retention Money is not included in this
Contract these Sub Clauses shall not apply except the
relevant ones.

76. Liquidated 76.1 The Contractor shall be liable to pay Liquidated Damages or
Damages in other words the Delay Damages to the Employer at the
rate per day as specified in the PCC for each day of delay
from the Intended Completion Date, for the uncompleted
Works or for any part thereof.

76.2 The total amount of Liquidated Damages shall not exceed


the amount defined in the PCC.

76.3 Once the cumulative amount of Liquidated Damages reaches


ten (10) percent of the Contract price, the Employer may
rescind the Contract, without prejudice to other courses of
action and remedies open to it.

76.4 The amount of Liquidated Damages may be deducted from


any money due or which may become due to the Contractor
under the Contract and/or collect such amount of Liquidated
Damages from the Retention Money (if any) or other
securities posted by the Contractor whichever is convenient
to the Employer.
relieve the Contractor from its obligations.
76.6 If the Intended Completion Date is extended after Liquidated
Damages have been paid, the Engineer shall correct any
overpayment of Liquidated Damages by the Contractor by
adjusting the next payment certificate.

77. Bonus 77.1 The Contractor shall be paid a Bonus calculated at the rate
per calendar day if stated in the PCC for each day (less any
days for which the Contractor is paid for acceleration) that
the Completion of the whole of the Works is earlier than the
Intended Completion Date. The Engineer shall require
certifying that the Works are complete, although they may
not have fallen due to being complete as per approved
updated Programme of Works.

78. Advance 78.1 The Employer shall make advance payment , if so specified
Payment in the PCC, to the Contractor in the amounts and by the
dates specified in the PCC against an Unconditional Bank
Guarantee issued by an internationally reputable Bank which
has a correspondent Bank located in Bangladesh in the
format as specified (Form PW7-10) and acceptable to the
Employer, of an amount equal to the advance payment.

78.2 The Guarantee stated under GCC Sub Clause 78.1 shall
remain effective untilthe advance payment has been repaid
by the Contractor, but the amount of the Guarantee shall be
progressively reduced by the amounts repaid. No interest
will be charged on the advance payment made.

78.3 The Contractor shall use the advance payment only to pay
for Equipment, Plant, Materials, and mobilization expenses
required specifically for execution of the Contract. The
Contractor shall demonstrate that advance payment has
been used for such specific purposes by supplying copies of
invoices or other documents to the Engineer.

78.4 The advance payment shall be repaid by deducting at


proportionate rate from payments otherwise due to the
Contractor, based on percentages of actually completed
Works as specified in the PCC.

78.5 Advance payment or its repayment shall not be taken into


account in assessing Valuation of work done, Variations or
Extra Work Order, Price Adjustments, Compensation Events,
Bonuses or Liquidated Damages.

78.6 If the repayment of advance payment by the Contractor has


not been completed by twenty eight (28) days prior lo the
expiry date of the Guarantee stated under GCC Sub Clause
78.2, the Contractor shall correspondi ngly extend the validity
of the Guarantee for a period so long the advance payment
has been fully repaid.

78.7 If the provision of advance payment is not included in this


Contract these Sub Clauses shall not apply.
79. Performance 79.1 Without limitation to provisions of any of these Sub Clauses,
Security whenever the Engineer determines an addition or a reduction
to the Contract price as a result of change in cost and/or
legislation or a result of Variation or Extra Work Order
amounting to more than fifteen (15) percent of the original
Contract price,the Contractor shall althe Engineer's request
promptly increase, or may decrease, as the case may be, the
amount of the Performance Security furnished at the time of
signing of the Contract Agreement by an equal percentage.

79.2 The Performance Security furnished at the time of signing of


the Contract Agreement or as determined under GCC Sub
Clause 79.1, shall be substituted by a new Security covering
fifty (50) percent of the amount of the Performance Security
to cover the Defects Liability Period.

79.3 The amount of the new Security under GCC Sub Clause 79.1
to be provided by the Contractor shall be calculated based
on the final Contract Price and shall cover twenty eight (28)
days beyond the Defects Liability Period.

79.4 The Employer shall notify the Contractor of any claim made
against the Bank issuing the Performance Security.

79.5 The Employer may claim against the security if any ofthe
following events occurs for fourteen (14) days or more.
(a) The Contractor is in breach of the Contract and the
Employer has duly notified him or her ; and
(b} The Contractor has not paid an amount due to the
Employer and the Employer has duly notified him or
her.

79.6 In the event the Contractor is liable to pay


compensation under the Contract amounting to
the full value of the Performance Security or more,
the Employer may call the full amount of the
Performance Security.

79.7 The Employer shall not make any claim under the
Performance Security, except for amounts to which the
Employer is entitled under the Contract.

79.8 If there is no reason to call the Performance


Security, the Performance Security shall be
discharged by the Employer and returned to the
Contractor not later than twenty-eight
(28) days following the date of issuance of
Defects Correction Certificate of Works by the
Engineer as slated under GCC Sub Clause 60.5 or
80. Provisional as otherwise specified in the Contract.
Sums
80.1 Provisional Sums shall only be used, in whole or in
part, in accordance with the Engineer's instructions
and the Contract price shall be adjusted
accordingly. The total sum paid to the Contractor
shall include only such amounts, for the work,
suppl es or services to which the Provisional Sum
relates, as the Engineer shall have instructed.
81. Dayworks

82. Cost of
Repairs to Loss or Damages

83. Completion

84. Completion Certificate and Taking Over


80.2 Plants, Materials or Services to be purchased by the Contractor under the provisions of GCC Sub
Clau:;c 80.1 from Nominated Subcontrac tor(s) or for meeting the other expenditures under the
Contract, and for which there shall be
included in the Contract price, the actual amounts paid or due to be paid by the Contractor, and a
sum for VAT, profit and overhead charges. as applicable, calculated as a percentage of these
actual amounts by apply ing the relevant percentage rate as specified in the PCC.

80.3 The Contractor shall, when required by the Engineer, produce quotations, invoices, vouchers and
accounts or receipts in substantiation of purchases under GCC Sub Clause 80.2.

81.1 If applicable, the Dayworks rates in the Contractor's Tender shall be used for small additional
amounts of work only when the Engineer has given written instructions in advance for additional
work to be paid for in that way .

81.2 All works to be paid for as Dayworks shall be recorded by the Contractor on forms approved by the
Engineer. Each completed form shall be certified and signed by the Engineer within seven (7) days of
the works being done.

81.3 The Contractor shall be paid for Dayworks subject to obtaining signed Dayworks forms.

81.4 If Dayworks is not included in this Contract these Sub Clauses shall not apply.

82.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date
and the end of the Defects Liability Period shall be remedied by the Contractor at the Contractor's
own cost, if the loss or damage arises from the Contractor's acts or omissions.

E. Completion of the Contract


83.1 The Contractor shall apply by notice to the Engineer for issuing a Completion Certificate of the
Works, and the Engineer shall do so upon deciding that the work is completed.

84.1 The Engineer shall, within twenty eight(28) days after receiving the Contractor's application stated
under GCC Sub Clause 83.1, :
(a) issue the Completion Certificate to the Contractor, stating the date on which the Works
or part thereof were completed in accordance with the Contract, except for any minor
outstanding work and defects which may not substantially affect the use of the Works
or part thereof for their intended purpose (either until or whilst this work is completed and
these defects are remedied); or

93 1 P a g c

(b) reject the application, giving reasons


and specifying the work required to be
done by the Contractor to enable the
Completion Certificate to be issued.
The Contractor shall then complete
this work before issuing a further notice
under this Sub Clause.
84.2 If the Engineer fails either to issue the Completion Certificate
or to reject the Contractor's application within the period of
twenty eight (28) days, and if the Works or parts thereof, as
the case may be, are substantially in accordance with the
Contract,the Completion Certificate shall be deemed to have
been issued on the last day of that period.

84.3 The Employer shall Take-Over the Site and the Works within
seven (7) days of the Engineer issuing a Completion
Certificate under GCC Sub Clause 84.1.

85. Amendment to 85.1 The amendment to Contract shall generally include extension
Contract of time to the Intended Completion Date, increase or
decrease in original Contract price and any other changes
duly approved under the conditions of the Contract.

85.2 The Employer contracting, shall amend the Contract


incorporating the required approved changes subsequently
introduced to the original terms and conditions of the
Contract in line with the Rules, including prior review, where
necessary.

86. Final Account 86.1 The Contractor shall submit with a detailed account of the
total amount that the Contractor considers payable under the
Contract to the Engineer before the end of the Defects
Liability Period.

86.2 The Engineer shall certify the Final Payment within fifty six
(56) days of receiving the Contractor's account if the payable
amount claimed by the Contractor is correct and the
corresponding works are completed.

86.3 If it is not, the Engineer shall issue within fifty six (56) days a
Defects Liability Schedule under GCC Sub Clause 60.1
that stales the scope of the corrections or additions that are
necessary .

86.4 If the Final Account of Works submitted under GCC Sub


Clause 86.1 is unsatisfactory even after it has been
resubmitted, the Engineer shall decide on the amount
payable to the Contractor and issue a payment certificate.

87. As-built 87.1 If "As Built" Drawings and/or operating and maintenance
Drawings and manuals are required, the Contractor shall supply them by
Manuals the dates stated in the PCC.

87.2 If the Contractor does not supply the Drawings and/or


Manuals by the dates specified in GCC Sub Clause 87.1, or
they do not receive the Engineer's approval. the Engineer
shall withhold a nominal amount specified in the PCC from
payments due to the Contractor.

88.Force Majeure 88.1 Force Majeure may incluc.ll'!, but is not limited to, exceptional
events or circumstances of the kind stated below;
(a) war, hostilities (whether war be declared or not),
invasion, act of foreign enemies ;
(b) rebellion, terrorism, sabotage by persons ot her than the
Contractor's personnel, revolution, insurrection, military
or usurped power, or civilwar ;
(c) riot, commotion, disorder, strike orlockout by persons
other than the Contractor's personnel;
(d) munitions of war, explosive materials, ionising radiation
or contamination by radio-activity, except as may be
allributable to the Contractor's use of such munitions,
explosives, radiation or radio-activity ;
(e) acts of the Government in its sovere ign capacity and
(0 natural catastrophes such as fires, floods, epidemics,
quarantine restrictions, freight embargoes, cyclone,
hurricane, typhoon, tsunami, storm surge,earthquake,
hill slides, landslides, and volcanic activities.

89. Notice of 89.1 If a party is or w ill be prevented from performing its


Force Majeure substantial obligations under the Contract by Force Majeure,
then ii shall give notice to the other party of the event or
circumstances constituting the Force Majeure and shall
specify the obligations. the performance of which is or w ill be
prevented.

89.2 The notice under GCC Sub Clause 89.1shall be given within
fourteen .(14) days after the party became aware, or should
have become aware, of the relevant event or circumstance
constitut ing Force Majeure.

89.3 The party shall, having given notice, be relieved from


performance of its obligations for so long as such Force
Majeure prevents it from performing the works.

89.4 Notwithstanding any other provision of this Clause, Force


Majeure shall not apply to obligations of either party to make
payments to the other party under the Contract.

90. Duty to 90.1 Each party shall at all times use all reasonable endeavors to
Minimize minimize any delay in the performance of the Contract as a
Delay result of Force Majeure.

90.2 A party shall give notice to the other party when it ceases to
be affected by the Force Majeure.

91. Consequences 91.1 If the Contractor is prevented from performing it s substantial


of Force obligations under the Contract by Force Majeure of which
Majeure notice has been given under GCC Sub Clause 89, and
suffers delay and/or incurs cost by reason of such Force
Majeure, the Contractor shall be entitled subject to GCC Sub
Clause 99 to:
·,·(a1 an extension of time for any such delay, if completion is
- 1-i co.i,., 9S I P n g c
::i.: 1 . llO ->
:;·
·; .r. ..... . ::; .
«·i. RoiJ\ \w··
or will be delayed, under_GCC Clause 45, and
(b) if the event or circumstance is of the kind described
sub-paragraphs (a)lo (e) of GCC Sub Clause 88.1 and,
in the case of sub-paragraphs (b) to (e), occurs in the
Country, payment of any such cost, including the costs
of rectifying or replacing the Works and Physical
services damaged or destructed by Force Majeure, to
the extent they are not indemnified through the
insurance policy referred to in GCC Clause 37.
91.2 After receiving notice under GCC Sub Clause 89.2, the
Engineer shall proceed to determine these matters under the
provisions of the Contract.

92. Force Majeure 92.1 If any Subcontractor is entitled under any contract or
Affecting agreement relating to the Works to relief from Force Majeure
Subcontractor on terms additional to or broader than those specified in this
Clause, such addit ional or broader Force Majeure events or
circumstances shall not be relieved of the Contractor's non-
performance or entitle him or her to relief under this Clause.

93. Optional 93 .1 If the execution of substantially all the Works in progress is


Termination, prevented for a continuous period of eighty four (84) days by
and Release reason of Force Majeure of which notice has been given
under GCC Sub Clause 89, or for multiple periods which total
more than one hundred forty (140) days due to the same
notified Force Majeure, then either party may give to the
other party a notice of termination of the Contract. In this
event, the termination shall take effect seven (7) days after
the notice is given, and the Contractor shall proceed to
cessalion of Works and removal of Contractor's Equipment
·from Site.

94. Release from 94.1 Notwithstanding any other provision of this Clause, if any
Performance event or circumstance outside the control of the parties
(including, but not limited to, Force Majeure) arises which
makes it impossible or unlawful for either or both parties to
fulfil its or their contractual obligations or which, under the
law governing the Contract, entitles the parties to be
released from further performance of the Contract, then upon
notice by either party to the other party of such event or
circumstance:
(a) the parties shall be discharged from further
performance, without prejudice to 1he rights of either
party in respect of any previous breach of the Contract,
and
(b) the sum payable by the Employer to the Contractor
shall be the same as would have been payable under
GCC Sub Clause 96.3 if the Contract had been
terminated under GCC Sub Clause 95.3.
F. Termination and Settlement of Disputes
95.Termin 95.1 Termination for Default
ation (a) The Employer or the Contractor, without prejudice to
any other remedy for breach of Contract, by giving
twenty eight (28) days wrillen notice of default to the
other party, may terminate the Contract in whole or in
part if he other party causes a fundamental breach of
Contract.
(b) Fundamental breaches of the Contract shall include,
but shall not be limited to, the following:
(i) the Contractor stops work for twenty-eight (28)
days when no stoppage of work is shown on the
current Programme and the stoppage has not
been authorized by the Engineer;
(ii) the Engineer instructs the Contractor to delay the
progress of the Works, and the instruction is not
withdrawn within twenty-eight (28) days;
(iii) the Engineer gives Notice that failure to correcl a
particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it
within a reasonable period of time determined by
the Engineer;
(iv) the Engineer gives Notice that the failurP. to
achieve the progress in accordance with the
updated Programme of Works by the Contractor
is a non-fulfilment of contractual obligations and
the Contractor fails to restore it within a
reasonable period of time instructed by the
Engineer;
(v) the Contractor does not maintain a Security,
which is required;
(vi) the Contractor has delayed the completion of the
Works by the number of days for which the
maximum amount of Liquidated Damages can be
paid, as specified in GCC Sub Clause 76;
(vii) the Contractor has subcontracted the whole of the
Works or has assigned the Contract without the
required agreement and wilhoulthe approval of
the Engineer;
(viii) the Contracto r, in the judgment of the Employer
has engaged in practices, as defined in GCC Sub
Clause 39, in competing for or in executing the
Contract.
(c) A payment certified by the Engineer is not paid by the
Employer to the Contractor within twenty eight (28)
days of the date of the Engineer's certificate.
(d) The contractor may be debarred by the Procuring entily
for one or two years with the approvalof HOPE. if the
contract is terminated due to breach of contract.

97 1 P a e, c
95.2 Te rmination for Insolvency
The Employer and the Contractor may at any time
terminate the Contract by giving twenty eight (28) days
written notice to the other party if either of the party
becomes bankrupt or otherwise insolvent. In such event ,
termination will be without compensa tion to any party,
provided that such termination will not prejudice or affect
any right of action or remedy that has accrued or will
accrue thereafter to the other party.

95.3 Termination for Convenience


(a) The Employer, by giving twenty eight (28) days written
notice sent to the Contractor, may terminate the
Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify
that termination is for the Employer's convenience, the
extent lo which performance oflhe Contractor under
the Contract is terminated, and the date upon which
such termination becomes effective. The termination
shall take effect twenty eight (28) days after the later
dates on which the Contractor receives this notice or
the Employer returns the Performance Security.
(b) The Employer shall not terminate the contract under
GCC Sub Clause 95.3 (a) in order to execute the
Works itself or to arrange for the Works to be
executed by another contractor or to avoid a
termination of the Contract by the Contractor as stated
under GCC Sub Clause 95.1(a).
95.4 In the event the Employer terminates the Contract in whole or
in part, the Employer shall accept the portion of the Works
that are complete and ready for handing over after the
Contractor's receipt of notice of termination of the Contract.
For he remaining portion of the Works, the Employer may
elect:
(a) to have any portion completed by the Contractor al
the Contract terms and prices; and /or
(b) to cancelthe remainder and pay to the Contractor an
agreed amount for partially completed Works and for
materials and parts previously procured by· the
Contractor, or
(c) except in the case of termination for convenience as
slated under GCC Sub Clause 95.3 (b), engage
another Contractor to complete the Works, and in
that case the Contractor shall be liable to the
Employer for any cost that may be incurred in excess
of the sum that would have been paid to the
Contractor, if the work would have been executed
and completed by him or her.
Site as soon as is reasonably possible

96. Payment upon 96.1 If t he Contract is terminated because of a fundamental


Termination breach of Contract under GCC Sub Clause 95.1 by the
Contractor, the Engineer shall issue a certificate for the
value of the Works done and Plant and Materials ordered
less advance payments received up to the dale of the
issue of the cert ificate and less the amount from
percentage to apply to the contract value of the works not
completed,as indicated in the PCC. If the total amount due
lo the Employer exceeds any payment due to the
Contractor, the difference shall be a debt payable to the
Employer.

96.2 If the Contract is terminated tor the Employer's


convenience or because of a fundamental breach of
Contract by the Employer, the Engineer shall issue a
payment certificate for the value of t he work done,
Materials ordered , the reasonable cost of removal of
Equipment, repatriation of the Contractor's foreign
personnel employed solely on the Works and recruited
specifically for the Works, and the Contractor 's costs of
protecting and secur ing the Works, and less advance
payments received up to the date of the certificate.
96.3 If the Contrac t is terminated for reasons of Force Majeure,
the Engineer shall determine the value of the work done
and issue a Payment Certificate which shall include:

(a) the amounts payable for any work car ried out for
which unit rates or prices are stated in the Contract:
(b) the cost of Plant and Materials ordered for the
Works which have been delivered to the Contractor,
or of which the Contractor is liable to accept
delivery: this Plant and Materials shall become the
property of (and be at the risk of) the Employer
when paid for by the Employer, and the Contractor
shall place the same at the Employer's disposal;
(c) other costs or liabil ties which in the circumstances
were reasonably and necessarily incurred by the
Contractor in the expectation of completing the
Works;
(d) the cost of removal of Temporary Works and
Contractor's Equipment from the Site; and
(e) the cost of repatriation of the Contractor's staff and
labor employed wholly in connection with the Works
at the date of termination .

97. Property 97.1 All Materials on the Site, Plant, Equipment, Temporary
Works, and Works shall be deemed to be the property of
the Employer if the Contract is terminated because of the
Contractor's default stated under GCC Sub Clause 93.1.

98.1 If the Contract is frustrated by the occurrence of a situation


Force Majeure as defined in GCC Sub Clause 88, the
.,_!::7 '·,.. 991 P fl g e
l. Oh
...... 0
*
.. & .
-',\:·
Engineer shall certify that the Contract has
been frustrated. The Contractor shall make
the Site safe and stop work as quickly as
possible after receiving this certificate and
shall be paid for all works carried out
before receiving iiand for any work carried
out afterwards to which a commitment was
made.

G. Claims, Disputes and Arbitration

99. Contractor 's 99.1 If the Contractor considers himself to be entitled to any
Claims extension of the Completion Time and/or any additional
payment, under any Clause of these Conditions or
otherwise in connection with the Contract, the Contractor
shall give notice to the Employer, describing the event or
.circumstance giving rise to the claim. The notice shall be
given as soon as practicable, and not later than twenty
eight (28) days after the Contracto r became aware, or
should have become aware; of the event or circumstance.

99.2 If the Contractor fails to give notice of a claim within such


period of twenty eight (28) days, the Intended Completion
Date shall not be extended, the Contractor shall not be
entitled to additional payment, and the Employer shall be
discharged from all liability in connection with the claim.

99.3 Within forty two (42) days after the Contractor became
aware or should have become aware of the event or
circumstance giving rise to the claim, or within such other
period as may be proposed by the Contractor and
approved by the Engineer,the Contractor shall send to the
Engineer a fully detailed claim which includes full
supporting particulars of the basis of the claim and of the
extension oflime and/or additional payment claimed, for
settlement.

100. Settlement of Amicable settlement


Disputes
100.1 The Employer and the Contractor shall make every effort to
resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
Arbitration
100.2 If, after twenty-eight (28) days, the parties have failed. to
resolve their dispute or difference by such mutual consultation
as stated under GCC Clause 100.1, then either the Employer
or the Contractor may give notice to the other party of its
intention to commence arbitration in accordance with GCC
Sub Clause 100.3, as to the matter in dispute, and no
arbitration in respect of this matter may be commenced unless
such notice is given . Any dispute or difference in respect of
which a notice of intention to commence arbitration has been
given in accordance with this Clause shall be finally settled by
arbitration.

100.3 Arbitration shall be commenced prior to or after execution of


the Works under the Contract. Arbitration proceedings shall be
conducted in accordance with the rules of procedure specified
in the PCC.

100.4 Notwithstanding any reference to arbitrat ion hereinabove the


parties shall continue to perform their respective
responsibilities under the Contract unless agreed otherwise
and, the Employer shall pay any monies due to the Contractor.
Section 4. Particular Conditions of Contract

Instructions for completing the Pa1ticular Conditions of Contract are provided in italics in
parenthesis for the relevant GCC Clauses.

Amendments of, and Supplements to, Clauses in the General Conditions of


GCC Clause
Contract

GCC 1.1(1) The Contractor is

Name: Harbin Electric lnternaf;onal Co., Ltd.


Address: No.1299, Chuangxinyi Road, Songbei Dist., Harbin, China
Authorized Representative: Zhang Tao

GCC 1.1(t) Defect liability period is 24 months from the completion date.

GCC 1.1(v) The Employer is


Rural Power Company Limited
Executive Director (Engineering)
Address: House-19, Road-18, Sector-9, Uttara, Dhaka- 1230
Telephone: +880-2-7911201 (Direct)
Fax No . 880·2-7913229
e-mail address: engr_salim@yahoo.com

GCC 1
.1(w) The Engineer is
[Name, address, and name of authorized representative will be specified during
contract signing stage]

GCC 1.1 (gg) The original Contract price will be the price specified in NOA

GCC 1.1(dd) The Intended Completion Date for the whole of the Works shall be 900 (Nine
hundred) days after Contract Effective Date

The Site is located at Mouza: Char lshordia, Union: Char lshordia , Upozilla
GCC 1.1(nn)
Mymensingh Sadar, District: Mymensingh adjoining to the existing Mymensingh
Power Station MPS of RPCL.
GCC 1.1(qq) The Start Date shall be the effective date of contract

GCC 1.1(vv) The Works consist of


Engineering, Design, Manufacturing, Inspection, Supply, Transportation,
Construction, Erection, Installation, Testing and Commissioning of Mymensingh
360 MW Dual Fuel (Gas/HSD) Combined Cycle Power Plant Project on Turnkey
Basis.

GCC 2.5 The SectionalCompletion Dales are: a) 720 days for Simple Cycle and b) 900 days
for Combined Cycle.
GCC 3.1 The Employer's address for the purpose of communications under this contract is :
Will be specified in contract signing period.

The Contractor's address for the purpose of communications under this contract is :
Contact person: Zhang Tao
Address: No.1299,Chuangxinyi Road, Songbei Dist., Harbin, China
Tel: +86 451 58596290
Fax:+86 451 58596666
e-mailaddress: zhangtao@china-hei.com

GCC 6.1 OJ other documents forming part of the Contract are;

Schedule of other contractors, Schedule of Key Personnel, Site Investigation


Reports, relevant correspondences prior to signing of the Contract agreement etc.

GCC 9.1 A Contractor or a Subcontractor that is a national of, or registered in, the following
countries are not eligible:
Israel

GCC 9.2 Materials, Equipment, Plants and supplies shall not have their origin in the
following countries:
Israel

GCC 13.1 Possession of the Site or part(s) of the Site. to the Contractor shall be given on the
following date(s);
After Signing of Contract

GCC 18.1 Charges of SD,CD, VAT, A IT, ATV & RD for imported Capital Parts which are
applicable in Bangladesh Customs will paid by RPCL except BOQ items no.
1H-1, 1H-2, 1H-3, 1H-4, 1H-5, 1H-6, 1H-7, 1H-8, 1H-9, 1H-10, 1H-11, 1H-12
and 11-6.

In all other cases the Contractor shall be entirely responsible for all kinds of
taxes, duties,lees, levies, and such other charges to be paid under the
Applicable Law imposed inside and outside Bangladesh.

GCC 19.1 Following Key Personnel to carry out the functio ns stated in the Schedule shall be
employed by the Contractor as per list of key personal submitted by contractor
along with the tender.

GCC 21.1 Subcontractor(s) named below;


As per the list provided by the EPC Contractor along with the tender.
GCC 23.1. The Contractual matters between the Employer and the Contractor shall be decided
by Owner's Engineer with the approvalof Project Director.

GCC 37.1 The contractor shall arrange the insurance from Bangladesh Sadharan Bima
Corporation and policies to be taken in foreign currency andlocalcurrency
wherever necessa ry and the payment of premium shall be made by the contractor.
The minimum insurance cover shallbe:

(a) The maximum deductible for insurance of the Works and of P!ant and
Materials is USD/Euro/BOT /insert amount]
[the Contractor shall provide this amount at the time of Contract signing).

(b) The minimum cover for insurance of the Works and of Plant and Materials in
respect of the Contractor's faulty design is 110% of the value of the works,
plant and materials that may be lost in a worst case scenario

(c) The maximum deductible for insurance of Equipment is uso/EurotBDT (insert


amount)
[the Contractor shall provide this amount at the time of Contract signing]

(d) The minimum cover for loss or damage to Equipment is 110% of the
replacement value of the equipment

(e) The maximum deductible for insurance of other property is uso1Euro1BDT [insert
amount)
(the Contractor shall state this amount at the lime of Contract signing]

(f) The minimum cover for insurance of other property is 1% of contract price

(g) The minimum cover for personal injury or death insurance:


(i) for the Contractor's employees is as per the law and common practice in
Bangladesh.
(ii) and for third parties is as per the law and common practice in Bangladesh.

Start Date will be the Comme ncement Date of Works.


GCC
40.1
The Contractor shall submit a Programme for the Works within thirty (30) days of
signing the Contract.
GCC 42.1

GCC The amount o


l be withheld for late submission of an updated Programme is
1O,OOOUSD or equivalent.
42.3
The Defects Liability Period is twenty-four (24) months calculated from the
completion date (issuance of PAC) of the Combined Cycle Power Plant Project.
GCC 60.2

GCC 62.1 The Contract Price will be the price specified in Notification of Award.
GCC 69.3 Payment to the Contractor
Local Currency [Bangladesh Taka)
Eligible claims for Local Currency (Bangladesh Taka) payment shall be made by the
RPCL by issuing account payee cheque in favour of EPC Contractor.
Foreign currency
Foreign Currency payment of Owner portion shall be made through Letter of Credit
and ECA portion as per terms. and conditions of Loan agreement. The charges for
establishment of letter of credit within the territory of Bangladesh shall be borne by
the RPCL and outside Bangladesh shall be borne by the Contractor.

Terms of payment

(For ECA financi ng/ Buyer's credit etc.)

RPCL shall make payment to the Contractor in both foreign currency and
Bangladesh Taka respectively in the following manner:

1.Foreign currency component

a. CIF cost of supply of materials and equipment.

b. Installation and Services viz. charges for the design, erection, testing,
Commissioning, plant engineering, civil engineering, staff training, Supervision of
operation and maintenance for twenty four (24) months warranty period.

2. LocalCurrency [Bangladesh Taka] component:


This will include the total amount to be paid to the Contractor in unconvertible
Bangladesh Taka for insurance, localtransportation,all localservices & works, etc.

3. Payment of foreign currency:


The payment of the foreign currency cost of Contract Price will be made as under:
Foreign Currency payment shall be made through Letter of Credit (Owner's portion)
and ECA portion as per terms and conditions of Loan agreement. All foreign
currency payment shall be made upon issuance of Payment advice to the Bank by
the concerned office of the RPCL.
All Bank charges for opening, amendment, prolongation and payment out of the UC
within the territory of Bangladesh shall be paid by the RPCL and outside the
territory of Bangladesh shall be paid by the Contractor. But in case the amendment
of the UC is required due to the cause of the Contractor, the amendment charge
shall be paid by the Contractor.

105 IP a g e
CIF Part

a) 'l0% (Ten percent) as an advance payment against receipt of invoice and an


irrevocable & unconditionaladvance payment guarantee for the equivalent amount
made out in favour of RPCL within 30 days upon Contract effectiveness. The
advance payment Guarantee shall be reduced in proportion to the value of the
equipment delivered to the site, as evidenced by Receiving cum Inspection Report.

b) 50% (fifty Percent) of the total or pro rata value of CIF cost of the Supply of
Goods shall be as per terms and conditions of Loan agreement within 30 days upon
presentation of invoice along with complete shipping documents. Payment advice
shallbe issued to the Bank by the concerned office of the RPCL upon receipt of the
negotiable shipping documents duly verified by project office & certified by the
Engineer, countersigned by the Project Director, RPCL and approved by the
competent Authority of RPC L.

c) 20% (Twenty percent) of the total or pro rata value of the CIF cost of the
supply of Goods shall be paid as per terms and conditions of Loan agreement
within 30 days on issuance of receiving cum damage report against submission of
. invoices duly verified by project office & certified by the Engineer,countersigned by
· the Project Director, RPCL and approved by the competent Authority of RPCL.

d) 10% (Ten Percent) of the total or pro rata value of CIF cost of the supply of
Goods shall be paid as p.er terms and conditions of Loan agreement within 30 days
only after successful Reliabilty Test run (ICO- one hundred sixty eight hours),
Performance lests and after issuance of Taking over/Provisional Acceptance
cerlificate against submission of invoices duly verified by project office & certified by
the Engineer, countersigned by the Project Director, RPCL and approved by the
competent Authority of RPCL.

e) 10% (Ten Percent) of the total or pro rata value of CIF cost for the supply of
Goods shall be paid as per terms and conditions of Loan agreement within 30 days
after issuance of Final Acceptance certificate against submission of unconditional&
irrevocable Bank guarantee (valid upto 60 days beyond the end of 02 years
warranty period) of equal amount acceptable to RPCL and submission of invoice
duly verified by project office & certified by the Engineer, counlersigned by the
Project Director, RPCL and approved by the competent Authority of RPCL.

Installation and service (foreign currency portion)

Amount Payable in foreign currency for the installation/services defined under sub
clause 1(b) hereinwillbe paid in the following manner:
performed by the contractor as evidenced by the invoices for the services duly
verified and certified by the Engineer, countersigned by the Project Director, RPCL
and approved by the competent Authority of RPCL.
b) 70% (Seventy percent) of total or Pro rata value of Installation and service
within 30 days (foreign currency portion) against monthly invoice duly verified by
project office & certified by the Engineer, countersigned by the Project Director,
RPCL and approved by the competent Authority of RPCL.

c) 10% (Ten percent) of to:al or Pro rata value of Installation and service
within 30 days (foreign currency portion) after issuance of Provisional
Acceptance/Taking over certificate against submission of invoice duly ver ified by
project office & certified by the Engineer and countersigned by the Project Director,
RPCL and approved by the competent Authority of RPCL.

e) 10% (Ten Percent) of total or Pro rata value of Installation and service
within 30 days (foreign currency portion) after issuance of Final Acceptance
certificate against submission of unconditional & irrevocable Bank guarantee (valid
up to 60 days beyond tt1e end of 02 years warranty period) of equal amount
acceptable to RPCL and submission of invoice duly verified by project office &
certified by the Engineer, countersigned by the Project Director, RPCL and
approved by the competent Authority of RPCL.

4. Payment of LocalCurrency [Bangladesh Taka]:

a) 80% (Eighty percent) of total or Pro rala value of ocal Currency


[Bangladesh Taka component) of the Contract Price shall be paid against monthly
invoices for the actual progress for the respective month accompanied by the
statement of the Works duly verified by project office & certified by the Engineer,
countersigned by the Project Director, RPCL and approved by the competent
Authority of RPCL within forty five (45) days of the date of approvalof the invoice.

b) 10% (Ten percent) of total or Pro rala value of the total Local Currency
[Bangladest:i Taka Component) of the Contract Price shall be paid within 45 days
after issuance of Provisional Acceptance/Tak ing over certificate against submission
of invoice duly verified by project office & certified by the Engineer certified by the
Engineer, countersigned by the Project Director, RPCL and approved by the
competent Authority of RPCL.

c) 10% (Ten Percent) of total or Pro rata value of the total Local Currency
(Bangladesh Taka Component] of the Contract Price shall be paid within 45 days
after issuance of Final Acceptance certificate against submission of unconditional &
irrevocable Bank guarantee (valid up to 60 days beyond the end of 02 years
warranty period) of equal amount acceptable to RPCL and submission of invoice
duly verified by project office & certified by the Engineer, countersigned by the
Project Director, RPCL and approved by the competent Authority of RPCL.

5. Any indiv idual claim for payment submitted by the Contractor is lo be for a
minimum sum of 0.5% of the Contract Price.

..
107 IPa g c
6. No extra payments in respect of overtime. additional materials or special
conditions of hardship shall be claimed by the Contractor unless such payments
have been previously authorized in writing by the RPCL.
7. If at any time any payment would fall to be due for a work or portion of a
work and if there shall be any defect in portion of such works in respect of which
such payment is proposed, RPCL may retain the whole or any portion of such
payment. Any sum retained by the RPCL pursuant to the provision of this sub
Clause shall be paid to the Contractor after the said defect is removed.

8. If offered credit amount is 90% or higher of the EPC contract amount (for both
Foreign currency and Localcurrency), advance payment of foreign currency will be
15% instead of 10% and in that case PAC payment will be 5% instead of 10%
specified in PCC (GCC 69.3).

GCC 69.3 DOCUMENTATION FOR PAYMENT


Claims for payment must be supported by the following documentation as specified
hereinafter, Requests for reimbursement for the cost of equipment materials,
freight, transporlalion and insurance shall be supported by the following documents
(each copy to be certified by the Contractor or the Contractor's representative to be
a true copy of the document of which itis a copy):

50% of the CIF cost of supply of materials and equipment shall be paid upon
presentation of i) invoice in 3 {three) originals, ii) packing list in 3 (three) originals,
iii) insurance cerlificate in 1(one) originals, iv) Bill of lading/ Airway Bill in 1(one)
original and 3 (three) copies marked Freight prepaid, v) Warranty certificate in
1(one) original,vi) manufacturer's factory test certificate in 1(one original, vii) quality
and quantity certificate of the materials & equipment shipped in 1(one) original, viii)
factory test witnessing certificate where applicable in 1(one) original and ix)
certificate of origin issued by the manufacturer of the materials shipped in 1(one)
original.

Requests for mobilization fund and progress payments shall be supported by the
following documents:

I. One copy of the Contrnctor's invoice which shall identify the Contract and
which shall show the total foreign currency value of the Contract, the total foreign
currency amounts previously received and/or claimed as mobilization fund or
progress payments; the foreign currency amount being invoiced for payment;
separate total values as of the dale of this invoice of equipment and materials
delivered (including shipping and related costs) and seNices performed; and
separate total values since the date of the previous notice.

II. One counterpart of a Work Progress Certificate signed by the Contractor


and Jointly countersigned by the Engineer and the Project Director.

Ill. submit all Work Pro ress


Engineer and the RPCL simultaneously by registered.air mail. The Engineer and
the Project Director will either countersign or reject a Work Progress Certificate
within a maximum period of thirty (30) days from the date of receipt of such
Cerlificate by him. If the Engineer and the Project Director or either shall fail either
to countersign or to reject a Work progress Certificate within the said thirty (30)
days period, the Contractor shall notify the RPCL by cable of the delay in the
approval from lhe Site; and the RPCL will either countersign the Work Progress
Certificate in question or assign his reasons for not doing so within a maximum
period of sixty (60) days from the date of receipt of the Contractor's said cable
notice to him.

IV. The Conlractor shall furnish to the RPCL and the Engineer or either
whenever called upon to do so any additional information or documents that may
be required in connection with verification of progress claims and or any other
payments made.

REPORTING, CLEARING AND SHIPPING DOCUMENTS


The Contractor shall be taken prior written permission from the ProjeclDirector I
Rural Power Company Limited/ Engineer before shipment of any equipment &
malerials for the project. The Contractor shall provide all official forms and
documentary information as shall be needed to sat isfy the requirements of
Bangladesh Cusloms and RPCL.

REPORTING DOC UMENTS


The Contractor shallforward to the Project Director, Mymensingh 360 MW
Dual fuel Combined Cycle Power Plant Project, RPCL, Bangtadesh, the following
documents:
a. Billof Lading 1 Copy
b. Shipping Specification 2 Copies
c. Qualiy Certificale 2 Copies
d. Packing Lists (One copy shall be placed inside the case, 2
Copies lhe other in a spec ialpacket in case No.1)
e. Insurance Certificate 2 Copies

CLEARING DOCUMENTS
The Contractor shall forward to the RPCL through their bankers not la ter than seven (7)
days from the date of sailing for the purpose of clearing the cargo at the Point of
destination the following documents
a. Negotiable copy of Bill of Lading 1 Copy
b. Invoice with itemised prices 3 Copies
c. Shipping Specification 3 Copies
d. Copy of the Charter Party 1 Copy
(If chartering has been permitted by prio r arrangement with the Board)

109 1 P a g c
SHIPPING DOCUMENTS

Simultaneously with the dispatch of the negotiable documents, the Contractor shall
also send by Air Mail eleven ( 11) sets of non-negotiable shipping documents for
each shipment according to the following distribution list.

Each set will comprise the following documents :


1. Bill of Lading 1Copy
2. Invoice 1 Copy
3. Shipping Specification 1 Copy

The invoices and shipping specifications shall bear the Insurance cover note
number.

1. Executive Director Finance/Engineering 1 Copy


RPCL
2. Project Director. 2 Copies
Mymensingh 360 MW Dual fuel (Gas/HSD) Combined Cycle Power Plant Project,
RPCL
3. The Engineer (OE) 1 Copy
After shipment of equipment and materials, the Contractor shall notify by registered
mail I fax the RPCL al the addresses under 1 and 2 above not later than three (3)
days after the sai ing date of the vessel the following information :
1. The name of the vessel.
2. The sailing dale of vessel.
3. Port of destination.
4. Description of the cargo (grouped).
5. Number of cases and/or weight of cargo.
6. Number of cases weighing above 20 tons and their individual weights.
7. Number of Bills of Lading.
8. Expected dale of ar rival at the port of destination.
The Contractor shall so arrange that the master of the vessel will inform Project
Director, Mymensingh 360 MW Dual fuel (Gas/HSD) Combined Cycle Power Plant
Project, Bangladesh registered mail I fax of the date and Hme of arrival of the
vesselat the port of destination seventy-two (72) hours in advance. No goods shall
be shipped without prior consent of Project Director.

BOOKS AND RECORDS

The Contractor shall maintain books and records covering all transactions under
this Contract. These books and records shall be available for inspection and audit
by RPCL for a period of three (3) years after termination as provided under the
Contract.
GCC
1. US .$.60 per kW for simple cycle capacity
1.

2.

Hg

Hg(W)
GCC 87.1 "as-built" drawings and operating and maintenance manuals are required. "as-
buill" drawings shall be suppl ed within 30 days of issuance of PAC and operating
and maintenance manuals before 30 days of commissioning.

GCC 87.2 Failing to produce "as-built" drawings and/or operating and maintenance manuals
by the date required, 1% of PAC payment will be withheld.

GCC 96.1 The percentage lo apply to the contract value of the works Ml completed,
representing the Employer's additional cost for completing the uncompleted Works,
is twenty (20) percent.

GCC 100.3 The rules of procedure for arbitration proceedings shall be as follows:

(i) In the case of a dispute between the Employer and the foreign Contractor,

All disputes arising in connection with the present Contract shall be finally
settled under the Rules of Conciliation and Arbitration of the International
Chamber of Commerce by one or more arbitrators in accordance with the said
rules.

(ii) In the case of a dispute between the Employer and the national Contractor, in
particular, lhe arbitration shall be conducted in accordance with the
Arbitration Act (Act No 1 of 2001) of Bangladesh as alpresent in force
and in Dhaka. Bangladesh.
Section 5. Tender and Contract Forms

Form Title

Tender Forms
PW7A - 1a Technical Offer Submission Letter

PW7A -1b FinancialOffer Submission Letter

PW7A - 2 Tenderer Information

PW7A - 3 JV Partner Information (if applicable)

PW7A -4 Subcontractor Information (if applicable)

PW7A - 5 Personnel Information

PW7A - 6 Bank Guarantee for Tender Security

Contract Forms

PW7A - 7Notification of

Award PW7A - 8

Contract

Agreement

PW7A - 9 Bank Guarantee for Performance Security

PW7A -10 Bank Guarantee for Advance Payment (if applicable)

PW7A -11 Bank Guarantee for Retention Money Security (when tf1is option is chosen)

Financial Forms:
Porm PIN - I Financial Situation
Form FIN -2 Average Annual Turnover
Form FIN- 3 Availability of Financial Resources
Form FJN - 4 Financial Resou rces Requirement

Forms PW7A -1to PW7A -6 comprises part of the Tender Format and should be
completed l l 5 l f' a g c
as stated in ITT Clause 20.
Forms PW7A -7 to PW7A -11comprises part of the Contract as stated in GCC Clause 6.
••J. •• -
Technical offer Submission Letter (Form PW7A-la)
[This feller should be completed and signed by tho Authorised Signatory
preferably on the Letter-Head Pad of / /1e Tenderer]

To: Date:
Executive Director (Engineering)
Rural Power Company Limited
House-19, Road-1B, Sector-9, Uttara, Dhaka-
1230.

Tel:+880-2-

7914046/8957952 Fax:880-

2-7913229

Invitation for Tender No: {indicate /FT No]

Tender Package No [indicate Package No]

This Packageis divided into the following Number of [indicate number of Lot(s)]
Lots

We, the undersigned, offerlo execute in conformity with the Conditions of Contract and
associated Contract documents,the following Works and Physicalservices,viz:

In signing this letter,and in submitting our Tender, we also confirm that:

(a) our Tender shallbe valid for the period stated in the Tender Data
Sheet (ITT Sub Clause 33.2) and it shall remain binding upon
us and may be accepted at any time before the expiration of
,!. that period;

(b) a Tender Security is attached in the form of a Bank Guarantee in


the amount staled in the Tender Data Sheet (ITI Sub Clause
35.2) and valid for a period of twenty eight (28) days beyond the
Tender validity date;

(c) if our Tender is accepted, we commit to furnishing a Performance Security


within the time stated under ITT Sub Clause 70.2 in the amount stated in the
Tender Data Sheet (ITT Sub Clauses 69.2 and 69.3) and in the form
specified in the Tender Data Sheet (ITT Sub Clause 70.1) valid for a period
of twenty eight (28) days beyond the date of Issue of the Completion
Certificate of the Works;

(d) we have examined and have no reservations to the Tender Document, issued by
you on {insert date]; including Addendum to Tender Document No(s) [ state
numbers] , issued in accordance with the Instructions to Tende rers (ITI Clause
11). [insert the number and issuing date of each addendum; or delete this
sentence if no Addendum has been issued];

(e) we, including as applicable, any JVCA partner or Specialist Subcontractor for
any part of the contract resulting from this Tender process, have
nationalities from eligible countries,in accordance with ITT Clause 5;

(f) w e are submitting this Tender as a sole Tenderer in accordance with ITT
Sub Clause 40.3
or
we are submitting this Tender as the partners of a JVCA, comprising the
following other partners in accordance with ITT b Clause 40.4;

Name of Partner Address of Partner


1
2
3
4

(g) we are not a Government owned entity as defined in ITT Clause 5.


or
we are a Government owned entity, and we meet the requirements of ITT Clause
5.;
(h) we, including as applicable any JVCA partner, declare that we are not
associated, nor have been associa ted in the past, directly or indirectly, with
a consultant or any other entity that has prepared the design, specifications
and other documents in accordance wit hIIT Clause 5;

(i) we, including as applicable any JVCA partner or Specialist Subcontractor for
any part of the contract resulting from this Tender process, have not been
declared ineligible by the Government of Bangladesh on charges of
engaging in corrupt, fraudulent, collusive or coercive practices in accordance
with ITT Clause 5;

Ul furthermore, we are aware of ITT Clause 4 concerning such practices and


pledge not to indulge in such practicesin competing for or in executing the
Contract;

(k) we intend to subcontract an activity or part of the Works, in accorda nce with
ITT Clause 14, to the following Specialist Subcontraclor(s);

Activity or part of the Works Name of Specialist Subcontractor with


Address

(I) we, including as applicable any JVCA partner, confirm that we do not
have a record of poor performance, such as abandoning the works,
not properly completing contracts, inordinate delays, or financial failure
as staled in ITT Clause 5,and that we do not have, or have had, any
litigation against us, other than that statedin the Tenderer Information (Form
PW7A- 2);

(m) we are not participating as Tenderers in more than one Tender in this
Tendering process. We understand that your written Notification of Award
shall constitute the acceptance of our Tender and shall become a binding
Contract between us, until a formal Contract is prepared and executed;
(n)

I 17 IP a gl!
(o) we, including as applicable any JVCA partner, confirm that we have fulfilled our
obligations to pay taxes and social sec urity contributions applicable under the
relevant national laws and regulations of Bangladesh in accordance with ITT
Cl.ause 5;

(p) we understand that you reserve the right to reject all the Tenders or annul the
Tender proceedings, without incurring any liability to Tenderers, in accordance
with ITT Clause 64.

Signature:

Name:

In the capacity of:


Duly authorised to sign the Tender for and on behalf of the Tenderer

[If there is more than one (1) signatory, or in the case of a JVCA, add other boxes
and sign accordingly].

Attachment
1: [ITT
Clause 40)
Written confirmation authorising the above signatory(ies) to commit the Tenderer

[and. if applicable]

Attachment
2: [ITT
Clause 1BJ
Copy of the JV Agreeme nt I Letter of Intent to form JV with draft proposed Agreement
Financial offer Submission Letter (Form PW?A-1b)
(This letter should be completed and signed by the
Authorised Siqnatorv preferably on the Letter-Head Pad of
the Tenderer]

To: Date:
Head of Procuring
Entity

Rural Power Company Ltd,

House19, Road-1B, Sector-9, Uttara, Dhaka-

1230. Tel:+880-2-7913228

Fax: 880-2-7913229

Invitation for Tender No [indicate !FT No]

Tender Package No: [indicate Package No]

This Package is divided into the following Number of Lots [indicate number of Lol(s)}

We, the undersigned, offer to execute in conformity with the Conditions of Contract and
associated Contract docume nts, the following Works and Physicalservices, viz:

In accordance with ITT Clauses 27 and 28, the following prices and discounts apply to
our Tender: (Not to be included inthe technical proposal)

The Tender Price is: !insert amount in Tender currency]


( nsert above amount nwords]
(ITT Sub Clause 27.1)
In accordance with ITT Clause 27.6, the following discounts shall apply to our
Tender
The unconditional discount proposed [insert %]
in this package/Lot is: ( nsert percent inwords)

(ITT Sub Clause 27.7)

and we shall accordingly submit an Advance Payment Guarantee in the


format shown in Form PW7A-10 (If advance payment is admissible).

In signing this letter, and in submitting our Tender ,we also confirm that:

(a) our Tender shall be valid for the period stated in the Tender Data Sheet (ITT
Sub Clause 33.2) and it shall remain binding upon us and may be
accepted at any time before the expiration of that period;

...
119 j P a g c
(b) a Tender Security is attached in the form of a bank
guarantee in the amount stated in the Tender Data Sheet (ITT
Sub Clause 35.2) and valid for a period of twenty eight (28)
days beyond the Tender validity date:
(c) if our Tender is accepted,we commit to furnishing a Performance Security within
the time stated under ITT Sub Clause 70.2 in the amount slated in the Tender
Data Sheet (ITT Sub Clauses 69.2 and 69.3) and in the form specified in the
Tender Data Sheet (ITT Sub Clause 70.1) valid for a period of twenty eight (28)
days beyond the date of issue of the Completion Certificate of the Works;

(d) we have examined and have no reservations to the Tender Document, issued by
you on [insert date]; including Addendum to Tender Document No(s) [ slate
numbers] , issued in accordance with the Instructions to Tenderers (ITT Clause
11). {insert the number and issuing date of each addendum; or delete this
sentence if 110 Addendum has been issued];

(e) we,including as applicable, any JVCA partner or Specialist


Subcontractor for a ny part of the contract resulting from this
Tender process, have nationalities from eligible countries, in
accordance with ITT Clause 5;
(f) we are submitting this Tender as a sole Tenderer in accordance with ITT Sub
Clause 40.3
or
we are submitting this Tender as the partners of a JVCA, compr sing the
follow ing other partners in accordance with ITT Sub Clause 40.4;
Name of Partner Address of Partner
1
2
3
4

(g) we are not a Government owned entity as defined in ITT Clause 5.


or
we are a Government owned entity, and we meet the requirements of ITT Clause
5.;

{h) we, including as applicable any JVCA partner, declare that we


are not associated, nor have been associated in the past,
directly or indirectly, with a consultant or any other entity
that has prepared the design, specifications and other
documents in accordance with ITT Clause 5;
(i) we, including as applicable any JVCA partner or Specialist Subcontractor for any
part of the contract resulting from this Tender process, have not been declared
ineligible by the Government of Bangladesh on charges of engaging in corrupt,
fraudulent,collusive or coercive practices in accordance with ITT Clause 5;

(J) furthermore,we are aware of ITT Clause 4 concerning such practices and pledge
not to indulge in such practices in competing for or in executing the Contract;

(k) we intend to subcontract an activity or part of the Works, in accordance with ITT
Clause 14, to the following Specialist Subcontractor(s);
Activity or part of the Works Name of Specialist Subcont ractor with
Address

{I) we, including as applicable any JVCA partner, confirm that we do not have a
record of poor performance, such as abandoning the works, not properly
completing contracts, inordinate delays, or financial failure as stated in ITT
Clause 5, and that we do not have, or have had, any litigation against us,
other than that stated in the Tenderer Information (Form PW7A-2);

(m) we are not participating as Tenderers in more than one Tender in this
Tendering process. We understand that your written Notification of Award
shall constitute the acceptance of our Tender and shall become a binding
Contract between us, until a formal Contract is prepared and executed;

(n) we, including as applicable any JVCA partner, confirm that we do not
have a record of insolvency, recei·1ership, bankrupt or being wound up,
our business activities were not been suspended, and iiwas not been
the subject of legal proceedings in accordance with ITT Clause 5;

(o) we, including as applicable any JVCA partner, confirm that we have fulfilled
our obligations to pay taxes and social security contributions applicable
under the
relevant national laws and regulations of Bangladesh in accordance with
ITT Clause 5;

{p) we understand that you reserve the right to reject all the Tenders or annul the
Tender proceedings, without incurring any liability to Tenderers, in
accordance with ITT Clause 64.

Signature: [insert signature of authorised representative


of the Tenderer]
Name: [insert full name of signatory with National ID
Number]

In the capacity of: [insert capacity of signatory]

Duly authorised to sign the Tender for and on behalf of the Tenderer

[If there is more than one (1) signatory, or in the case of a JVCA, add other boxes
and sign accordingly].

Attachment 1:
[ITT Clause 40)
Written confirmation authorising the above signalory(ies) to commit the Tenderer

{and, if applicable]

Attachment 2:
[ITT Clause 18)
Copy of the JV Agreement I Letter of Intent to form JV with draft proposed Agreement

121 IPa g c
Tenderer Information (Form PW7A-2)

{This Form should be completed only by the Tenderer. preferably on its Letter-Head Pad]

Invitation for Tender No: [indicate /FT No]


Tender Package No:
(indicate Package No]
This Package is divided into the following Number of Lots:
{indicate number of Lot(s)]

..(.:.. '
. ..
1: : !ig!bility lnfcirmatibn o.f Je.Terqerer,[IT)" Clause 5_8;Z5) . . \.'"-•!'·i'· '
. , .: _ ' < ·
'.

1.1 Nationality of individualor country


of registration

1.2 Tenderer's legaltitle

1.3 Tendere r's registered address

1.4 Tenderer'slegalstatus {complete t/1e relevant box]


Proprietorship

Partnership

Limited Liability Concern

Government-owned Enterprise

Others
[please describe,if appl cable]
1.5 Tenderer's year of registration
1.6 Tenderer's authorised representative details
Name
National ID number, if any ..
Address
Telephone I Fax numbers

e-mailaddre.ss
1.7 Litigation [ITICause 13]
Information on non-performance of contract and pending ltigation furnished in PWlA-12
1.8 Tenderer to attach photocopies of
the originaldocuments mentioned
aside (All documents required under ITT Clauses 5 and 241

The following two information are applicable for nationalTenderers -· -


-. - \\UN.41CO.-f

8
-·· ·-

$ <"
1.2 ·' fo \\\)\\ 1)
, , ;:
,.:*· <),_, \: - or ,nl'l) -
.
-i JJt1:0'.'>·
· · j · ,: ,-.. t I\"-.\
1.9 Tenderer's Value Added Tax .
Registration (VAT) Number
1.10 Tendere r's Tax Identificat on
Number(TIN)
!The foreign Tenderers, in accordance withITT Clause 5, shall provide evidence by a written
declaration to that eftect to demonstrate that it meets the criterion]
2. ' Q alification lnfor. .aiion
4 .'of the Ten.de er [ITI.Claus :14J ... '·. .· ·
2.1 Gene(alExperie nce i Construction Works of Tenderer ·
Start End Years Contract No and Name of Contract Role of
Month Month Name and Address of Employer Tenderer
Year Year [Prime/Sub/Man
Brief description of Works
agement)

2.2 Specific Experience in Construction Works of Tenderer. ..


qo'riipletd Cont ra!;of similar natur. .onipleity:aAd met hods/consiruction tecnrioiogy
Contract No ( insert reference no] of (insert year]

Name of Contract (insert name)

Role in Conlract Prime Conlmctor Subcontractor Management Contractor


[lick relevant box).
Award date [insert date)
Complet on dale [ nsert date]
Total Contract Va lue [insert amount]
Procuring Entity's Name
Address
Tel/ Fax
e-mail

Brief description with


justifications of the [state justification in support ofits simiarity compared to the
similarity compared to the proposed works)
Employer's requirements

2.3 - Yj,e a·nnuI: ?n_ W.9.'!§ :t.un r:J TI $ ·}a. :.: ( ))• .'.'.,. { <:· ·:·: '.; :i' · :·'t·>·"·;·: ·:.,
{to/al certified paymn/S:teceived (qr cdn}racls in progress:or completed.for each
"' • ' - '
yeatof
l J
: ' •• <" ...,
works.,(' in . ' ' • •
' ' ' ro<, .);.' ' .I • •" •'•• " • '

pr.<;>gnJ_$ or,co.mplelf.!d;ysing se/lmg X,o,/iJJf1,98 ra!e.quot!!9,bY.te souf96 bamg


EJanglad_e,fh,Ba(lk on the
.,da_te·reported,1f app/1c_ap{e} • .: ::: , · '· · . · •.., - · ··
Year Amount & Currency USD/EUR/BDT

2.4

123 IP a g c
Name of Contract Target Value of Existing Commitments
Contract No [reference] of [year) : Completion Date and Works
Name of Employer
Contact Address Amount & USD/GBl'/EUVJl'Y Equ
Tel/fax Currency doh:lc nol appropria
ivalent
e-mail

2.5 .FinancialResources available to meet the construct on cash flow


-· ' ·
[1TT:sub Clause 1 .1 (b)l , ·
,\ •.

No Source of Financing Amount Available

Amount & USO/EUR/BOT


Currency

In orderlo confirm the above statements the Tenderer shallsubmit , as applicable, the documenls
mentioned in ITT Clause 32.

2.6 ... " ., . •.


Name, address, and olher contact details of Tenderer Bankers and ot her Employer(s) that may -'
provide references, if contacted by this Employer

2.7 Qualifications and .exp.erience of key technic.al ari. administrative .personnel ·proposed for
Contract adminisfration and management (ITT .ClalJse 32) ., . :· ,
Position
Years of Specific Experience
Name
Years of GeneralExperience

[Tenderer to complete details of as many personnel as are applicable. Each personnel listed above
sl10uldcomplete /he Personnel Information (Form PWT-5))
2.8 Major Consfruction:q!-J.ipments prbposed to.carry 9i:ii"the-Contract [ITT Clase 32L :·
Condition Owned, leased or to be
Item of Equipment (new, good, purchased
average, poor) (sta e owner, lessor or
seller)

(Tenderer to list details of each item of major construction equipment, as applicable]


2.9 For computig of tender capacity [ITT 15_.1(d)) Tabl.e 1: A=Value of Wo(ks performed in
last (insert numbe y·ears
c?mpleted d.uring tpe
, t ' ,
n'eariq
I
xf NTable2:
• " , '
B= Vaflle '.of,Existing commitments and works to be
Years has beri giv.en below.
I "' 'tj. •J "
. ..
.1
," '::( .•'.. :'ef
- •• r-\ • ••
,•:· '7--·.;"."

·= "
';; ·• -··
. .
2.9.1 Table1:

No Description of works/contract Value Duration of contract (Start &


(A) Finish date)

2.9.2 Table2:
No. Description of works/contract Value (B) Name/office Duratio n of
in hand of the PE contract (Start
& Finish date)

Signature of Tenderer or Authori sed representative

J 25 I P a g c
JVCA Partner Information (Form PW7A-3)

[This Form should be completed by each JVCA partner].

Invitation for Tender No: [indicate /FT No]


Tender Package No [indicate Package No]
This Package is. divided into the following Number of Lois [indicate number of Lot(s)]

-----..
.. . .. . .... . __,
(!'\:> D ii
\1"" Ji
ter Co/J,1
1

. O
- · -· .... ... ...... .. .---· .. - ..
121 \1
:-... '"
.•1g4 I,\ j'l,,°} C
. [,. - ' 1-..
3. :·O
. ual ficatiOr drif.orinati
. or.ot . rtne.r [ITT .Claus 1.8]
i· ..the JVCA .P..a
' '

eneral Experien6e'inConsfrudion Works .o(JVCA Partn r ',. "


• •• •- ' ' •_-,. :•' .:. .> ' ' •,
' I

Role of
JVCA
Partner
[Prime/Sub
/Managem
ent)

SRecific.Expe ience' in Cons'frction Works ' or JVCA Partner · , " ., .... :-: ;_':-:, :·
-,;;;. ._ ,. ·· · ' ' "'... -' :" •" . .,. _ . .· :1 ... · .. 1.\1·' . • •. .... .. •• - · ;_ ·?"... •...:.;··· ·
,
·

Completed Contract of im\l (nature, complexity and r;neth9d_s/constructiohtec_l:)nolo > .


Contract No [insert reference no) of [ insert year]

Name of Contract [insert name]

Amounl & Currency

(stale justificationin support ofits similarity compared to the


proposed works]
3.3 . v ag'e:a'i\Jaf c:o trl}li£. -!l!rnove.r ip;T. S!J ·laue,15.1<!] , . . '.'.· ,,:_',j_.- !': ; "= .--: - '
l\:r. r - .; ;
: •...- ::.- "-' - . ·,..,,,.,,.. · of"!" t' •
. • • , '"' J. • " - .. -·,••- ;i.,;..;.'" T
·- · · .:..· .,_. .

[tdta/ ·cerlified'p_aymen/s redei'l{e·d for contracts_ in prr;>gress or completed fo;'.eacfi year .of
W,qrks .jfi · pr0gres.foi.,c0mple'ted;- using selling' ex.cfJange· rate quold' by '1he:_setlrce qlng'
B!'giadas Bank tfi'Jat1J"(ilpridr if applicable) .::·- • . .'. ' ,- ,,( / '. \:-· -.{<. ;-' .•
Year Amount & Currency USO/EUR/BOT

1271 P a g c
Name of Contract Target Value of Existing
Contract no [reference] of [year] Completion Commitments and
Works Name of Employer Date
Contact Address Amount & USD!EURIBDT
Tel/fax Currency
e-mail

.. .. . . . . . . •· . . . ·' •. ....
).; 5
. FinancialResource_s available to meet the constri.Jeticin_cash flc:iw [l')i.Sup Cla
§e.)2.2].·:·
No Source of financing Amount available

Amount & USD/EURIBDT


Currency

In order to confirm the above statements the JVCA Partner shall submit, as applicable, the
doc uments mentioned in ITIClause 28.
3.6 Ccin' lact Detai siTT lause'28) .. ,;'."
:.''.· .
;·/ . .. _. ·:-- - -, : .
. - .. "' '": .· .. , .

Name, address, and contact details of Tenderer's Bankers and other Employer(s) that may
provide references if contacted by this Employer
' ' ' ' ' • 1 -· :
:· .
· + •. •' ' '' ' . ,l ' • t'
>. '. •' ' , I '• ' .< •A '
" /, 't ' ' • ;•'' '
1

3.7 Qua!ifi_catios.and.eXJ?, rJ.erice key tcnicI.and _aprnir\istrative.per on I


rDP?sed_ for F>ntract
.adm1111strallon an_d managrr:ien![IDCla\,Jse 16.11:. :.-, ·, , . ··,· ,; · ·. · · .
Position Years of Specific
Experience Name
Years of GeneralExperience

{ Tenderer to comp/ere details of as many personnel as are applicable. Each personnel listed
above should complete the Personnel Information (Form PWl-5)]
3.8 Majo'i'iierns·bt ConsHLTt'iibn·;Equipmn{pro.posed'.toFc; fry'1r19 ·6.ut thefwifrks'11r:r·.c'1atis'ei71 :
i. , • I .
1
;.-- • •/,·' - .., ·• 1.i ' , ' · 1 • ; · 'i '::;- "•, • 1 It • , . , • :'!.··: ·l. '<

Item of Equipment Condition Owned, leased


or to be (new,good, purchased
average, poor) (state owner, leaser or
seller)

{Tenderer to list details of each item of Major equipment, as applicable}

Signature
(Name of Authorized Signatory of the JVCA Partner)
Specialist Subcontractor Information (Form PW7A-4) ·

[This Form should becompleted by each Subcontractor, preferably on its Letter-Head Pad}
Invitation for Tender No: [indicate IFT No}
Tender Package No [indicate Package No]
This Packageis divided into the following Number of Lois [indicate number of Lol(s)]
·>,·,',·· ,
1' . ' t · . '" >1 <.• , • 1. ." :, , , •

Information·o( the Subco.nrator [ l.TT.-Clases 5 &' 19}


El)gibilily
,' ·
:. . • \ ,
1,

"" , ·1

: ·,,:>-"· ·:·_':::· . ,
1.1 Nationality of Individual or country of Registration

1.2 Subcontractor's
legaltitle

1.3 Subcontrac tor's registered adclress

1.4 Subcontract or's legalstatus {complete the relevant box]


Proprietorship

129 IP a g c
Partnorshlp
Limited Ll?bl ity Concern
Government-owned Enterprise
Other
(please dcscrlbe)
1.5 Subcontractor's year of registration

1.6 Subcontractor's authorised representative details


Name

Addroc

Telephone I Fax numbers

e-mail addross

1.7 Attach copies of the following originaldocuments All documents to the extent relevant
to ITT Clause 5 and 19 in support of
its qualificat ons
The following two information are applicable for nat onal Subcontractors
1.8 Subcontractor's Value Added Tax Registration (VAT)
Number

1.9 Subcontractor's TaxIdentification Nurnber(TIN)


[The foreign Subcontractors ,in accordance with ITT Clause 5, shall provide evidence by a written declarationlo
that effect to domonstrato that it meets the criterion]
;c: .
2.. Key Ativity(ies) for w)lich it isintended to be Subcontrated.[ITT .Clause 19) / ':''.-
- . ·.-.
. ... .' .' . . . ...., , .
2.1 Elements of Activity Brief description of Activity •'

I
2.2 List of Similar Contracts in which the proposed Subcontractor had been engaged
I

Name of Contract and Year of Execution


Value of Contract
Name of Employer
Contact Porson and Contact details
Type of Work Performed

Signature mulName of /\uthorilcd Signntory of the Proposed Sub-Contractor


Personnel Information (Form PW7A-5)
[This Form should be completeri for achperson pro:>osed by the Tenderer on Form PW7·2 & PWl-3, where applic3blc]

Name of the Tenderer: {Insert Title]


Invitation for Tender No: [Indicate /FT No]
Tender Package No {Indicate Package No]
This Package is divided into the following Number of Lots {Indicate number of Lot{s)]

·. ·.·•. ·.::/ : .
0 Constrnction Engineer 0 Prime Candidate 0 Alternative Candidate

0 Key Personnel 0 Prime Candidate ., 0 Alternative Candidate


8. . Prso'nalData ··. f :·. ... .. ··"
•.• ':-··
' ·
..,; '
, ,.;.. . .. :
Name: '·
" '
Date of Birth:

Veal'$ overall oxperlence:

National ID Number:

Years of employment with t he Tenderer:

ProfessionalQualilicalions:
1.

G. ..· ..'e·re nt Emptov+e ( }:f.C!h (eJd_?,n1 :'.;:11:i?p io}ed by .1h : rFdr;J,; :./}g . ;?'.. ':·;
Name of the Employer:

Address of the Employer:

Present Job Title:

Years with the present Employer:

TelNo: Fax No: e-mailaddress:

Contact {manager/personnel officer]:


. ..,.
o.· rofessional.EXper:n.Ce - /. .· . ,, ..-._ ' ..
Summarise professional experience over thelast twenty (20) years, in reverse chronological order. Indicate
particular technical and managerialexperience relevant tolhe project.

From To Company I Project I Position I Relevanltechnical and management experience.

(Name and Signalure of the Proposed Personnel)

131 I P a g e
Bank Guarantee for Tender Security (Form PW7A-6)
[This is lhB formal for the Tender Securily to be issued by an internationally reputable Bank which has a correspondent
Bank located in Bangladesh in accordance with ITT Clause 35 & 36]

invitation for Tender No:

Date

: Tender Package No:

To:
Executive Director
(Engineering) Rural Power
Company Ltd,
House-19, Road-1B, Sector-9, Uttara, Dhaka-
1230.
Tel:+880-2-7914048/8957952
Fax: 880-2-7913229

TENDER GUARANTEE No:

We have been informed that {name of Tenderer] (hereinafter called "the Tenderer") intends to
submit to you its Tender dated {date of Tender) (hereinafter called "the Tender") for the execution of
the Works of
{description of works] under the above Invitation for Tenders (hereinafter called "the !FT").
Furthermore, we understand that, according to your conditions, the Tender must be suppo rted by a
Bank Guarantee for Tender Security.
At the request of the Tenderer, we [name of bank] hereby irrevocably undert ake to pay you, without
cavil or argument, any sum or sums not exceeding in total an amount of USO/Euro {insert amount in
figures and words] and/or BOT {inserl amount in figures aT1d wo1ds} upon receipt by us of your first
written demand accompanied by a written statement that the Tenderer is in breach of its obligation(s)
under the Tender conditions, because the Tenderer:
a. has withdrawn its Tender after opening of Tenders but within the validity of the
Tender Security; or
b. refused to accept the Notification of Award (NOA) within the period as stated under ITI;
or
c. failed to furnish Performance Security withinthe period stipulated in the NOA; or
d. refused to sign the Contract Agreement by the time specified in the NOA; or
e. did not accept lhe correction of the Tender price following the correction of the
arithmetic errors as stated under ITT.

This guarantee will expire

(a) if the Tenderer islhe successf ul Tenderer, upon our receipt of a copy of the
Contract Agreement signed by the Tenderer or a copy of the Performance
Security issued to you in accordance with the ITT;
or
(b) if the Tenderer is not the suc<:essful Tenderer, twenty eight (28) days after the
expiration of the Tenderer's Tende r validity period, being {date of expiration of the
Tender validity plus twenty eight (28) days ].

Consequently , we must receive at the above-mentioned office any demand for payment
under this guarantee on or before that date.

Name and Signature Name and Signature


Notification of Award (Form PW7A-7)

Contract Date:
No: To:
{Name of Contractor]

This is lo notify you that your Tender dated [inserl dale] for the execution of the
Works for Engineering, Design, Manufacturing, Inspection, Supply,
Transportation, Construction, Erection, Installation, Testing And
Commissioning Of Mymensingh 360 MW Dual Fuel(Gas/HSD) Combined
Cycle Power Plant Project On Turnkey Basis for the Contract Price of
USO/Euro (insert amount in figures and words} and BDT [insert amount. in figures and in words], as
corrected and modified in accordance with the Instructions to Tenderers, has
been approved by Rural Power Company Limited.
You are t hus requested to take following actions:
i. accept in writing the Notification of Award within seven (7) working days of its issuance
pursuant to ITT Sub Clause 68.3
ii. furnish a Performance Security in the form of a Bank Guarantee as specified and in the
amount of USDIEuro {insert amount in figures and words] and BOT jinsert amount in f19ures and
words],within twenty eight (28) days of issuance of this Notification of Award but not later
than (specify date}, in accordance with ITT Clause 69.2.
iii. sign the Contract within twenty eight (28) days of issuance of
this Notification of Award but not later than (specify dale). in
accordance with ITT Sub Clause 73.2.

You may proceed with the execution of the Works only upon completion of the above tasks. You may
also please note that this Notification of Award shall constitute the formation of this Contract which shall
become binding uponyou.

We attach the draft Contract and all other documents for your perusal and signature.

Signed

Duly authorised to sign for and on behalf of RuralPower


Company Limited

Dale:
Contract Agreement (Form PW7A-8)
THIS AGR EEMENT made on this [day} day of [month] (year] between Rural Power Company ltd,
House-19, Road-18, Sector-9, Uttara, Dhaka-1230, (hereinafter called "the Employer") of the one part
and {name and address of Contracto1j (hereinafter called "the Contractor") of the other part:

WHEREAS the Procuring Enttty invited Tenders for certain works for Engineering, Design,
Manufacturing, Inspection, Supply, Transportation, Construction, trection, Installation, Testing And
Commissioning Of Mymensingh 360 MW Dual Fuel(Gas/HSD) Combined Cycle Power Plant Project
On Turnkey Basis and has accepted the Tender submitted by the Tenderer for the execution of those
works in the sum of USO/Euro fin•ett amount] and/or BOT [insert amountJ[Contrac t price in figures and in words]
(hereinafter called "the Contract Price"). ·

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:


1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them inthe General Conditions of Contract hereafter referred to.

2. The documents forming the Contract shall be interpreted in the following order of prio rity:
(a) the signed Contract Agreeme nt
(b) the Notification of Award
(c) the completed Tender and the appendices to the Tender
(d) the Particular Conditions of Contract
(e) the General Conditions of Contract
(f) the Technical Specifications
(g) the General Specifications
(h) the Drawings
(i) the priced Bill of Quantit ies and the Schedules
0) any other document listedin the PCC forming part of the Contract.

3. In consideration of the payments to be made by the Procuring Entity to the Contractor as


hereinafter mentioned, the Contractor hereby covenants with t he Employer to execute and
complete the works and lo remedy any defects therein in conformity in all respects with the
provisions of the Contract.

4. The Procuring Entity hereby covenants to pay the Contractor in consideration of the execution
and completion of the works and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
witn the laws of Bangladesh on the day, month and year first written above.

For the Procuring Entity For the Contractor

Signature

Name
National ID No.
Title
In the presence
of
Name
Address
Bank Guarantee for Performance Security (Form PW7A-9)
(This is the format for the Performance Security to be issued by an inlema/ionally reputable Bank which has a
correspondent Bank localed in Bangladesh in accordance with ITT Clause 69, 70 & 71]

Contract No:[insert reference number] Date: [insert date]

To:

Rural Power Company Ltd,


House-19, Road-18, Sector-9, Uttara, Dhaka-
1230.

PERFORMANCE GUARANTEE No:

We have been informed that (name of Contractor] (hereinafter called "the Contractor") has undertaken,
pursuant to Contract No [insert reference number of Contract] dated {insert date of Contract]
(hereinafter called "the Contract") , the execution of works for Engineering, Design, Manufactur ing,
Inspection, Supply, Transportation, Construction, Erection, Installation,Testing And Commissioning Of
Mymensingh 360 MW Dual Fuel (Gas/HSD) Combined Cycle Power Plant Project On Turnkey Basis
under the Contract.

Furthermore, we understand that, according to your conditions, the Contract must be supported by a
Bank Guarantee for Performance Security.

At the request ofIfie Conl•actor, we [name of bank] hereby irrevocably undertake lo pay you, without
cavilor argume nt, any sum or sums not exceeding in total an amount of USO/Euro and/or BOT {insert
amount in figures and irl words] upon receipt by us of your first written demand accompanied by a
written statement that!lie Contractor is in breach of its obligation(s) under the Contract conditions,
without you needing to prove or show grounds or reasons for your demand of the sum specified therein.

This guarantee is valid until[date of validity of guarantee}. consequently, we must receive at the above-
mentioned office any demand for payment under this guarantee on or before that date.

Name and Signature Name and Signature

135 l l' n g c
Bank Guarantee for A dvance Payment (Form PW7A-10)
[T/1is is the format for /Ile Advance Payment Guarantee to be issued by an internationally reputable Bank which /1as a
correspondent Bani< located in Banglades/ 1 in accordance with GCC Clause 78]

Contract No: (insert reference number) Date: [insert date)

To:

Rural Power Company Ltd,


House-19, Road-1B, Sector-9,Uttara, Dhaka-1230.

ADVANC E PAYMENT GUARANTEE No:

We have been informed that {name of Contractor] (hereinafter called "the Contractor") has undertaken,
pursuant to Contract No [insert reference number of Contract] dated [insert date of Contract]
(hereinafter called "the Contract"), the execution of works for Engineering, Design, Manufacturing,
Inspection, Supply, Transportation, Construction,Erection, Installation, Testing And Commissioning Of
Mymensingh 360 MW Dual Fuel (Gas/HSD) Combined Cycle Power Plant Project On Turnkey Basis
under the Contract.

Furthermore, we understand that, according to your Conditions of Contract under GCC Clause 78,the
Advance Payment on Contract must be supported by a Bank Guarantee.

At the request of the Contractor, we [insert name of bank] hereby irrevocably undertake lo pay you,
without cavilor argument, any sum or sums not exceeding in total an amount of USO/Euro and/or BOT
{insert amount in figures and in words} upon receipt by us of your first written demand accompanied by
a written statement that the Contractor is in breach of its obligation(s) under the Contract conditions,
without you needing to prove or show grounds or reasons for your demand of the sum specified therein.

We furlher agree that no change, addition or other modification of the terms of the Contract to be
performed, or of any of the Contract documents which may be made between the Employer and the
Contractor, 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 is valid until [insert date of validity of guarantee], consequently, we must receive at the
above-mentio ned ottice any demand for payment under this guarantee on or before that date.

Name and Signature Name and Signature


FORM OF PERFORMA NCE SECURITY
(SPECIMEN)

To :
RuralPower Company Ltd,
House-19, Road-1B, Sector-9, Uttara, Dhaka-
1230.

Subject : Performance Security.

1. With reference to the Contract No. ---------------------dated-------------------- between


Rural Power Company Limited hereinafter called the "RPCL' and --------------
hereinafter called the 'Contractor" for the Engineering, Design, Manufacturing,
Inspection, Supply, Transportation, Construction, Erection, Installatio n, Testing And
Commissioning Of Mymensingh 360 MW Dual Fuel (Gas/HSD) Combined Cycle
Power Plant Project On Turnkey Basis., we, the undersigned hereby irrevocably
guarant ee the Contractor to the RPCL up to the sum of 10% (Ten percent) of the
Contract Amount i.e. ----------------------(convertible currency) Plus Taka----------------
(Tk.----------------------) for the due execution and proper performance of the Contract.

2. Now, therefore, if the Contractor shall duly and faithfully observe its performance in
all particulars and abide by each and every convenience condition and part of said
Contract and the conditions, specifications, drawings and other contract documents
attached w ith the Contract, or by reference made a part thereof accordinglo the intent
and meaning of each case with full satisfaction of the RPCL, then this obligation will be
null and void, otherwise iishall remain in full force and effect.

3. Thalwe now hereby clearly and specifica lly undertake to pay the said amount at
your first demand without warning or any restriction or without making any referencelo
any party incase of default of performance of the Contractor.

4. We [name of bank} hereby irrevocably undertake to pay you, without cavil or


argument, any sum or sums not exceeding in totalan amount of Tk [insert currency/ies
in figures and in words} upon receipt by us of your first written demand accompanied
by a written statement that the Contractor is in breach of its obligation(s) under the
Contract conditions,without you needing to prove or show grounds or reasons for your
demand of the sum specified therein.

137 a gc
6. That this guarantee shall be binding on us and on our successors or permitted
assigns and shallbe irrevocable and unconditional.

7. Our liability under this guarantee is restricted to -----------------(convertible currency)


Plus Taka-----------------(Tk.---- --------) and shall not extend. beyond ----------(date).
This guarantee shall remain valid until completion of 2 {two) years warranty period of
the Plant [Mymensingh 360 MW Dual Fuel Combined Cycle Power Plant], on
execution of the turn-key job and successfully passing the Acceptance Test of the
Plant (i.e issuance of FAC). Consequently, we must receive at the above-mentioned
office any demand for payment under this guarantee on or before that date

8. This guarantee will expire (unless extended otherwise}, if the financial closure of
the project does not happen within 365 days from the date of issue i.e. on (date).

Yours failhfully

For and on behalf of

(Bank)

(Official Seal)
Form FIN - 1: FinancialSit uation

Each Tenderer or member of a J V must fill in this form

Information from Balance Sheet

Information from Income Statement

TotalRevenues

Profits Before Taxes

Prof ts After Taxes

D Attached are copies of financial stateme nts (balance sheets including all related notes, andincome statements)
for the last three years,as indicated above,complying with the following conditions.

• All such documents reflect the financialsituation of the Tenderer or partner to a JV,and not sister or parent
companies.

• Historic financialstatements must be audited by a certified accountant.


• Histor c financialstatements must be complete, including all notes to the financialstatements.
D Historic financialstatements must correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested oraccepted).

139 II'a g c
Form FIN 2: Average AnnualTurnover

Each Tenderer or member of a JV must fill in this form

Year

The information supplied should be the Annual T11rnovcr of the Tenderer or each member of a JV in terms
of the amounts hilled to clients for each year for contracts in progress or completed, converted to US Dollars
at the rate of exchange at the end of the period reporteci.
Form FIN -3: Availability of Financial Resources

Speci fy proposed somces of financing, such as liquid assets, unencumbered real assets, lines of credit, and
other financia l means, net of currenl commitmenls, available to meel the total construction cash flow
demands of the subj ect contract or contracts as ind icated in Seclion 3 (Evaluation and Qualification Criteri«)

Source of financing

'"Liquid Assels mean cash a11d cash equivnlenls, short -term financi I instruments, short 1cnn 1wailable-for-salc- securilies,
markelahle seCllrilics, trade recci\'ablcs, short-term financing rcccivahks Rllll other l1sscls lhal can be corwcrtrd into cash
wi lhin ONE YEA R".

l 4 l l l' a g c
Form FIN -4: Financial Resources Requirement

Tend erer (or each .JV part ner) should provide information indicated below in order to
calculate the aggregated financial resources requirement, which eq ual s tl1c sum of: (i)
the Tenderer's (or each JV partner's) current commitments on all contracts that have
been awarded, or for which a Jetter of intent or acceptance has been received, or for
contracts approach ing completion, but for which an unqualified, full completion
certificate has yet to be issued and (ii) financial resources requirement for subject
contract as determined by the Employer. Tenderer must also disclose any other financial
obligation s that could materially affect the implementation of subject contract if such
contract were to be awarded to the Tenderer.

Contract Month ly Financia l


Completion Contrac t Resources
Name of
Period In Requiremenl(BIA)
Date
months (A)1
Fax
1

Cumulative Financial Resources Requirement for Current contract


Commilmenls3

FinancialResources Requirement for the Subject Contract (Employee US$ 45 million

Remaining co11tr ct to he c lcula1ed fmm 28 <fays pri1•r lo hid suh111issio11 de•dline.


Rc11rnin i11 OlllStanding Contract Values to he calcula1cd from 28 days prior to the bid suhrnissie>n deadline
(US$ eq11ivah::11t hnsed on the fcircign cxclrnngc rn1e as of the samcclatc).
Tenderer should calculate thisamounlbased on the sum of Mon1hly Financial Resources Requircmmt for Each
Current Contract hased on the followingcalculation:

Estimated Contract Val ue (inclusive of Taxes and Duties) Completion Period in


Months
Section 6. Bill of Quantities
• Un-priced bill of q u a ntit ies shall be filled up and to be includ ed wit h the
technical proposal.

• BiJI of q u a ntities with price shall be i ncl u ded in th e Financial Proposa l and kept
scaled anti lo be su bmi ttcd along with the technical proposal separately. .

143 IPa g c
Bill of Quantities
(ITT Clau se 24)
Na m e of Works: _ _
IFT No. _ Package No.. Lot No.. _
r
·

re

145 1 P a g \
J

Switchgear Uni

T Compressor washing Skid (On line, o·


r ... --. 1A-9 Other miscellaneous e ui ment/materials- -
Sub-total : 1A
/.,.fil
"
·':\

SI.
No

·- '
C('l>,

;
::; 1

2 . l 146 IP a g
;::;
5
.

t
t ' \!
I adequate Samplino station
fj13 K>ther miscellaneous equipmenUmaterials 1 (one) set
;;>
I Sub-Total 1B
-1 team Turbine & auxiliaries 1(one) set
\ !Steam 1 urbine. \3enerator including 1 (one) set
xcitation system, AVR & other auxiliaries,
" 1C-2 Lubricating Oil system and Online Lube oi
purifier.

enerator Switchgear for STG Unit (circuit 1 (one) set


breaker. isolators. earthing switches,CT,
-. 1C-3 PT, surge capacitors, surge absorber
/ (l\;::,, ssembly,

"1:;,/1G-4 Surface condenser 1 (one) set


:·..-•:·' y

!
Vacuum

147 I P :t g
1C-9 Condenser cooling water system including 1 (one) lot
k:ondensate water pump, Circulating water
pump, Hybrid Cooling Tower, CT motor fans
ondenser, water intake facilities, tube
cleaning system, sealing water system, ai1
Jevacuation system with all auxiliaries,
!switchgear, control system, cabling 8
grounding system .

Clarifiers, Reservoirs, Storage tanks,


pumps, valves, piping including electrical
and l&C system with all auxiliaries
complete in all respect.
I\ 1C-10 Pump,Deep Tube Well Pumps 1 (one) lot I
vC-11 vhem1 cal dozzing system including dozzmg 1 (one) lot
pumps for Hybrid Cooling Tower & other
K;ooling water system and adequate
Samplinci station
1C-12 Instrument Air compressor with dryer and 1 (one) lot
!Service Air Compressors.
1C-13 Pipinci valves 1 (one) lot
1C-14 Laciging & Cladding 1 (one) lot
1C-15 Instrumentation & Control facilities 1 (one) lot
1C-16 Diesel Fuel supply system for GT with 1 (one) lot
Strainer, Filter, Valves, Piping associated
!With the fuel tanks as below and Other
miscellaneous equipmenUmaterials
1C-17 Fuel Storage Tanks 1 (one) lot
13 X 5000 Ton Main Tank at Plant Site
1X 2000 Ton Day Tank at Plant Site
-- 12 X 2000 Ton Receiving Tank at
Shambuganj Railway Station
\lf
"Tl bove tanks includesloadinci-unloadina I
c:Cl :::!l
148 1 P a g ..:
a :;. ;:'

'1117 k
'J
r-,
I
------' ----. ----. -.- --,- .,-- ----,
. .. · · '· · . .. ., Foreign Currency Bangladesh Taka ·
,. . · : . : .. Insurance for Custom Clearance
51
N .. Item Name 1., · Qty FOB Price Freight Insurance Transportation up andInland
·· · ·· · · to Site Trans :>artation
' ··.·
. Rate Toal Rate Total . Rate Total Rate Total Rate . Tc,tal
Generator Step up Transformer (for GTG 1 no.
10-1 unit), 11-20 KV/ 132 KV

Generator Step up Transformer (for STG 1 no.


1D-2 unit), 11-20 KV/ 132 KV
1D-3 Station Transformers . 6.6/0.415 KV 1 (one) Lot
1D-4 Unit Auxiliary Transformer ,11-20/6.6 kV 1 (one) no.
1D-5 Reserve Auxiliarv Transformer, 132/6.6 KV 1 (one) no.
10-6 132 kV SF6 Circuit Breaker 1 (one) lot
1D-7 132 kV Current Transformer 1 (one) lot
1D-8 132 kV VoltaQe Transformer 1 (one) lot
10-9 132 kV Lightning Arrester 1 (one) lot

149 j P a g
to Site Transportation
Rate I Rate I

1F-3 1600

L 1F-6 !

l50 !P a g
fili CI),

I \ '\] B L
Chan:i ers
DC distribution board, switchgears, cables, 1 (one) Lot
1 !separate from AC system etc.
\. J,. 1 12x 100% capacity Inverters with related 1 (one) Lot j
·I. ',<3-F..9 0 lswitchaears, cables etc.

-
,ommumcatron svstem
PABX Telephone system
IP Phone
,
1 (one) Lot
Waki Talki 1 (one) Lot
1F-11 trelemetering facilities, Communication & 1 (one) Lot
lsCADA Equipment 1 (one) Lot
lcCTV System (emote Monitoring) . . 1 (one) Lot
,.... PA system (Public Address I Annunc1at1on 1 (one) Lot
• F..!.\ Svstem)
; .?1F-12 Other miscellaneous eauioment/materials 1 (one) Lot
t:/ Sub-Total : 1F I
._, _.·,,:\_,..

15l j P a g e
Sub-total : 1G

Maintenance Facilities I
1H-1 EOT Crane for GTG Unit 1 (One) no.
1H-2 EOT Crane for STG Unit 1 (One) no.
1H-3 CWP House EOT Crane 1 (One) no.
1H-4 GBC House EOT Crane 1 (One) no.
1H-5 Mobile Crane 1 (One) no. I
1H-6 5 ton truck with 3 ton jib crane 1 (One) no.
..... 1H-7 5 ton fork lift 1 (One) no.
:;.- 1H-8 5 ton truck/ lo rry 1 (One) no.
\ '.\ 1H-9 1ton half truck 1 !One) no.
I- 1 Hoist tor t:.u1..:. room. 1-1re 1(one) Lot
. H-10 ltiohtinq pump house, Chemical olant
:/ 1H-11 Hand lft car tor pal ets. hand cart for drums, 1(one) Lot
cylinders
1c.;omputerized Maintenance Management 1 (one) Lot
1H-12 System (CMMS)
1H-13 Other miscellaneous equipmenVmaterials 1 (one) Lot
Sub-total : 1H I
...
Foreign Currency Bangladesh Taka
' .
·
SL , Insurance for Custom Clearance
.. FOB Pr
No '· Item Qty Insurance Transportati on up and Inland
. . Name ice
to Site Trans :>ortation
' .. . .
.' " ' ·
Rate- Total
Fire Fighting, Machine Shop Equipment,
·workshoo Toof . Transport
Fire Fighting Facilities
- .
\\\iili -2 .
r<V
"(t'

;
'B
\
152 I P g ;:
1-
S2 9

,, = 'r::A
.

llmk
.::; ::::

1 one Lot
1 (one) Lot

1 Four wheel drive Jeep (3600 CC),


01 Double cabin Pick up (2700 CC),
01 Microbus (2400 CC)
01 Ambulance 2400 CC , ,
11-7 Other miscellaneous equipment/materials 1 (one) Lot
Sub.total : 11
Control
1 (one) Lot
1 (one) Lot

1 one Lot
1(one} Lot

'f Synchronizing panels (swing ty pe) 1 1 (one} Lot j I


Plant Control System with on-line Plant ·
1J-5 Performance Monitoring & Optimization
System
1J-6 Standard weather station 1 (one) Lot
ivontinuoustm ssion Monitoring module 1 (one} Lot
Harp Module)

153 1 P a g

Foreign Currency- Bangladesh Taka

SI. Insurance for Custom Clearance


No Item Name Qty FOB Price Freight Insurance Transportation up and Inland
to Site Transportation
'
Rate Total Rate Total Rate Total Rate Total Rate Total
1J-8 Other miscellaneous equipmenVmaterials 1 (one) Lot
Sub-total : 1J
Spares & Consumables
K-1 Spares for Warranty period (List of Spares 1 (one) Lot
. : o be included)
J ;:1K-2 Consumables for Warranty period 1 (one) Lot
-{
\ _,, 1K-3 Spares with List and consumables for 1 (one) Lot
i.. . Schedule inspections of GT
.....
Sub-total : 1k
Sub-total : 1

Schedule-2
Erection & Commissioning

2A 1 (One} lot

Steam Turbine Generating unit complete 1 (One) lot

IP
UEcl&
L (
'.?: .,,
:1 · 20 Transformers.sw1tchgears and relevant all 1 (One) lot
other electrical & orotection eauioment
:P -t2E
,.....
0 -
= & Metering System (RMS) and pipeline
..-· = Gas Booster compressor, Gas Regulating 1 (One) lot
a. from existing RMS to new RMS (360 MW
'.< CCPP) and
Gas Fuel handling facilities
Fuel Handlina Facilities for HSD
2F WTU I Chemical Plant, Chemicallab, 1(One) lot

n;
Effluent treatment plant with all auxiliary
leauipment
2G Hybrid Cooling Tower with all auxiliary 1 (One) lot
'"' ' lequipment

:'. .2H Firefiahtina facilities 1(One) lot


•.(:);t:* .· 21 ommurncat 1on system with all auxiliary
eauioment 1(One) lot

2J MechanicalAuxiliary equipment 1 <One) lot


2K Maintenance facilities, Workshop facillt1es, 1 (One) lot
EDG, DWP and with all auxiliary equipment
as required
2L l&C and DCS I Centralcontrolequipment 1(One) lot
with all other auxiliarv eauioment
Sub-total : 2

Schedule-3
Civil & Building Wor ks:
· nsurance for Civil& Building
Civil & Building Works Works
SI.
Qty Foreign Currency Bangladesh Taka Bangladesh Taka
No . Description ; ..
' ' ,
. .,
·Rate · · ' ' ·Total
'•·.·1
:ii Rate ·.1:: •
Total' ·· . ,.. Rate'"1 ·'' . " •' Total .:' · . ' .
' . .,. .. . ' ! r . -
.. i '·
3A-1 Site Preparation (Soiltest, demarcation & 1 (One) lot
surveying and Excavation,soil

155 I p ;>,g t:
k:Jevelopment/improvement, filling and Land
k:levelopment/compaction)

3A-2 -Others, if necessary (1enderer shall specify


those items)
Sub-total : 3A 1 (One) lot

. ... . '..·· 3:'' · - ; .


-- ....,...orks'; 1 (Qrie) lot . .
.' ·. ·. - :'.:'.'!(Site.w
, , - . -- '-
- ;;'•( ' ::.',:.·:; .,.,
,. -: ' . ·;:i:;: ..-_.::. · ..
.

'
.

- .... _, :.:-.1: .,· -; ' .··


.:. '.' ....., .
·•

··:; :. -l . ' : ·.-,


.

., ' .
38-1 Plant Approach Road, Internal Road, path 1 (One) lot
«
) c\ and oarkinQ area.
b) 38-2 Drainage system (Storm, foul, oily and plant 1 (One) lot
-/ .t-
; ldrainaae svstem)
"-:'..: I
38-3 ::>ewage works 1 (One) lot

3B-4 Water works, deep well and pumps, Water 1 (One) lot
Reservoir, Cooling Tower basin,Clarifier

? 38-5

38-6
-Storage tank for fire-fighting

Hybrid Cooling Tower, CWP, DWP, 8FP


1 (One) lot

1 (One).lot
Main Fuel Tank at Plant site , Day Tank at
Plant Site &
Fuel Receiving Tank at Shambuganj
Railway Station
Fuel Forwarding Pumps, Valves & Piping
and others, Gas RMS and pipeline from
existino RMS to new RMS (360 MW CCPP'
38-7 Embankment (River Protection) 1 (One) lot
Landscaping, gravelsurfacing

156 I r a g c
Insurance for Civil & Building
Civil & Building Works Works
Description Qty Foreign urrency Bangladesh Taka Bangladesh Taka
: Freight
Rate Total · Rate I Total Rate Total
38-8 Others (if any) Tenderer shall specify those 1 (One) lot
items

'tt:J""'1rvi "
Sub-total : 38
" •· . .f:'j.:.:.}/3:,>j ·?: - ;
.,.,,,..,.... - ' . : • • " .·. i 1ng'' ._ ····.. ·. · ..,.,. ."·'. /i · .;i_'.i
:'1}tjci. .,: ;b:.,,..,'
..

-:·" «; . ·.);;.·, " •.i· "'< r-·,.•u.r:tsT1h1z


1.1e·d-P.,,:···· '_' ·_: v:-; ·? :
. ,'. ; '·;! .:'.. ._

b,,· · .,.
•• . <> '/. : Img
\ .....
·' ' ' 3C-2 HRSG & auxiliaries Unit Foundation Piling 1 (One) lot
3C-3 team Turbine Generator Hall Foundation 1 (One) lot
Piling
3C-4 themical Plant (Water Treatment ) Building 1 1 (One) lot
Foundation Piling
3C-5 as Booster Compressor hall, Foundation I 1 (One) lot
iling
3C-6 mergency Diesel Generator Hall 1 1 (One) lot
3C-7 ater Storage Tanks Foundation Piling 1 (One) lot
3C-8 antral Room building Foundation Piling 1 (One) lot
3C-9 dministrative Building Foundation Piling 1 (One) lot

l 57 I? a g c
3C-10 Store Building Foundation Piling 1 (One) lot
3C-11 Worksho p building Foundation Piling 1 (One) Jot
3C-12 Transformers, switchgears,equipment etc. 1 (One)lot
foundations
3C-13 For gantry, steel structure foundations 1 (One) lot
3C-14 Foundation pilling of Hybrid Cooling Tower, 1 (One) lot
CWP. DWP. BFP
3C-15 Transportation ot heavy equipment and 1 (One) lot
temporary jetty/ platform for unloading of
equipment
Main Fuel Tank at Plant site, Day Tank a
3C-16 1 (One) lot
\
Plant Site & Fuel Receiving Tank a1
Shambuganj Railway Station, Fuel
Forwarding Pumps, Valves & Pipings,
I unloading facilities of HSD at plant site fo1
road wav transportation
3C-17 All storage Tanks including Liquid fuel 1 (One) lot
Tanks I

3C-18 For Others (if any) Tenderer shall specify 1 (One) lot
Sub-total : 3C

Insurance for Civil & Building


Civil& Bui ding Works
Works
SI.
Description Qty Foreign Currency Bangladesh Taka Bangladesh Taka
No
Rate Total ·Rate Total Rate Total
1f;f'$:· :- ·:j;.... J > -J?i:.J:...) .:, .-· }/::Ffoµndation /}
,. -- 7"-:'.t0:··1 r; · ; '('?...:;::..r _ r.. - .. .• '· '! ' . ' - ;.

30-1 !Gas Turbine Generator unit Foundation I 1 (One) lot


30-2 IHRSG & auxiliaries unit Foundation 1 (One) lot
Steam Turbine Generator Hall Foundation 1 (One) lot
Firefighting pumps and all associated 1 (One) lot
:.< -n ui ment/auxiliaries foundation
n 8
.., o:i 'B - 158 1 P a
..-- -· a c:>I

/P{fl:
·- 0- f
;
;:
159 1 p :lg I!
c· ·1 & B "Id" W k Insurance for Civil& Building
, . , 1v1 u1 mg or s Works
S
NIo. · Descrr.pt"ion ,. QtY Foreign Currency Bangladesh Taka Bangladesh Taka

.. Rate Total Rate Total Rate Total


:,- - Buildin9 Wc>1 ks -- _ _ _
Gas Turbine Generator Unit Bui ding. HRSG
& auxiliaries Unit Building, Stearn Turbine
Generator Hall Building, Hybrid Cooling
Tower Building. Chemical Plant (Water
1 Treatme nt) Building, Gas Booster
Compressor hall Building, Emergency Diesel
-""' Generator Hall Building, Fuel Storage Tanks
c
\\
.;

' -1. l 160 I P 3 g c


. //ir
1 (One) lot
1(One) lot
-=--- ' 3E-3 IForm works 1 1 (One)lot
3E-4 Roofing 1 (One) lot
3E-5 Brick works I 1(One) lot
3E-6 Walls, Doors and Wti1clows I 1 (One) lot
3E-7 I Ventilation and Air-conditioning I 1 (One) tot
/ :;,:T -and Sanitary installation
'iG:: \ f\
; -
3E-8
3E-9
j;'i3E-10
Plumbing
Metal works
Finishing works
1 (One) lot
1 (One) lot
1 (One) lot
1 ,

,
:: : . c 7/3E-11 Fire Detection annunciation 1 (One) lot I I
" -. 3E-12 Lighting and power supply works 1(One) lot I
I
3E-13 Furniture, Computer,LAN for all buildings 1(One) lot '
!Metal Cabinet, Shelves for Store \ 1(One) lot
3E-14
3E-15 Other works (tenderer shall specify) I 1(One) lot
Sub-total:3E
Sub-total:3 l

16l l P "- g c
Schedule-4
Services:

Services
'
SI. . .
N Description Q Foreign Currency Bangladesh Taka
o I t
y
,.
Rate Total Rate Total
/

-
'- :.;. . 4A GT Schedule Inspection 1 (One) lot

11·
/. : : .. . 48 Design and Engineering 1 (One) lot
:.
4C Workshop Tests including Factory Test Witnessing 1 (One) lot
.· ·.
'\;}·:-;-.... 4D lraining at manufacturers factory . s--'' .
..§.
" 1(One) lot
- Costs of 100 (hundred) person-months 01
training.
- Pocket expenses @ US dollar 150 per day per
person.
4E Traveling charges, persons 1(One) lot
50 (fifty) round trip air fares from Dhaka,Bangladesh
to the Manufacturer's factorv and back.
4F Living allowance, Man-Month 1 (One) lot
Costs of local transportation. meals, lodging ,
accommodat ion.
4G Training at the site 1(One) lot
Local on job training for 80 (Eighty) RPCL staf:
members.
4H Oocuments (Drawings, Operation Manuals, 1 (One) lot
Standards Etc.)
-
41 Operation and maintenance services after 1 (One) lot
satisfactory Performance tests. (warranty Engineers
for 2 years Warranty period).
-

162 I P :t g
en

(.!)

·
t>
iU --

t>

t>
s fp .

164 I p 3. g L
Section 7. General Specifica tions

RURAL POWER COMPANY LIMITED invited the tenders for the design, manufacture,
inspection, testing, deliverylo the Site, installation, testing & commissioning, performance test
and related civiland building works including necessary auxiliaries and ancillaries on Turnkey
basis of 360 MW dual fuel (Gas/HSD) based combined cycle power plant of multi- shaft
arrangement having configuration of 1: 1: 1 (one GTG + one HRSG +one STG) at Site
conditions of 35°C, 1.013 bar, 98% R.H. and two (2) years warranty period under
EC.AJBuyer's Credit Financing.

Before submission of proposal, it is the responsibility of the Tenderer s to examine and


assess the necessary measures to be adopted by the contractor for the transportation of
heavy equipment (GTG, STG, GBC etc.) from the sea port to the project site.
The Site is located at Shambuganj in the district of Mymensingh, Bangladesh adjoininglo the
North-West of existing Mymensingh 210 MW Combined Cycle Power Plant. The general
specification of the project provides basic information of the selected site; availability of
required land, supply and transportation of liquid fuel(HSD) to the plant site, Transportation of
heavy equipment I machinerylo the project site, availability and use of water, technical features
of the main plant equipment, raw and cooling water system, electrical systems, plans for
evacuation of power, control & instrumentation system, environmental aspects , schedule for
project imple mentation and organization structure for construction and operation and
maintenance period of the project. The Project site is owned by RPCL and GPS coordinates
are as below:

SI. No. Longitude Latitude


1 90"24'59.97"E 24°45'44.49"N
2 90"24'56.60"E 24°45'47.72"N
3 90°24'56.BB"E 24°45'50.89"N
4 90°25'2.03"E 24°45'56.11"N
5 90°25'5.4?"E 24°45'51.73"N
6 90°25'6.73"E 24°45'52.15"N
7 90°25'8.39"E 24°45'49.62"N
8 90"25'7. 12"E 24°45'48 .90"N
9 90°25'6.49"E 24°45'49.59"N

SITE LOCATION

The proposed location of "Mymensingh 360 MW Dual Fuel (Gas/HSD) Combined Cycle
Power Plant Project" is within Char lshwardia Mouza under Mymensingh district beside the
existing Mymensingh 21O MW Combined Cycle Power Plant,which is located on the bank of old
Brahmaputra River. Project site is about 1.2 km (aerial distance) East of the Mymensingh City.
The Brahmaputra bridge is on the south of the site, and Mymensingh Railway Station junction is
on the south-west side of the power plant site. The total land area for the proposed 360 MW
Combined Cycle Power Plant is about 16.5 acres. The land (16.5 Acres) has already been
acquired and developed by RPCL for the new combined cycle power plant project.
Map: Location of the Project Arcn with respect to Banglad esh

l'lo1 I J.)J'l,o"...0
M

M'"'"'" h D••lli<I I
l JJ
Map:Location of the project area with respect to Myrnensingh District

MYMENSINGH DISTRICT

SHERPUR

Area

167 J P a g c
Miip: Google imiige of the project site (Circled Are!l)

• FeJtlJfC 2
HtitetAm.t L'\t
:f t.fflTl<nsingh
ttfl'Tleri-:F1gl1 Wed!t Cd.l!lJ' Host I
ll"'<n•ln'Jll 1.•«1.c,.Ccl't>l<' •r.d Ilospc•I

l'rojccl
Sit
Site Climatic Conditions

Climate

The climate in Mymensingh zone is tropical. The temperature here averages 25.3 °C. Annual
rainfall in 2016 is about 1968 mm. Maximum monthly rainfalls recorded 559 mm in August
2014 (over the period 2012-2016). July is the warmest month of the year. The average
temperature in July is 28.8 °C (over the period 2012-2016). The average temperatu re in
January is 17.1 ·c (over the period 2012-2016). It is the lowest average temperature of the
whole year. There is a difference of 467 mm of precipitation between the driest and wettest
months. The average temperat ures vary during the year by 10.1·
c. High air temperature is
observed throughout the year;daily air temperature variations are insignif icant; air humidity
is high with abounding rains.

Rainfall

The total annual rainfall in 2017 upto November is 4920.8 mm. Annual rainfall in 2016 is
about 1968 mm. Average monthly rainfall during monsoon (mid-June to mid-August) period
varies between 350mm to 880mm.

Relative Humidity

As would be expected, relative humidity during the wet season is significantly higher than
those occurring at other period of the year. Annual average Relative humidity is 81%.

Ambient Air Temperature

The temperat ure of the country has the relationship with the period of rainfall. In general,
winter seasons coincide with the period of lowest rainfall. Maximum average temperature of
29.60 degree Celsius was observed in August, 2016 where average minimum temperature
was 16.10 degree Celsius in January, 2013.

169 IP a g c
Seismic Zone of the Project

The intent of the seismic zoning map is to give an indication of the Maximum Considered
Earthquake (MCE) motion at different parts of the country. In probabilistic terms, the MCE
motion may be considered to correspond to having a 2% probability of exceedance within a
period of 50 years. The country has been divided into four seismic zones with different levels of
ground motion.

Each zone has a seismic zone coefficient (Z) which represents the maximum considered peak
ground acceleration (PGA) on very stiff soil/rock (site class SA) in units of g (acceleration due
to gravity).

The zone coefficients (Z) of the four zones are: Z=0.12 (Zone 1), Z=0.20 (Zone 2), Z=0.28
(Zone 3) and Z=0.36 (Zone 4).The most severe earthquake prone zone, Zone 4 is in the
northeast which includes Mymensingh and has a maximum PGA value of 0.36g. Dhaka city falls
in the moderate seismic intensity zone with Z=0.2, while Chittagong city falls in a severe intensity
zone withZ=0.28.

The eHects of the earthquake ground motion on the structure is expressed in terms of an
idealized elastic design acceleration response spectrum. which depends on (a) seismic zone
coefficient and local soil condit ions defining ground motio n and (b) importance factor and
response reduct ion factor representing building considerations.

The design basis earthquake (DBE) ground motion is selected at a ground shaking levelthat is 2/3
of the maximum considered earthquake (MCE) ground motion. The earthquake ground motion for
which the structure has to be desi!)ned is represented by the design response spectrum. Both
stat ic and dynamic analy sis methods are based on this respo nse spectrum.
Map: Seismic Zoning Map of Bangladesh

Bangladesh
Ir.

I
!
i
i!
!
L
,:i.
l' '

i
i
!
l

i
L ,
.
l'
!
I''
I
I
I

I ·
rL.; ;.--- z.... · · · -'-· ---i--------
1
'. .!.Cr"'Pt' I ll
I
i Os.t·1at•::;.t-.:1 l.ft11-H -0 j ]0
i 1--IMDt lt'>"'\'!:: 01 Dl!l !
!l!'l!lC
-
'
<"
,
.
J
(
.
L _,'... l•·.- ----------
-
·-----·--

The proposed 360 MW CC Power Plant Project falls un der Zone-4, with the zone
coefficien ts (Z) 0.36 g according to the updated BNBC Map (BNBC 2015 Fi na l Draft).

··: .....
/.'< ·....I":· '\
·!Ci• j

1/:·.-- i/
I;,,'I ; " : -<
) \.
.-\
17l l P n g
1\_ ,,.'. ../ !·"
..,, _ ... -;..
FUEL SUPPLY

Gas Supply to the Power Plant

The proposed Mymensingh 360 MW Combined Cycle Power Plant is located adjoining to the
existing Mymensingh 210 MW CCPP. The gas distribution company 'Tilas Gas Transmission and
Distribution Company Limiled' (TITAS) is the entity to supply the required amount of Gas to
the existing 210 MW Power Plant, which shall be renovated to cater the fuel gas requirement
for the proposed CCPP project of RPCL.

HSD Supply to the Power Plant

Transportation of High Speed Diesel (HSD) will be carried out by Railway OilTanker through the
Railway route from Bhairab to Shambhuganj OR from Chittagong to Shambhuganj (Fuel oil
Storage lank site). HSD will be pumped with the help of fuel forwarding pump stalion. Around
3.7 km of pipeline need to be laid underground for carrying HSO from the storage tank at
Shambuganj Railway Stationlo the Power Plant main fuel tank.
MAIN PLANT EQUIPMENT of 360 MW CCPP

• ONE GAS TUR BINE UNIT AND A UXI LIARIES


• ONE HEAT RECOVERY STEAM GEN ERATOR UNIT AND AUXI LIARIES
• ONE STEAM TURBINE UNITAND AUX ILIARIES
• TWO NOS.OF GENER ATOR (I FOR GAS TURBINE AND 1 FOR STEAM
TURBJNE)
• HY SUBSTATION AND 1 1-20 kV I 132 kV STEP-UP TRANSFORM ER, RELAY
AND PROTECTION EQUIPMENT
• M ICROPROCESSOR BASED DCS AND J&C EQUIPMENT
• 132 kV SWITCHGEAR, I 1-20 kV SWJTCHGEAR, 6.6 kV SWITCHG EAR, 400 V
SWITCHGEAR AND MCC.
• UN IT AUX I LTl\.RY TRAN SFORMER (J32kV/l l-20 kV), STATION
TRANSFORM ERS (6.6 kV/400 V) AND ASSOCIATED EQUIPMENT
• FEED WATER SYSTEM , DE-AERATOR TANK AND BOILER FEED PUMPS
• HYBRID COOLJNG TOWER AND ANCIALIARY EQUIPMENTS
• CLARIFI ER, rJLTERED WATER STORAGE TANK, WTP & CHEMICAL
PLANT
• CJRCULATING WATER PUMP
• GAS BOOSTER COMPRESSOR AND AUXILl ARIES
• NATURA L GAS METERI NG A ND REGULATING STATJON
• EMERGENCY DIESEL GENERATOR
• DEEP WELL PUM P
• EFFLUENT TREATMENT PLANT (ETP)
• MAJN FUEL TANK AND FUEL DAY TANK (JlSD)
• FUEL STORAGE TANK (HSD) AT SHAMBUGAN J RAILWA Y STATION,
PUMPS, VALVES, PIPING (from Railway Station to Power Plant main tank), etc.

J73 Ira g i..:


HEAVY MACHINERY TRANSPORTATION TO THE PROJECT SITE

The length of Old Brahmaputra River is 145 Km starting from Bahadurabad (Jamuna River)
point to Mymensingh 210 MW Combined Cycle Power Plant at Shambhuganj, which has
been surveyed by the Consultant. Heavy Equipment (GTG, STG,GBC - Gas Turbine weight
of about 350 Ton) Transportation during project execution may be carried out through river
route especially in the rainy season (July-August).

Transportation of power plant equipment other than heavy equipment may be unloaded from
cargo vessel at Kanchon Bridge point on the bank of Sit alakhya River which may be
transported to the power plant project sit e through Dhaka-Mymensingh four lane Highway.
POWER EVACUATION

Power output from the 360 MW CCP P will be evacuate d to the Power plant's existing 132 kV
Substation by way of bay extension and strengthening of conductor size of the subst at ion
and associated 132 kV transmission line. Construction of 7 switchyard bays of 132 kV by the
EPC Contractor.

Mymensingh 132 kV Substation al Kewatkhaliis connected with the fol!owlng Transmission


Lines:

• RPCL - Mymensingh 132 kV Transmission Line


• Kishoreganj - Mymensingh 132 kV Transmission Line
• Mymensingh - Jamalpur.132 kV Transmission Line and
• Mymensingh - Netrokona 132 kV Transmission Line

Construction work of proposed RPCL's 132 KV Sub-station to Tangail 132 kV Transmission


Line is in progress through which, power output of 360 MW CCPP can also be evacuated.

175 IPa g t:
Section 8. Particular Specifications

Specification then the same clause numbering system need to be followed.


Section 9. Drawings

Insert here a list of Drawings. The actunl Drawings, including site plans, should be attached lo
this section or annexed in a separate folder. The Drawings shall be dated, numbered and show
the revision number.

177 j P a g c

.. .
RURAL POWER COMPANY LIMITED

TENDER DOCUMENT

FOR

ENGINEERING, DESIGN, MANUFACTURIN,INSPECTION,


SUPPLY, TRANSPORTATI ON, CONSTRUCTION, ERECTION,
INSTALLATION, TESTING AND COMMISSIONING OF
MYMENSINGH 360 MW DUAL FUEL(GAS/HSD) COMBINED
CYCLE POWER PLANT PROJECT ON TURNKEY BASIS.

VOLUME 2 OF 2 (PART A)

PART A - TECHNI CAL REQUIREMENTS

REF: PUR: 020 (FW/MYMENSINGH 360 MW/OTM)/2017-


18: DATE: 31.01.2018

JANUARY, 2018
NAME OF CONTENTS PAGE NO.

Sectlon 1:Description of the Project 01


1.1 Description of the 02
Project Section 2:
06
Scope of Work
09
09
2.1 Scope of Work
2.2 Combined Cycle Power Plant 10
2.3 Gas Turbine Generating Unit 13
2.4 Mechanical System 13
2.4 ElectricalSystem 14
2.5 Heat Recovery Stearn Generator 14
2.6 Steam Turbine Generating Unit 17
2.7 NaturalGas Booster Compressors 17
2.8 132 kV Switchgear Equipment And Transformers (CC) 20
2.9 Control and Protection Panels 20
2.10 Other Mechanical System 21
2.11 Other ElectricalSystem 21
2.12 Chemical Laboratory with standard apparatus for CCPP 21
2.13 Effluent Treatment Plant 22
2.14 Maintenance Facilities 22
2.15 Fire Fighting Facilities 22
2.16 Machine Shop Equipment & Tools 23
2.17 Special Maintenance Tools 23
2.18 Electricalworkshop tools 23
2.19 Transport 23
2.20 Control 24
2.21 Spare Parts and Consumables 24
2.22 Commissioning 25
2.23 Buildings and CivilWorks 25
2.24 Operation & Maintenance During Warranty Period 26
2.25 Services for the schedule inspections of GT 26
2.26 Tra ining 26
2.27 Submission of Engineering Data 26
2.28 Manufacturer's Field Training Supervisor 27
2.29 Tests
28
2.30 Furnishing of International Standard Documents
29
Section 3:Power Plant Arrangement
31
3.0 Power Plant Arrangement
31
3.1General
32
34
NAME OF CONTENTS PAGE NO.

3.4 Electrical System 66


3.5 FunctionalRequirements 68

Section 4:Gas Turbine and Ancillary Equipment 70

4.0 Gas Turbine and Ancillary Equipment 72


4.1 General 72
4.2 Guarantee 72
4.3 Gas Turbine and Ancill.ary Equipment 73

Section 5:Heat Recovery Steam Generator and Ancillary 85


Equipment

5.1 Heat Recovery Steam Generator and Ancillary Equipment 87


5.2 General 87
5.2 Heat Recovery Steam Generator 90
5.3 Special Tools and Spare Parts. 110

Section 6: Steam Turbine and Ancillary Equipment 111

6.0 Steam Turbine And Ancilla ry Equipment 114


6.1 Basic Equipment Requirement 114
6.2 Steam Turbine And Auxiliary 114
6.3 Condenser And Auxiliaries 127
6.4 Pipework And Valves 132
6.5 Lagging and Cladding 137
6.6 Water Treatment & De-Mineralization System 138
6.7 Turbine Lube OilSystem 141

Section 7: Generator and Ancilla ry Equipment 145

7.0 Generator and Ancillary Equipment 147


7.1 Generator 147
7.2 Exciter and Automatic Voltage Regulator 151
7.3 Generator Switchgear 152
7.4 6.6 KV Common Switchgear 156

Section 8: TRANSFORMERS 159

8.1 Transformers 161


8.2 General 161
8.2 Generator Step-Up Transformers 167
8.3 Station Transformers Type And Ratio 169
8.4 Unit Auxiliary Transformer Type And Ratio 170
8.5 Start Up/ Reserve Auxiliary Transformer
8.6 Accessories
\·,:·;f!r t.c

(
NAME OF CONTENTS PAGE NO.

Section 9: 132 KV Switchgear, Equipment 172

9.0 132 kV Outdoor Switchgear, Equipment 174


9.1 General 174
9.2 132 kV Switchgear,Equipment 175
9.3 SteelStructure 185
9.4 Insulators, Bushings, Buses And Hardware 188

Section 10:6.6 kV Switchgear and Low Tension 191

10.0 6.6 kV Switchgear And Low Voltage Switchgea r 193


10.1 6.6 kV Switchgear 193
10.2 4 15V Switchgear And Motor Control Centres 195
10.3 Meter ing system for Auxiliary power consumption (6.6kV 198
and 415 V)

Section 11: Controland Protection 199

11.1 Controland Protection Equipment 201


11.2 General Requirements 201
11.3 Local Control 201
11.3 Gas/ Steam Turbine Generating Unit Protection 204
11.4 Gas Turbine/ HRSG/ Steam Turbine Generating Remole 205
Unit Control
·11.5 Deleted 207
11.6 132 kV Switchgear Control And Protection 207
11.7 11-20 kV Common Switchgear 208
11.8 Desk Board For Auxiliary Power Supply 208
11.9 Inst rumentation And Controls Design Requirements 209
11.10 Deleted. 212
11.11 Distributed
ControlSystem (DCS) 212
11.12 Standard Weather
Station 233
11.13 Conlinuous
Emission Monitor Module 233

Section 12: Cabling and Grounding 234

12.1 Cabling and Grounding 236


12.2 General 236
12.2 Cable Types 236
12.3 Raceway 239
12.4 Cable Erection 240
12.5 Grounding 240

242
NAME OF CONTENTS PAGE NO.

13.1 DC and UPS Systems 244


13.2 Battery Charger Performance 245
13.3 UPS Performance 246
13.4 Batteries Performance 247
13.4 Billing System 247

Section 14: Lighting and Small Power Supply System 248

14.0 Lighting And Small Power Supply 250


14.1 General 250
14.2 Distribution Boards 250
14.3 Cables 250
14.4 Lighting And Small Power 251
14.5 Emergency Lighting 252
14.6 Miscellaneous Materials 253

Section 15: Fuel Handling Facilities 254

15.1 Fuel Handling Facilities 256


15.2 Scope Of Work 256
15.3 Fuel System 256
15.4 Naturnl Gas Supply System 257
15.5 Liquid Fuel Oil(HSD) System 257

Section 16: Fire Detection & Protection Facilities 261

16.0 Fire Detection & Protection Facilities 263


16.1General 263
16.2 Design Requirements 263
16.3 C02 Gas Fire Protection System 263
16.4 Hydrant System 264
16.5 Portable Equipment 265

Section 17: Communication Facilities 266

17.0 Communication Facilities 268


17.1 General 268
17.2 Internal Telephone System 268
17.3 Internet Phone 269
17.4 Walkie-Talkie 270
17.5 Coaxial Cable 270
17.6 Power Supply 271
17.7 Telemetering Facility 271
17.8 Communication & SCADA Equipment 271
17.9 Closed Circuit Television (CClV) System 272
17.10 Public Annunciation/Address System 273
A(\ .-,.1,,_..
tl!>Y- t· ..-:! !)-.
\' ·-':-:; ;
'< · .'.p· \. :" .
NAME OF CONTENTS PAGE NO.

Section 18: Maintenance Facilities 274

18.0 Maintenance Facilities 276


18.1Overhead Electric Crane 276
18.2 Mobile Cranas 282
18.3 One 5 Ton Fork Lift (Engine Driven) 283
18.4 One 5 Ton Truck/ Lorry For Transportation Of Materials 283
18.5 One Half Truck (01 Ton) For Transportation Of Materials 283
18.6Tools 283

Section 19: Tests an d Inspections 285

19.1 Tests and Inspections 287


19.2 General 287
19.3 Workshop Test 287
19.4 Tests At Site 293
19.4 Acceptance And Interim Operation 302

Section 20: CivilWorks 304

20.1 Civil Works 307


20.2 General 307
20.3 Scope Of CivilWorks 310
20.4 Earthworks 311
20.4 Foundation 314
20.5 Concrete Works 321
20.6 Roads And Surfacings 328
20.7 Drainage System 335
20.8 Sewage Works 336
20.9 Water Reticulation System 336
20.1O Ducts 342
20.11 1 Fencing And Gates, Flag Poles And Site Boundary Wall 343
20.12 Water Intake And Discharge Facilities 344
20.13 Platform For Loading & Unloading 344

Section 21 : BuildingWorks 345

21.1 Building Works 347


21.2 General 347
21.2 Scope of the Works 348
21.3 Design of the Works 349
21.4 Building And Services 350
21.5 Materials And Workmanship 353
r·;=·· ainting ,·- 364
'""
·
1-i-0.:.1...4..L_-r(1,1.,,.,,.,
.

,·:· __-:,, . .
;-... .·
n · ,-.
........ '·
W1Rtrc.t1 ·r \)\\\S1 .v\ ;../. \ ., 3. ).,.
':; \ .:':; ! . . ' ·.-.
.,._ 1 . ..
0
.u ) ;:.. ,; \_\ 1 ::)
,l ")'} I ..; . ·,:-....
•• /<·'/
'- f or B1u 1 -:,-.._ ·:.1iJl\'..;·;.
P'J; . - . . •, /
NAME OF CONTENTS PAGE NO.

Section 22:SPA RE PARTS 366

22.1 Spare Parts 368


22.2 Spares & consumables during Warrantee period 368
22.3 Spares & consumables for the scheduie inspections of 368
GT

Section 23:Appendices 370


SECTION 1

DESCRIPTION OF THE PROJECT

Page I l
MYMENSINGH 360 MW DUAL FUEL (GAS/HSD) BASED COMBINED CYCLE
POWER PLANT PROJECT

TECHNICAL REQUIREMENTS

1.1 DESCRIPTION OF THE PROJECT:

A Combined Cycle Power Plant of minimum net capacity of 360 MW at site


conditions (35°C, 1.013 mbar, 98% R.H.) is intended to be set up by Rural Power
Company Limited at Shambhuganj, Mymensingh, Bangladesh. Approx. 16.5 acres
of land is owned and developed by RPCL adjoining to the existing 210 MW CCPP.
The land is allocated for implementation of 360 MW CCPP project. Natural
Gas/HSO willbe used as fuel of this Power P
lant.

The Combined Cycle unit shall be of multi shaft arrangement having 1:1:1 (One
GTG + One HRSG + One STG) configuration. The Gas turbine Unit shall be
equipped with a bypass stack and diverter damper to allow continuous and
reliable simple cycle operation as and when required.

The proposed Plant will be installed in the Own land of RPCL as Shown in the site
layout. The Project shall be implemented on turnkey basis.

The following parameters are to be considered in plant design:

Sub-Tropical Monsoon.
Temperature: 5° C to 45°C.
Relative Humidity: 36% to 98%.
Annual Rain Fall: 1968 mm (2016), 4920.8 mm (Up to November, 2017)
Wind Velocity :225 km/hr.
Seismic Horizontal ground Acceleration: 0.369. (As per Seismic zoning map
BNBC 2015)

Necessary parameters as required for design of the CCPP shall be analyzed by


the Tenderer at his own cost as per technical requirement of the Project.

The projecl may be classified into the following broad areas but not limited to.
Details are however given later in 1he scope of work.

1. Survey preparation of drawing, land compaction, land improvement,


landscaping of the proposed site.
2.

3.
kV Grid Sub-Station for Power Evacuation
4. Supply and Construction of all civil & building work for Combined Cycle
Power Plant complete in all respect.
5. Supply and construction of entire Gas Fuel system for the plant , fire
protection system etc.
6. Supply and construction of entire HSD Fuel system for the plant and fire
Fighting I protection system etc.
7. Transportation of Heavy Equipment I Machinery of CC pianlto lhe Project
site.
8. Development of facilities for transportation of HSD from Shambhuganj
Rai way Station to the CC plant site.
9. Fuel (HSD) storage tank at power plant sit e and Shambuga nj Railway
station site associated with pump.strainers, valves,pipeline etc.

The following services may be either internal or external to the Sit e. It is the
responsibil ty of the Contractor for obtaining these service connections including
other connections (not listed below). The services that may be off site may include,
but not necessarily restricted to the following:

Table 1: Terminal Points and Interfaces

Item TerminalPoint lnterfacing Detail


Body

Connection point at existing


Fuel (natural gas) (') RPCUTGTDCL
RMS inlet

1 More or less 3.7 km fuelpipeline


BPC/Bangladesh from Shambhuganj Rai way
Liquid Fuel (HSD)
Railway/RPC L station to plant site as per EPC
design

2 Raw Water (CW) supply RPCL Ground water

3 Potable water RPCL EPC willdesign

Demineralized water
4 RPCL EPC will design
make up

CW and HRSG blow


5 RPCL EPC will design
down discharges('•)
RPCL EPC will design
6 Domestic sewage

Page 1 3
site
----

Power output from the Mymensingh 360 MW CCPP will be evacuated according
to the recommendation of Power Grid Company of Bangladesh (PGCB) as follows:

SI. Description of work Transmission Line Implementing


No. organization
1. Construct ion of Proposed Four Circuit line (4 • PGCB will
Mymensingh-Netrokona km), ACSR Grosbeak construct
132 kV double circuit LINE Conductor Interconnection
IN, LINE OUT · (LILO) line upto the
interconnections switchyard gantry
of proposed power
plant (360 MW)
• Construction of 4
switchyard bay of
132 kV by the EPC
as
PGCB

a) CCPP Generator step-up transformer(s) would be connecled with the


existing 132 kV Grid Sub-Stalion (by extension and strengthening of
conductor size of the 132 kV substation bay; main bus and transfer bus
system) through high voltage underground cable and other necessary
electricalequipment.

Page l 5
SECTION 2

SCOPE OF WORK
2.1 Scope of work 9
2.2 Combined Cycle Power Plant 9
2.2.1 General 9
2.3 Gas Turbine Generating Unit 10
2.4 Mechanical System 13
2.5 Electrical system 13
2.6 Heal recovery Steam Generator 14
2.7 Steam Turbine Generating Unit 14
2.7.1 One (1) unit of steam turbine of mixed flow and condensing unit, 14
and it shall be equipped with the following accessories
2.7.2 One (1) lot of mechanicalequipment designed to be compatiblG 15
with steam system needs and consisting of the following
components.
2.7.3 One (1) lot ofolher mechanical auxiliary equipment. 16
2.7.4 One (1) lot of other electrical system. 16
2.7.5 Emergency Diesel Generating Set 16
2.8 Natural Gas Booster Compressors 17
2.9 132 kV Switchgear ,equipment and Transformers (CC) 17
2.9.1 132 kV Swit chgear, equipment 17
2.8.2 Step up Transformers and Assoc iated equipment 18
2.8.3 Station Transformers, Unit Auxiliary Transformer and 18
Associated equipment
2.8.4 Start up/ reserve Transformer and associated Equipment 19
2.9 Control and protection Panels 20
2.10 Other Mechanicalsyslem 20
2.11 Other Electrical system 21
2.12 Chemicallaboratory with standard apparatus for Combined cycle 21
Power Plant
2.13 Effluent Treatment Plant 22
2.14 Maintenance Facilities 22
2.15 Fire Fighting Facilities 22
2.16 Machine Shop equipment & Tools 22
2.17 Special Maintenance Tools 23
2.18 Electricalworkshop tools 23
2.19 Transport 23
2.20 Control 23
2.21 Spare Paris and consumables 24
2.21.1 Spares & consumables during Warranty period 24
2.21.2 Spares & consumables for the schedule inspections of GT 24
24

Page 1 7
2.23 Building and CivilWorks 25
2.24 Operation & Maintenance During Warranty Period 25
2.25 Services for the schedule inspections of GT 26
2.26 Training 26
2.27 Submission of Engineering Data 26
2.28 Manufacture(s Field Training Supervisor 26
2.29 Tests 27
2.30 Furnishing of International Standard Documents 28
2.0 Scope of War!-:.

The work slated in this specification shall cover the complete engineering (including supply
of all calculation & sett ings), design, manufacturing, inspection, testing, supply, delivery to
the site, construc tion, erection, installation, testing, commissioning, commercial operation
and service of operation & maintenance for
t he first twenty four (24) months after satisfactory performance tests of Combined Cycle
Generating Unit and associated equipment at Shambuganj, Mymensingh, Bangladesh on
fullturnkey basis.

The equipment provided shall be of proven type and design, having minimum net output at
site condition (35° C, 1.013 bar, 98% relative humidity) of 360 MW consists of One (1)
heavy duty industrial indoor packaged type gas turbine (Dual fuel: Gas/HSD) generator
(without any ancillary equipment, such as waler/steam injection, evaporator, chillier etc. for
increasing power output), One (1) heat recovery steam generator and one (1) steam
turbine Generating unit. The Combined Cycle unit shall be of multi-shaft arrangement
having 1:1:1 (One GTG
+ One HRSG + One STG) configuration. The Gas turbine Unit shall be equipped
with a bypass stack and diverter damper to allow continuous and reliable simple cycle
operat ion as and when necessary for the cause of reliable funct ioning of the Power System.

The Tenderer shall supply main (132 KV system, 11-20 KV or Generation voltage level) and
Auxiliary (6.6 KV & 0.415 KV) Equipment, Materials & Systems including Installation,
Testing, Commissioning of Equipment and Control system (including pre-close check
systems & interlock systems, Protection system, Metering System etc.).

The contractor shall submit a detailed project implementation schedule mentioning major
activities. The work shall be carried out in accordance with the condit ions of this
documents, and shall include but not necessarily be limited to the following major items.

2.1 COMBINED CYCLE POWER PLA NT

2.1.1 General

(1) Minimum Net power station output (base load) 360 MW


At site conditions (35° C, 1.013 bar, 98%
relativ e humidity)
(2) Number of units
Gas turbine Generating unit One(1)
Heat r over:y: steam generator One(1)
I\•I •.

Page 19

3.0 Power Plant Arrangement 31


3.1 General 31
3.2 Guarantee 32
3.3 Combined Cycle and Auxiliary Equipment 34
3.3.1 Basic Equipment Requirement 35
3.3.2 Main Steam System 35
3.3.3 Feed water Syst em 34
3.3.4 Condensate System 36
3.3.5 Cooling System 37
3.3.6 Closed circuit cooling water system for Auxiliary Cooling 42
3.3.7 ChemicalFeed System 43
3.3.8 Instrument Air System 43
3.3.9 Steam Turbine Drains 43
3.3.10 Condenser Air removal System [Air Extraction System] 44
3.3.11 Boiler Drains and Sample Coolers 44
3.3.12 Fire Protection System 44
3.3.13 Water Treatment System 45
3.3.14 Potable Water system 49
3.3.15 General Design And Selection Criteria For Pipe/Tubing 50
3.3.16 Valves 53
3.3.17 Pumps 57
3.3.18 Heat Exchangers 59
3.3.19 lnsulalion And Lagging 61
3.4 Electrical System 66
3.4.1 Electricalsystem interrupting capacity 66
3.4.2 Generators 66
3.4.3 6.6 kV Switchgear 66
3.4.4 Balance of Plant 67
3.5 FunctionalRequirements 68
3.5.1 General 68
3.5.2 Controls 68
3.5.3 Cooling System 68
3.5.4 Noise Level 68
3.5.5 Vibration Severity 68
3.5.6 CriticalSpeed 68
3.5.7 Special Maintenance Tools 69
3.5.8 Spare parts and consumables 69

Pa
I
3.1 POWER PLANT ARRANGEMENT

3.2 General

The arrangemen t of the plant equipment shall be generally as described below:

Gas Turbine Power Plant (Simple Cycle) with a continuous total net generating
capacity of 65% (±5% variation is allowed) of combined cycle net output shall
be accommodated in the location proposed.

The Combined Cycle (1 GTG+1 HRSG+ 1 STG) Power Plant with a continuous
minimum net generating c::ipacity at site conditions (35° C, 1.013 bar, 98% relative
humidity) of 360 MW shall be accommodated in the location proposed (as per
drawing attached) with required number of auxiliary system.

This specification covers the complete design, engineering, manufacturing,


inspection, testing, supply, delivery to the Site, construction, erection, installation,
testing, commissioning, commercial service and supervision for the first twenty
four (24) months after satisfactory performance tests of a combined cycle power
plant of minimum net capacity of 360 MW at site conditions (35°C, 1.013 bar, 98%
relative humidity).

The combined cycle power plant concepl shall be based on using the exhaust
heat from the gas turbine for heat recovery steam generator, which st1pply steam
lo the steam turbine.

The major equipment of combined cycle plant shall include the one (1) simple
cycle Gas turbine generating set, one (1) Heal Recovery Steam Generator, and
one (1) Steam Turbine Generating set, and a comparable array of auxiliaries. The
Steam Turbine unit shall be siz.ed to accommodate steam from the heat recovery
steam generator with exhaust heal collected from Gas turbine.

For mulli-shafl arrangement, Gas turbine drives its own generator and Steam
Turbine drives its own Generator. Depending on the station operation mode
desired,exhaust gas diverte r dampers shall be able o control flow to either the
bypass stack for simple cycle operation of the gas turbine generating set, orlo the
heal recovery steam generator for combined cycle operation, as and when
needed as per system requirement. A ll of these components shall be selected to
provide low capital and operating costs for mid-range or base-load application.
The unfired healrecovery steam generator shall be pre-assembled in modules to
reduce field erection works. The turbine shall be chosen so that the maximum
,.,--·-...
l'·,_i... , • ,1r )·
:- I
\•. ' ,, ....J .'.J n..._ Page 1 3 1
; · . \.t};..F
\-.... ..·--- ./
plant efficiencies can be obtained.

The steam tur bine generator shall be supplied for indoor installation in the
powerhouse. A n overhead electrical crane shall be supplied for maintenance of
the steam turbine generator.

The major steam cycle mechanical and electrical auxiliaries shall be localed in the
powerhouse. A pipe trestle shall carry the main steam line from the heat recovery
steam generators to the steam turbine and interconnect other mechanical and
electricalsystems between the gas turbine area and the steam turbine area.

A central controlroom shall be provided in the powerhouse. The gas turbine I heat
recovery steam generator controlpanels or HMI, the controls for the steam turbine
and associated auxiliaries as well as 132 kV switchgear controls shall be
accommodated in the central control room.

The equipment covered by this specification shall be designed to operate at


temperatures ranging between 45°C in summer and 5°C in w inter. It should be
not ed that the area is subjected to heavy rain from May to September. The
Contractor shall, therefore, take all precautions to protect the sensitive equipment
from humidity with regard to method of design, packing for shipment and
installation at project site.

3.2 Guarantee

The net output and heal rate of the Unit shall be


guaranteed by the contractor at the following conditions:
a. Site ambient conditions 35°C, 1,013 bar, RH: 98%

• Reference height level of the existing


power plant (MPS) is 13..929 m from
Mean Sea Level (Based on the
Benchmark datum of Survey o1
Bangladesh kept at 'Chinarnor' on the
Mymensingh-Netrokon highway.

• Reference height level of the ex isting


power plant (MPS) in terms of PWD is
b. Site elevation 14.389 mPWD.
• Average Height of the project Land is
13.408 mPWD,

• Lowest Height of the project Land is


12.11 8 mPWD,

• Highest Height of the project Land is


13.99 mPWD and

• Designed Elevation of the project Land


is 14.99 mPWD.

,..
"• Relative humidilv 98%
d. Barometric oressure 1.013 bar
e. Generation voltage 11-20 kV (or as per Generation Voltage)
l
Power factor 0.8 lannino
IQ. Freauencv 50 Hz ·
-

The contractor shall guarantee the starting reliability of the Unit(s) including all
ancillary equipment. The guaranteed reliability shall be stated in the Tender form
together w ith the number of consecutive starts to which the Unit(s) will be
subjected to demonstrate this reliability (This is for a starting reliability of 95 %, the
Unit(s) shall be subjected to 20 consecutive starts of which 19 shall be successful).
The maximum speed rise after full load rejection is to be guarant eed.

1:· · .. :i':\
f ·4 I \

l o_ ; •. : '.f\-. Page I33


\" . 41
" ' .·:./ /
',
,.._,. ./
.. · ..

Guaranteed net total base load capability of GT at site


Condition (35°C. 1.013 bar. 98% rel ative humidity): 65% (+

5% variation is allowed) of net combined cycle output (for


SC); 360 MW (for CC) Minimum KVA rating of generators
: The generatof KVA rating at 0.80 power factor shall
match or exceed Gas Turbine and/ or steam turbine drive
output under all load operating conditions.

3.3 Combined Cycle and Ancillary Equipment

3.3.1. Basic Equipment Requirements

The generat ing units (Simple Cycle, Combined Cycle) shall be of well-proven
design and the offered model of Gas Turbine Generating unit (ofiered model shall
be within the evolution of frame), offered model of HRSG, Steam Turbine,
Generator, Generator Step up Transformers, Gas Booster Compressors, BFP,
CWP, Hybrid Cooling Tower, DCS manufactured by the relevant manufacturers
shall have proven and satisfactory operating experience outside manufacturer's
count ry for at least 2 (two) years. Tenderer shall have to submit separate end-
user cert ificate in this respect, otherwise Tender shall be rejected.

The extent of supply shall include, but not be limited to, t he equipment described
herein. All equipment comprising the gas turbine & steam turbine package shall
be pre-assembled in the factory.

(1) The total net base rated output of the power


station at site conditions (35 °c, 1.013 bar, 98% relative
humidity) shallbe 360MW.
Tender which proposes net output less than 360 MW output at site
conditions will not be accepted. Proposal which offers net output up to
420 MW at site conditions will be taken into account for the purpose of
evaluation considering technological advantage,efficiency benefits and
ease of operation and maintenance; reflecting per KW cost stated
hereunder. Proposal which offers more than 420 MW Net output (at site
condition), must provide guaranteed heat rate corresponding to 420 MW
net output (at site condition).

(2) Number of generating units : One (1) gas turbine generating unit and
one (1) unit of steam turbine generating unit.
(3) Operating pattern

Simple cycle mode Base load as well as peak load .


Combined cycle mode Mid-range load and base load
Operation.

3.3.2. Main Steam System

The main steam system for the combined cycle unit coming from main header fed
from heat recovery steam generator.

Super heater outlet on heat recovery s1eam generator shall be fitted with a safety
valve, non-return valve, by-pass valv e and header shut-off valve.

The feeder shall also be fitted with motor-operated vents and drains which shall
be operated from centralcontrol room.

The main steam header shall be pitched for draining of condensate. As the heat
recovery steam generators are brought into service, the main steam line must be
drained form drainlegs which are fitted w ith motor-operated valves, and through
the turbine above seat drain, which is fitted with a motor-operated valve and a
steam trap assembly. The heat recovery steam generator feeder temperatures
shall be monitored by thermocouples and pressure by pressure transmitters and
pressure switches. Flow from each heat recovery steam generator shall be meas-
ured by a flow nozzle and now proportional signals shall be transmitted to the
Control panel.

In addition, super heater outlet shall be filled with a steam sampling connection as
well as an acid cleaning connection, each feeder also shalt have manual free blow
for maintenance purposes.

A motor operated relief valve shall be provided in the common main steam header.
A control switch for remote operation of this relief valve shall be provided in the
control room.

The main steam header shall deliver steam to the steam turbine stop valve,
bypass system,steam seal/gland regulator, and condenser ejector system.

As a part of the main steam system , a turbine bypass shall be provided. The
bypass system shalt be placed in operation at start-up when the motor operated
shut of valve is opened. Bypass line shall be fitted with relief valves for
overpressure protection.

3.3.3. Feed water System

Steam generator feed water shall be supplied with condensate from a surface
condenser, deaerated in the De-aerator. Suitable chemicals will be added in the
feed water cycle for oxygen scavenging and Ph control. Demineralized water will
be used as make up to the plant.
The boiler feed water pump of steam generating plant
shall be composed of 2 x 100% or 3 x 60% capacity (plus a
margin to cover boiler swing) motor driven pumps.

Each pump shall be horizontal, multi-stage, centrifugal type. Provision shall be


made for standby pump to run automatically on failure of the running pump. The
rated pressure of the feed pump should be derived from the system resistance of
the feed system at rated feed flow. This system resistance shall include a static
portion, incorporating the drum design pressure, the pressure drop through the
feed regulating valve and the height of the economizer.

Each boiler feed pump shall be equipped with a minimum flow re-circulation
system, consisting of a flow orifice, differential pressure transmitlers and control
valves. Recirculation water shall be returned to the De-aerator.

Each feed water supply line to the respect iv e heat recovery steam generator shall
be filled with a flow nozzle and its differential pressure transmitter which alone
with the feed water regulator form a part of the heat recovery steam generator
drum level controls. A motorized shut-off valve shall be provided ahead of the
feed w ater regulator as well as motorized bypass valve.

In the main header, a pressure transmitter shall indicate header pressure while a
pressure switch shall be used to automatically initiate operation of a standby
pump.

The feed water shall be circulated in each heat recovery steam generator drum by
the circulating pump. The circulating pump shall take suction from the drum and
shall discharge through the evaporator back to the drum. Each dr um shall be
provided with two local levelgauges and two leveltransmitters. A leveltransmitter
shallsend a signalto the levelcontroller and to a recorder.

3.3.4. Condensate System

The condenser shell be located underside or alongside the turbine, wilh an


integralhot well located under condenser shell.

2 x 100% or 3 x 60% capacity condensate pumps shall take their suction from the
hot well. Condensate may also be used for the following secondary use:

Spray water for the condensate receiver and flash chamber.


Vacuum pump seals.
Turbine exhausts hood spray.
Chemicalinjection units.
Gland seal emergency spray.
Auxiliary cooling water make-up
Bypass steam de-superhealer spray
Condenser sparging de-superhealer spray.

Pressure transmitters shall be used to provide condensate pump discharge


pressure indication. A pressure switch shall be used to switch to the standby
condensate pump when the operation pump or its motor has failed.

In order to ensure a minimum flow through the gland seal condenser, the con-
densate f low shall be measured by a flow nozzle and differential pressure
transmitter, which in turn cont rols the re-circulation flow to the condenser through
a control valve.

The condenser hot well level shall be controlled by split range level transmitters
located on t he hot well. The control signals from these controllers shall be pro-
grammed so that condensate shall be dumped to the make-up water tank to
prevent high level in the hot well.

3.3.5. Cooling System

Circulating waler (Condenser cooling water and cooling water for closed loop heal
exchangers) will be cooled by Hybrid Cooling Tower. Additional 25% of cooling
tower cell to be kept as slandby.

Condenser cooling water and cooling water for closed loop heat exchangers is
supplied by 2 x 100% or 3 x 60% capac ity horizontal/ verlical, circulating wate r
pumps located in the pump house adjacent to hybrid cooling tower basin. Auto
Changeover system among the pumps shall be provided.

The pumps shallbe installed in the pit below minimum water level of coolinglower
basin. A circulating waler pump house shall be provided.
A manual operated butterfly valve shall be provided at each circulating water
pump discharge and suction.

Motor operated vent valves shall be provided al the top of condense r waler box to
vent and shut the air automatically.

A motor operated reversing valve shall be provided for condenser backwash


purpose. EOT crane shall be provided in circulating waler pump house.

Ground water will generally be used as raw waler source for plant waler systemlo
produce demi water, makeup water for cooling tower basin and to closed loop
cooling wat er systems after appropriate chemical treatment, service water,
unforeseen demand etc.

The Ground water intake for makeup water should be 125-150 m3/hr.

Detail drawing and system will be designed by the EPC contractor


according to proposed plant requirement.

Closed Circuit Hybrid Cool ng Towers with PHE

Standard closed circuit cooling tower ranges have originally been designed lo
receiv e the plume abatement coil option; these ranges are then referred to as
Closed Circuit Hybrid Cooler range. Their efficiency is ensured by a finned tube
coil combined with a valve for adjusting the water spray on the exchange surface
(packing). This water flow regulation over the exchange surface is a market
exclusiv ity, JACIR patent.

Therefore, the combinalion of the air desaturation by air outlet warming up, and
the reduction of the waler spray on the packing, ensures the complete plume
suppression. Beyond the plume suppression itself , this system can provide water
savings on average of 35%. The closed circuit hybrid towers are perfectly adapted
for operating without glycol in winter. Their design makes access and cleaning
very easy and ensures performance durability.
Closed Circuit Hybrid Cooling Towers with Coil

By fitting a fin cooling package to the VK closed circuit cooler, a dry cooling
element is combined with wet cooling and thus achieves a higher dry cooling
performance compared with the classical evaporative cooler. This model of the
VK with hybrid design is used when the coolingload is lo be discharged air-cooled
al cool ambient temperatures without havinglo forego the low re-cooling
temperature at high ambient air temperatures.

Detail Design will be done by the EPC contractor according to proposed


plant requirement.

Structure

The material for the cooling tower structure, top deck, access stairs, fan stacks
and cladding shall be FRP enhanced with ultra-violet ray blocking and fire
retarding properties.

All connectors, supports and hardware shall be of AISI316 L stainless steel. Load
bearing tower supports within the basin or around the perimeter shall be above
water level. Structural framing shall be t hrough bolted.Glued and/or nailed joints
shall not be used.

The fan deck shall be capable of supporting fan components, driving motor,gear-
box and shafting during overhaul. The Contractor shall ensure that the mobile
crane supplied as part of lhe Contract can safely lift these items from their perma-
nent position to ground level and vice versa .

The cooling tower shall also have a fixed lifting frame at one end of the upper
desk to lower and raise equipment to and from the ground.

Fill and Drif t Eliminators

Fill material shall be of sufficient thickness and be adequately supported so that it


is rigid enough not to sag, up to a water temperature of 60°C. Design of the fill
system shall provide freedom for expansion and contraction without overstressing
lhe fill material; however, sufficient restraint shall be provided to prevent the fill
from working loose under the continuous effects of waler splash andlower draft.
The fill selection should take into account the quality of the make-up water and the
lype of chemical treatment system being provided. When used as fill material,
plastics shallhave the following flame characteristics:

Flame spread rating: Not over 25, as rated by Underwriters


Laboratories, and in accordance with
ASTM Test Method E 84
Self-extinguishing In accordance wit h ASTM TunnelTest D
635
Fuelcontributed 0

Fill design shall allow for walking on during maintenance or alternatively provision
shall be made for installation of tempor ary platforms below and around fill areas.

Drift el minators shall operate wit hout vibration or flutter. Construction shall
promote ease of maintenance, inspection and replacement. Drift eliminators shall
be multi-pass ty pe to limit drift to a maximum guaranteed value 0.002% (should
be verified by a functional lest) and designed to drain water backlo the cold w,aler
basin. Eliminators shall be PVC, FRP or a suitable neoprene coated material.
Cooling tower drift shall meet permit limits and not impact plant equipment,
substation, operations, or offsite areas..

Hot Water Distribution System

Hot water shall be distributed to the fill in each cell via a system of headers, later-
als, branch arms, and nozzles installed in the region above the fill and beneath
the drift eliminators. The joint between branch arms and nozzles shall be threaded
so nozzles can be easily removed for cleaning of the branch arms. There shall be
a means of cleanout provided at the ends of all headers and branch arms.
Nozzles shall be heavy duty and not prone to breakage of components.

The water distribut ion system shall be capable of operating with water quantities
varying between 15% below and 15% above the design water flow per tower cell
or quadrant. The distribution of water to individual nozzles shall be such that the
flow to each nozzle does not deviate from the average flow per nozzle by ±5%.

The distribution system shall include valves for sectionalisation, permitting

Pa
removal of each individual tower cell or quadrant from service for inspection,
cleaning, or repair. lsolatable cells shall be designed to accommodate routine
online cleaning and mainlenance activities.

The risers and distribution pipe work shall be manufactured from FRP and pro-
vided with adequate supports. Pipe work in each cell shall be identical and pro-
vided with flanges so that sections are interchangeable and can be removed for
maintenance.

Fans, Gear Reducers and Motors

Each fan shall be directly connecte d to its motor t hrough a totally enclosed, heavy
duty gear reducer and drive shaft. Fan, gear, shaft bearings, and motor shall be
mounted on a common galvanised and epoxy coated steel base free, designed
and constructed to prevent misalignment of the drive train and fan. Fan motors
shall nol be located in the fan slack or air plenum.

Fans shall be adjustable pitch, manufactured from compression moulded fibre -


glass reinforced polyester resin or equivalent, with aero-foil profile. The number of
blades shall not be less than six.

Blade clamp material shall be stainless steelor cast iron with stainless steel bolts
and nuts.

The driveshaft tubes and flanges shall be of A ISI 316 L stainless steel or carbon
fiber. Shafts shall be prevented from major displacement by retaining straps just
clear of the shafts.

Gear reducers shall have an oillevel sight glass, fill line, vent line, drain line, low
level switch and grease fitting connections all located outside the fan cylinder for
convenient maintenance access. All lines shall be fabricated from AISI 316 L
stainless steel.

Motors shall have easily removable couplings, located outside the fan cylinder.
The drive tube shall be capable of being withdrawn through the fan cylinder for
maintenance.

Two accelerometer type vibration transducers shall be installed on each mo-


tor/gearbox/ fan unit. One shall be fitted to the gearbox and the other to the motor.
,::-:;- 77 - h shall be connected to the ICMS.
@/·· 11\\'.·? .LL/',1::,, n ,...--·---,
-'.-<'! . . /.-:- ... :!:>.
s:. v" . \\•,'.\) -·· \
j '_, '\\
( }
" L.-
/;·/
{ ·- '
'-_\-
tJ ,\}\)• ' if · I 1-- . i:.1. •<' 0 ·\
".1 i\Q_/.) .·, · \
·
:.
\ .. Qs- Pa I 41
Page
o/ Q] ./ \ ·-•.:-:>·
_YH -!¢ C\-\\.. .
The cooling tower vibration monitoring equipment shall be of appropriate
international standard. The monitoring equipment shall be mounted at the base of
the tower in common enclosures suitable for the harsh environment. Lightning
protection surge suppressors (SDS brand preferred) shall be provided in the
transmitter er\Cfosures in circuit between the accelerometers and the transmitter
inputs Gear reduction units shall be capable of operating in either forward or
reverse with equal facility . Speed reduction units using external oil pumps shall
not be used. Gear reducers shall meet or exceed the requirements of CTISTD-111
and the service factor shall not be less than 2.0. A vibration switch shall be
mounted on the gear box to protec1 mechanical equipment from excessive
damage due to vibration of rotating members. A breat her line shall be provided for
each gear reducer and fitted wit h a filter at the air intake.

Access

One end wall of the cooling tower shall be equipped with a stairway rising from t he
level of the cold wate r basin curb to the fan deck. Landings shall be provided at
1,800 mm intervals. A fire escape ladder shall be provided at the other end of the
cooling tower.

Each cell shall have a lift-off access hatch in the fan deck floor and a ladder
leading down to a landing at the drift eliminator level. Each landing shall have a
lif t-off hatch for entry to the top of the fill and distribut ion level.

Fan stacks shall have easily removable externalhatches of sufficient size to allow
removal of all mechanical equipment and components. One temporary access
catwalk to the centre of the fan stack shall be provided for use in each cell.

3.3.6. Closed circuit cooling water system for Aux iliary Cooling

A closed loop fresh water-cooling system shall be provided for equipment


components requiring cooling water. The syslem shall consist of 2 x 100% or 3 x
60% capacity cooling water pumps. Cooling water head tank, 2 x 100% capacity
auxiliary cooling wate r heat exchangers, and required piping system including its
valves, elc.

Cooling water may be used for the following components. :

Sleam turbine lube oilcoolers.


Steam turbine hydraulic unit.
Instrument air compressors.
Boiler feed pump coolers.
Heat recovery steam generator circulation pump coolers.
Sample coolers.
Gas Compressor lube oilsystem.

Thermo control valves shall be provided on the outlet of each component


requiring cooling so that system flows and pressures can be balanced.
Make-up water shall be supplied from the condensate system to the cooling water
head
lank.

3.3.7. ChemicalFeed System

The heat recovery steam generator system shall be provided with chemical feed
packages for the injection of amines and hydrazine into feed-water and
caustic/phospha te into the steam drums. Each package shall consist of a solution
tank with accessories. One (1) adjustable simplex pump (wilh identical standby
pump) will be provided for each injection unit.

3.3.8. Instrument Air System I Service Air System

Instrument air system shall be provided consisting of two (2) full- capacity
reciprocating air compressors each with necessary air filters, after cooler and
receiver. One dual tower, desiccant type air dryer shall be furnis hed with the
system. Each compressor shall be furnished with automatic controls locally
mounted.

Service air system shall be provided consisting of two (2) full- capacity
reciprocating air compressors each with necessary air filters, after cooler and
receiver.

3.3.9. Steam Turbine Drains

Various high pressures drains including those from the slop valve and the steam
supply to the steam seal regulator shall be taken to the flash chamber of the
condensate receiver. The turbine drain lines required for a fast start-up of the
steam cycle shall be fitted with motor-operated shut-off valves.

Various drains from auxiliary steam systems,which shall not be highly essentialto
a fast start-up, but shall be considered to be required for steam piping drains,
shall be fitted with steam traps and shall be taken to the condensale receiver. The
• ,,. ::··1.- ,.,, ·.following steam turbine drains shall be taken to the condenser.

'\:.Y, ..' ..--·"·'· . . A---:-:--->..


. ·. - ' \.
(\):\'\J\'lj'.'1· \ - / ..... h,,.\
,\II\') . , \' :. --'/ • I. \
\)\\I\ /./ )
;
" Page I43
- l ..
I
.
,.,l2lJ
•.•
'}

\ ' - \; _ ...(.:)
it c\-\\ ""C;...-
- Steam chest drain
- First stage shell drain
- Inner valve steam drain
- High pressure packing leak-off
- Exhaust casing drains.

3.3.10. Condenser Air removalSystem [Air Extraction System]

The air-removal for the steam surface condenser shall consist of two (2) full
capacity vacuum pumps/ steam jet air ejector and the appropriate air removal
piping system. Provision shall be kepifor start-up stage both vacuum pumps or
steam jet air ejectors.When vacuum is established, the vacuum pumps or steam
jet air ejectors are operated in a primary back-up relationship from the control
panel. The back-up vacuum pump or steam jet air ejector will start up if the
pressure switch at the condenser indicates that the vacuum has decayed to an
alarm lever.

3.3.11. Boiler Drains and Sample Coolers

The drains of each heat recovery steam generator shall be taken to the blow-
down tank where the high energy is dissipated by flashing the liquid by steam.
The flashed steam shall be vented t o atmosphere and the water shall be
discharged to the blow-down tank drain.

The drain lines from the heal recovery steam generat or steam lead and the
superheater inlet drain and superheater inlet and outlet shall be located at this
station along with coolers for the feedwater samples from the boiler feed pump
discharge.

3.3.12. Fire Protection System

A C02 fire protection system shall be provided for the gas turbine generating units
complete with C02 cylinder kept in a container/shed/room. Proper water hydrant
system shall also be provided for other area, equipment and fac ilities. Fire
protection wall and Deluge system is required for all outdoor 1ransformers.
Required nos. of portable DCP/ C02/ Foam cylinders to be provided in different
areas of the power plant. Appro priate foam based fire- fighting system shall be
provided for liquid fuel facilities.
3.3.13. Water Treatment System

The treat ment of water in order to make it suitable for industrial use includes a
complex of physical, chemical and biological methods, which change the initial
composition of water.

As the critical first stage in the water purification process, clarifiers remove large
quantities of suspended and organic matter from the raw water. The type of
clarifier to be used is dependent on the level of suspended solids, type of
suspended materials of the raw water.

Filters (after clarification) are required removing a large percentage of suspended


particulate matter from lhe intake water by straining it through various media. The
type of filters to be used will be based on flow rate, the quality of water and
properties of intake water. The bidder may conduct water analysis if deemed
necessary at his own cost before submission of the bid. However, after signing of
Cont ract the water analysis al the cost of the Contractor is mandatory for detailed
design of Water Treatment Plant.

Demineralisation is the 3rd step of this process. There are two basic steps of
demineralisation system: roughing demineralisation and poiishing
demineralisation. Roughing removes a bulk of mineral contamination and bringc
the water quality close to desired purity .

Polishing used aft er roughing stage to reduce any residual minerals and ionic
content. The type of Roughing and Polishing De-mineraliser to be used is
dependant upon feed water quality and water quality produced.

The demineralizer shall be sized lo handle the steam cycle make-up. The
dimineralizer system shall consist al least of 2(two) clarifiers each of 100%
capacity, 2 (two) Fillers each of 100% capacity, a dual-train demineralizer,
consisting of a roughing demineralizer unit and a polishing demineralizer unit with
a share forced draft decarbonator.

Condensate Polishing is a must for using recyc ling boiler water. Condensate
Polishing removes ionic contamination, trace hardness,silica and other corrosive
agents . The type of Condensate Polishing to be used is dependent upon feed
water quality,water qualit y produced , level of Sodium and water temperature for
the process.

The waler treatment system shall be designed preferably to use (if necessary)

Page I45
HCI, NaOH for regeneration of demineralizers and Hcl, NaOH, FeS04 etc. for
dosing the clarifier. This is however, may not be applicable to the water treatment
system using olher advanced system of water treatment.

Demineralizat ion Plant:storage tank (3000 ton capacity) ,1degasser unit, 1single
bed anion exchange, 1mixed bed unit, semi demin and demin. water reservoirs
including its all necessary pumps, equipment, instrumentations, automalion,
accessories/ auxiliaries and allother relevant work, etc.

De-mineralized Water Plant

De-mineralized water plant shall have two (2) X 100% capac ity trains,
each consists of activated carbon filter, cation exchanger, de-
gasser tower, anion exchanger and mixed bed ion exchange unit.
Also chemical storage and feed system, chemicalwaste
neutralization system and treated water storage and feed system
shall have to be provided.

A complete duplex train ion exchange type of de-mineralized system shall be


provided for producing required quality water. Equipment shall be provided with
piping,valves. instrumentation and controls for automatic and manual operati.on.
The design parameter of water quality at mixed bed outlet shall be as follows;

Conduclivity < 0.5 µS em


Silica as Si02 < 0.02 ppm

A carbon filter shall be provided to remove suspended solids,residual chlorine


and organic contaminants.

The cation, anion and mix ed bed ion exchange rs shall be provided to remove ions
from feed water and produce highly purified water.

One regeneration system for common use of two trains shall be provided. Acid
and caustic chemical dosing system shall consist of storage tank, preparation tank ,
agitator, two pumps and associated equipment.

The produced OM water will flow to OM water storage tank. Two


(2) 100% capacity OM water transfer pumps taking suction from
OM water storage tank distribule the OM waler to condensate tank,
water wash skid and closed cooling water make-up.
During the regeneration, chemical wastes are led to neutralization pit. Collected
wastes shall be neutralized by using the acid and caustic regeneration facilitieslo
meet the emission limits. The treated wastes are dischargedlo storm water drain
system.

Total water treatment system will be controlled and monitored by Programmable


Logic Controller (PLC) installed at local room. Following automatic operation shall
be foreseen.

Whole regeneration process initiated by an operator shall automatically


be carried out.
Water production shall automatically be controlled by monitoring the
water level of storage tc:nk.
If any fault and/or abnormal conditions are detected by remote
measurement, programmed interlock system shall indicate alarms and
act to protect the equipment and system.
System fault (common) alarm can be monitored by DCS

Complete Bill of Materials (e.g. Raw water tank, demi water lank, semi- demi
water lank, filtered water storage tank, chemical storage tank, condensate tank
etc. having adequate capacity) I type of equipment (e.g. clarifier, f lter, roughing
demineralizer,polishing demineralizer ,condensate polishing system etc.) required
for a particular water treatment plant shall have to be provided by the Bidder
according to the system of water treatment plant proposed (depending on
property of available river water) for the combined cycle plant. Raw water Tank
capacity shall be for 24 hrs continuous operation (fullload) of Steam Turbine and
Demi water Tank capacity shall be for 72 hrs continuous operat ion (full load) of
Steam.

Chemical Laboratory
The laboratory installations and equipment shall be installed for routine control of:

• service water
• water-steam-condensate water
• waste water and in a Combined cycle Power plant

The scope of supply comprises all necessary supplies and services even if no
special reference is made to t hese.

-·:··-.. '
- . ·. . \
.. I t i
, . I .
,"' . . J .I
'. -_,./_ Page 1 47
"Z .,,..
The instruments and equipment to be delivered shall be as up-lo-date as possible
the laboratory shall be designed in accordance with general safety stipulations.

A nalysis

The scope of supply shall include all necessary equipment to analyze parameters
as follows:

Service water analysis


• pH-value
• conductivity
• suspended solids
• chemical oxygen demand
• KMN04 -demand
• Iron
• manganese
• total hardness
• alkalinity/acidity
• microbiological quality
• chlorine
Water-Steam-Condensate circuit
• oxygen(02)
• iron
• sodium
• silicate (Si02)

phosphate Waste- water


• pH-value
• conductivity
• suspended solid
• chemical oxygen demand
• biologicaloxygen demand
· ammonia
• heavy metals (Cd. Hg. Cr. Ni. Cu. Ph. In)
• chloride
• sulphate
• sulphite
• sulphide
• oilcontent
Laboratory instruments

The laboratory equipment shall compr ise all instruments and apparatus necessary for the
analytical investigations listed above including all necessary accessor ies. Minimum
requirements for instruments and apparatus are as follows:

UV/visible spectrophotometer. e!ectrica!ly operated for accurate routine


colorimetric analysis
analytical balance. with digital display. fully automatic calibration and multi-
application key board. Weighing capacity 200 g. sensitivity 0.1 mg electronic
top-loading balance. sensit ivity 0.0 1 g, max capacity
5000 g
BOD analyser elementary
analyser
laboratory bench centrifuge for analysis portable pH-
meter
portable conductivity meter
analysing equipment for measuring microbiological waler quality
muffle furnace microprocessor controlled rated temperature I 100°C. automatic heating
and drying oven
magnetic stirrer hotplates portable
dissolved oxygen meter turbidity meter
portable cooling boxes electric
rotator shakers
electrically heated baths for use as water oil or sand bath universal
laboratory millfor gr inding
Bunsen burners with all necessary equipment laboratory
stirring apparatus
vacuum pump
digital camera system light
microscope
Personal computer system with high resolution colour printer for photo
documentation.

3.3.14. Potable Water system

The new system will be interconnected to the existing distribution network. The existing
Administration and Maintenance Workshop extension will be supplied with potable water
derived from existing power plant.

Page I49
3.3.15. General Design And Selection Criteria For Pipe/Tubing

The general criteria for pipe/tubing are shown in Table (General Pipe and Tubing
Selection Criteria) below.Other mater als may be used depending on the service,
media, and conditions. Fire water systems shall use Factory Mutual (FM) certified
materials and installation methods where required by NFPA and/or local codes.
HOPE pipe shall meet NSF International and relevant local code requirements
and be certified when used for potable water service. Schedule/nominal wall
thickness pipe shall be used unless the service conditions exceed heaviest
schedule pipe limitations. Threaded pipe shall be Schedule 80 at the minimum.
Corrosion/additional allowance on pipe wall thickness shall be 1.625 mm except
where service conditions require a greater allowance. Condensate, feed water,
and steam lines shall use 0.5 mm minimum corrosion allowance. NDE I NOT shall
be in accordance with ASME. Boiler tube butt welds shall be 100% RT examined.
where the configuration is permitted by the Code(s). However, due to
configuration, where RT cannot be performed, then MT shall be used. Unless
approved by Employer, for boiler tubes. no dissimilar metal welds shall be made
in the field, safe ends shall be used.

Cathodic Protection

Underground metallic piping (except ductile iron) condenser, tanks and other
applicable areas shall have cathodic protection and electrically isolated. Typical
methods include coatings, galvanic anodes, impressed current systems, sacrificial
anode system, isolation flanges, and combinations thereof.A cathodic protection
plan shall be established forunder ground pipe. Ductile iron pipe will not be
protected, because of its inherent corrosion resistant characteristics, unless water
migration is probable. In this case, polyethylene bags shall be installed over the
ductile iron pipe.

Inspection and T esting

Inspection and testing of piping shall be performed in accordance with the


requirements of the applicable Laws and codes, and in accordance with the
following criteria. Pressure testing of piping assemblies, including hydrostatic,
pneumatic, and in-service leak testing, shall be performed on the system
assemblies upon the completion of erection. Shopleak testing of piping shall not
be required. All underground piping shall be tested before the line is covered,
except for large circulat ing water systems, which may use internal visual test
methods or testable joints and may be buried before such verification. Testing
shall be performed in accordance with the following methods:

Pa
a) Hydrostatic testing of all piping, except as otherwise discussed herein or
for which a pneumatic leak test shall be provided,shall be performed with
cold waler at 1.5 times the design pressure of the piping. This shall
generally include the following piping:

Boiler ex ternalpiping hydrostatically tested with the boiler,including main


steam, boiler venls and drains, instrument piping to the second root valve,
and economizer feedwater inlelpiping.

Auxiliary sleam.
Boiler feed pump discharge to economizer inlet, including superheat and reheat
desuperhealer piping.
All underground piping except fuel oilor air piping.

b) Temporary piping for use only during construction (including temporary


blowout piping) shall not be hydroslatically tested.

c) Piping lhal shall be hydrostatically tested, but which would be adversely


affected by rust, shall be t ested with chemically treated water. After the
completion of testing and acceptance, the piping shall be completely
dewatered and dried. This shall generally include high-pressure (design
pressure above 1.03 MPa) systems requiring a high degree of cleanliness.

d) Circulating Waler: Testable joints: low-pressure pneumatic verification ;


welded joints: internal visual inspection only; other joints: hydrostatic test
at 1.3 times design pressure; above grade: init ialservice test.

e) Pneumatic testing shall be provided for all pressure piping that should not
be subject to water filling. This shall generally include the following piping:

I. Lube oil piping.


II. Fuel oil piping.
Ill. Low-pressure (design pressure less than or equal to 1.03 MPa
compressed gas piping conveying natural gas, hydrogen, carbon
dioxide , nitrogen, welding (MAPP) gas, anhydrous Ammonia, S02
and Cl.
IV. Station air and controlair piping.

f) Leak tolerances in instrument primary piping shall be delermined in


conformance wilhISA Tentative Recommended Practice RP-7.1.

:-.....
f -.. . -- .' \
··
•,
·
-- j . i : \
II

\ ·
, ... / / 1 A--' Page 1 51
'.., . - · ../ lr
g) Instruments shall be carefully protected against overpressure during
testing of piping.

h) In-service leak testing shall be performed for all pressure piping that is not
hydrostatically or pneumatically tested by tests that are in full accordance
with the applicable code. Non-destructive testing of piping shall be
performed in accordanc e with the applicable Laws and codes.

Pipe Supports and Hangers

The term "pipe supports" includes all assemblies such as hangers, floorstands,
anchors, guides, brackets, sway braces, vibration dampeners, positioners, and
any supplementary steel required to attach pipe supports. Structure attachment
components shall be fastened by welding or bolling. Pipe supporls shall be
attached to concrete by cast-in-place anchor bolts, studs, or plates. Where it is not
practical to cast bolls, studs, or plates into the concrete, post-installed mechanical
anchor bolts shall be used. Post-installed mechanical bolls shall in accordance
with Federal Specification A-A-1923A Type 4, and Appendix A of the America n
Concrete Institute (ACI).

Pipe Support and Hange r Materials

Support component materials shall be suitable for service at the operating


tempera ture of the pipe to which they are attached. Where support component
temperature is below 399 °C, component material shall be carbon steel or of an
ASTM type having minimum yield strength of 241 MPa, and a minimum ultimate
strength of 400 MPa. Where support component temperature exceeds 399 °C,
they shall be fabricated from materials having physical properties equal to or
belier than the following. These material requirements apply to parts that are
wholly, or partially, within 230 mm of the outside of the pipe, including further
extension of the part until it is completed:

Material nominally 2.25 percent chromium, 1 percent molybdenum

Plate ASTM A387 Grade 22, Class


Pipe ASTM A335 Grade P22

Materi Inominally 1 percent chromium, 0.25 percent molybdenum

Bolts, studs,and rod ASTM A 193 Grade 87


Nuts ASTM A194 Grade 7
On copper piping or tubing, the pipe clamp shall be of copper or copper-plated
steel. Supports shall be of fireproof construclion; no combustible materials shall
be used. Malleable iron materials shall not be allowed.

Miscellaneous support beams required for attaching supports to the building


structure shall conform to ASTM A36.

3.3.16. Valves

Valve pressure classes, sizes, types, body materials, and end preparations shall
generally be as described herein. Special features and special application valves
shall be utilized where required.

All valves shall be furnished with individual name tags to identify the valve tag
name and service description. All supplied valves shall be tagged according to the
Project's designated tagging system.

Valves specified to have flanged, socket-welded, or screwed connections shall


have ends prepared in accordance w ith the applicable ANSl/AS ME standards.
Steel flanges shall be raised face type unless otherwise required. Cast iron a.nd
bronze flanges shall be flat faced type. Butt welding ends shall be prepared in
accordance with ANSl/ASME 816.25 and ANSl/ASME 831.1.

Steel body gate, globe, angle, and check valv es shall be designed and
constructed in accordance with ANSl/ASME 816.34 as applicable. Valve bodies
and bonnets shall be designed to support the valve operators (hand wheel,gear,
or motor) wit h the valve in any position, without external support .

SteelBody Valv es 50 mm an(J Smaller

Steel body valves 50 111111 and smaller shall have forged steel bodies. Forged steel
valves complying with the standards and specifica tions listed in Table 126.1 of
ANSllASME 831.1 shall be used within the manufacturer's specified pressure
temperature ratings and shall be limited in accordance wit h the pressure
temperature ratings specified inA NSl/ASME 816.34:

Class 1500, 2500 and 4500 globe valves shall be of the Y-pattern type, unless
specific design conditions dictate otherwise.

Valve ends shall be socket-weld type unless otherwise required. Except as

Page I53
otherwise required, check valves shall be of the guided piston or swing disk type.
All check valves shall be designed for installation in either horizontal piping or
vertical piping with upwardflow.

Steel Body Valves 65 mm and Larger

Steel body valves 65 mm and larger shall have cast or forged steel bodies. The
face-to- face and end-to-end dimensions shall conform to ANSl/ASME B16.10.
The use of these valves shall be ih accordance with the pressure temperature
ratings specified in ANSl/ASME 816.34 as applicable: Body ends shall be butt
weld type unless otherwise required. Check valves used on pump discharge
installations, and on ot her applications in which the valves may be subjected lo
significant reverse flow water hammer or fluid surges, shalt be of the non-slam
tilting disk type. All other check valves shallbe of the guided piston, swing disk, or
double disk spring check type. The use of double disk spring check valves shall
be limited to cold waler services. All check valves shall be designed for installation
in either horizontal or vertical piping with upward flow. Stop check valves, where
specified, shall be Y-pallern globe type.

Iron Body Valves

Iron body gale, globe, and check valves shall have iron bodies. The face-to-face
dimensio ns shall be in accordance with ANSl/ASME 816.10. These valves shall
have flanged bonnet joints. Gale and globe valves shall be of the outside screw
and yoke construction. Gate valves 100 mm and larger shall be of the wedge disk
type. Lined cast iron body diaphragm and check valves used with lined piping
shall be flanged body with liner and diaphragm materialsuitable for the service.

Butterfly Valves
Rubber-seated butterfly valves shall be generally constructed in accordance with
AWi/VA C504 Standard for Rubber-Seated Butterfly Valves. The valves shall also
generally conform to the requirements of MSS Standard Practice SP-67, Butterfly
Valves. Valves of the wafer or lug-wafer type shall be designed for installation
between two ANSI flanges. Valves with flanged ends s.hall be faced and drilled in
accordance with ANSl/ASME 816.1. The selected use of butterfly valv es shall be
in accordance wit h the pressure temperature ratings specified in AWWA C504,
the pressure temperature ratings specified by the manufacturer,and as specified
in the following criteria:

1.
services only.
2. Butterfly valves for buried service shall be of cast iron body material and shall
be equipped with flanged ends.
3. Cast iron butterfly valves shall have pressure classes selected based on the
piping design pressure as follows:

Piping Design Pressure Valve Class

172 kPa and below: Class 25


Above 172 kPa to 517 kPa: Class 75
Above 517kPa to 1.03 MPa: Class 150

Cast iron butterfly valves shall be limited to use with piping systems having a
design temperature of 52°C or less.

Butterfly valves for other than buried service shall be of carbon steelor cast iron
body material depending on the service application. Valves 600 mm and larger in
size shallbe equipped with flanged.ends. Valves 500 mrn and smaller in size shall
be of the wafer type, or lugwafer type , if used with steelor alloy steel piping, and
shall be flanged if used with other piping materials including, but not limited to cast
iron, ductile iron, FRP, PVC.
Carbon steel butterfly valves shall be limitedlo use with piping systems having a
design temperature of 65.6°C or less. Carbon steel butterfly valves shall have
pressure classes selected in accordance with the pressure temperature ratings
specified in ANSl/ASME 816.34 for 600 mm and smaller valves. Valves 750 mm
and larger in size shall be selected and specified based on the piping design
pressure and tempera ture, w ithout reference to a specific pressure class.

Metal seated or Teflon seal ring seated butterfly valves for special service
applications shall be of the wafer or lug-wafer type and shall be designed for
installation between ANS I flanges. The use of these valves shall be in accordance
with the pressure temperature ratings specified by the manufacturer. The table
below indicates where radiographic examination shall be performed on castings in
accordance with the requirements in ANSI/ ASME 816.34, Paragraph
8.3.1.1(a)(1). In addition, any components which contain a hazardous or
flammable/combustible fluid shall also be inspected in accordance with these
requirements. Any defects found in these examinations shall be documented in a
non-conformance report and submitted to the Employer prior to repair or
acceptance of the affected casting part.
_ _ Safety Valves

Page I55
The totaldischarge capacity of safety valves arranged on the superheater shall be
larger than the maximum continuous evaporation capacity of the boiler, and the
total discharge capacity of safety valves arranged at inlet and outlet of the
reheater shall belarger than t he maximum design flow of the re-heater.

Sufficient safety valves shall be arranged in accordance with the requirements set
out in the Supervision Code for Boiler and Pressure Vesselof the Power Industry.
Compressed air storage tank should be provided with a safety valve and arranged
in the shade outdoor. In the hydrogen supply station, hydrogen tank shall be
provided with a pressure meter and a safety-relief device (safety valve). A
nitrogen flushing and replacing interface should also be arranged.

Pressure Vessels

Performance and design requirements shall be as required by the system design,


in accordance with other applicable specif ication sections or standards, and as
required by the Contractor's design.

Shop Fabricated Tanks

The tank design and fabrication shall be in accordance with ASME Boiler and
Pressure Vessel Code Section VIII Division 1, American Petroleum Institute
Standard 12F, Amer ican Petroleum Institute Standard 650, Special Normal and
Emergency Vents - Underwriters Laboratories Inc. Standard UL 142,
Underwriters Laboratories Inc. Standard UL 58, and Factories and Machinery
(Steam Boiler and Unfired Pressure Vessel) Regulations 1970.

Test Requirements

Tanks shall be hydrostalically tested and radiographic examination performed in


accordance with ASME Boiler and Pressure Vessel Code Section VIII. Pressure
or leak test reports shall be provided for each tank. All testing shall be conducted
by the Contractor.

Welded joints shall be radiographically inspected in the shell of the tank as


required by applicable Laws and codes. All tank floor joint s shall be tested by
vacuum box method. Walljoints may also be tested by vacuum box method.

After completion of welding, but before beginning surface preparation for painting
or coating, and before any external piping has been connected, the tank shall be
filled with water and all submerged joints shall be inspected. Any leaking joints
shall be repaired after the water level has been dropped to al least 600 mm below
the point being repaired. The test shall be repeated untilall joints are completely
leak tight (zero leakage and seepage).

3.3.17. Pumps

The details of the requirements for Condensa te Pumps and Boiler Feed Pumps
are covered in olher sections.

All.the centrifugal pumps shall be designed in accordance with ANS I/HI 1.1-1.4,
American National Standard, or ISO equivalent, for Centrifugal Pumps standards.
The maximum head generated by the pumps shall be developed at zero flow and
the characteristics of the pumps being of the progressively drooping head type.
The duly of t he pumps shall be attained as close as possible to the best efficiency
point (SEP) of the pumps selected. Similar pumps installed to perform similar
duties shall be capable of parallel operation.

Impellers shall not be the minimum or maximum size for the pump casing
furnished. Mechanical seals are preferred. Pumps shall be type tesled in
accordance wit h ANSI/HI 1.6 - Centrifugal Pump Tests, ASME PTC 8.2 -
Centrifugal Pumps and ANSI/ HI 1.6 - Centrifugal Pump Tests, or international
equivalent.

Materials and Construction

Pumps shall be designed and cons1ructed for ease of maintena nce and the
following materials (or equivalents acceptable to the Employer) shall comply with
international standards and shall meet the minimum standards for materials

Submersible Sump Pumps

Submersible sump pumps shall be complete with a waterproof junct ion box,
discharge piping, controls, and allaccessories required for proper operation.

Materials

The materials selection in the construction of the equipment and accessories shall
Page l 57

l .
shall be adhered to:

Motor enclosure Castiron


Pump chamber Cast iron
Impeller "A" Bronze
Shaft Stainless steel

Test Requirements

Performance, hydrostatic, NPSH, motor integrity, and vibration testing shall be


conducted in accordance with the Manufacturer's standards.

Controls

Each sump pump shall be automatically controlled with an integralmicro-pressure


switch, factory set liquid level control.

Motor
Motors shall be suitable for full voltage starting, frequent starting duty if required,
and continuous duty in a 40 °C ambient temperature.

Sump pump motors shall be arranged for verticalmounting integralwith the driven
equipment. Sump pump motor enclosures shall be waterproof submersible type.
External surfaces shall be coaled with moisture corrosion-resistant alkyd enamel
or with polyester or epoxy paint or coating. Motor parts exposed to sewage shall
be of stainless steel or bronze of equivalent corrosion resistance. Metal-to-metal
fits shall be coated with corrosion-resistant compound.

Shaft ar.d hardware shall be of corrosion-resistant material. The shaft shall be


threaded for attaching the impeller. Pre-lubricated sealed antifriction bearings with
provisions for re-lubrication shall be furnished. Rotors shall be dynamically
balanced and coated with a corrosion-resistant polyester paint. Motors shall be
furnished with provisions for ground connection in accordance with NEMA MG 2-
2.6. Size of grounding cable shall be 8 AWG copper. Routine tests shall be
performed on each motor at the manufacturer's factory to confirm that there are
no electrical or mechanical defects.
3.3.18. Heat Exchangers

The heal exchangers shall be structurally and hydraulically designed to operate


satisfactorily at the maximum flow conditions; however, maximum flow conditions
shall not be used as a design point for guaranteed thermal performance. The heal
exchangers shall be designed to operate reliably in continuous service under the
design conditions. Design and fabrication of heal exchangers shall be in
accordance wit h one of the follow ing codes (whichever is applicable):

Heat Exchange Institute (HEI);


ASME Boiler and Pressure Vessel Code, Section VIII, Division 1;
ASME Code for Power Piping, ANSI/ASME 831.1- Power Piping;
DOSH/OSHA; applicable Laws;
Standards of Tubular Exchanger Manufacturers Association (TEMA), Class C.

Connections shall be located such as to allow the heat exchanger to be


opened for inspection or cleaning without disturbing the piping

Piping Components

Twin compartment strainers (if applicable) shall be so designed so that


each compartment has a passage area of not less than twice that of the
pipe cross sectional area. The strainer valves shall be so arranged that either
section can be
isolated and removed for cleaning at any time whilst in operation.The valves
shall be fitted with conspicuous indicators and instruction labels to prevent
incorrect operation. Vent and drain valves shall be fitted to each strainer.

Traps

Steam traps shall be of the thermodynamic, inverted bucket, or float and


thermostatic type, complete with an integral strainer when indicated. The traps
shall discharge condensate and non-condensab le gases at steam temperature.
Trap operation shall not promote backup of condensate in lines or equipment
ahead of the trap.

The installation of the steam trap shall incorporate the following featur es:

1. An isolating valve close to the pipe being drained; u;or \)\<\l1) ?/ ,\ .


-
2. Isolating valves at the inlet and outlet of the steam trap; / \·
. '-;-._/.
.,-.:;::-.",\.fr A bypass line fitted with a globe valve; ic CH\
;y :::s ;; /:-::4 -
_,..
:
Si 't:\W,G\J\\'i\\I" . (/ ., ':--1
.:"

Page I 59
4. A witness valve between the sleam trap and its downstream isolating valv e
for checking the operation of the steam trap;
5. A strainer at the inlet to the steam trap;
6. The trap and all valves shall be easily accessible for operation and
maintenance;
7. Allvalves shall be adequately supported.

Consideration may be given to the use of orifices instead of steam traps, where a
small continuous flow is acceptable,or if removal of water is not required after the
main system is hot. A ir traps shall be of the snap-acting liquid drain type.

Backflow Preventers

The backflow preventers shall be A\NNA approved. Backflow prevenlers shall be


of the reduced pressure lype and shall be a complete assemb ly consisting of two
independently acting spring-loaded check valves with an aulomatically operating
pressure relief valve located between the two check valves. The first check valve
shall reduce the supply pressure a predetermined amount so that during normal
flow and cessation of normalflow the pressure between the check valves is less
than the inlet pressure. In case of leakage of either check valve, the differential
relief valve shall act to maintain the pressure between the check valves at a
pressure less than the inlet pressure. The unit shall include tight closing shutoff
valves at each end oflhe preventer and shall be fitted with properly located test
cocks. Test cocks shall facilitate testing of upstream check valve, relief valve, and
downstream check valve.

Operation of the backflow preventer shall be completely automatic. The design


shall be such that each major component, such as a shutoff or check valve, may
be removed or replaced individually. Major components, as well as internal parts
of the different components shall be accessible for inspection, repair, or
replacement without removing the entire device from the line.

Silencers

The acoustical performance of each silencer shall be such that the equivalent "A"
weighted sound pressure level express€d in decibels to a reference of 20 micro-
pascals shall not exceed the decibel limit specified in Section Performance
Guarantees. The internal components of each silencer shall be designed and
constructed to withstand the dynamic forces of the entering steam flow at the
specified conditions. Internal components shall be designed and constructed to
allow for thermal growth and cyclic operation without buildup of excessive stress.
Silencers shall be of all welded construction.

Shell joints shall be welded butt joints w ith complete penetration for their full
length, and shall be free of undercuts, overlaps, or abrupt ridges. Carefully fit
components to form joints free of voids. Filling weld joint voids with weld metal is
not acceptable.Weldspatter shall be removed by grinding or wire brushing before
coating. Flame cut edges shall be ground smooth. All metallic surfaces subject to
harmful corrosion shall be protected by suitable coatings applied in the shop.
Surfaces which will be inaccessible after assembly shall be protected for the life of
the equipment. The surfaces shall be cleaned and prepared in the shop prior to
application of the coat ings. Coatings shall conform to the manufacturer's standard.
Ferrous surfaces which should not be painted and are subject to corrosion shall
be protected with preservative coatings.

Steam vent stack sile ncers shall be single unit modular type blowdown mutes of
welded carbon steel constr uction, prefabricat ed, and completely assembled.
Fabricate the silencers wilh the following minimum shell thicknesses:

300 to 600 mm 3.2 mm


650 to 1,650 mm 4.8 mm
1,800 to 2,550 mm 6.4 mm
2,700 to 3,600 mm 7.9 mm

Silencer shell head thickness shall be compatible wit h the above shell wall
thicknesses as a minimum. Silencers shall be constructed using inlet diffusers,
with an acoustically lined plenum of long strand fiberglass. Unless otherwise
specified, provide steel flanges for inlet and outlet connections. Furnish the
silencers with required drain connections and lifting lugs. The silencer inlet nozzle
and diffuser shall match the connecting piping size and wall thickness.

3.3.19. Insulation And Lagging

The insulation and lagging to be applied to piping, equipment, and ductwork for
the purposes of reducing heat loss, reducing sweating, and personnel protection
shall be in accordance with the criteria set out in the follow ing paragraphs.

Insulatio n Materials and Installation


insulation meets the requirements of ASTM C795 regarding stress-corrosion
cracking of austenit ic stainless steel. Insulat ion materials shall contain no
asbestos.

Equipment pipe and ductwork operating al elevated temperatures shall be


insulated with calcium silicate block or mineral fiber block insulation. Mineral fiber
block insulation for use on equipment surfaces shall be in accordance with ASTM
C612, Class 3. Mineral fiber blanket insulation shall be used where practical.
Insulating cements shall be mineral fiber thermal insulating cements and shall
conform wit h ASTM C195. Anti-sweat insulation shall be flexible elastomeric
cellular t hermal insulation. Outdoor anti-sweat insulation shall be protected with
paint or lagging in accordance with t he manufacturer's recommendations.

Studs used for attachment of insulation shall be Nelson stainless steel studs in
lengths suitable for the insulation thickness. Studs shall be spaced on centers not
exceeding 300 mm. Washers for· att achment of lacing wire shall be spaced on
centers not exceeding 460 mm.All block insulatio n shall have joints broken and
pointed up wit h plastic insulation. Ducts with external stiffeners shall have
insulation installed between the stiffeners, and a second layer of insulation
installed thereon, so that stiffeners are insulated and a level surface achieved.

In order to reduce dust arising from repair and disassembly of the thermal
insulation layer of piping, use finished thermalinsulation materials which are not
easy t o produce dust. Roofing insulation measures are strengthened and
selecting thermal insulation materials with lower density and higher coefficients of
thermal conduction avoids the great roofing weight and thickness and facilitates
heat preservation and energy conservation. Heat preservation and thermal
insulation roofing is adopted in this project and ex truded polystyrene foam boards
are used as heat-preservation and thermal insulation materials, wit h the thick ness
defined by Code for Thermal Design of CivilBuilding.

Lagging Materials and Installation

All insulated surfaces of equipment, ductwork, piping, and valv es shall be lagged.
Lagging on top of flat ductwork shall be crowned or sloped to shed rainwater. All
aluminium lagging shall be ASTM 8209 Type 1100, 3003, 3105, or 5005 alloy or
acceptable equivalent. All lagging shall be secured in place using self-tapping
screws,fitted with neoprene faced stainless steelwashers. Screws shall be 606 1-
T6 aluminium alloy, stainless steel,or anodized 2024 aluminium alloy. Spacing of
screws for jo ints in ribbed aluminium lagging shall be not more than 300 m - "'

i , -. .,t,;_: p· I ¥ K£fl u IXVISION


\ · \c.. 'v J :,1 rp.- \,\-.for B1d(2)
-'-· --.(;! -.... f- {..... , ,,.... , ,.. *
Spacing of screws for flat aluminium sheet shall be not more than 200 mm. All
joints shall be placed to shed water. On outdoor piping, in addition to screws,
lagging shall be secured by machine attached stainless steel bands spaced on
not greater than 610 mm centers.

Insulation Supports for Piping

Vertical runs of piping which shall be insulated shall utilize support lugs and
collars to prevent slippage of the insulation.

Insulation Classes for Piping and Equipment

The insulation for piping accessories shall be of the same class as is indicated for
the piping. Insulation materia ls for miscellaneous piping and equipment shall be
suitable for 1he actual operating temperatures and shall, whenever possible, be of
the same insulat ion class as insulated main piping and equipment operating under
similar temperatures. For piping systems operating above 60 °C where the
retentio n of heat is not necessary for proper operation, such as feed water heater
vents and various hot drains to the condenser, the insulation t hickness shall be
reduced to that necessary to maintain the surface temperature of the insulation at
approximately 60 °C for personnelprotection.

A nti-SweatInsulation

All aboveground cold water and air piping which operates at temperatures which
could cause pipe sweatinglocated over walkways or equipment shall be provided
with anti-sweat insulation, with the exception of piping in which fluid flow is not
normally expected.

Heating Ventilating and A ir Conditioning (HVAC)

HVAC systems shall be designed to maintain the indoor condit ions listed in the
HVAC Criteria Table unless noted otherwise herein. The design shaU be based on
space conditioning ambient design criteria set out in ASHRAE STANDARD.

· The design criteria table below indicates the level of redundancy for HVAC
equipment in the indicated areas. Mult iplicity means that more than one partial
capacity device shall be used,and some capacity shall be provided in the event of
a single component failure. When redundancy is indicated, only t he major active
shall be provided with backup equipment. Static components

Page 1 63
including, but not limited to duct work duct mounted
heaters and duelmounted variable volume boxes shall
not be duplicated. Minimum ventilation rates shall be
provided in areas that are normally occupied on a
continuous basis in accordance with localcodes. In the
absence of applicable local codes, ASHRAE Standard
62 requirements shall be rnet.

The air conditioning for control and electrical equipment shall be designed to meet
the filtration levels indicated in the HVAC design criteria table (HVAC Criteria
Table) below. Tabulated filtration efficiency and MERV levels are indicated in
accordance with ASHRAE Standard 52.1, Method of Testing Air-Cleaning Devices
Used in General Ventilation for Removing Particulate Malter and ASHRAE
Standard 52.2, Method for Testing General Ventilation Air Cleaning Devices for
Removal Efficiency by Particulate Size:

Filtration LevelDust Spot Efficiency,% Minimum MERV

Minimum efficiency reporting value (MERV), commonly known as MERV rating, is


a measurement scale designed in 1987 by the American Society of Heating,
Refrigerating and Air-Conditioning Engineers (ASHRAE) to rate the effectiveness
of air fillers.

Noise criteria are indicated in the HVAC design criteria table which follow as NC
levels, decibels , or as background. Noise criteria (NC) values are as indicated in
the ASHRAE Handbook series for acoustic design criteria. Decibels are sound
pressure levels,A weighted to a reference of 0.0002 microbar at 1.5 m from the
equipmenl, as measured in a free field with a single reflecting plane. Background
indicates that the HVAC equipment shall be 2 dB(A) less than the room noise at 6
feet above the floor with normal plant equipment in operation.

Mechanical equipment rooms containing refrigerants shall be designed in


accordance wilh the requirements of ASHRAE 15, Safety Code for Mechanical
Refrigeration. A minimum of 10 air changes per hour of ventilation or recirculation
air shall be provided for effective mixing during heat removal ventilation or air
conditioning. Laboratory design ventilation rates shall be in accordance with local
codes but in no case less than required by established, USA model codes.
Maximum design temperatures represent the average temperature; cooler
temperatures are permissible near ventilation inlels, and higher temperatures are
permissible at relief and exhaust points.
in building design; for the purpose of comfortableness. Chiller type air conditioner
is considered as cooling measure in the central control building including
associated switchgear rooms. Chiller shall be designed to be of elect rical motor
operated. Split type air conditioner to be considered as a backup I redundant
system as cooling measure for CCR building.

Main power house is provided w ith na1ural air intake and ventilation system with
roof ventilator and perturbation fan is installed lo strengthen air circulation,
prevent heat point accumulation and remove ventilation blind angle. In summer,
outdoor new air naturally enters from external window and electric rainproof
shutter and runs through the holes of radiator to absorb surplus heat and humidity
in the room and finally discharged outside from the explosion proof roof ventilator.
Ventilation system in summer will maintain an indoor temperature to meet
requirements of specifications. Hydrogen emission device is installed on the top
most part of turbine room roof.

Process rooms on operating floor are provided with allair central air conditioning
system with air cooling constant temperature and humidity unit, such as central
control room, engineer room, electronic equipment room, relay protection room,
etc. Air conditioning system carries a set of air conditioner automatic control
system. Elect rical equipment room in main power house normally use emergency
ventilation system. When ventilation can't meet indoor temperature requirement in
summer, industrialair conditioner is used to lower the temperature.

Battery room has emergency ventilation system. When ventilation can't meet
indoor temperature requirement in summer, direct air conditioner is used to lower
temperature and indoor air recirculation is prohibited. All process rooms in main
power house and centralcontrolbuilding shall be provided with ventilation system
according to specifications and process requirements. Electric equipment room of
Chemical water treatment building etc. shall be provided cooling ventilation
system; cooling equipment is direct evaporation type industrial unit air conditioner.

Local control room, attendance room, test laboratory, experimental laboratory,


instrument maintenance room and process unit room of other auxiliary system in
plant site shall all be provided with ventilation and Chiller type air conditioning
system.

The administrative Building, Rest house, 0 & M Engineers I personnel


shall be provided with split air conditioners or multi-split air

/- .:·-. .- 2'
,- -· ....

,. ,· <.·
\
r'
' •. f
Page 165
\} ., , '>'·):··'. ! .
i-
· '"l
3.4 Electrical System

The electrical system shall consist or apparatus required to operate the gas
turbine generating units, the heat recovery steam generators, steam turbine
generating set, associated equipment, and step-up transformer and 132 kV
switchgear equipment necessary to delivery power to the 132 kV national grid
system through strengthening and extension of existing RPCL's 132 kV substation.

3.4.1 Electrical system interrupting capacity

In this specification, the system and equipment ratings and characteristics are
based on the following preliminary data :

132 KV switchgear : 40 kA
Generator switchgear :100 kA
6.6 KV switchgear :17.5 kA
415 V switchgear
:25 kA
3.4.2 Generators

The gas turbine and steam turbine generator shall be of hydrogen/ air cooling type.

Generator shall have a complete rotating rectifier type excitation system or static
exci ation system mounted in a suitable enclosure including rectifiers, static
voltage regulator and required controlfunctions. If rotating rectifier type excitation
system is not used and external static excitation is used, separate excitation
transformer shall have to beprovided for each generator.

The generator shall be connected to the low voltage windings of it s step - up


transformers by 15.75 IPB (copper).

3.4.3 6.6 kV Switchgear

The 6.6 kV common switchgear will consist of metal-clad circuit breakers and fed
through Unit auxiliary transformer and Reserve auxiliary transformer. The 6.6 kV
switchgear shall supply a uxiliaries and common auxiliary power. In addition of
present requirement,two (2) nos. of spare 6.6 kV circuit breakers to be installed
for future requirement.
:-.'

l t' '})--
3.4.4 Balance of Plant

The auxiliary for the gas turbine generating set and the steam turbine generating
set shall be fed through either the unit auxiliary transformer (or in case of failure of
unit auxiliary transfor mer, through Reserve auxiliary transformer)o r the station
transformers.

The unit auxiliary transformer shallstep generator voltage down to 6.6 kV to feed
the auxiliary equipment. The Reserve auxiliary transformer shall step 132 kV grid
voltage down to 6.6 kV to feed the auxiliary equipment. The station transformers
shall step the medium voltage of 6.6 kV down to 415 V to feed gas turbine
generator unit MCC and lhe heat recovery steam generator MCC and steam
turbine generating unit MCC and common station load. The motor control centers
shall contain all the motor slarters and circuit breakers to supply the low voltage
auxilic;ries of the gas turbine generat ing units, the steam turbine generating unit
and the heat recovery sleam generators.

Two (2) sets of 220V I 125V I 48V I 24V DC battery complete with battery
chargers and DC distribution panels shall be provided for circuit breaker operation
and emergency power requirements as well as emergency lighting. The battery
shall be capable of operation the emergency lube oil pumps and emergency
lighting loads for safe shut down of the gas turbine generating units and the steam
turbine generating unit. Separate DC system for inverter/UPS shall be provided.

Electrical installation materials shall be chosen for power plant service including
lighting, lighting transformers, panel boards, swilch's, outlets, recept acles, power
and control cable, conduit, conduilelb,ows. bushings, couplings,lockouts, cable
trays, wire ways, pull boxes, floor ducts, junction boxes, cable accessories,
copper bar and ground rods connections, and various dev ices for the safe
operation of the system.

A main ground grid made up of copper conductor and an adequate number of


driven ground rods to give a low grounding resistance shall be provided.

The power and control, cable provided shall be constructed with insulation and
jacketing in accordance with the latest !EC standard.

Page 167
3.5 Functional Requirements
3.5.1. General

Combined cycle shall be designed for operation as a base load generating unit.
The gas turbine unit shall also be suitable for peak load operation as well as base
load plant.

3.5.2. Controls

The combined cycle generating plant shall be capable of semi-attended operation


under local unit cont rol, and shall also be capable of remote colitrol from the
centralcontrol room within the site area. The automatic startup and shut down
sequences shall be initiated by DCS either from the local control room or the
centralcontrol room. Synchronization shall be automatic with provision for local
and remote manualcontrol.

3.5.3. Cooling system

The units shall be designed for water cooling of the condenser,lubrication oil
system, etc. The cooling system for generator shall be closed cycle cooling water
and air cooling system.

3.5.4. Noise Levels

The Noise level shall be as per the attachments I Annexures of the Tender
document.

3.5.5. Vibration Severity

Vibration severity of the units shall not exceed 8.0 mm/sec. In normal operation
measured at any bearing pedestals both in vertical and horizontal plane.

3.5.6. CriticalSpeed

The Critical speed of the rotor assembly as a complete unit shall be at least 20%
above or below the operating speed range of the units.
3.5.7. Spec ial Maintenance Tools

As mentioned in clause 2.17.

3.5.6. Spare Parts and consumables

As per requirement mentioned in clause 2.21.


Page J 69
SECTION-4

GAS TURBINE AND ANCILLARY


EQUIPMENT
4 .0 Gas Turbine and Ancillary Equipment 72
4.1 General 72
4.2 Guarantee 72
4.3 Gas Turbine and Ancillary Equipment 73
4.3.1 Basic Equipment Requirements 73
4.3.2 Gas Turbine and Auxiliaries 73
4.3.2.1 Vibration Critical Speed 73
4.3.2.2 Starting System 74
4.3.2.3 Turning Gear 74
4.3.2.4 Load Gear and Accessories Drive Gear 74
4.3.2.5 Compressor Wet Washing System ·14
4.3.2.6 Governor System 76
4.3.2.7 Lubrication Oil system 77
4.3.2.8 Fuel System 78
4.3.2.9 Air Inlet system 82
4.3.2.10 Exhaust system 82
4.3.2.11 Instrument Air Supply 83
4.3.2.12 Unit Enclosure 83
4.3.2.13 Fire Protection Equipment 84
4.3.2.14 Casing design 84
4.3.2.15 Insulation and lagging 84

Page 1 71
4.1 GAS TURBINE AND ANCILLA RY EQUIPMENT

4.2 General

The arrangement of the pla nt equipment shall be generally as described below:


Gas Turbine generating unit wiih a continuous total net generating capacity
approx . 65% of combined cycle output shall be accommodated in the location
proposed.

4.3 Guarantee

The net output and heat rate of the Unit shall be guaranteed by the contractor at
the following conditions:
. mbient temperature 35°C

• Reference height level of the


existing power plant (MPS) is
13.929 m from Mean Sea Level
(Based on the Benchmark datum
of Survey of Bangladesh kept at
'Chinamor' on the Mymensingh
Netrokon highway.
• Reference height level of the
existing power plant (MPS) in
b. Si e elevation
terms of PWD is 14.389 mPWD.
• Average Height of the project
Land is 13.408 mPWD,
• Lowest Height of the project Land
is·12.11 8 mPWD,
• Highest Height of the project Land
is 13.99 mPWD and
• Designed Elevation is the project
Land 14.99 mPWD.

c.-
r- - +R-elative humidity---1- 98%-----·------------------------------------------------------------------------1
d. Barometric oressure 1.013 bar
e. Generation voltage 11-20 kV (or as per Generation
Vollaqe)
!Power factor 10.8 lagging
. Frequency 50 Hz

The contractor shall guarantee the starting reliability of the Uni (s) including all
ancillary equipment. The guaranteed reliability shall be staled in the Tender form
together with the number of consecutive starts to which the Unit will be subjected
to demonstrate this relinbility. (This is for a starting reliability of 95 %, the Unit
shall be subjected to 20 consecutive starts of which 19 shall be successful) the
maximum speed rise after full load rejection is to be guaranteed (see Tender)

4.3 Gas Turbine and Ancillary Equipment

4.3.1. Basic Equipment Requirements

The gas turbine (Simple Cycle) generating unit shall be of well proven design and
the offered model of gas turbine generating unit (offered model shall be within the
evolution of frame) shall have satisfactory operating experience outside
manufacturer 's country for at least 2 (two) years. Tenderer shall have to submit
separate End-user certificate in this respect,otherwise Tender shall be rejected.
The extent of supply shall include, but not be limited to, the equipment described
herein. All equipment comprising the gas turbine package shall be pre-assembled
in the factory.

4.3.2. Gas Turbine and Auxi iaries

The gas turbine generating unit shall be of the simple cycle heavy-duty industrial
packaged type suitable for indoor installation ·and ·operation under the site
conditions as specif ied in Art. 4.2 & Schedule B of Volume 2 of 2 Part B.

4.3.2.1 Vibration CriticalSpeed

The radial amplitude of vibration of any rotating shaft under steady slate
conditions alnormal operating speed shall not exceed the value specified in API
Standard 616 when measured althe shaft local to the bearing. he critical speed
shall be beyond ±20 % of the operating speed of the engine.

All compartments in the gas turbine generating unit(s) shall be accessible for
inspection and maintenance.

Page 1 73
The unit shall be capable of frequent starts and stops without damage to the hot
gas path components and shall be able to run for base load.

4.3.2.2 Starting System

The gas turbine shall have motor driven starting equipment capable of sustaining
the complete starting cycle. The st arting motor shall be capable of carrying out at
least Five (5) consecutive starting without any harmful effect. Tenderer can also
propose SFC starting. SFC transformer (if required) shall have to be provided.

4.3.2.3 Turning Gear

A rotor turning gear shall be provided to minimize thermal distortion of the rotor
after operation and to permit rapid reloading of the unit after a shutdown.

Necessary oil piping and appurtenances shall be included. Turning gear oilpiping
syslem shall be a part of the turbine lubrication system and shall be complete with
all necessary pressure switches or other interlocks to prevent turning gear
operation if lubricating oil pressure drops below than pre-set valve. Suitable
housing and safety guard shallbe provided for all moving parts of the turning gear.
Turning gear operation shalt be indicated on the remote control panels. The
turning gear shalt have automatic engaging and disengaging mechanisms.
Additional arrangement for hand turning shall be provided for use in case the
automatic turning system fails to operate.

4.3.2.4 Load Gear and Accessories Drive Gear

The turbine shall be equipped with good quality and suitable load gear equipment
of proper rating if required to match the generator speed for 50 Hz generation.
Load gear shall be totally enclosed and be equipped with forced lubricating device
to the gear.

The turbine shallalso be equipped with suitable accessories driven gear unit.

4.3.2.5 Compressor Wet Washing System

1. System Descriptions
wash waterlank with accessories, de1ergenl hopper, interconnecting piping &
valves,spray water manifold and spray nozzles. The various components of the
system are shown in schematic diagram enclosed. Wash water tank shall be used
to draw and mix wash water and detergent to the required dilution, compressed
air taken from existing instrument air header shall be used to pressurize this fluid
andlo forward lo t he spray wate r manifold. The spray nozzles shall make a high
velocity jet spray to clean the compressor blades while the rotor shall be kept in
spinning operation.

i) Wash wate r tank shall be a cylindricalpressure vesselw ith dished ends on


both sides. This tank shall be provided with necessary appurtenances
and accessories such as

a) Compressed air inlet.


b) Water inlet with isolation valve and inlet strainer.
c) Breather vent with isolation valve.
d) Drainline with isolation valve.
e) Detergent inlet nozzle with isolation valve.
f) Pressurized water outlet with isolation valve.
g) Levelgauge glass with isolation valves.
h) Hand holes with covers.
i) Pressure relief valves.
j) Pressure gauge connection.

ii) Detergent hopper to hold the detergent for every wash cycle.

iii) Interconnecting piping between wash water tank and compressor


spray system. This line shall be provided with strainer, drain valve,
pressure gauge,and orifice pla e.

iv) Water wash manifolds.


This manifold shall be located within the compressor inlet and it shall
distribute t he wash water into the compressor inlet air stream. The
manifold shall be equipped with a drain valve.

v) Set of spray nozzles shall effectively spray water, detergent wate r for
efficient cleaning.

To int roduce the above-mentioned wet washing system for compressor


cleaning of gas turbine generating unit. The following works shall be

Page 1 75
reformed:

a) Installation of the wash water system.


b) Providing spray nozzle on compressor inlet manifolds.
c) Taking a tapping from inst rument compressed air header lo supply
compres sed air for washing system.
d) Routing the wash water to the Gas Turbine Compressor.
e) Providing various drain lines with isolation valves at drain points from
the compressor and turbine to drain the wash water during washing
cycle.
f) Providing bearing sealair piping to protect bearing during washing cycle.
g) Drainage system to drain out the water.

2. Compressor wash water quality

Totaltrace elements in compressor wash water ( after adding detergent) will


preferable be limited as follows.

No. ff race Metal For Million Parts of


Water by weight
1 Sodium & Potassium 30 ppm
2 Calcium 10 ppm

3 PH 7.5 to 8.0

The Tenderer shall design, manufacture and supply all the components (Viz.
water tank, piping,valves, strainer, drains, manifolds, injection nozzles etc.) of t he
above mentioned compressor wet was hing system of suitable grade of materia l to
handle the above wash water without any deterioration. The Tenderer shallclearly
specify the proposed grade of materials of the above components. The Tenderer
shall provide complete system.

4.3.2.6 Governor System

The gas turbine unit shall be provided with a complete governing system which
shall be capable of maintaining a required constant speed under conditions of
load variations, control the turbine load, combustion gas temperatures and
prevent turbine over-speed.

The speed governing system shall be provided with speed


. .-·- -...........
_,,,,.

/ .·. / --;:·_ \
I .,
.
\ ,.. i . !,., --').'.
\
capable of local and remote cont rol. Provision shall be made to shut down the
turbine under emergency by local and remote control. The speed regulation shall
be adjustab le (from no load to full load) between plus and minus 5 %. The rated
speed at no load condition shall be adjustable within ±0.5 % for easy
synchronizing. The governing system for the unit shall also be provided with
automatic over-speed trip devices adjustable up to 110 % of the rated speed,and
a loadlimiter.

The governing system shall include an adjustable load limit control, minimum fuel
regulator, temperat ure limit control, temperature increment rate control and
necessary protection equipment.

The governing system shall be suitable for parallel operation with a large power
system and also for completely isolated and independent operation. In addition lo
the automatic speed governing system, a separate emergency over-speed trip
(Electr cal over-speed & Mechanical over-speed protection) mechanism and over
combustion gas temperature trip system shall be furnished on t he unit. These
systems shall operate to shut the emergency fueltrip valves.

The unit shall not trip with voltage fluctuation of ±10% and frequenc ies variation
±4%. Over-speed occurring under any conditions shall not have any harmful
influence on the turbine generating unit or on its auxiliaries. The governor shall
have adjustable (±4%.) droop setting.

4.3.2.7 Lubricating OilSystem

The lubrication system of the unit shall be equipped with the main oil pump,
auxiliary motor driven oil pumps,.delivery pipes, return pipes, reservoir, strainer,
oilcooler, pressure gauges and thermometers, and all necessary oilpiping for the
system.

The unit shall be equipped with a gear driven main oil pump, a full capacity motor
driven auxiliary oil pump and an emergency DC motor driven oil pump. The
emergency DC motor driven oil pump shall have sufficient capacity to prevent
damage the turbine genera tor during an emergency shutdown. Each oil punip
shall be equipped with a section strainer. Pressure switches shall be provided as
required lo permit automatic sequential starting of the auxiliary oil pump, and
emergency DC oilpump in case of oil pressure drop. Auxiliary conlacts required
indication shall also be on pumps and pressure switches.
_ ... . ..
/. .I
I ··°"
1
.
I • •

}) Page 177
-
c -- \
..

- ..
\, -- -:'
..., ... • •_. r ..-
/
Each oil reservoir shall be furnished complete with, vapour extractor, level
indicator, high and low level alarm switches, strainer, drain valves, overflow pipe,
manhole, valves, and piping.

The system shallinclude oilpressure and temperature alarm, and trip mechanism,
each bearing sht:ill be provided with thermocouple cell and a thermometer in
pocket of oil drain.

Complete oil coolers each for 100% capacity shall be provided. One of two oil
coolers shall normally be in service, change over from one oil cooler to the other
during operation shall be possible. It shall also be possible to use both oi: coolers
at same time. The oil coolers shall be of either air cooling type or water cooling
type. The oil coolers shall be provided with blowers or water pumps, depending
upon the type of cooling.

4.3.2.8 Fuel System

Both Naturalgas and HSD will be used as primary fuelfor gas turbine unit.

4.3.2.8.1 NaturalGas FuelSystem

The unit shall be provided with gas fuel system and Gas Supply Regulating
Metering Station (RMS). The design and Drawing of that Gas Supply Regulating
Metering Station (RMS) has to be approved by TGTDCL and after construction
that RMS will be operated by TGTDCL. The natural gas system shall have the
necessary pressure regulating valves, piping. shut off valves, metering device,
pressure gauges, and other indicating instruments including flow meter with
integration. The gas fuel syst em shall be provided with necessary protective
equipment for proper control and safe operation of the gas turbine generating unit.
Specification of Natural Gas has been furnished in Annexure -1. The system shall
comprise at least, the following major items including gas booster compressor:

Shut off valve.


An inlet strainer.
A flow-meter with bypass system.
Pressure regulating equipment.
Pressure gauges on before and after regulating equipment.
A gas conditioner (scrubber and demister).
A knock out drum if required.
Drain tank.
Inert gas purging system
Pipeline from existing RMS (MPS)lo new RMS (360 MW CCPP)

Nitrogen w ill be used as inert gas and purge gas. Nitrogen pressure inside
storage bottle will be of 200 bars. N2 station consisting bottles will be furnished
with necessary instruments and valves for proper handling.

4.3.2.8.2 Liquid Fueloil system

The unit shall be provided with liquid fuel oil syst em. The liquid fuel oil system
shall have the necessary pressure regulating valves, shut-off valves. pipes,
pumps, metering device, pressure gauge and other indicating instruments. The
liquid fuel system shall be provided with necessary protective equipment for
proper controland safe operation of the unit.

The distillate fuel oil system shall consist of two pumps/equipment (one standby,
one operative) of suitable capacity for the maximum output of the turbine at lowest
ambient temperature at the site, along with necessary valves, piping, regulating
devices, metering device, instrumentation, pressure switches and indicators.

Scope of supply

One distillate fuel supply system (with fuel unloading facility) shall include, at least,
the following equipment:

• One off-base standardized forwarding skid consisting of the pumping and


regulating equipment
• One off-base standardized filt,ering (duplex cartridge type filters) located
near the unit
Piping between forwarding and filtering skid and from the filtering skid up to
the gas turbine unit
Unloading Fuel skid
3 (Three) 5000 Tons HSD fuel storage main tank at Plant site, 2 (Two)
2000 Tons HSD fuel storage tank at Shambhuganj Railway Stat ion with
fixed roof having appropriately developed secured oil delivery system
complete in all respect.
• 1(One) 2000 Tons HSD fuel Daylank with fixed roof having
Floating suctio n type delivery .

Page I79
• For unloading:Two 100% (100 m3/h) transfer pumps + Filters
• Piping between the fuel storage main tank and pumping skid
• Complete fuel unloading facilities with forwarding pumps.
• Fuel strainers
• Flow-meter and totalize t o measure fueltransfer I consumption at different
delivery points
• Pressure gauges on each side of fuel strainers, at pump suctions and
discharge, and other criticalpoints
• Fueloilpumps
• Over speed and emergency trip stop valves
• Control valves for starting and operating
• Necessary isolation valves
• All piping
• Automatic controlvalves

Scope of work

The cont ractor shall design, manufacture, inspect, test, deliver to the site and
install of liquid fuel oil handling, conditioning and regulating facilities with all
accessories as specified hereunder for the plant.

1. Fuel forwarding skid

Fuel forwarding skid brings liquid fuel to the gas turbine at a pressure
consis tent wit h the gas turbine fuel supply requirements.

Equipment list:

• Two (2) 100% fuelforwarding AC motor driven centrifugal pumps (one duty ,
one standby) , each for the maximum fuelflow necessary to the gas turbine
• Three suction Strainers
• One fuel pressure regulating valve
• One relief valve
• Complete set of piping including valve. gauges and fittings of all lines
terminating at the skid boundary

/ .·- -
/ .. ·cJ-...
.. .
. .
\'"' .,
• :· \ r I ] )'.: ,l
\,...·.'........ · ...'. " ,/
2. Fuel oilfilters Skid

This unit provides liquid fuel filtrat ion up-stream the unit turbine and includes the
followings:

• Two fuelfilters (one duty, one standby) : Filter cartridge -5 microns


• One pressure metering panel board including : one manostat (fuelpressure
control), one different pressure gauge
• One fuelaccumulator
• One stop valve
• Complete set of piping including valves, gauges and fittings of all lines
terminating at the skid boundary

3. Fuelstorage tank & Day Tank

The fuel storage t ank is a vertical with fixed roof tank. Its capacity of each tank
shall be 5000 Tons and each Day tank will be 2000 Tons. The fuel storage & day
tank will be assembled in site and includes the followings:

• One fuelinlet flange


• One fuel outlet flange w ith floating suction
• Two manholeslocated in shell and in roof
• Two foam chambers for fire protections
• One visual level gauge
• Various levels switch to provide alarm at subsequent level
• One gas vent
• One wate r drain
• One spiral stairway and one top peripheral hand railing

4. Ur1loadiny Fuelskid

Required piping, along with, other facilities that will be required for the system
from unloading base to the fuel tank to be constructed for the proposed plant shall
be made by the contraclor.

The unloading fuelskid includes the followings


Page I81
• Two suction strainers
• Two headers , each with five unloading points
• One flow meter
• Piping and valves between above equipment

5. Installation of fuel unloading facilities

• Inst allation work of the fuel unloading facility (fuel unloading platform at
Shambuganj Railway Station, valves & approx. 3.7 Km piping to the Power
Plant main Fuel tank).

6. Sump tank

The sump tank allows draining liquid fuel from combustion system and from
exhaust plenum when there is false start. It may be preassernbled and includes
the followings

• One tank
• One pump

4.3.2.9 AirInlet System

The air filtration arrangement shall be multistage static Type.


Air Intake.filter System comprising:

a) Pre filt er Pad (washable type).


b) Pad coalescer
c) High Efficiency Filter

Brief tech nical specificat on:

a) One filtration unil for compressor air intake of Gas Turbine.


b) Flow rate : According to requirement
c) Pressure drop : clean : 38mmwater and
dirty : 76 mm water.
d) Filter media : Glass fibre/ Synthetic fibre.

The Tenderer shall supply 1 filter unit for Gas Turbine complete in all respects
including necessary supporting structures, holding frames, fasteners, pressure
submit necessary design documents and drawings for this filtration system.

Each air inlet system shall be provided with silencer if required capable of keeping
the sound pressure level of 45 dB when measured at a distance of 100 meter
from the plant operating at full load as per ISO standard.

4.3.2.10 Exhaust System

Gas turbine unit shall be equipped with an exhaust duct and a suitable by pass
stack (not less than 50 m) with hydraulic operated diverter damper for prolonged
continuous simple cycle operation. The exhaust system shall have a silencer o
reduce the sound levelof 65 dB when measured at a distance of 100 meter from
the plant when operating at full load.

The duct shall be supplied complete with all necessary expans ion joints thermal
and acoustic insulation, manholes, drains, supports, bolling and joi nting. It shall
be arranged in such a way that normal maintenance can he carried out on any
component without dismantling the duct

3
The Emission level of exhaust is less than 40 mg/Nm for NOx for gas fuel
3
operation and less than 80 mg/Nm for HSD operation.

4.3.2.11 Instrument air supply

The gas turbine unit shall be equipped with an instrument air supply system which
includes instrument air compressor, air reservoir, oil separator, air drier etc. and
complete in all respect.

4.3.2.12 Unit Enclosure

Except as otherwise specified , all equipment shall be enclosed in a minimum


number of prefabricated metal enclosures. The enclosures shall be constructed in
a neat and work manlike manner and sh1=1ll present 1=111 1=1ttr1=1ctive appearance.

Enclosures shall be weather proofed and shall withstand wind loading of 200 Km/
hour.
I •
walkways, steps, strains, and equipment doors of the locking type.

Enclosure insulation, ventilation, and cooling shall be provided lo maintain


temperatures suitable for personnel and for all systems whether standby or
operating. Unit controlrooms shall be ventilated and air-conditioned.

Turbine compartment and generator compartment shall be adequately ventilated


utilizing forced ventilation with louvers and bug screens as required for protection
of the houses equipment from outdoor environmental conditions.

Adequate interior lighting shall be provided, and emergency DC lighting shall also
be provided, and those shall be energized through an automatic throw over
contractor when AC source fails.

Enclosures shall be provided with 240 volt AC service outlets.

The noise level at 1 (one) meter dislance will not be more than 85 dB and less
than 65 dB al100 meters.

4.3.2.13 Fire Protec tion Equipment

The entire gas turbine generating unit including all auxiliary compartment shall be
automatically protected from fire with complete fire protection system complete
with C02 gas system, fire detectors, pipeworks, control and safely device.
Actuation of the fire protection system shall be indicated at the control
compartment and by a visual and an audible alarm to warn any personnel in the
compartments.

4.3.2.14 Casing Design

The casings of all the rotary parts on the main unit shall be spilt horizontally for
easy dismantling and inspection. Lugs for lifting the upper casing shall be
provided at points which will lift the casing half well balanced. Complete lifting
gear together with lifting drawing and instruction shall be furnished.

4.3.2.15 Insulation and Lagging

Thermal insulation shallbe provided where necessary and is to include such parts
as the combustion chambers, exhaust ducts and hoods. Removable insulation
blankets shall be provided in all part s where insulation must be removed for
maintenance purposes.
SECTION-5

HEAT RECOVERY STEAM GENERATOR


AND
ANCILLARY EQUIPMENT

Page I85
5.1 Heat Recovery Steam Generator and ancillary equipment 87
5.2 General 87
5.2.1 Type of Unit 87
5.2.2 Steam Conditions 88
5.2.3 Maximum Continuous Rating (MCR) 88
5.2.4 Design Pressure 88
5.2.5 Feed Water 88
5.2.6 System Temperature Control 89
5.2.7 Forced Circulation/Natural Circulation 89
5.2.8 Acid Cleaning 89
5.2.9 Steam Purging 89
5.3 Heat Recovery Steam Generator 90
5.3.1 Heat Transfer Section 90
5.3.2 Steam Drum 91
5.3.3 Super-heater 94
5.3.4 Economiser 95
5.3.5 Soot Blowers: Deleted 95
5.3.6 Casing and Insulation 95
5.2.7 Steam Generator Fittings and Mountings . 97
5.2.8 StructuralSteel 100
5.2.9 Pipe Work 101
5.2.10 Valves 103
5.2.11 lns\rumentation & Control 106
5.2.12 Stairways, Galleries, Ladders and Handrails 108
5.2.13 3 Off-load Cleaning Equipment 108
5.2.14 Gas Ducts 109
5.3 Special Tools and Spare Sprats 110
5.3.1 Special Tools 110
5.3.2 Recommended Spare Sprats- Deleted 110

......
,..;"'"

' ,-
/ ,-.;
1_-.......

;-- fir, {\ - ·-I


\ "'-··_\ \...'' v'J .- .,r
\ ·>· ·<.''/
5.1 HEAT RECOVERY STEAM GENERATOR AND ANCILLARY
EQUIPMENT

5.2 General

5.2.1. Type of Unit

The heat recovery steam generator unit shall be of outdoor. forced/ Natural
circulation and water tube type arranged for using exhaust gas from the gas
turbine unit.

The steam generator shallbe of welded construction throughout. The entire steam
generator (exclusive of minor boiler componen t parts) shall be either suspended
from a steel framework located above the unit proper or bottom supported.
Supports at intermediat elevels shallnot be used.

The major components of each steam generator shallbe as follows:

a. The steam drum and heat transfer sections which consist of the
economiser. evaporat or and super heater tube bundles of the steam
generator.
b. The support structure system for the steam generator and ducting.
c. The stairs, platforms and ladders required for maintenance, inspection and
operation of the healrecovery steam generator.
d. The steam generator circulating water system for the evaporat or and drum
circuits.
e. The steam generator valv es and devices which consist of indicators,
switches, transmitters and sampling nozzles. Motorized valves as required
for remote or automatic operation shall be included.
f. The feed water controlvalve system.
g. Flow nozzles for feed water and steam.
h. A duct system to guide efficiently _the turbine exhausts gas to and from the
steam generator.
i. A hydraulic controlled diverter damper system to control exhaust gas flow
during start up and to accommodate simple cycle or combined cycle
operation. A guillotine damper (motor operated) shall also be provided.
j. control capability for

Page 1 87
I •
5.1.2. Steam Conditions

The steam conditions shall be determined by the Tenderer and be clearly


indicated in the "GUARANTEE SCHEDULE" and "TENDERER'S DATA SHEET'
(Part B, Vol. 2).

5.1.3. Maximum Continuous Rating (MGR)

The maximum continuous rating (MCR) of the steam generator shall meet the
maximum exhaust gas from the gas turbine generating unit at base rating at any
site conditions.

The steam generator shall be capable of meeting the output efficiently for ex-
tended periods with normal on-load cleaning only and without having to be shut
down for overhaul of off-load cleaning of the gas paths and heating surfaces.

The tenderer shall submit calculations showing how the MCR of the steam
generator is derived.

5.1.4. Design Pressure

All pressure parts of the steam generating unit shall be designed to withstand the
design pressure to be slated in "TENDERER'S DATA SHEET'' and shall conform
to the requirements of relevant standards.

5.1.5. Feed water

Steam generator feed water shallbe supplied by condensate from a surface con-
denser, desecrated m the condenser or a desecrating feed water heater. Suitable
chemicals will be added in the feed water cycle for oxygen scavenging and pH
control. Demineralized water will be used as make uplo the plant cycle.

5.1.6. System Temperature Control

Steam temperature at the superheater- outlet shall be automatically controlled to


±10°C with adequate cooling method such as feedwater spray.

The tenderer shall state the rates of loading which the steam generator will be
capable of achieving while maintaining the superheated steam temperature within
the limits stated above. Control may be affected by either spray type or surface
type desuperheater.

Steam temperature curves below the control point shall be as flat as possible and
shall be provided by the Tenderer.

The control equipment shall automatically maintain the superheat steam


temperature within the control range as specif ied in this Clause. Manual control of
superheat steam temperature shall be possible over the full range of steam
generator output.

5.1.7. Forced Circulation/ Natural Circulation

The forced circulation/ Natural circulation system shall be adoptedlo give proper
circulation in the evaporalor circuit and start up flow to the economiser.

5.1.8. Acid Cleaning

Provision shall be made to facilitate acid of the pressure parts. Vents and drains
shall be of ample size and suitable connections shall be provided for feeding acid
flushing headers after the wash.

The Contractor shall assume full responsibility for ensuring that the acid cleaning
is to be carried out effectively and in a manner to prevent damage any part of t he
steam generator or other plant.

All necessary equipment, ror this process, externa l o the boiler such as tanks,
pumps and piping, shall be provided by the Contractor. All necessary chemicals
for the process shall be recommended and provided by the Contractor.

5.1.9. Steam Purging

Following acid cleaning the steam generator and associated steam legs will be
steam purged. The Tenderer shall state his recommended operating procedure
for the various phase for steam purging and t he disturbance factors to be
expected in each phase.

The Contractor shall provide details of connections for temporary steam purge
pipework and valves, which shall be provided by the Contractor and which include
suitable blanks for the protection of the turbO-generator.

,,--·
/· ---·.·.:...
/:-;/ '
II,.'. \
. . .•. ' )
I
I
i. i . -· .'.}
\.· . ·</Page j 89
5.2 Heat Recovery Steam Generator

5.2.1. Heat Transfer Section

The major components of the steam generator shall include :

• Steam drum
• Complete Loiof healtransfer surfaces for the HP/IP/ LP superhealer
• Complete Lot of heat transfer surfaces for the HP/IP/ LP evaporator
Complete Loiof heat transfer surfaces for the HP/ IP/LP economiser

Each assemble shall be designed and fabricated to the ASME Code Sect ion I
and will be subjected to a witnessed shop hydrostatic test at a minimum pressure
of 1.5 times the design pressure of the system. The final hydrostatic test of the
erected and assembled components shall be performed by the Contractor.

The steam generator shall be of the forced circulation type. It shall be the function
of the circulation water pump to maintain a positive water flow through the
evaporation section of the steam generator at all operating conditions.

The super heater section shall be positioned to absorb the heat from the high
temperature gases. The super heater, composed of rows of tubes in multiple
passes, connecting the inlet and outlet headers shall be specifically designed to
meet the performance requirements of steam flow and superheat temperature.
Steam flow through the super heater shall be counter flow to the exhaust gas flow
for maximum heat transfer.

A multiple row two-pass evaporator provides for unrestrained tube expansion


during temperature swings through the use of free-floating return bends (U-bend
type construction) at one end of the evaporation.

The economiser tube circuits shall be arranged to provide counter flow heat
transfer between the water and the exhaust gas now. Free expansion of the
tubing shall be allowed for by the use of a suspension type arrangement with the
headers fixed in position. Economiser heat transfe r surfaces shall be selected to
prevent excessive economiser steaming which may leadlo vapour locking of
some of the economiser lube circuits.
1. Tubes

All tubes shall be of seamless steel, conforming to the specified code


requirements. Tubes shall be treated to be free of all mill scale. After cleaning,
tube ends shall be protected with non-metallic caps, outside swabbed with oil or
sprayed wilh a suitable rust preventative. Tube connections at headers shall be so
arranged as to permit full strength welding of all joints.

All tubes are hydrostatically tested at a pressure as required by the appropriate


standard but in no case less than 1.5 times the boiler design pressure for at least
thirty minutes.

The arrangement of tubes shall be such as to follow for easy withdraw aland re-
placement with minimum distance of the remaining tubes and for this purpose,
and in order to facilitate erection,the tubes may be site welded.

It shall be the responsibilities of the Contractor to provide such tests or evidence


as will satisfy the RPCL/the Engineer, that all butt welds in tubes, whether carried
out in t he works or at the site, are in satisfactory condit ion to withstand the
working conditions to which they are subjected.

2. Water Wall

Water walls shall confirm to specified code requirements. All drums and headers
shall have tube stubs strength-welded thereto in the manufacturer's works in
accordance with the relevant current standards. The tube stubs shall be butt
welded to the tubes on site. Water wall headers shall be provided wit h suitable
handhold openings designed for sealwelding for cleaning. Should any water wall
header ex.,lend outside the setting, it shall be insulated by approved means with
provision for movement and seating.

5.2.2. Steam Drum

The steam generator drum shall be of fusion welded construction, fabricated from
steelplate and shall be tested with X-ray and stress relieved in annealing furnace.
The interiors shall be cleaned by shot blasting for removal of mill scale and foreign
mailers. The drum headers shall be tested hydrost atically at the manufacturer's
work in accordance withthe relevant code.

necessary internals so that the total

Page I91
dissolved solids in steam leaving the drum will not exceed 0.1ppm.

The drum shall be fitted with a manhole door al each end designed to open
inwards. The drum shall be provided with all nozzles. Connections and openings
required for operation,testing and maintenance. The number. location and size of
all connections shall be subject to the approva l of the Engineer. Particular
attentio n shall be paid to the design of the down comer nozzles, in order to avoid
thermal stressing of the nozzle welds the drum shall be self-draining into the down
comers. If siphon tubes are provided they shall be of adequate number and size
to completely drain the drum.

1. Feed water pipe

The heated feed water from the economiser shall enter the drum through the feed
water pipe, which extends nearly the full length of the drum. This pipe shall
distribute the feed water uniformly over the length of the drum and the water shall
enter with sufficient penetration to ensure complete mixing of drum al1d incoming.

2. Chemical Feed Pipe

The chemical feed pipe shall be strategically place in relation to the feed water
pipe so there will be complete mixing of the chemicals and feed water before the
mixture leaves the steam drum and passes through the evaporator section.
Chemicalinjection may be either intermittent or continuous, as required.

3. Continuous Blow-down Pipe

The continuous blow-down pipe shall be located just below the surface of the
water. Its function shall be to reduce the drum water concentrated near the upper
surface of the drum water.

4. Intermittent Blow-down

The intermitt ent blow-down through shall be located at the bottom of the drum and
shallbe used to remove the sludge and scale that has settled there. It can also be
used to reduce excessive water concentration and, in case of emergency, high
drum water level. Drum water condensation may be reduced by this method,
however, the controlled continuous blow-down shall be determined by the
operating personnel. The intermittent blow-down valves shall be usedlo drain the
steam drum for maintenance and repairs.

5. Water Level Gauges

Two water level gauges, one at each end of the boiler drum, shall be provided
with each gauge including an approved form of lighting fitting suitable for use on
110 volis AC . Boih gauges shall be of ari approved bi-coiour type and both
gauges shall provide a direct indication of the water level in the form when viewed
at boiler drum level. The gauges shall be fitted with drain and self-closing check
valves, together w ith valves for shutting off and blowing through. Each gauge
glass fitting shall be forged steP.l or other approved material designed so that it
can be removed from the drum as a complete unit. The gauge glass shall be
easily replaced without removing the gauge from the drum.

Two wa1er level transmitters, one al each end of the drum for remote level
indication and controlpurposes, shall be provided by the contractor.

A system to allow the water level in the drum to be seen from a convenient point
shall be provided by the contractor.

6. Steam Purifiers

Steam/water separation shall be accomplished in several stages ,to assure


delivery of clean, dry steam to the super heater under all normal operating
conditions.

The steam water mixture shall leave the evaporator through short pipe
connections and enter a distribution baffle tray area of the drum, where the return
mixture is distributed over the length of the steam drum. Water shall discharge
directly downward to the liquid surface, while steam leaves the distributor through
perforations in the back wall. The steam then shall travel across the width of the
drum and turn upward away from the water into the moisture separator. The
centrifugal force generated by the turning action will remove a further portion to
the entrained moisture in the steam.

The final stage of separation shall occur in a separating device consisting of an


agglomerating mesh and vane-type separating element. The function of the wire
mesh screen shall be to provide a surface on which moisture particles will impinge
and coalesce. The enlarged moisture particles thus formed shall be more reality
--..1-;-; ·r1 ' ., :..;;.r_emoved from the steam as it passed through the final stages of separation.
·· ?-. /,:·.;-, .• .
r \<\\ ,,. .,.'
1
'. '\ /,,- \ .....,
MhK\f.t\t-1G \)i. IS\\) --\,\ /'/ _ . .1,f\
F Bid\'2) './ \·. ·@:/ ' _' ) f\....-' Page I 93
. t\. * ' \ ,/ / '-f
* CH_ - -. ,,,-
The vane-type separation element shallforce the steam
to pass through a number of closely spaced vertical
baffles. The baffles shall be shaped to provide constant
obstruction to the steam flow. Liquid particles which
are still entrained in the steam will impinge on the baffle
surface due to centrifugal force, the moisture thus
accumulated will flow downward to drainage pockets by
gravity through the drain pipes wh ich extend well below
the minimum water levelin the steam drum.

7. Steam Sampling

A steam sapling nozzle shall be installed at the inlet


and out let to the super heater. Steam sampling
especially between the drum and super-healer inlet, is a
very important and useful tool, iiwill not only indicate
any malfunction of drum equipment, i.e. water columns,
purifiers, continuous blow down, etc. but will also
indicate faulty boiler water treatment. The sample readings must be taken
systematically if they are to be meaningful.

5.2.3. Super-heater

The super-heater shallbe capable of maintaining the final steam temperature at


the steam flow range stated by the Tender.

The super-heater shall be designed and positioned in the


steam unit with special reference lo the high steam
temperature at the superheater outlets. Means shall be
provided to ensure balanced conditions at the
superheater outlets under any condition of service.

All interconnecting piping between the various sections of the superheater shall
be welded.

Superheater headers shall have nozzles for drains and vents.


Provision shall be made on the super heater outlet for the fitting of temporary test
pressure gauges including permanently installed valves, piping and mounting
plates to enable the gaugeslo be conveniently red for setting safety valves.

The header shall belocated and arranged to facilitate an economical arrangement


of steam piping.

The design of the superheater shall be such that any individual tube element can
readily be removed and replaced. The superhealer shall be of the self-dra ! -
·
-·- - '"·?:; J .iii).'1'41/)
/ ·- t:. / ·,. · · "-ccy_

<.>/ - ""/·\>? : /"[') _


l)././
, j ':- \l.\ ffilNGOIV IS!J·
\ ·
L g
' P\J' For Bid(2) · "" _
' • ) .i.

-'..\. (),/'
' \ . -. "
·<_ ._ i.. * CHrN P... *
type.

Adequate access facilities to all parts of the superheater and fittings for routine
inspection, cleaning and maintenance shall be provided to approval.

Provision shall be made in the unit casing for the insertion of permanent
thermocouples for obtaining the temperaiure of ihe gases before the superheater
sections when bringing the unit up to load or when picking up load under
emergency conditions.

5.2.4. Economiser

The economiser shall preferably be of the continuous tube type located in the
boiler casing. Economiser headers shall be provided with welded connections for
inlet, outlet, drains and vents.

The outlet connections from the economiser shall be directed to the steam
generator drum without any intermediate valves. The distribution of the feed-water
in the drum shall be uniform over the full length of the drum. The connections to
the drum and dislribulio11 of l11e feed-water shall be such that the connections and
the drum are unaffected by variations in the temperature of the water and the
danger of corrosion fatigue cracking is avoided.

5.2.5. Soot Blowers: Deleted

5.2.6. Casing and Insulation

The contractor shall furnish all insulation materials and casing as required for all
equipment included in the scope of this specification.

The casing shall be sufficiently tight at full steam generator rating and
recommended internal pressure, so that leakage is reduced to a negligible
amount. The Tenderer shall give details in his Tender of the methods he proposed
to ensure minimum leakage.

The casing shall be lagged until a pressure test of approved method has been
successfully completed and full allowance shall be made in the construction
program for this test.

surfaces of casing and other insulation shall have a surface

Page 195
temperature not over 70° C with ambient temperature of 50° C and air velocity of
15m/min.

The outer steel casing shall not be less than 4.5 mm thick, stiffened and
reinforced. Stiffeners and backstays shall be rounded at corners. The design or
the entire casing system shall be submitted to the Engineer for approval.

The Contractor shall provide insulated inspection doors of approved material.


These shall be of airtight design, lockable with frames and steel latched handles
which will not blow open under maximum pressure. These doors shall be located
as required for proper access to various parts or the unit and for observation of
tube bundles and boiler conditions.

The insulation of all casings, flues, ducts, pipes and valves shall be such as to re-
duce the heat loss to a minimum and adequate means shall be provided to ensure
satisfactory foxing of the insulation.

All heat insulation materialof approved type shall be asbestos free and chemically
inert and remain so in the event of being saturated with water.

The Tenderer shall in this Tender t hickness of each layer or heat insulating
material to be applied to the various parts of the unit.

The contractor shall ensure that the final Finnish of all material prior to painting
has a first class smooth surface.

In mixing insulating or covering compounds no salt or brackish water shall be


used.

Unless otherwise approved the heat insulation for all casings, flues and ducts
shall asit s main constituent, magnesia or glass fibre and shall consist in the main
of preformed slabs. Particulars of theinsulation shall be stated in the Tender.

Where a hard setting compound is used as an outer coaling, suit able provis ion
must be made against the possibility of cracking when in service.

All pipeworklagging shall be provided with sufficient expansion joints of approved


design to prevent any cracking of the completed lagging.
5.2.7. Steam Generator Fittings and Mountings

The Contractor shall furnish the following fillings, valves and mountings.

Pressure and temperature ratings of all item shall be suitable for intended service.

1. Safety Valves on Drum and Superheater

An approved number of safety valves of approve design and capacity shall be


furnishe d as required by the relevant Boiler Code or ASME. In addition electrically
assisted valves and associated gale shut off valves shall be furnished al the
superhealer outlets.

The safely valves shall be set to blow in a predet ermined sequence staring with
the valves at the superheater outlet. In determining the capacity of the safety
valves due allowance shall be made for the back pressure which will occur in the
safely vale escape pipes and silencers where appropriate. The location of the
safely valves shall be selected so that there will be no detrimental unbalancing of
steam flow caused by their co-operation.Where in order lo achieve this condition,
the valves are required to be mounted on steam piping then the piping to which
these valves are connected shall be provided under this contract.

The safety valves shall be designed to ensure clean and certain opening althe
set pressure and rapid and certain closing at the reseating prssure with neither
simmering nor the necessity to reduce boiler pressure below the reseating
pressure
lo firmly seat the valve.

Irrespective of the type of safety valve used each valve shall open within ±1.0 bar
of its set pressure of its set pressure and shall have a blow-down which can be
adjusted independently of the set pressure to any desired value.

In the design and manufacture of the safety valves every care shall be takenlo
ensure repeatability of the safety valve's operation and the practicable minimum
of maintenance to prevent leakage of steam past the seal. It shall also be
designed to permit maintenance of the valve and seat to be carried out in a short
lime with the practicable minimum expenditure of labour.

The safely valve installation shall be complete with all necessary stand pipes,
An approval system of safety valve escape pipes with expansion joi nts, anchors
and supports shall be provided to exhaust above the steam generator. The
location and arrangements of the outtets of these pipes shall be such that when
the safely valves are operating there will be no danger personnel who may be in
the vicinity of the outlets.

2. Feedwater Stop and Check Valve

An approved number and type of stop and check valves at the inlets to the steam
generator shall be furnished as required by arranged of piping..

3. Feedwater Regulation

One 100% duty feedwater regulators and one 25% duty start up feed regulator of
approved design shall be provided. The type shall be such as to maintain a
constant water in the drum during start up and varying load conditions and
feedwater pressures. For 100% duty feedwaler regulator, t he Contractor shall
provide one motorised valve with motorised by pass valve at the inlet. For the
25% duly feedwater regulator, the Con1ractor shall provide one motorised valv e at
the inlet and one isolation valve at the outlet.

4. High and Low Drum Water Level

Separate alarms of external type for high drum waler level,low drum water level
and low drum water leveltrip shall be provided and arranged with contacts which
can be used lo initiate alarms. Provision shall be made for one high water level
trip alarm if necessary. The connections to the steam generator of these external
alarms and tripping facility shall be fitted with full bore val ve capable of being
locked in the open and closed posit ions. A separate set of tapping points shall be
provided for these alarms.

The alarm system to be initiated by the level alarm shall be supplied and installed
by the Contractor.
5. Drain and Vent Valves

An approved number of walerwall, superheater, economiser drain valves and


drum superheater vent valves shall be burnished. The valves will have two valves
in series and shallbe located in approved positions for convenient operations.

6. Blow-down and Drain Piping System

A blow-down and drain piping system shall be provided complete with a drainage
receiver designed to cater for all blow-downs and drains from 1he plant. The
receiver shall be provided with drains, drain valves, outlet piping and vent piping.
The vent piping shall exhaust all vented steam to a safe location above the top of
the steam generator. II shall be of corrosion resistant material or treated in an
approved manner so that there w ill be no det erioration particularly in the outside
appearance of this pipe after tong periods of use. It is preferred that iiwill be of
stainless steel. The vent pipe should be fitted with a suitable silencer,lhe design
of which islo be approved.

The outlet piping for normally draining the water from the receiver shall be in the
form of aninverted U and shalldischarge into a pipe below ground level. The inlet
of this outlet piping shall be conlinuousl'y submerged.The lop of the U-bend shall
be connected to the vent piping through a small bore line which shall act as a
siphon breaker.

Blow-down connections shall be provided and the location of the connections


shall be to the approval of the Engineer , being selected so as to enable the
quality of the steam generator water to be corrected as rapidly as possible and to
enable st eam generator levelto be quickly lowered without affecting adversely the
normal circulation withinthe steam generator.

A main isolating valve followed by a main blow-down valve shall be provided for
each blowdown connection and a bypass consisting of an orifice between two
isolaling valv es shall be provided around the blowdown valves. All valves shall be
suitable for safety operating al full steam generator pressure.

Drain valves and piping to the drainage receiver shall be provided al all points of
the steam generator where it is necessary to remove sludge and similar
accumulations and to drain the waler walls, steam generalor and economiser (if
necessary.) Drain valves and a separate piping system to the drainage receiver
shallbe provided to drain the superheater headers.

Page 1 99
All drain valve shall consist of two valves in series.

7. Stearn Valve

An approved number of saturated steam supply valves, main steam outlet valve
shall be furnished.

8. Instrument and Connection

The contractor shall provide all instrument and connections as required for sound
operations of the steam generating unit.

9. Nitrogen Sealing : Deleted

5.2.8. Structural Steel

Design methodology (combination of Load) shall be followed as per section 2.7 of


BNBC (Bangladesh national building code).

The Contractor shall furnish all necessary ilems or structures for the support of
the steam generator unit and associated equipment this shall include, but not be
limited to,the supply of the!allowing :-

a. All columns, beams and bracing necessary to support the steam generator
unit. The steel supporting structure shall be mounted on foundations and
apart from the neighboring building columns,beams or bracing members.

b. All supporting structures required for auxiliary equipment whether


supported by the steam generator supporting steel work or mounted
separately.

c. All platforms and walkways with the appurtenant chequered plate or grating
toe plates and railing, ladders and stairways to insure safe accessibility to all
parts of the steam generator and related equipment.

d. A sufficient quantity of erection bolts and proper welding rod for site
assembly.

e. All special supporting hangers, struts, braces, frames, etc. between other
building frame and any steam generator equipment component parts located
out side the steam generator equipment component parts located outside the
steam generator perimeter.

The above steelshall include all built-up girders, beams and other rolled sections,
connections, hangers, stiffeners, buckstays and plates as required to properly
support the equipment. Stiffeners and buckstays shall be rounded at corners and
meeting points.

The Contractor shall furnish t o the Engineer all loading, design calculations and
detail drawings of the steel framing adjacent to the steam generato r, the main
suspension st eel framing at the top of the drum all other suppor ts, steel work for
approva1 by Engineer.

Weights of water and other normal loads imposed during operation, construction,
maintenance and testing shall be included in the design toads, Seismic reactions,
and expansion limits shall also be indicated on the drawings.

All structuralsteel furnished shall be in accordance with relevant standards and


subject to approval.

All structural steel furnished shall be designed fabricated and detailed in


accordance with the relevant Standards. Any deviation therefrom shall be
submitted for approval.

5.2.9. Pipework

It is important that all piping arranged to afford easy access for operation and
maintenance. Particular attention shall be given to the arrangement of
miscellaneous electrical conduits and piping furnished by the Contractor. The
Contractor shall co-operale with the Engineer to ensure a well co-ordinated
arrangement.

Steam traps of approved type shall be provided at suitable locations.

All pipes and bends shall be truly cylindrical and uniform in section. For each size
of pipe there shall be a standard length, bend and tee,and such standard pieces
shall be interchangeable and shall be used wherever possible. Special bends,
lengths, etc. shall be used only in approved places.

Page I 101
The joint s which are necessary shall be in approved positions and shall be welded
butt joints unless otherwise approved. At terminal point the joint shall be of the
sea welded or bolted non welded flanged type as provided below.

Except where otherwise approved, joints shall be electric butt welded. All det ails
of fabrication shallbe for approval.

Prior to and during the whole of the welding operating of a butt welded joint the
ends of the pipes being welded shallbe heated in an approved manner.

After welding is completed, all electrical butt welded joints for carbon steel pipes
shall be stress relieved by an approved method.

The whole details of construction of sealwelded and non-welded flanges to the


pipes, shall be subject to the approval of the Engineer.

All flanges used for bolted joints shall be culler barred or faced at the back so thal
units, washers and bolts heads may be down satisfactorily .

All bla nk flanges for pipesincluded in this Clause shallbe steel.

All piping shall be colour coded properly as approved by the Engineer.

1. High Pressure Piping

All high pressure steam pipes, bends and fittings shall comply with ISO Standard
where applicable.

Where weldingis used for the attachment of branch pipes the method shall be
subject to approval. In order to compensate for the metal cut away from the main
pipes suitable reinforcement shall, where required by the Engineer, be provided
around the opening which is formed to receive the branch pipe. The method of
welding for the attachment of the reinforcement to the main pipe and to the branch
pipe shall be subject lo approval. All steam mains shall be creeled with an
approved fall in the direction of flow so that condensed steam will flow towards the
positions on the mains where the drainage points are situated.

Wherev er required expansion bends or loops shall be provided.

/.'7""" -;-·,
/ . , - -... '\
( ' \'
I · · · · · :·:. 1 - 1
J f.
- ,.,./';)
": /
2. Feed Piping

All high pressure feed pipes shall be designed for a maximum working pressure
and temperature and shall comply with relevant ISO standard where applicable.

Where welding is used for the attachment of branch pipes the method shall be
subject to approval. In order lo compensate for the metalcut away from the main
pipes. Suitable reinforcement shall, where required by the Engineer, be provided
around the opening which is formedlo receive the branch pipe. The method of
welding for the attachment of the reinforcement shall be approved by the Engineer.

Sampling valves of arriv ed design shall be provided in approved positions for


laking samples of feedwater.

3. Drain Piping

All drain pipes on the inlet side of drain valves shall be designed for the same
pressure and temperature as the valves,pipe or vessel which they drain and shall
be subject to the specification and tests relevant thereto.

Where hand drains are provided, tow valves in serried shall be provided for
operationaldrains, the up stream valve being of the parallel slide or gate type and
the down st ream valve being of the glove or other approved type.

The discharge from all drain points shall be arranged w ith an approved continuous
fall towards the drain vessels.

Where drain pipes are led into a drain header the drain pipes shall unless
otherwise approved be led at an angle into the header and in direction of flow in
the header.

Drain valve hand wheels shall be extended for operation where required by the
Engineer.

5.2.10. Valves

All valves shall be of approved design and manufacture and those of similar make
size and lype shall be interchangeable with one another unless otherwise

Page I 103
All control valves shall have manually operated inlet and outlet isolating valves
with a bypass valve arrangement.

All valves shall be fitted with outside screws unless otherwise specified or
approved.

All valves shall be closed by rotating the handwheels in clockwise direction whe n
loading at t he face farthest away from the body of the valve. The valve spindle
shall also be rotated in a clockwise direct ion the close the valve when viewed from
the outer end of the spindle and in cases where the handwheel is not directly
attached to the valve spindle, suitable gearing shall be introduced to reconcile the
above condition. The face of each handwheel shall be clearly marked with the
words 'open' and 'closed' with arrows adjacent to indicate the direction of rotation
to which each refers.

Each handwheel shall also be fitted with a circular nameplate indicating the
service for Shiite the valve is intended. The nameplates shall be of stainless steel
with en-.graved letters filled with black enamel. Valves for emergency operation
shall have the lettering in with red enamel. Where required by the Engineer valve
spindles shall be lengthened so that the handwheel is at a height of approximately
1 meter above the level of the floor or platform which the valve is to be operated.

Where extension spindles are fitted all thrust when opening or closing the valves
shall be taken directly on the valve body and all valve pedestals shall be
mounted direct on the floor girders and not on the floor plating. Any floor
steel work trimmers necessary for supporting the pedestals shall be
provided by the
Contractor.

The spindles of all valves for use out side the power station building shall have
weatherproof protection covers of approved contraction.

All valves shall be fitted with indictors so that iimay readily be seen whet
her they are open or close and in the case of those valves fitted with
extended spindles,
indicators shall be fitted both to the extended spindle and the valve spindle.

Valves shall not be fitted in an inverted position unless other wise


approved. Eye- balls shall be provided where necessary to facilitate
handling heave valves or parts of valves.

1.
r:·-.'-
Steam Fee d nd
a H ig h Pressure Valves
:·-: -·f ';,
' \ 3\ i
\-:...-.-.....:..../ ;
All valves intended for high pressure steam feed or any other services subject to
high pressure or temperature shall be approved manufacturer and shall have cast
or forged steel bodies with, wherever possible, bolted on covers and glands and
the materials of the internal parts shall be subject to approval.

The Tender shall submit alternative offers for the first isolator of all high pressure
valves, one of which shall be with gland packing and the other shall be of
glandless type.

The design of the high pressure valves shall be given specialattention with regard
to the selection and thickness of material so that they will be suitable for high
pressures and temperatures and full details of the design shall be submitted for
approv al as early as possible. Approved means shall be provided to prevent and
by accumulation of pressure between the discs of any high pressure steam of
feed parallel slide valve. Preferable in the case of valves with bypass, the
integra te space of the main valve shall be connecled to the integrate space of t he
bypass valve.

The stop which limits the travel of the valv e in the "open" and "close" positions
shall be arranged exterior to the valve body and no packing under pressure
device shall be fitted.

2. Low pressure Valves

All valv es used for low pressure water, exhaust, low pressure steam, air and oil
services shall be of approved manufacturer.

3. Motor Operated Valves

All valves spec ified to be motor operated shall be filled both with hand and motor
operat ng gear. They shall be of approved design and complete in all respects
including the motor and t he necessary controls for automatically stepping the
motor when the valve gate has reached the "full open" of "full close" position. The
motor shall be placed in such a position relative to the valve that there is no
possibilities of steam or water leakage from the valve joints or glands blowing on
to the motor or control equipment.
Page I 105
an approved type of handcontrol lever.The control shall
be so arranged that the motor can be stopped with the
valve in any position and can then be restarted in either
direction. The push buttons or hand control lever shall
be mounted together in an approved position on or
adjacent to the valve, in such a position that valve
indicator is readily visible to the operator.

An interlock shall be provided such that when the valve is being operated
manually . the electrical supply lo the control circuit of the motoris ing valve is
isolated.

An motor operated valves and their associated controlequipment shall be suitable


for operation by a three phase three wire 415 Voll 50 Hz supply.

5.2.11. Instrumentatio n and Control

The extent of automatic control for the steam


generators and auxiliary equipment shallbe form start
preparations to full load and during normaloperation.

Control of the steam generators and associated auxiliary plant will be carried out
on a direct wire remote controlbasis from the centralcont rolroom.

All controls essential o the normal run up, shut down and operational running of
the unit shall be capable of being carried out completely from the control panels in
the central conlrolroom.

Sensors for temperature, pressure, electrical quantities, switch and valve


positions etc. shall be provided to give indications transducers shall be electrical.

The indications and other relevant information may also be scanned by data
logging equipment supplied as part of the central control room equipment which
will print out readings and provide alarm indication.

Tenders shall provide a schedule of all the indications of temperature, pressure,


pistons, etc. which they recommend shall be displayed in the central control room.
A further schedule of all remotely operated motors, valves and controls shall be
provided.
All equipment,valves and controls for which provision has been made for remote
operation shallbe provide with facilities for localoperation.
The Contractor shall furnish all motors, limit switches and torque switches
necessary for proper operation of the valves which he supplies, Limit switches
and torque switches shall be heavy- duty ty pe, independently adjustable for both
directions of travel.

11 is intended that all designed measurements will be separately displayed and re-
corded in such a manner that for each measurement, the indicator can operate in-
dependently of the recorder and vice versa.

The mount ing of transducers amplifiers,indicators, recorders and interconnecting


leads shall be such that all components of any interconnecling leads shall be
situated in an environment which allows them to operate within their design
accuracy under all condilions of local working t emperature to be expected under
the operating conditions.

All transducers, measuring devices or assembled their connecting leads capable


of withstanding !heir environment. They should be rigidly mounted enclosed or en-
capsulated to prevent ingress of steam. moisture, oil etc.

All connections between fixed cables and measuring devices should be robust,
protected by suitable insulation and electrical screening and placed so as not to
be damaged during transit,normaloperation or during dismantling of the plant for
over hauls.

Electronic measuring systems shall employ all solid state components and be
suit-able protected against damage from voltage or current surges,The systems
shall also possess adequate common and series mode noise rejection
characteristics, such that accuracy of indication and recording is not affected by
voltage or current surges, or by the general noise level existing at the location of
the system.

Each measurement loop shall incorporale an adequate instrument failure


indication, such that on failure of the system,the indicator shall move to a position
which shows that failure has occ urred. Scaling of indicators shall be such that
under normal operating conditions the measured variable displayed shall be al
least 10% of F.S.D. above the aero line. And be between 50% and 75% of F.S.D.
at the recommended alarm setting valve.

l!lstruments supplied for outdoor units shall be weather proofed and suitable for
adverse outdoor conditions.

Page I 107
5.2.12. Stairways, Galleries,Ladders and Handrails

Adequate access shall be provided to all plant and control points requiring access
for operat ion, inspection and maintenance, Stairways and galleries shall be
provided to give the necessary access in a convenient way and to form a neat
installation.

All flooring and platforms provided under this Contract shall be const ructed of
open fried flooring of approved pattern and make. The open grid steel flooring and
treads shall be generally not less than 24 mm in depth and where required shall
be of sufficient strength to carry the maintenance engineers, maintenance
equipment and parts of plant which it will be necessary to support temporar ily
during overhauland maintenance periods.
All ladders sha ll be of approved slope and provided w ith double rungs, the pitch of
the rungs being not more than 25 mm internal diameter with neat forged uprights.
The rails shall be bulljointed by means of internal ferrules or by nut welds and all
joints shall be neatly finished by the removal of all burrs. All standards for
stairways shall be of the vertical type, with palms set to suit the slope of the
stairways.

Handrails shall be 1100 mm high for platforms and shall vary between 850 mm
and 1100 mm for staircase.

All platforms, galleries, stairways and ladders shall be approval of the Engineer.
All commo n passages shall have a headroom of not less than 2000 mm above
floor level.

All edges of floor and walkways shall be provided with curbs or kick ing strips to
project not less than 100 mm above floor revel.

5.2.13. Off - load Cleaning Equipment

The Tenderer shall recommend the steam generator plant off-load cleaning
method and equipment which has been proved as reliable in service. The
Tenderer shall state in his Tenderer where such equipment has been previously
used.
cleaning or wet methods be employed. Irrespective of whether dry cleaning or wet
methods be employed, specialcare shall be taken to avoid damage and corrosion to
the heating surfaces.

5.2.14. Gas Ducts

All gas ducts shall be not less than 6mm thick steel plate, of welded construction.
Stiffeners shall be located in such a manner lo withstand the pressure
encountered. The deflections of the stiffeners shall not exceed 1/360 of the span,
and the deflection of the plates shall not exceed 11180 of the span between
reinforcements. Flanges bolled connections shall be used wheie necessary.

Where required, the Conlractor shall provide expansion joints of an approved


design. Duct supports and hanger equipment extending to steel, flange gaskets,
bolts and nuts shall be furnished.

All necessary dampers in the ducts furnished under this Specification shall be
included. Dampers and their operating linages shall be equipment with ball or
tapered roller bearing. Specialcare shall be exercised in the design of dampers to
prevent sticking and leakage. Suitable loc king devices shall be provided at all
dampers to fac ilitate maintenance. Suitable access doors which can be opened
form both inside and outside the duct shallbe furnished in all ducts.Hot gas ducts
shall be properly insulated.

All grease lubrication points for dampers shall be provided w ith approval
lubricat ion nipples which shall be placed at the end of extension piping and shall be
grouped and mounted on a plate situated at convenient locations to the
Engineer's approval. The nipples shall be clearly identified with regardlo the
lubricant used by an approved method.

The Tenderer shall state the cross-sectional area of allgas ducts included in the
Tender.

Specialconsideration shall be given in the design of the gas ducts to ensure


freedom from vibration and noise.
Page I 109

5.3 SpecialTools and Spare Parts.

5.3.1. Special Tools

Two complete sets of all specialspanners and tools necessary for maintaining the
whole of the steam generator plant, shall be provided. One set of spanners and
tools supplied under this clause shall be provided. One set spanners and tools
supplied under this clause will be used during the erection of the plant while the
second set will not be used during erection but retained for maintenance purpose.
If any item of special tools specified herein is damage prior to the handing over to
the RPCL,the same shall be replaced.

All heavy parts of the plant shall be provided with some convenient arrangement
for slinging or handling during erection or overhauland any special devices, slings
or tackle necessary for the complete overhaul shall be available on site before
required for erection purpose, and items of plant normally stripped or lifted during
periods of maintenance and weighting two tons or over, shall be appropriately
marked with their weight.

5.3.2. Recommended Spare Parts - Deleted


SECTION-6

STEAM TURBINE AND ANCILLARY


EQUIPMENT

,,..... . -
"'
.-.. . - \
.

\ ·.. (5Vr. . !
.

\ .",
·,.: ' . /
--
6.1 Steam Turbine And Ancillary Equipment 114
6.2 Basic equipment Requirement 114
6.3 Steam Turbine andAuxiliaries 114
6.3.1 Turbine Steam Valves 114
6.3.2 SupeNisory Equipment 115
6.3.3 Gland Sealing Equipment 119
6.3.4 Turning Gear 119
6.3.5 Speed Governing System an Accessory Equipment 120
6.3.6 Mechanical Protection Devices 121
6.3.7 Turbine Shatt Earthling Devices 124
6.3.8 Turbine Blading 124
6.3.9 Clearance and Operating Limits 124
6.3.10 Rotor 124
6.3.11 Turbine Casing 125
6.3.12 Bearing 126
6.3.13 Nitrogen Sealing :Deleted 126
6.3.14 Drainand Traps 127
6.2.15. OilPurification Plant 127
6.4 Condenser and auxiliaries 127
6.4.1 Condenser 127
6.4.2 Condensate pumps 129
6.4.3 Air extract ion 129
6.3.3.1 Vents & Drains 130
6.4.4 Condensate control system 131
6.4.5 De-aerator and auxiliaries 131
6.5 Pipework and valves 132
6.4.1 General 132
6.4.2 High pressure piping 133
6.4.3 Feedwater piping 133
6.4.4 Low pressure piping 134
6.4.5 Drain piping 134
6.4.6 Valves 135
6.4.7 Motor Operated Valves 136
6.4.8 High pressure valves 137
6.4.9 Low pressure valves 137
6.5 Lagging cind Cladding 137
6.6 Water Treatment & De-Mineral zation System 138
6.7 Turbine Lube OilSystem 141

Page j 113
6.1 STEAM TURBI NE AND ANCILLARY EQUIPMENT

6.2 Basic Equipment Requirement

The Steam turbine unit shall be of well proven design. The extent of supply
shall include, but not be limited to the equipment described herein.

6.2 Steam Turbine And Auxiliary

Steam turbine shall be of proven design and of the single line impulse, impulse
re-action or reaction type, throttle or nozzle controlled , designed for high
efficiency operation and suitable for coupling lo and running in conjunction with
the condenser supplied under this Conlract. The steam turbine shall be of
sliding pressure type with hot and cold start provisions.

Steam will be supplied to the turbine slop valve at steam conditions specified in
lhe heat recovery steam generalor section oflhis Specification.

Condenser vacuum will be maintained by lhe use of mechanical vacuum


pumps or steam jelair ejectors.

The unilshall be designedlo operate safely al47.5 lo 52.5 Hz. The Contraclo r
shall slate limitations, if any, as to frequency, load, or duration for this mode or
operation.

6.2.1. Turbine Steam Valves

The turbine shall be equipped wilh emergency/slop valves, control valves,with


actuators integrated wilh the turbine control system.

These valves shall be capable of being tripped by hand at the turbine floor level
and by remote operatio n from a push button in the central control room. They
shall be automatically closed in the event of failure of the lubrication oilsupply.

Provision shall be made on each valve to give remote indication of the valve
position over the full range of travel.

The steam chests shall be constructed of approved material and shall be so


-.
..:.. 'v:.,
l:;. - :J
supported to avoid distortion or the turbine cylinders.

Permanent steam strainers shall be provided to prevent the entry into the
machine of any foreign material which could damage blading or control valve
seats, iishall be arranged to permit easy inspection and cleaning.

Temporary steam strainers, having passages of a smaller size than those in t he


permanent slraine1s shall be supplied and fitted so as lo prevent any damage
to the turbine blading during the initialcommissioning period.

Plugged connection shall be provided on the discharge side of the


emergency/stop and governing valves for temperature data logging.

Temporary pressure gauges shall also be provided during the initial period of
running so that pressure after the tempora;y steam strainers can be measured.

Facilities shall be provided for on load testing the operation of each


emergency/stop valves (s), in turn, to full closure while lhe turbine is on load.
The Tenderer shall describe the provisions made and the procedures to be
adopted when testing these valves. The test facilities shall be located in such a
position that one operator can select, test and observe the operation of the
valve.

The Tenderer shall slate what provision they have made for on load 1esting of
the governing valves.

The design of all valves and their control gear shall be such that utmost
reliability of operation and easy servicing can be achieved.

The Tenderer shall state the precautions taken to avoid seizure of any slop or
control valve spindle under all operating conditions. Full details of the materials
proposed for the valves, seat s, spindles and guides lo ensure safe operation
shall also be given in the Tender. Full details of provenness experience with
these materials, particularly with respe<:t to maximum operation temperatures
shall also be given in the tender.

6.2.2. Supervisory Equipment

Turbine supeNisory instruments shall be included to provide a series of


measurements from which the mechanicalperformance of the Turbo Generator

,.,.----·-.
(/ ,- - ·- :_ \
. . .... .... )1··\f
(
Page j ll5
.'\ - ·- ---:/- )
.:-.:
unit !)lay be assessed under start up and loading conditions and during "on-
load" operation. Provision shall be made in the design of the rotors, casings,
bearing pedestals and valves, etc., for the supervisory measuring devices to be
provided under this Contract. The Tender shall include full details of the
supervisory instruments offered which shall be subject to the approval of the
Engineer.

The Contractor shail provide the foilowing minimum supervisory measurements.


The tenderer shall draw attention to any further supervisory measurements they
consider necessary for the safe operation of the plant and the Tender include
these additionalmeasurement.

a. Bearing pedestal vibration (lo be fitted on every bearings)


b. Relative expansion of rotor to casing (differentialexpansion)
c. Absolute expansion of housing.
d. Eccentricity of rotor
e. Position of thrust bearing
f. Metal temperature
g. Shaft speed with connection for plugging in digital counter.
h. Control valves position
i. Turbi11e main steam valves position.

All measurements shall include localindication and provision for plugging in


portable recorders on the turbine supervisory panel and outputs suitable for
remote indication, chart recorders and data logging which are to be provided in
the central control room under the Contract.

It is intended that all designated measurements will be separately displayed


and recorded in such a manner that for each measurement, the indictor can
operate independently of the recorder and vice versa. Also each recorder will
be fitted with an event marker operated from the supervisory alarm system.

Operation of the event marker will simultaneously operate a chart speed


change mechanism. Such that the chart speed in increased to a value which
will allow a period of not greater than 5 minutes to be resolved on the time
scale of the chart. The mou11ting of transducers, amplifiers, indicators recorders
and interconnecting leads shall be such that all components of any
measurement circuit are situated in an environment which allows them to
operate within their design accuracy under all conditions of local working
temperature t o be expected under the operation condit ions.

Transducers shall be mounted in positions which are readily accessible for


purpose of routine maintenance, calibration and replacement with the unit on
load, where the designed measurement precludes ready access, then a second
local absolute indication for comparison purpose shall be provided.

Ali transducers, measuring devices or assemblies and their connecting leads


shall be capable of withstanding their environment. They shall be mounted
enclosed or encapsulated to prevent ingress of steam, moisture, oil etc.

All connections between fixed cables and measuring devices shall be robust.
protected by suitable insulation and electrical screening and placed so as notlo
be damaged during transit, normal operation or during dismantling of the plant
for overhauls.

Each measurement shall have its associated alarm, the level of which shall be
capable of being set at any point over the operating range of the measuring
instrument.

Operating of the alarm shall not be sensible to modiry or in any way change the
accuracy of the measuring system.

Electronic measuring system shall employ all solid state components and be
suitably protected against damage from voltage or current surges. The systems
shall also possess adequate common and series mode noise rejection
characteristics, such that accuracy of indication and recording is not affected by
voltage or current surges,or by the general noise level exist ing at the location
of the systems.

The lubricating oil level in the main storage lank shall be supervised by two
level switches w hich will be used to initiate alarms when the oil is in order of
100 mm and 150 mm below the normalworking level.

The bottom of the tank shall be designed to give a fall to the drainage point
which shall be fitted with a drain valve locked in the closed position.

A visual indicator, independent of the alarm float, shall be provided. The


indicator shall be marked to show the running and shut down oil levels and

.
• \, .

./ .. . ,-' \
.'.- \ \
: .
. .\ . .. ..I\....
.. ' Page II 17
I..
'<'>_
-......._ _ //
/

qy
variations above and below normalworking level shall be
indicated in litres and this indicating shall be at operating
floo r level, or clearly visible from operating floor level.

Special attention is drawn to the provision of vapor extraction equipment for


main oil tank and the arrangements proposed shall be stated in the Tender.
The Tenderer shall give particulars of the treatment proposal to avoid acid
attack on lhe tank interior, pedestals, oil wells etc,while oil is being pumped
through the coolers, theoil pressure shall exceed the cooler water pressure.

Full flow filters having sufficient fineness of mesh openings to protect the plant
from damage shall be provided in the bearing governor and power oil 5upply
lines. The fillers shall be fitted with differential pressure switches. By-passes
and other facilities shallbe provided to permit the fillerslo be cleaned in service
without interrupting the oil supplies.

The Contractor shall provide information regarding running hours between oil
changes, both for the initial commissioning period and for normal operating
conditions.

A turbine oil makeup or measuring system shall be provided for initial filling,
evacuation and make-up of the main oil tank. The system shall comprise of an
adequately sized storage lank, a suitable type of tank for pump, measuring
device and pipework and valves.

All steel piping in the lubricating oil system shall be picked and adequately
protected for ocean shipment. Piping with hangers for t he lubricating system
shall be furnished complete,including oilpiping to and from oilcooler,and shall
be arranged for maximum protection against turbine oil fires. The pipe shall be
completely welded throughout , except where flanges are furnished for
maintenance. Backing rings are to be used inlocations where iiis not possible
to remove weld slag from pipe bore. As far as possible the piping shall be
localed below the level of the turbine room operating floor. Piping shall be laid
out in straight runs wi h bends and joi nts in the piping organized in a neat and
orderly manner to give a good appearance.

.- ,,,,... --·-·
;,,. -·.
; \. -· 'S)\z '),,
t • \
r...

I i ' '•
. '·. -·-<·:'.)
'--._/
6.2.3. Gland Sealing Equipment

All glands shall be suitable for starting under high vacuum. The design of the
glands shall preferably be such that they can be examined and replaced if
necessary withoutlifting the top halves of the cylinder casings.

Arrangements shall be made for automatic and manual control of 1he gland
steam and to prevent leakage steam blowing from the glands into the turbine
house under all loading conditions. The gland steam regulator shall operate
satisfactorily under all turbine loads and shall be arranged for automatic control
with remote and local facililies.

A full description of the gland sealing arrangements including the gland steam
condenser and exhaust fans shall be given in the Tender together with a
diagrammatic arrangement of the system.

Indiv idua l gland systems shall be fitted with means for periodically measuring
the gland flow as check on gland conditions. These facilities may take form of a
permanent orifice with appropriate tapping points for measurements.

6.2.4. Turning Gear

The turbine shall be equipped with an AC & DC motor-driven turbine gear to be


used for turning the turbine shaft while the unit is being started or taken out of
service. When the turning motor driven by AC fails in any case, turning of the
rotor shall be continued by DC motor. The turning gear drive shall be designed
so as not to interfere with removalof the generator rotor when disassembling a
rotor speed of between 5 to 10 rpm. The turbine gear shall be so arranged that
the driving gears may be engaged either by remote control from the central
control room or manually by means of an external lever while the turbine is at
rest. When steam is admitted to the turbine and its speed is increased beyond
that produced by the turning gear, the gear shall automatically disengage and
latch in the disengaged position. Limit switches for position indication shall be
furnished.

The turning gear shall be equipped with a zero rotor speed indicator for
showing the turbine rotor speed as the rotor approaches rest. The speed
sensor shall provide a signal to an indicator or alarmlo be mounted in the

Page I119
central control room and shall also ini1iate the automatic engagement of the
turning gear when the shaft has dropped below turning gear speed but before
coming to rest. An additional indication shall also be given in the control room
to indicate the rotor in resting condition.

The turning gear circuit shall be provided with pressure actuated switch to
prevent the turning gear motor from staring before adequate bearing and
jack.irig oilpressure have been established by the oilpumps.

Hand turning facilities shall be provided together with the necessary turning
tools.

6.2.5. Speed Governing System and Accessory Equipment.

An automatic speed governing system of modern design shall be provided. The


governor shall be of the electronic hydraulic type operating the control valves
by hydraulic means.

The governor shall be equipped with a speed change by means of which the
speed power output of the turbine may be changed to suit varying system
operating conditions. Means shall be provided for speed changed adjustment
made by hand at the turbine as well as by remote control from the central
controlroom.

Provision shall be made to shutdown the turbine under emergency by local and
remote control. The speed regulation shall be adjustable between ± 5%. Speed
droop adjustment shall be provided. The governing system shall also be
provided with automatic over speed trip devices (both Electrical over speed trip
and Mechanical over speed trip) adjustable up to 110% of normalspeed, and a
maximum load limiter.

The E-H governor shall include speed control,load control, stress control and
variable speed droop facilities.

The speed control system shall govern the turbine from zero speed lo rated
speed automatica lly by means of the speed seller which sets the pre-
determined speed and the speed rate setter which sets the rate of changing
speed.
The governing system shall be suitable for paralleloperation w ith a large power
system and also for completely isolated and independent operation.

The load control system shall control the loading of the turbine by the load
setter which sets the target load and the load rate setter which sets the rate of
change of load. The load control system shall also be able to adjust the power
output by response to power system frequency change.

The stress controller system shall monitor and control the thermal stress of the
turbine rotor. The system shall determine t he loading rate under rolling and
loading conditions respectively so the stress do not exceed the predetermined
limits.

The turbine shall be equipped with a load limit device arranged for manual
setting at the turbine and remotely from the controlroom limiting the opening of
the governor-controlled valves to any valve within the full nmge of valve travel,
which the !urbine is in operation. Provision for remote indication shall be
furnished.

The speed governing system shall be capable for controlling with slability the
speed of the turbine at all power outputs between zero and the specified
maximum power out put inclusive,when the generator is operating isolated, or
w ith energy input o the turbine when the generator is operat ing in parallel wit h
other generators, via its step-up transformer on t he high voltage.

The Tender shall contain a statement of the permissible maximum value of the
steady slate speed variation, the maximum momentary speed variation, and the
time within which a steady speed is at trained,when the maximum guaranteed
output is completely thrown on or off.

The Tenderer shall submit complete descriptive information about the


Turbine governing system they propose to provide.

6.2.6. MechanicalProtection Devices

1. Low Pressure Unloading and Trip Gear

The t urbine shall be equipped with a device which will limit the st eam flow to
the machine when the main steam pressure reaches a predeterminedlow point,

,...
'
,

/ .-' ·\
i:· .. ... ' I Page 1 121
\ ,1 ' .•

--'·' - / / 0-
and willcontinuelo deqease the steam flow in proportion to
further reduction in pressures. A simple means shall be
provided for overriding the unloading gear when operaling
the turbine with low steam pressure during start up. This
device shall have provision for remote control and ir.dication.
In addition a separate device shall be included on the main turbine which shall,
in the event of a further reduction in pressure, trip close the turbine steam
valves.

The Tender clearly indicate the unloading procedure and the related steam flow
to steam pressure.

The gear shall be provided with an alarm initiating device and means for on-
load testi'ng both the unloading and the trip functions of the gear.

The gear shall be so arranged that the load is not automatically restored.

2. Emergency Over-speed Governor

The turbine shall be equipped with an undefended safety device in the form of
an emergency over-speed governor. This shallbe mounted on the turhine shaft
and shall be arranged to actuate, at a predetermined speed a tripping device
which will trip close the turbine steam valves. Means shall be provided for
adjusting the speed setting of this governor. The emergency over-speed
governor shall automatically recover and make possible resetting the valves at
approximately one percent above rated speed of 3000 rpm; Means shall be
provided for on-load testing the operation of the emergency over-speed
governor.

3. Emergency Trip Plunger

A local emergency trip plunger shall be provided on the turbine pedestal. The
plunger shall trip close the turbine steam valves in a similar manner to the
operation of the over-speed tripping device.

4. Emergency trip Button

Provision shall be made for an emergency trip button in the central control room.

----..

.
I . _; ··-:
'.- ·.·
;
\".\
,
-'
' Jy
• . .J \ ' .

\··\_ / ·:·
5. Low Lubrication oil Pressure Trip Device

A low lubricating oil pressure trip device shall be provided


to trip close the turbine steam valves on extreme low
pressure in the lubricating oil system. Allow oilpressure
switch for alarm purpose shall also be furnished.

6. Thrust Bearing Protective Device

A device (independent of the supervisory instrument) shall be installed on the


turbinelo warn of excessive movement of the turbine shaft althe thrust bearing
and to shut down the unit when the shaft has moved to a point indicting
impending fa ilure of the bearing.

7. Vacuum Unloading and Trip Gear

The turbine shall be equipped with device which will limit the steam flowlo the
machine when the condenser vacuum reaches a predetermined low point, and
will continue to decrease the steam flow in proportion to further reduction in
vacuum.

In addition an entirely separate device shall be provided un the 1nc in turbine


which shall, in the event of a further fall in vacuum, trip close the turbine steam
valves.

The gea r shall be provided with an alarm initialing device, and means for on
load test ing both the unloading and the t rip functions of the dev ices.

The gear shall be so arranged that theload is not automatically restored.

The tenderer shall clearly indicate the unloading procedure and the related
steam flowlo condenser vacuum.

8. Exhaust Steam Temperature limiting Device

A temperature detecting device shall be located in the exhaust of the turbine


and be arranged for alarm initiation in t he event of high exhaust steam
temperature.
Page j 123
6.2."/. Turbine Shaft Earthing Devic e

Adequate provision shall be made to prevent turbine shaft curre nt flowing


between shaft and base through bearing and journals. This shcill be in the form
of one or more earthing dev ices between the stationary and rotating turbine
parts.

6.2.8. Turbine Blading

All nozzles, blades and buckets in the steam path shall be of hard corrosion
and erosion resisting material suitable for the conditions encountered. All
blading shall be readily renewable Clearances shallbe such as to avoid danger
of rubbing under the operating conditions.

Particulars of the method proposed for protecting the blades a1 the low
pressure end of the machine from erosion by water shall be clearly stated in the
tender.

The natural frequency of the last row of the blades shall be such as to avoid
resonant vibration at or near the normal separating speeds, including off
frequency operations.

6.2.9. Clearance and Operating Limits

The design operating clearance of all stages, together with cold axial
clearances positive and negative, and locations where cold axial contacts will
occur, shall be stated.

6.2.10.Rotor

The rotor shall be of suitable material accurately machined to size and


proportioned so that critical speeds are remote from the operating speed.
Vibration severity measured in any direction al the journ1;1ls of a shaft shall not
exceed 10 mm I sec when operated under any load at 3000 rpm.

The turbine rotor shall be forged in one piece. The procedure proposed for
inspection of the rotor in order to ensure its soundness and homoge11eity shall
be stated in the Tender together with particulars of the thermal treatment
proposedin order to minimize the possibility of distortion occurring in service.

The rotor, when completed, shall be dynamically balanced and tested lo an over-
speed of 15 percent for 5 minutes unless otherwise agreed.

The type of thrust block and whether axialadjustment is possiblP. or not shall be
stated in the Tender.

The turbine rotor shall be coupled together by rigid forged couplings of approved
design.

6.2.11. Turbine Casing

The design and construction of the turbine casing shall be such that growth or
distortion of any part such as to affect the efficiency and reliability of he plant shall
not occur as a resull of operating conditions lo which the plant may be subjected.
Those parts of the casings which may be subject to sleam at a temperature of
more than 1000° C under any conditions of load, shall be constructed of steel and
be heat treat ed before rough machining. The t hermal treatment proposed in order to
minimize the possibility of distortion occurring in service shall be stated in the Tender.

The turbine casing shall be divided on the horizontal center line and suitable
lifting gear and slings shall be provided for raising and lowering the upper
sections of turbine casing and turbine rotor clear of the blending. Guide rod
necessary for preventing damage lo the blending shall be provided. No studs
will be allowed in casings or in pipe connections to casings unless approved.

All cylinder flange bol s or studs or other bolts or studs subject to high
temperature shallbe of approved design and of creep resisting steel.

To ensure that bolls and studs arelightened up uniformly and correctly when
making fie flange jo ints which are subject o high pressure and temperature,
arrangements shall be made for stretching the bolts and studs lo the required
tension either by electric healing or hydraulic means. One set of the necessary
apparatus shall be supplied by the Contractor and shall remain the property of
RPCL.

In no circumstances the casing shall be subjected to high temperature without

/ ---·--:-··' ·
'.
( ._ / \
. , " . :_,/
. .. '"/
/
Page \ 125
the protection of adequate lagging either at the
manufacturer the protection of adequate lagging either at
the manufacturer's works or at the site.

The design of the main turbine shall provide for the inclusion of relief
diaphragms in the low pressure casings. The design of the diaphragms shall be
such the clamping rings shall effectively support the diaphragm to protect
fatigue cracking.Diaphragms shall be easily replaceable preferably without the
use of special tools. The diaphragms shall be mounted with water. Adequate
provisions shall be made for convenient and safe access to the diaphragms but
the diaphragms shall be so located or protected to prevent inadvertent damage.

Thermocouples in the turbine metalare required to provide measurements from


which:-

• The thermal condition may be determined prior to starting up.


• The degree of temperatu re mismatch between steam and metal
temperatures may be determined for appropriate start-up tec hnique.
The thermal stress at the most vulnerable points of the turbine chests and
cylinders may be determined and appropriate limits placed on the rate of
acceleration or loading.

The Tender shall comment on the requirements and on the number of


thermocouples to be supplied.

6.2.12. Bearings

All bearings shall be of the forced-feed lubricated typ.e bearings shall be of split
design so that the upper half is readily removable and the lower half can be
removed and replaced wit hout lifting the shaft. Means shall be provided to
indicate excessive axia l movement due to failure <;>f a thrust bearing.
Arrangements shall be made for visible indication of the oil flow from each
bearing pedestal. A dialt hermometer equipped with adjustable contact making
device shall be provided al each bearing to monitor the temperature of oil
leaving each bearing and to give high temperature alarm.

6.2.13. Nitrogen Sealing :Deleted


6.2.14. Drain and Traps

All clean drains from steam chests, loop pipes turbine cylinders and any point
downstream of the emergency stop valves shall be returned to the atmospheric
flash box or drain tank.

Where traps are required they shall be fitted in accessible positions and
provided with bypass arrangement. A valv e shall be fitted on the line side of
each trap althe junction of the drain pipe and the part of the plant to be drained.

H.P steam and fitting shall be of approved construction.

The Tenderer sl1all put forw ard in his proposal a recommended scheme for
automatic traps with the appropriate instrumentation.

6.2.15. Oil Purification Plant

Steam t urbine generator shall be equipped with one stationary oil purification
and water separation plant connected to the main oillank of the unit, comprises
with oilcentrifuge machines, filters, oil storage tank and transfer pump.

The oil centrifuge shall preferably be installed in the turbine oilroom and shall
permit a continuous purification and clarification of at least 5% per hour of the
totaloilqruantity.

The plant shall be complete with integrated inlet and discharge pumps, each
with a bypass for flow adjustment , pre-heaters, strainers upstream of each
pump, safety valves, fiow indicators monitors as well as any other parts
required for a complete and fully automatic purification unit. A common alarm
shall be given to controlroom in case of any fault.

6.3 Condenser And A uxiliaries

6.3.1. Condenser

A surface type condenser set shall be provided for operation with steam turbo
generator. The condenser shall consist of single shell having water box and
hotwell.

I,,,, --·
. - '·\\

\ . ......• _, I Page j 127
\; '·
................
,/
.'
The condenser shall be equipped with backwashing facility.

The source of condenser circulating water shall be from Hybrid Cooling tower
basin only.

The plant in operation shall be able to meet the following specific performance
requirements.

1. The condenser tempe rature at all loads shall be equal to the corresponding
back pressure in the condenser at that load.

2. The absolute pressure at turbine exhaust. as stated by the Contractor in


'TENDERER'S DATA SHEET" shall be obtainable with a condenser
cleanliness factor of 0.8 with circulation waler inlet temperature of 38 deg C
and with heat duty as established for the turbo generator at guaranteed
gross output in accordance with specified parameters as staled in
"TENDERER'S DATA SHEET". The condenser shall be constructed in all
details for a design gauge pressure of 2.2 bar in the water boxes and for a
design gauge pressure of 0.5 bar to fullvacuum in the steam space. The
velocity of water in condenser tubes shall not exceed 1.8 m/sec.

The condenser shall be complete with all gauges, switches, and other
necessary fittings. Supports shall be capable of taking resultant loads with
flooded shells.

Cathodic protecting provided shall be of the impressed voltage type.

The condenser tube shall be material suit able for the specified Hybrid Cooling
Tower basin water. The tubes shall be adequately stayed by supporting plates
to prevent vibration and to permit self- draining of the tubes,the contractor shall
provide means to cater for differential expansion between the tubes and the
shell.

Water boxes shall be bolted to the tube sheet to permit removal of the water
boxed without disturbing the shell to tube sheet joints. Condenser inlet and
outlet valves shall motorized butterfly valves.

The hotwell outlet to the condensate pump suction shall be arranged to avoid
dead strange in the hotwell.

Design of the water box shall ensure an even distribution of flow to all tubes.

The condenser end covers shall be provided with an ample number


of side hinged manhole doors to enable access to be gained to the
whole surface of the tube plates without removal of the end
covers.The manhole doors shall be secured by the guide release or
captive nut and bolt arrangements.

6.3.2. Condensate Pumps

The Contractor shall supply 2 x 100% or 3 x 60% capacity


multistage, free suction centrifugal condensate pump, each complete
with mounting flange, inner assemble, driving motor coupling and
standard accessories for each turbine unit. The pumps shall be
identical and all parts interchangeable.

The pumps shall have continuously rising head capacity


characteristics. The discharge pressure shall be selected so that the
pumps will meet the pump design flow & pressure drop requirements.

The pumps shall be constructed of materials specially chosen to


resist deterioration by pitting, or corrosion.

All parts subject to wear shall be fitted with renewable liners, and all
bearings shall be auomat ically lubricated.

The pump gland and suction valve shall be suitably sealed to avoid the
ingress of oxygen into the condensate. An emptying connection
complete with drain piping shall be provided on the feed piping
between the extraction pump discharge valve and the ejectors if
supplied. A suitable strainer shall be provide to prevent any foreign
matter being discharged from the extraction pumps to the feed
system during the initialcommissioning period.

6.3.3. A Ir Extraction

Air extraction system shall be one of the following two types or


combination those:

Page I129
I •
1. Vacuum Pumps

Two duplicate condenser steam side mechanical vacuum pumps including


motor and auxiliaries shall be provided for normal operation of the plant to
remove air leakage into the condenser to maintain condenser vacuum. Pumps
will be applied single to maintain vacuum in both condenser shells under
normal operation conditions. Vacuum pumps will be applied in parallel to
evacuate air from the condenser shells for start-up. The time allowed for raising
vacuum shall be determined by the hot start up time specified by the Tenderer.
Vacuum pumps shall be rotary, positive displacement liquid sealed type. Pump
shall be completely integrated units with motor-drives, couplings,
interconnecting piping, control valves, gas evacuation measuring devices and
all necessary instrumentation and controls for complete automatic ON I OFF
operation which also provides for remote manual actuation of the unit.

2. Steam Jet Air Ejecto r

The Contractor shall provide one full capacity steam jet air ejectors complete
with condensing unit for air extraction. These ejectors shall be combined with
inter and/or after coolers designed to operate a pressure sufficiently below the
normal pressure at the steam turbine exhaust. All necessary fittings and local
instruments shall be included. In addition, the time allowed for raising vacuum
shall be determined by the hot start up time specified by the Tenderer.

6.3.3.1. Vents & Drains

1. Automatic Venting System

An automatic venting system of proper design shall be provided for the


condenser system.

2. Drain Tank

A suitable drain tank shall be provided for receiving drain water from the
ejectors if provided, and other equipment. The tank shall be fitted with a
protected gauge glass, a thermometer pocket, and a float-operated valve, the
float being so arranged that when the accumulating of water in the tank
reaches a predetermined limit the excess water is passed through the valve to

/ ---: ·. ::--
... :. ·,\
•\·.\. ' \.) V .... ' .,I
' ' • .I
<I

..... -..-(--/ ( ,.,,


the condenser. A section of the tank cover shall be hinged for cleaning
purposes.

6.3.4. Condensate Control System

The Contractor shall provide a manual/automatic condensate control system


suitable for all operating conditions from start-up to full load. Details of the
system shall be submiied with the Tender and a fuli description given of the
method of operation.
Particular attention shall be given to minimizing fluctuation in waler levels and
pipework vibrations. Careful consideration shall be given to full load operating
conditions and the system shall be capable of permitting blowdown and sool-
blowing operations to be carried out when the turbo-generator unit is at full load.

6.3.5. De-aerator and Auxiliaries

The Contractor shall furnish a high head, hor izontal tray, pressure type de-
aerator, if required, with internal direct contact vent condenser and a separate
horizontal storage tank section for turbine unit. The unit shall be complete with,
but not limited lo, trays, baffles, spray valves, internal distribution piping for
introducing of steam drains and condensate. The de-aerating section shall be
supported on the storage tank section.

The feedwatr delivered at all loads up to and including the maximum effluent
flow sha ll not exceed an oxygen content of 0.01 ppm measured at the
deaerator outlet. However, during the first hour of start up, a higher oxygen
content can be tolerated, but in any case, a maximum value of 0.1 ppm shall
not be exceeded.

The Tenderer shall state in his proposals to minimize dissolved oxygen at start-
up.

The drain pump shall be of approved ty pe and manufacturer, It shall preferably


be mounted horizontally on a common bed-plate with its motor, and with the
pump casing split on the horizontal Centre line.

The pump shall be constructed of materials specially chosen to resist


deterioration by pitting or corrosion. All parts subject to wear shall be fitted with
renewable liners.

Page I 131
The pump glands and suction valves shall be suitably
sealed to avoid ingress of oxygen into the condensate .

The Tenderer may propose an allernative means to the deaerator.

6.4 Pipework And Valves

6.4.1. General

All piping shall be arranged to afford easy access for operation and
maintenance. Particular attention shall be g i ven to the arrangement of
miscellaneous electricalconduits and piping furnished by the Contractor, such
as bearing oil, gland steam, drains, etc. The Contractor shall co-operate with
the Engineer to ensure a well-coordinated arrangement.

All pipes and bends shall be truly cylindrical and uniform in section. For each
size of pipe there shall be a standard length, bend and tee, and such standard
pieces shall be interchangeable and shall be used wherever possible, Special
bends, lengths, etc.shallbe used only in approved places.

The joints which are necessa ry shall be in approved positions and shall be
welded butt joints unless otherwise approved.At terminal points the joints shall
be of t he sealwelded or bolted non-welded flanged type as provided below.

Exceed w here otherwise approved, joints shall be electric welded.

The whole details of constructing of sealwelded and non-welded flanges to the


pipes, shall be subject to the approvalof the Engineer.

All flanges used for bolted joint shall be culler barred or faced at the back so
that nut,washers and bolt heads may be down satisfactorily.

All blank flanged for pipes included in this clause shall be of steel.

All piping shall be colour coded properly as approved by the Engineer.


6.4.2. High Pressure Piping

All high pressure steam pipes, bends and fittings shall be designed for the
maximum steam generator super heater safety valve blow off pressure and
temperature.

To enable regular creep measurements to be made under service conditions


the Contractor shall provide non-corrosive gauging points at suitable positions
on the high temperature steam pipework together with gauging apparatus.
Arrangement shall be made with the Engineer for the initial measurement s to
be taken prior to the pipework guing into service.

Where welding is used for the attachment of branch pipes the method shall be
subject to approval. In order to compensate for the metal cut away from the
main pipes suitable reinforcement shall, where required by the Engineer, be
provided around the opening which is formed to receive the branch pipe. The
method of welding for the attachment of the reinforcement to the main pipe and
to the branch pipe shall be subject to approval.

All steam mains shall be erected with an approved fall in the direction of flow so
that condensed steam will flow towards the positions on the main where the
drainage points situated.

Where necessary drain pockets of ample size and of approved construction


shall be fitted.

Wherever required expansion bends ofloops shall be provided.

6.4.3. Feed water Piping

All high pressure feed pipes shall be designed for maximum working pressure
and temperature of the feed system and shall comply will ISO standards where
applicable.

Where welding is used for the attachment of branch pipes the method shall be
subject to approval. In order to compensate for t he metal cut away from the
main pipes, suitable reinforcement shall, where required by the Engineer, be
provided around the opening which is formed to receive the branch pipe. The

Page I 133
method of welding for the attachment of the reinforcement to the main pipe and
to the branch pipe shall be approved by the Engineer.

All release valves shall be provided and arranged in suitable positions for
operation.

6.4.4. Low Pressure Piping

All medium and low pressure piping for condensate drain, bleed steam, vent,
vapor and other services shall be provided. IIshall be of hot-finished seamless
steel tubes manufactured and testedin accordance wit h the current issue of
ISO standards.

Flanging shall be in acco rdance with the appropriat e table given in ISO and
flanges shall be cutter-barred or faced al the back so that nuts, washers and
bolt heads bed downsatisfactorily.

All nuts and bolts shall be of best quality bright steel, and shall be machined on
the shank and under the head and nut.

6.4.5. Drain Piping

All drain pipes on the inlet side of drain valves shall be designed for the same
pressure and temperature as the valve, pipe or vessel which they drain and
shall be subject to the specification and tests relevant thereto.

Drains shall be provided at suit able points on the steam ranges where water
may collect during the period of warming up of the plant. Automatic drain traps
shall be provided on the wate r range where appropriate.

The discharge from all drain points shall be arranged with an approved
continuous fall towards the drain vessels.

Where drain pipes are led into a drain header the drain pipes shall unless
otherwise approved be led at an angle into the main header and in the direction
of flow in the header.

Drain valv e hand whee ls shall be extended for operation where required by the
Engineer.
Motorized drain valves essential for automat ic start-up ar.d control purpose
shall be provided to Engineer's approval.

6.4.6. Valves

All valves shall be of approved design and manufacturer and those of similar
make, size and type shall be interchangeable with one another unless
otherwise approved.
All controlvalves shall have manually operated inlet and outlet isolating valves
with a bypass arrangeme nt unless otherwise stated.

All valves shall be fitted with outside screw unless otherwise specified or
approved.

All vnlves shall be closed by rotating the hand wheels in clockwise direction
when looking at the face of the hand wheel. The face of the hand wheel shall
be regarded as the face farthes t away from the body to the valv e. The valve
spindle shall also be rotated in a clockw ise directionlo close the valve \Nhen be
viewed form the outer end of the spindle and in cases where the hand wheel is
not directly attached the valve spindle, suitable gearing shall be introduced to
reconcile the above conditio n. The face of each hand wheel shall be clearly
marked with the words "open and close" with arrows adjacent to indicate the
direction of rotation to which each refers.

Each hand wheel shall also be fitted with a circular name-plate indicating the
service for which the valve is intended. The name-plates shall be of stainless
steel with engraved l_etters filled with black enamel. Valves for emergency
operation shall have the lettering filled in with red enamel where required by the
Engineer, valv e.spindles shall be lengthened so that the hand wheel is at a
height of approximately 1meter above is to be operated.

Where extension spineless are fitted thrust when opening or closing the valves
shall be taken directly on the valve body and all valve pedestal shall be
mounted direct on the floor girders and not on the floor plating. Any floor
steelwork trimmers necessary for supporting the pedestals shall be provided by
the Contractor.

A ll valves shall be fitted with indictors so that it may readily be seen whether

Page l 135
they are open or close and in the case of those valves
fitted with extended spindles, indicators shall be fitted.

The valves in t he circula ting water system and in other water services
connected thereto shall be subject to the corrosive action of water and care
shall be taken in the choice of materials to be used in the construction of those
parts of the valves which shall be in contact with this water, the valve bodies
being constructed of special cast iron or rubber lined to resist corrosion.

6.4.7. Motor Operated V alves

All valves specified to be motor operated shall be fitted both with hand and
motor operating gear. hey shall be of approved design and complete in all
respects including the motor and the necessary controls for automatically
stopping the motor when the valve gate has reached the "full open" or "full
close" position. The motor shall be placed in such a position relattve lo the
valve that there is no possibility of leaked or water from the valve joints or
glands blowing on to the motor or control equipment.

The operation of opening or closing the valve shall be controlled by means of


three push butlons labeled respectively "open","close" and "stop" or by means
of an approved type of hand control lever. The control shall be so arranged that
the motor can be stopped with the valve in any position and can then be
restarted in either direction. The push buttons or hand control lever shall be
mounted together in an approved position on or adjacent to the valve, in such a
position that the valve indicator is readily visible lo the operator.

An interlock shall be provided such that when the valve is being operated
manually, the electrical apply to the control circuit of the motorized valves is
isolated supply and indications for the status of control shall be shown in the
central control room.

The Tenderer shall give a full list in "TENDERER'S DATA" valves fitted with
extended spindles, indicators shall be fitted both to the extended spindle.

Valves shall not be fitted in an inverted position unless otherwise approved.


Eyebolts shall be provided where necessary to facilitate handling heavy valves
or parts of valv es.

/ - -· -;
/ cJS>)
'
.
6.4.8. High Pressure Valves

All valves intended for high pressure steam, feed water, or any other seNices
subject to high pressure or temperature shall be of approved manufacturer and
shall have cast or forged steelbodies with, wherever possible bolled on covers
and glands and the"materials of the internalparts shall be subject to approval.

The design of the high pressure valves shall be given special attention with
regard to the selection and thickness of material so that they will be suitable for
high pressure and temperalures and full details of the design shall be submitted
for approvalas early as possible. Approved means shall be provided to prevent
any accumulation of pressure between the discs of any high pressure steam or
feed parallel slide valve. Preferable in the case of valves with bypassed, the
integrate space to the bypass valve.

6.4.9. Low Pressure Valves

All valves used for low pressure water, exhaust, low pressure steam, air and oil
services shall be provided by the approved manufacturer SHEET of all motor
operated valves they considers necessary for the remote control/operation of
the plant.

6.5 Lagging and Cladding

The Contractor shall provide all lagging and cladding for the turbo-generator
unit and heat recovery steam generators.

All exposed portions of the plant which operate at temperature above 80 °c


shall be provided with healinsulation suitable for the temperature conditions.
The exterior temperature of the lagging not exceed 70 °c. A ll lagging materials
interior temperature of the lagging shall not exceed 70 deg C. All lagging
material shallbe asbestos free.

All lagging on de-aerator, if furnished, shall be neatly finished off by the


provision of removable plain sheet steef sheeting with stainless beading and
secured in an approved manner.

The turbo-generator unit shall be provided with a rigidly reinforced steel


Page j 137
' .
housing, so arranged that it can be readily removed for access to
flange bolts, controlvalves and other parts that required periodic
inspection.

All untagged surfaces shall have smooth finish. Any surplus welded seams
shall be removed by grinding.

6.6 Water Treatment & De-Mineralization System:

The treatment of water in order to make it suitable for industrial use Includes a
complex of physical, chemical and biological methods, which change the initial
composition of water.

As the water purification process in the first stage is critical, clarifiers remove
large quant ities of suspended and organic matter from the raw water. The type
of clarifier to be used is dependent on the level of suspended solids, type of
suspended materials of the raw water.

Filters (after clarification) are required removing a large percentage of


suspended particulate matter from the intake water liy straining it through
various media. The type of filters to be used will be based on flow rate, the
quality of water and properties of intake water.The bidder may conduct water
analysis if deemed necessary at his own cost before submiss ion of the bid.
However . after signing of Contract the water analysis at the cost of the
Contractor is mandatory for detailed design of Water Treatment Plant.

Demineralization is the 3rd step of this process. There are two basic steps of
demineralization system: roughing demineralization and polishing
demineralization. Roughing removes a bulk of mineralcontamination including
desalination and brings the water quality close to desired purity.

Polishing used after roughing stage to reduce any residual minerals and ionic
content. The type of Roughing and Polishing Demineralizer to be used is
dependent upon feed water quality and water quality produced. Rough polish
wat er or desalined water will be used for cooling water make up and other
induslrial purpose. After passing through active carbon fillers this water will also
be used for further polishing for demineralized waler and may be used for
potable w ater system.

The demineralizer shall be sized to handle the steam cycle makeup. The
demineralizer system shall consist at least of 2(two) clarifiers each of 100%
capacity, 2(two) Filters each of 100% capacity, a dual-train demineralizer,
consisting of a roughing demineralizer unit and a polishing deminera1izer unit
with a share forced draft decarbonator.

Condensate Polishing is a must for using recycling boiler water. Condensate


Polishing removes io nic contamination, trace hardness, silica and other
corrosive agents. The type of Condensate Polishing to be used is dependent
upon feed water quality , water quality produced, level of Sodium and water
temperature for the process.

The water treatment system shall be designed preferably to use (if necessary)
HCI,i..JaOH for regeneration of dennineralizers and Hcl, NaOH, FeS04 etc. for
dosing ir.to the clarifier. This is however, may not be applicable to the waler
treaiment system using other advanced system of water treatment.

Reservoir Water System (Hybrid Cooling Tower Pond & auxiliaries):

Clarifier: 2 Units
Multimedia Pressure filter
Activ e Carbon filter
Sand fillers
Iron removal plant
Filtered water reservoir: 3000 M3
Micro filter

Page I 139
De-mineralized Water Plant

De-mineralized water plan1 shall have two (2) X 100 % capacity trains, each
consists of activated carbon filter, cat ion exchanger, de-gasser tower, anion
exchanger and mixed bed ion exchange unit. Also chemical storage and feed
system, chemical waste neutralization system and treated water storage and
feed system shall have to be provided.

A complete duplex train ion exchange type of de-mineralized system shall be


provided for producing required quality water. Equipment shall be provided with
piping,valves, instrumentation and controls for automatic and manual operalioil.
The design parameter of water quality al mixed bed outlet shall be as follows;

• Conductivity < 0.5 µSiem


• Silica as Si02 < 0.02 ppm

A carbon filler shall be provided to remove suspended


solids, residualchlorine and organic contaminants.

The cation, anion and mixed bed ion exchangers shall be provided to remove
ions from feed waler andproduce highly purified water.
One regeneration system for common use of two trains shall be provided. Acid
and caustic chemical dosing system shall consist of storage tank, preparation
tank, agitator, two pumps and associated equipment.

The produced OM water will flow to OM water storage lank. Two (2) 100%
capacity OM water transfer pumps taking suction from OM waler storage tank
distribute the OM water to condensate lank, water wash skid and closed
cooling water make-up.

During the regeneration,chemical wastes are led to neutralization pit. Collected


wastes shall be neutralized by using the acid and caustic regenerat ion facilities
to meet the emission limits.The treated wastes are discharged to storm water
drain system.

Total water treatment system will be controlled and monitored by


Programmable Logic Controller (PLC) installed at local room. Following
automatic operation shall be foreseen.

• Whole regeneration process initialed by an operator shall


automatically be carried out.
• Water production shall automatically be controlled by monitoring the water
level of storage tank .
• If any fault and/or abnormal conditions are detected by remote
measurement, pmgrammed interlock system shall indicate alarms and act
to protect the equipment and system.

System fault (common) alarm can be monitored by DCS

Complete Bill of Materials (e.g. Raw water tank , demi water tank, semidemi
water tank, filtered water storage tank, chemical storage tank, condensate tank
etc. having adequate capacity) I type of equipment (e.g.clarifier, filter, roughing
demineralizer, polishing demineralizer, condensa te polishing system etc.)
required for a particular water treatment plant shall have to be provided by the
Bidder according to the system of water treatment plant proposed for the
combined cycle plant. Raw water Tank capacity shall be for 24 hrs continuous
operation (full load) of Steam Turbine and Demi water Tank capacity shall be
for 72 hrs continuous operation (full load) of Steam Turbine.

Potable Water system

The new system will be interconnected 1o the existing distribution network .The
ex isting Administration and Maintenance Workshop extension will be supplied
with potable water derived from existing power plant.

6.7 Turbine Lube Oil System

The system shall be complete with all reservoirs, pumps, coolers, purification
facility, strainers, piping, vapour extractor, demister, locally mounted
instruments, controls and other components for a complete and integrated
system.

The lubricating oil system shall be capable of providing sufficient lubricant


during start-up, shutdown, and during normal, transient and emergency
operating conditions.

/ . . ·- '\
.· ··.-·
0
·
\ .. Page I14 1
\ .- . I J I
\ -· ' I
'-:... - · . /
_ ./
All lubricating oillines shall be graded to provide drainage
under gravity back to the lubricating oiltank. All
lubricating oil lines under pressure shall be contained
within guard tubes. Where there is the p-0ssibility of
leakage from joints near to hot surfaces, the hot surfaces
shall be protected with suitable shielding.

Suitable Points for condrtion monitoring and lubricating oil sampling shall be
provided at each bearing drain.

The lubricating oilsystem shall be fitted with redundant lubricating oilfilters and
redundant lubricating oilcoolers. The filters and coolers shall be arranged such
that change-over between coolers or filters will occur without the flow being
closed off to both simultaneously. It shall be possible to service t he st andby
filter and cooler during operation.

It shall be possible to top up the lubricating oil system when the plant is
operating at any load. The lubricating oil tank shall be equipped with oil vapour
extractor, in order to maintain a pressure below atmosphe re in the oiltank and
oil drain pipes.

Lubricating OilPumps

One main and one auxiliary oil pump, each of 110% full capacity, shall be
provided. The main oil pump may be either shaft driven or AC motor driven, in
accordance with the manufacturer's standard. The auxiliary pump shall be
driven by an AC electric motor and shall operate automatically upon the
lubricating oil system faling below normaloperating pressure,and with a shaft
driven pump if turbine speed falls below the normalon-load operating range.
The turbine lubricating oilsystem shall have one reduced-capacity emergency
oil pump driven by a DC electric molor. The capacity of this DC pump shall be
sufficient for the turbine to run down to rest without bearing damage in the
event of loss of AC power.

A jacking oilsystem shall be provided to assist in starting and rotor mechanical


and manual barring and to prevent turbine blades shaking on barring. The
jacking oil system shall include two 100% jacking oil pumps, an AC driven
jacking oil pumps, each 110% capacity (One main pump and ot her standby).
The jacking oilpumps shall changeover automatically.
Lubricating Oil Coolers

Each lubricating oilcooler shall be designed for a minimum of 110% duty at the
maximum coolant temperatures, with fouling factors recommended by Tubular
Exchanger Manufacturers Association (TEMA). All piping and valves shall be
arranged so that a single cooler module can be taken out of service for
maintena nce without affecting plant output. A thermostatically controlled valve
shall be provided to maintain oiltemperat ure at the required operating value.

Temperature control valves and inlet and outlet changeover valves lo coolers
shall be arranged so thalthey are not capable of shutting off the flow of oil to
the bearings whilst the turbine-generator is in operation and the coolers shall
be capable of changeover alfull load without loss of functionality. Facilities
shall be provided for monitoring of oil temperature at the outlet of each cooler
bothlocally and remotely on the ICMS (indication and hightemperature alarm).

The coolers shall be arranged so that access may be obtained to both ends of
every tube. Vent and drain connections fitted with valves and equipped with
padlocks shall be provided. Cooling water is to be supplied from the auxiliary
cooling waler loop.

Oil Purifier

The purifier ·shall be a self-contained unit including filtration/sepa ration


equipment, the necessary pumps and thermostatically controlled heating
apparatus.

The oil purifier shall be of the centrifugal type, AC motor driven and shall have
an hourly capacity of not less than 12% of the total oil charge. It shall be
permanently connected in a closed loop to the main oil system in such a
manner that ii can be used irrespect'ive of whether the turbo-generator is
running or shut down. The design for the oil purifier shall incorporate
safeguardslo minimize oil leakage, spillage,fire hazards and pressure build-up
in isolated sections of the system.

Oil Pipe work

Cast iron pipes, valves or fittings, or any high pressure or compression type
couplings shall not be used in the oil system. No oil pipes shall be run adjacent

Page I 143
to steam pipes. To prevent the escape of oil on to hot
p.arts, all governing and power oil pipes shall be
enclosed, the enclosure being adequately drained to the
oil drain reservoir. All other oil pipes shall be fitted with
guards and drip trays at all joints except welded joints.
Oilguards and drip trays shall be drained to a common
drain tank.

Hydraulic Oil System

High Pressure hydraulic power for the turbine stop and


control valves and the protection system shall be supplied
from separate electrically powered oil pumps utilizing a
fire resistant phosphate ester type fluid. The system shall
include two 110% duty pumps, suitable fluid conditioners to
remove suspended solids and water from the fluid,
heaters, and fluid sampling points at critical points in
thesystem. Stainless steel pipe work shall be provided
from the fluid conditioners onwards.

A system of pressure regulation, together with means of maintaining fluid


pressure during voltage disturbances and damping out system pressure surges
e.g. from pump changeovers shall be included. The system shall ensure
continuous operation of the governing system under all conditions of operat ion.
SECTION 7

GENERATOR AND ANCILLARY


EQUIPMENT

./_,. -. - ·.....
.\ . ·:.
\
.. :,.';. J ., PagGI 145
. '- ·
. .,/
-.
7.1 Generator and Ancillary Equipment 147
7.2 Generator 147
7.1.1 GeneralRequirements 147
7.1.2 Generator(s)Ra ting 147
7.1.3 Voltage and Short Circuit Ratio 148
7.1.4 Tempe rature Rise 148
7.1.5 Insulation 148
7.1.6 Stator 149
7.1.7 Generator Leads 149
7.1.8 Bearing 149
7.1.9 Rotor 150
7.1.10 Temperature detectors 150
7.1.11 Insulation against shaft current 150
7.1.12 Accesso ries 150
7.3 Exciter and automatic voltage regulator 151
7.3.1 Exciter 151
7.3.2 Automatic voltage regulator (AVR) 152
7.4 Generator switc hgear 152
7.4.1 General 152
7.4.2 Type And Rating 153
7.4.3 Construction and Fillings 153
7.4.4 Circuit Breaker 154
7.4.5 Current transformer 155
7.4.6 Voltage transformer 155
7.4.7 Surge Absorbing Equipment 155
7.4.8 Neutral Earthing Equipment 155
7.4.9 Composition of Cubicles 156
7.5 6.6 KV Common Switchgear 156
7.4.1 General 156
7.4.2 Type and rating 157
7.4.3 Construction and fittings 157
7.4.4 Circuit breaker 157
7.4.5 Composition of Cubicles 158
7.0 GENERATOR AND A NCILLARY EQUIPMENT

7.1 Generator

7.1.1 GeneralRequirements

The GT and ST generator shall be designed and manufactured in accordance


with lntemational Ele ctro-technical Commission Publication IEC34.

If H2 cooled Generator is proposed, Contractor has to supply, install 2x 100%


capacity H2 Generator, 02 nos. of H 2 compressor (for Hz storage bottles), H2
storage bottles, on line H2 analyzer, H2 dryer, C02 system etc.

The MVAR capability shall not be less than 30 % oflhe MVA rating of the Generator.
The Generat or shall run al 0.8 Power factor (Lagging) and 0.95 Power factor
(Leading).The generator in conjunction with it s excit ers shall be designed to operate
stably at all loads up to the maximum continuous rating.

The generator shall be capable of operating continuously under unbala nce loading
conditions whe n the negative phase sequence current component is less than 8% of
the rated current.

The generator shall be so designed as to minimize the effect of torsional rotor


oscillation due to system disturbances and rapid load change. The generator shall
wit hstand continuous over-speed of 1.2 times of the rated speed without damage .The
generator shall withstand 150% of rated current for more than 15 seconds.

7.1.2 Generator(s) Rating

a. Capacity: To match Gas Turbine and/ or Steam Turbine peak output alany
ambient temperature.
b. Power facto r :0.80 (lagging)
c. Frequency : 50 Hz ±4% Continuous.
d. Rated rotating speed :3000 rpm
e. Rated voltage :11-20 kV (or other voltage)

(If Generator voltage rating is different, associated equipment voltage rating will be
changed accordingly)
20% to +10% of nominal vol!age and al power factor range 0.80 lagging and 0.95
leading. The generator shall be configured to appropriately react lo frequency and
voltage changes in the transmission system. At emergency conditions, the generator
shall be able to operate within the frequency range of 47 to 52 Hz. The Plant
protection relays shall be configured to protect the plant from frequency excursion
beyond the said range.

7.1.3 Voltage and Short Circuit Ratio

The generator shall be capable of supply ing the rated output at rated speed and at
rated power factor with a voltage variation between 90% and 110% of the rated
voltage.

The generator shall be designed to guarantee that a nominalshort circuit ratio is not
less than 0.55 according to IEC 34 .1

The generator shall withstand the electro-magnetic and thermal stresses causing from
short circuit fault algenerator terminal without damage.

7.1.4 Temperature Rise

The temperature rise of the generator under the base and peak rating operations at
any ambient condition shall not exceed the values given below:

Location at Base/MCR at
Stator winding by resistance 95 ·c Peak
temperature detectors 100 ·c
method
Field winding by resistance 100 ·c 105 ·c
method
Cores and mechanical parts gs·c 100 ·c
in contact with or adjacent to
insulated winding by
thermometer
Bearing when measured on 40 ·c 40 ·c
the surface

1.1.5 Insulation
The insulation of the armature and field windings of the generator shall satisfactorily
withstand high voltage tests as specified in IEC standard. Insula tion of the armature
windings, field windings, and collectors shall be class F.
7.1.6 Stator

The cores shall be made up olhigh permeability, low lo ss, stampings, tightly
clamped together to reduce noise and vibration to a minimum. All burrs of
laminations shall be removed after punching. Sufficient venti ation ducts to
ensure uniform cooling shall be provided. Clamping of the laminations and
securing to the stator frame shall be done by approved methods. Attention
shall be given to prevent vibration being transmitted to the generator foundations
or associated equipment.

Protective covers and air shie lds shall be made of steel plates, welded, stiffened
with suitable angles and channels, and formed in segments for ccise of
handling. The segments shall be bolted together and to the stator frame.

The windings, terminals, and leads shall be fully insulated throughout and
braced, blocked and supported against the single and three-phase short circuits
fault at the generalor terminals under any operating conditions.

The general construction of the stator and bracing of the winding overhand shall
provide adequate cooling surface and to avoid the hot spots. The stator coils
shall be either semi or completely pre-formed and shall be made up before
insertion to the slots.

7.1.7 Generator Leads

The neutral and output ends of each phase windings shall be brought out
to the generator terminal cubicle.

The generator neutral shallbe grounded through suitable transformer with


secondary resistor.

The connection between generator terminal and 11-20 kV generator switchgear &
Unit transformers shall be of copper 11-20 kV Isolated (insulated) phase bus
duct.

7.1.8 Bearing

Bearings shall be pressure lubricated by pressured oil from the gas turbine lubricat ing
oil system, and oil drain pipes shall be equipped with pockets for thermometer and
suitable sight flow opening for observing bearing oil flow. Separate lubricating oil

I r.-.:. - - :.
! . \ \
.
\ '.. . .. / ('r
/

--
·
'

Page I149

7.1.9 Rotor

The pack ing blocks used especially in the rotor winding shall be of approved material
and entirely suitable for the high t emperatures and mechanical forces which may
cause on rotors.

The rotor slot insulation shall be mainly of epoxy resin or other approved material and
particular attention shall be g iven to the insulating and securing of coillo coiland slip
ring connections, if any, and to avoid vibration and the possible failure to either the
connecto r or its insulation.

Adequate precautions shall be taken against local overheating of t he rotor surface


when neutral short circuits and single phase loading and the Contractor shall submit
data showing permissible single phase and unbalanced three phase loading. The
rotor shall be capable of withstanding an over-speed test of 1.2 times rated speed for
two minutes.

If slip-rings are provided, a grinder for slip-ring maintenance shall be supplied by the
Contractor.

7.1.10 Temperature Detectors

More than nine (9) resistance type detectors shall be provided for monitoring of
generator stator winding temperatures. The detectors shall be built in1o the generator,
fully protected from the cooling air, suitable distributed around the circumstances, and
embedded in the slots in positions normally having the highest temperatur e in
accordance with requirements of IEC standards. All detectors shall be wired out to a
terminalbox.

7.1.11 Insulation against Shaft Current

One of the bearings shall be suitable insulated to prevent flow of shaft current.
7.1.12 A ccessories

a. Temperature detector (Refer to Clause 7.1.10)

b.
bearings, and at any other location required for operation monitor.
c. Pressure gauge at bearing oil feed and at any other location required for
operation.
d. Alarm contacts
e. Space heater

The stator shall be equipped with space heater. During the generator stop, the space
heater shall be in se1vice automaticaliy.

f. Other instrument, terminal box, hardware buried into the generator foundation
and all other necessary accessories for generator.

7.2 Exciter and Automatic Voltage Regulator

7.2.1 Exciter

A complete voltage regulating and excitation system shall be provided. A complete


and details description of the proposed system meet the requirements of these
specification shall be submilled with the Tender.

Brush less type exciter system can be provided.

The excitation system shall match the generator rating and shall maintain the voltage
of the unit within a tolerance of plus and minus 0.5% of rated voltage regulalion. The
exc iter shall have capacity to supply not less than 110% Gf the field current required
by the generator at rated output, power factor, frequency and voltage.

The rated voltage of the exciter shall be 110% of the machine excitation voltage at the
rated output of the machine.

The ceiling voltage of the exciter shall not be less than 140% of the matching
excitation voltage. Insulation of stator and rotor winding of the exciter shall be class F.
A field breaker and discharge resistance shall be provided or alternatively special
provisions must be taken to either discharge or suppress excitation following
generator fault.

The excitation system shall have ample capacity to permit operation through out its
capability up lo over-exc itation and under-excitation limit as shown in the
manufacturer's capability curves.

Page I 151
If external slatic excitation system is proposed, excitation
transformer with related switchgear and equipment shall
be included in the offer.

7.2.2 A utomatic Voltage Regulator (AVR)

A quick response cont inuously acting regulator having a negligible dead-band and
characteristics enhancing the transient stability of the generator shall be provided.

The regulator shall be responsive to the generator line-to-line voltage and shall
restore the exciter output voltage to range of plus I minus 2% of the nominalpre-set
level in a response time of less than 50 milliseconds .The accuracy of controlling the
AVR sha ll maintain the _ generator terminal voltage within plus 1 minus 0.5 % of the
pre-set value for gradual change of output wilhin the specified load range of the
machine. It shall have the capability to adjust the generat or voltage between a
minimum or 80% of rated voltage (open circuit) and a maximum of 11Oo/oof rated
voltage (fullload).

The regulator shall be equipped with devices which will provide compensat ing or
overriding signalslo the regulator in response to the following conditions.

a. Excessive exciter output current in the event of fault in the field circuit.
b. Pole slip due to reverse induced field voltages.
c. Under excited reactive current in excess of generator capabiliy limits
d. Voltage drop due to generator reaclance.
e. Dynamic variationof generator output.
f. Manual controlshallbe provided to set the generator terminalvoltage between
80% and 110% of the rated voltage.

Automat ic change-over from Auto to Manual system shall be provided in case of


abnormal/faulty PTVoltage.

Manual control shall also allow setting of generator terminal voltage between zero to
110% of nominalvoltage.

7.3 Generator Switchgear

7.3.1 General

The generator circuit breaker, isolators, earthing switches, CT, PT, surge capacitors,
surge absorber shall be provided, and these shall be accommodated in metal clad
switchgear cubicle arranged for local and remote control. Secondary wiring including
cable termination facilities shall be provided.
7.3.2 Type And Rating

1. The switchgear shall be of the metal clad type and shall comply with the
standards given below and with the relevant requirements stated in this
specification.
IEC 298 AC metal-enclosed switchgear
!EC 85 Insulating materials
IEC 51 Electricalindicating instruments

2. The switchgear busbar and associated connections shall have the insulation
levels as given below:

System highest voltage : As per IEC


Withstand voltage
Lighting (impulse) :As per IEC
(11.2/50micro sec.)
Power Frequency (rms.) : As per !EC
(For 1 mm.)

3. The raied service voltage shall be of Generation Voltage.

4. The current rating of the main bus bars shall not be less than rated current of
the related generalor and rating of the associated connections shall be
determined by the Contractor.

5. The short time three phase fault level rating for one second of the switchgear
shall be of 100 kA (rms). The Contractor shall check the system fault current
level. If fault levelis higher, switchgear with higher fault level shall have to be
provided.

7.3.3 Construction and Fittings

1. The switchgear shall consist of rigid welded steel cubicles and shall house
generator circuit breaker, bus bars, current transformers, voltage transformers,
heutral grounding transformer, surge absorbing equipment etc, The generator
circuit breaker and the voltage transformers shall be withdraw able type.All doors
shall be pad lockable and readily removable when necessary.
2. The·bus bar and its connections shall be of copper and all joint surfaces shall be
silver plated.
3. All bus bar connections shall be by bolted type. Flexible joints shall be provided
wherever for thermal expansion will occur.
4. Safety shutters actuated by inserting or withdrawing of t he circuit breaker shall be

Pagc j lS3
6. Clearly labelled mechanical interlocks shall .be provided
in each circuit breaker compartment to prevent:

• a close circuit breaker from being withdrawn from or inserted into the isolating
contacts;
• a circuit breaker from being moved into any location unless it is fully
withdrawn:
• a circuit breaker from being inserted into the fixed position unless the
secondary isolating contacts are fitted.
• a circuit breaker from being closed except when fully inserted or fully
withdrawn:
• a circuit breaker from being inserted into the fixed position unless the
secondary isolation contacts are filled.
• a circuit breaker from being closed except when fully inserted or fully
withdrawn:
• a circuit breaker from being inserted against a locked safety shutter.

7. A common earth bus bar shall be provided in the switchgear. The bus bar shall
consist of one copper
8. All secondary wiring shall be terminated on terminal blocks in an enclosure
separate from the high voltage compartment.

7.3.4 Circuit Breaker

Generator unit Circuit Breaker shall be of SF6 gas and other


Circuit Breaker (s) shall be of SF6 gas or vacuum type.

The circuit breaker shall comply with the requirements of IEC 56 and the relevant
requirements of these Specifications.

• Rated Voltage : Generation voltage


• Rated Current :As per IEC Standard and
Generator rated current.
• Interrupting Current :100 KA (rms)

All circuit breakers of same rating & shall be identical in arrangement and shall be
interchangeable and floor mounted.

Only fully type tested circuit breakers complying with IEC 56 will be considered, and a
statement as to the availability of certificates of all such type tests including impulse
tests on identical or similar circuit breakers shall be submitted with Tender.
7.3.5 Current Transformer

The current transformers in the generator switchgear shall be of the epoxy resin
insulated and of the bar 'or wound primary type. The ratio, rating, polarit y and
accuracy classes (Metering: 0.2, Protection: X/5P20) of current transformers shall
conform to IEC185 or IEC 60044-1.

7.3.6 Voltage Transformer

The voltage transformers shall be of the horizontally with draw-out type and shall be
located onlop parts of each unit switchgear.Padlocking facilities shall be provided for
both the services and isolated positions . The fixed isolating contacts shall be covered
by a positively driven pad-lockable shutter when the voltage transformer is withdrawn.

The ratio, rating,polarity and accuracy classes of vollage transformers shall conform
to IEC 186 or IEC 60044-2.The current limit ing fuses shall be provided on high tension
circuit of the voltage transforme r.

7.3.7 Surge Absorbi ng Equipment

The surge arresters and capacitors for surge protection of the generator shall be
provided.

7.3.8 Neutral Earthing Equipment

1. Neutral Earthing Transformer

A single-phase, 50 Hz, dry or oil immerse type, naturally cooled neutral earthing
transformer conforming to IEC 76 shall be provided for generating unit.

The voltage ratio of transformer shall be 11,000/ 240 V.The continuous rating in KVA
appropriate to an earth fault duration of 30 seconds and a maximum primary earth
fault current of 10 A shall be determined bylhe Contractor.

Insulation levelof primary winding shall be as per IEC.

2. Earthing Resistor
earth fault on the generalor circuit for 30 seconds and a maximum primary earth fault
current of 10 A .

The terminals of the resistor shall be corrosion resistance.

7.3.9 Composition of Cubicles

Generator Ci1cuit Breaker Cubicle (For mulli-shail arrangeme nt, 01 for GTG and 01
for STG.)

1. Incoming Circuit Breaker Cubicle for each unit

• Circuit breaker : One (1)


• Current transformer/ PT :As per design
• End terminal : One(1) lot
• Ammeter
:One(1) set
• Voltmeter with selector switch :One(1) set
• Protective relays
:One (1) set
• Control Swilch, etc.
:One(1) lot

2. Vollage Transformer Cubicle

• Voltage Transformer
: One (1) three phase unit
• Under voltage relay
: One (1) unit
• Voltmeter with selector switch
: One(1) lot

7.4 6.6 kV Common Switchgear

7.4.1 General

The common switchgear shall be fully metal clad arrangeme nt for local and remote
operation, and shall comprise the following cubicles:

• Incoming circuit breaker cubicle for the Unit auxiliary and Reserve auxiliary
transformer.
Outgoing circuit breaker cubicle to station transformers.
• Voltage transformer cubicle.
• Outgoing circuit breaker cubicles to starting motor/ SFC transformer, Excitation
transformer, GBC, other 6.6 kV loads etc.

The circuit breaker shall be of SF6 gas or vacuum type.


The circuit breaker shallcomply with the requirements of IEC 56 and with the relevant
requirements of this specification.

All circuit breakers shall be of same rating and identical in arrangement and
shall be interchangeable.

7.4.2 Type and Rating

1. The switchgear shall be of the metal clad type and shall comply with the
standa rd giv en below and with the relevant requirement staled in the
Specification.

IEC 298 AC metalenclosed switchgear


IEC 85 Insulation material
IEC 51 Electrical Indicating Instruments

2. System highest voltage : 7.2


Withstand voltage
Lighting (impulse)
: 60 KV (peak)
(11.2/50micro sec.)
Power Frequency (rms.)
: 22 f<V
(For 1mm.)

3. The rated service voltage shall be of 6.6 KV.

4. The current rating of the main bas bars shall not less than the rating of the
unit auxiliary transformer and rating of the associated connections shall be determined
by the Contractor.

5. The short time three phase fault level rating for one second of the switch
gear shall be of 40KA {rms).

7.4.3 Construction And Fittings

The 6.6 KV switchgear shall be designed and constructed as same as those for
Generator switchgear specified in Section 7.3.

7.4.4 Circuit Breaker

The circuit breaker shall be of SF6 gas or vacuum type.


requirements of this sp_ecification.

All circuit breakers shall be identical in arrangement and shall be


interchangeable.

• Rated Voltage : 6.6 KV


• Rated Current :As per design
• Interrupting Current : 40 KA (rms)

Only fully type tested circuit breakers complying with IEC 56 will be considered, and a
statement aslo the availability of certificates of all such type tests including impulse
tests on identicalor similar circuit breakers shall be submitted with Tender. .

7.4.5 Composition of Cubicles

1. Incoming Circuit Breaker Cubicle for unit(s)


• Circuit breaker : One(1)
Ampere rating: As per design, 40 KA (rms)
• Current transformer :Three(3) units
600/300- SA, 40 VA
End terminol : One(1) lot
• Ammeter with selector switch :One(1) set
• Protective relays : One (1) set
• Controlswitch.etc. : One(1) lot

2. Incoming Circuit Breaker Cubicles


: One (1)
as spare
• Circuit breaker
Ampere rating:As per design 50 KA (rms)
• Current transformer :Three (3) units
600/300- 5 A, 40 VA
to End terminal :One (1) lot
• Ammeter with selector switch : One (1) set
• Voltmeter with selector switch :One (1) set
• Protective relays :One (1) set
• Control switch, etc. : One (1) lot

3. Voltage Transformer Cubicle


• Voltage transformer :One (1) t hree phase unit
• Under voltage relay :One (1) unit
• Voltmeter with selector switch : One (1)lot
SECTION 8

TRA NSFOR M ERS

Page I 159 I. .
I ,
8.1 TRANSFORMERS 161
8.2 General 161
8.2.1 Characteristics Requirement 162
8.2.2 Requirements for Construction 163
8.3 Generator Slep up Transformers 167
8.3.1 Type and Ratio 167
8.3.2 Output and Required Numbers 167
8.3.3 Impedance Voltage 168
8.3.4 Winding and Insulation 168
8.3.5 On Load Tap Changer 168
8.3.6 Isolated & Insulated Phase Bus Duct 168
8.3.7 Phase & Neutral Circuit Current Transformer 168
8.4 Station Transformers Type And Ratio 169
8.3.1 Type and ratio 169
8.3.2 Output 169
8.3.3 Impedance Voltage. 169
8.3.4 Winding and Insulation 169
8.3.5 Off Load Tap Changer 169
8.3.6 Cable Box 170
8.5 Unit Auxiliary Transformer Type And Ratio 170
8.5.1 Type and Ratio 170
8.5.2 Output 170
8.5.3 Impedance Voltage 170
8.5.4 Winding and Insulation 170
8.5.5 Off Circuit Tap Changer 171
8.5.6 IPB duct (Copper)/ CABLE BOX 171
8.6 Start up/ Reserve Auxiliary Transformer 171
8.7 Accessories 171
8.1 TRANSFORMERS

8.2 General

The transformers shall be designed and tested in accordance with IEC 76

1. Generator Step-up Transformers

Three phase, oil immersed, self-cooled I forced air cooled (ONAN f ONAF), outdoor
use type for stepping up the voltage from 11-20 KV to 132 KV with on load tap
changer having uniforminsulation.

The maximum continuous rating of the transformer (Three phase and Vector Group =
Ynd 1) shall meet at any taps with the output (at any ambient temperature) of the
Generator, wh ich is connected with the transformer in s2ries. The maximum
continuous rating of the GTG step-up transformer shall be at least 120% (one hundred
<'ind twenty per cent) of the corresponding MVA (pf;::Q.8) of the Generator terminal
output al Si e condition of 35° C, 1.013 bar and 98% RH.

The self cooled capacity shall not be less than 75 % of forced air cooled capac ity

2. Unit Auxiliary Transformer

One (1) no. of three phase, oil immersed ty pe, self-air-cooled (ONAN) transformer for
stepping down the voltage from 11-20 kV to 6.6 KV with off circuit tap changer. The
capacity of auxiliary transformer shall be 110% of total aux. power requirement for
both GT & ST and commo n station service including all residential and non-residential
load but not less than 28 MVA.

The self-cooled capacity shall not be less than 75% of forced air cooled capacity

3. Station Transformers

Required nos. of three phase, oil immersed type, self-air cooled (ONAN) transformers
for stepping down the voltage from 6.6 kV to 415 V with off load lap changer. The
capacity of each auxiliary transformer shall enable to supply 120% of the required
power for the unit 415 V system.

4. Start-up/ Reserve auxiliary transformer


I "
stepping down the 132 kV Grid voltage to 6.6 kV with on load tap change r. The
capacity shall be 110% of total aux. power requirement for both GT & ST and
common station service, capacity shall not be less t han what required for start-up of
GT & ST and relevant essential auxiliaries.

For fire protection, Transformer deluge system shall be provided for Generator
Step-up Transformer, Unit Aux iliary Transformer and Reserve Auxiliary
Transformer and Station Transfor mer.

8.1.1 Characteristics Requirement

1. Efficiency

The transformers shall be of highest efficiency that the manufacturer I Contractor may
attain.

2. Temperature Rise

The temperature rise of the windings shall not exceed 55°C when measured by the
resistance method, after circulaling the rated current at rated frequency in the
windings under test.

The temperature rise of top insulation oil shall not exceed 55° C when measured by a
thermometer in an oil filled thermometer pocket on the cover or in t he outlet pipe to
the cooler. and the method of the test of temperature rise will be decided in
accordance with !EC 76-2.

3. Dielectric Test Voltage

The transformers shall withstand the following test voltages in accordance with IEC
76-3

a. 132 KV CIRCUIT

• lightning impulse withstandlest voltage


(1.2/50 micro sec.) : 650 KV (peak)

• Power frequency test voltage :275 kV for one minute.

b. Generation Voltage circuit

'l--
• lightning impulse withstand test voltage \ .-..._/..,"/
(1.2/ 50 micro sec.)

·'
I '
;- -
·
.:,.
I' . \'.,
\ • '·' o I /l
\ \ . / ' '-
:As per IEC .·
"-..: :. · ..)•/
• Power frequency test voltage :As per IEC

c. 6.6 KV circuit

• lighting impulse withstand test voltage


(1.2/50 micro sec.) :75 kV(Peak)
• Power frequency test voltage :28 kV for one minute

d. 415 V circuit

• lighting impulse wit hstand test voltage


(1.2/50 micro sec.)
: Not applicable
• Power frequency test voltage
: 4 KV for one minute

4. No Load Excitation Current

.•
I.
T ltage and frequency shall be as small as possible.
h
e 5. Mechanicaland Thermal Strength for Short Circuit

n Tile transformers shall be designed and constructed to withstand for three seconds
o without damage the thermal and dynamic effects of external short circuits under the
most severe conditions.
l
o 6. Tolerances
a
d The tolerances on the guarantee values shallbe in accordance with IEC 76-1.

e 7. Noise
x
c Vibration and noise levels of transformers shall be in accordance with the besl
i commercial praclice.
t
a 8.1.2 Requirements For Construction
t
i 1. Tank and Interior Structure
o
n
a. The power transformer shall be of such structure to permit installation at the Site
to be simple.
c
u
r
r
e
n
t

u
n
d
e
r

l
h
e

r
a
t
e
d

v
o
be allowed.

b. The tank shall be of the welded steelplate structure and shall withstand and hold
continuously a vacuum of 760 mm Hg.

c. The sealed joint part of the tank shall be designed to prevent oiland gas leakage
and shall be water light even after long term use, and careful attention shall be
paid to fastening methods of packing of bushing, bursting iube, cooling radiator,
connecting pipes and other accessories.

d. Looseness of core, yoke, coil and other parts shall not happen during
t ransportation and long term use.

e. The transformer shall be provided with a Pressure Relief Device (PRO) or


bursting tube to discharge the pressure in case of abnormal rise of the inner
pressure. The PRD or tube shall be equipped with trip contact. The tube shall be
extended up to tile oil pit which will be constructed around the transformer.

f. No corona shall be discharged inside and outside of the tank under the imposed
primary voltage of 132 3 KV x 130%.

g. All generated gas and oil flow under fault conditions shall be concentrated to the
Buchholz or similar type relay so as to ensure the relay action.

h. The transforme r shall be provided with skid type base.

i. Anti-vibration rubber or the equivalent, shall be provided under the base so as to


prevent propagation of transformer's vibration to the other Equipment, if installed
in the power house

j. Winding of coils shall be designed so as to make the initial potentia l distribution


caused by impulsive travelling waves as uniform as possible, to avoid potential
oscillation and to withstand abnormalvoltage due to switching.

k. The ground terminals of the transformer shall be copper faced steel ground pad,
and shall be welded on the tank wall near the base. The ground terminal shall be
of the bolt fastened type, suitable for 100-200 sq.mm hard or annealed copper
stranded conductors.

I. In designing the transformers, the Contractor shall refer to the general


arrangement of the transformer as shown in the attached Drawings, and shall
consider the location of the lightning arrester.
2. Bushing and Connection

a. 132 KV line and neutral bushings of the generator step-up transformer shall be oil
filled nitrogen sealed draw lead type with an oil level gauge, and 13/ 15/ 19/ 21 kV
bushings shall be of the solid type. The glazing colour shall be of brown.

b. The lighting impulse (1.2/ 50 micro sec.) insulation levelof bushings shall be as
follows.

• 132 KV line bushings :650 kVpeak


• 132 KVline neutral bushing :650 kVpeak
• 13/ 15/ ·1 9;21 k bushings :As per IEC

c. The creepage distance of bushings of outdoor use transformer except neutral


bushing shall not be less than 25 mm I KV of rated phase to phase voltage.

3. Oil Preservation Sys tem:

Oil immersed transformers shall be provided with an oil preservation sy stem in which
the insulating oil shall be isolated from atmospheric air. The oil pr eser vation syste111
shall be of the diaphragm seal or air seal cell type conservator wit h silica-gel breather.
Oillevel gauge with low levelalarm contact shall be mounted on the conservator.

4. Cooling system:

A n adequate number of unit coolers shall be fixed lo the tank of oil immersed
transformers, and the cooling capacity shall be sufficient to operate t he transformer
under the rated power. The coolers shall be of such structure that will not be affected
by the vibration of transformer. A valve shall be provided with each pipe connecting a
unit cooler to the tank. Fixing bolts and terminals shall be such t hat w ill never get
loosene cl after being fastened. The power source of the cooling fans shall be 415 V, 3
phase or 240 V, single phase. The fans shall normally be controlled by its own
winding temperature relaying device.
Page I 165

I ,
5. Temperature Detector:

One (1) temperature detector shall be installed at the point wh ere the highest
temperature is anticipated.

6. Protective Device:

The following protection system shall be provided:

• Buchholz relay and Pressure Relieve Device (PRO) similar type for alarm and trip
• High temperature alarm and trip (winding and oil)

A Buchholz relay or oil pressure relay shall be fitted on between the conservator and
the tank. A dial type thermometer with hand resetting maximum indicator shall be
provided.A Pressure Relief Device (PR D) with operation indicator shall be provided.

The gas relay should be provided with double float (one operated by volume of gas
flow and olher operated by mass gas flow). It should have following provision:

a. Gas release va lve


b. Mechanicaltest button
c. Provision for testing both the floats by injecting air from outside.
d. Drain cock
e. Transport graduated window
f. The relay should be mounted at such a place that.can be visible from
the ground without climbing on the transformer.

7. Wiring:

All wiring mounted on the transformer shall be drawn through conduit pipes or
adequate protective tubes to the controlcabinet which shall be properly located on the
transformer.

The wiring shall be connected at the terminal blocks terminating the outgoing control
cable. The flexible tube of the vapour tension thermome ter shall be covered by a
protective tube

8. Insulating oil:

The insulating oil shall have a sufficient insulation strength, and shall be excellent in
heat conductivity, low in viscosity and pour point, and high in flash point. The oilshall
not cause any corrosion to insulating materials and structured materials of electrical
equipment and shallbe chemically stable for long years of use.

Delivery shall be made to Site partly contained in the transformers and partly in steel
drums, according to the method of packing employed. An excess of 10% of the
quantity of oil required for filling transformers shall also be supplied and its cost shall
be included in the price of each transformer.

9. Skid Base:

The transformer shall be provided with a skid base with four (4) steel wheels and
necessary jacks for setting and appropriate devices for locking in position of its
foundation.

8.2 Generator Step-Up Transformers

8.2.1 Type And Ratio

The transformer shall be of three phase, oil immersed, self-cooled I forced air cooled
(ONAN ONAF) by cooling fans, outdoor use type. Ratio of delta star connection shall
be 11-20 KV to 132 KV on full load condit ion.

The connection shall be arranged in vector symbol Ynd1 (HV/LV) according to IEC
76-4 and neutra·Iof star connected hightension winding shall be solidly grounded.

The onload tap changer (MR, Germany/ ABB , Sweden) shall be provided on the high
tension winding, and their ratio shall be as follows:

132 kV (± 8 x 1.25%)

8.2.2 Output A nd Required Numbers

For mult i-shaft arrangement , there will be 01 (one) Generator step up Transformer for
GTG and 01 (one) Generator step up Transformer for STG.

The maximum continuous rating of the transformer (Three phase and Vector Group =
Ynd1) shall meet at any taps with the output (al any ambient temperature) of the
Generator, which is connected wit h the transformer in series. The maximum
continuous rating of the GTG step-up transformer shall be at least 120% (one hundred
and twenty per cent) of the corresponding MVA (pf=0.8) of the Generator terminal
output at Site condition of 35° C, 1.013 bar and 98% RH.

Page I J 67
8.2.3 lmpedence Voltage

Impedance voltage (+ve Seq.) shall be within the range of 15% to 18% on the forced
air cooled rating on the rated tapping (Generation voltage / 132 KV) and shall be
guaranteed by the Contraclor.

8.2.4 Winding And insulation

The full insulation shall be applied on both 132 KV (phase & neutral) and LT windings
and neutral point of 132 KV windings shall be solidly grounded.

The winding conductors shall be of high conductivity copper.

The insulation shall be designed not merely by normal voltage per turn, but also by
variation of line voltage and the operating conditions including impulse surge caused
by lightning strokes on the transmission line and switching surges.

8.2.5 On Load Tap Changer

The on load tap changer with motor drive unit (MDU) made by "MR, Germany/ ABB,
Sweden" shallbe provided on 132 KV side of winding and shall be designed to meet
the requirement of IEC 76. Provisions shall be made for padlocking in any tap position.

8.2.6 Isolated &Insulated Phase Bus Duct

Isolated and Insulated Phase copper Bus Duct shall be provided from Generator
terminal to Generator circuit breaker and Generator circuit breaker to LV side of
Generator step up Transformer and Unit auxiliary Transformer.

8.2.7 Phase & Neutral Circuit Current Transformer

Current transformers shall be provided on the high tension neutral circuit for
Restricted Earth Fault & Stand by Earth Fault relays and ratio should match with
phases (LV & HV) DiHerential protection circuit. If necessary Inter-posing current
transformers may be used.

1. Use : Protection
2. Ratings
Rated primary current :As per rated current of the system.
Rated secondary current :1A
Accuracy class
:5 P20
Rated burden :15 VA

3. Requirements for characteristics and Construction

The current transformer shall be designed to meet the requirements of latest IEC standard.

8.3 Staiion Transformers Type And Ratio

8.3.1 Type And Ratio

The transformers shall be of three (3) phase, oil immersed, self-air cooled (ONAN) type.
Nominal noload ratio of delta star connection shall be 6.6 KVlo 0.415 KV.

The connection shall be arrangeme nt in vector symbol Dyn11 according to IEC 76-4 and
neutral of star connected low tension winding shall be earthed solidly. The off load tap
changer shall be provided on the high tension winding, 6.6 kV (5%)/41SV

8.3.2 Output

As mentioned in clause B.1(3).

8.3.3 lmpedence Voltage

The impedance voltage shall not less than 5 %, but not more than 7.5 % on the rated tapping
(6.6KV/ 41SV) and shall be guaranteed by the Contractor.

8.3.4 Winding AndInsulation

The requirements shall be in accordance with section 8.2.4 for LV side.

8.3.5 Off Load Tap Changer

The off load tap changer shall be provided on 6.6 kV winding and shall be designed to meet
the requirements of IEC 76 as follows.

• Central tap : 6.6kV


• S1ep Voltage : 2.5%
• Upper side : 5 taps (+2.5%)
• Lower side : 5 taps (-2.5%)
oil, no special lubrication being necessary. The tap changer shall be operated
electrically by means of manual push buttons mounted on the central control panel. The
tap changer compartment oilshall be isolated from main transformer tank oil,and the
compartment shall be provided wilh proper protection facilities and accessories.

8.3.6 Cable Box

The cable boxes shall be provided on boih high tension and low tension terminals to
terminate high and low voltage power cables. Proper cable supports and cable cleats
shall also be provided.

Non segregated bus duel between low tension terminals of auxiiiary transformer and
power center terminals instead of cables may be acceptable.

8.4 Unit A uxilia ry Transformer Type A nd Ratio

8.4.1 Type And Ratio

The unit auxiliary transformer shall be of three (3) phase, oil immersed type. Nominal
no load ratio of delta star connection shall be 11-20 kV / 6.6 KV (ONAN/ ONAF).

The connection shall be arrangement according to IEC 76-4 and neutral of star
connected winding shall be earthed solidly.

The off circuit tap changer shall be provided on the high tension winding ± 5%.

8.4.2 Output

As mentioned in clause 8.1(2).

8.4.3 lmpedence Voltage

The impedance voltage shall not be less than 5%, but not more than 7.5% on the
rated tapping (11-20 / 6.6 KV) and shall be guaranteed by the Contractor.

8.4.4 Winding And Insulation


The requirements shall be in accordance with section 8.2.4, except voltage rating.
8.4.5 Off Circuit Tap Changer

The requirements shall be in accordance with Section 8.3.5 except on 11-20 kV


winding.

8.4.6 IPB duct (Copper)/ CABLE BOX

IPB duel (Copper) cabie boxes shall be provided on highiension and cable boxes
shall be provided on low 1ension terminals to terminate low voltage power cables.
Proper cable supports and cable cleats shall also be provided.

Non segregated bus duct between low tension terminals of auxiliary 1ransformer and
power center terminals instead of cables may be acceptable.

8.5 Start Up/ Reserve Aux iliaryTransformer

One (1) no. of t hree phase,oil immersed type, forced air cooled (ONAF) transformer
for stepping down the 132 kV Grid voltage to 6.6 kV with on load lap changer. The
capacity shall be 110% of total aux iliary power requirement for both GT & ST for start-
up and essentialcommon station service as required.

The self-cooled capacity shall not be less than 75% of forced air cooled capacity.

8.6 Accessories

The following accessories shall be furnished for each transformer :

a. Name plate
b. Valv es for oilfiltering and sampling
c. Air vent valve
d. Manhole and hand-hole including blind covers
e. Ladder fixed to the transformer tank for inspection of the upper part of The
transformer.
f. Hanging hook
g. Grounding terminals
h. Anchor device
i. Oil preservation system including oilconservator
j. Oil level gauge
k. Dialtype thermometer with hand resetting maximum indicator
I. Breather with silica-gel

Pngc I 171
SECTION-9

132 KV SWITCHGEAR , EQUIPMENT


9.1 132 kV Outdoor Switchgear, Equipment 174
9.2 General 174
9.1.1 Design Equipment 174
9.3 132 kV Switchgear, Equipment 175
9.3.1 132 kV Circuit Breakers 175
9.3.2 132 kV Disconnect ing Switches 178
9.3.3 132 kV Voltage Transformer 180
9.2.4 132 kV Current transformer 181
9.2.5 132 kV Lightning Arresters 183
9.4 SteelStructure 185
9.4.1 Type 185
9.4.2 Design Criteria 185
9.4.3 Requirements for Design and Construction 186
9.3.4 Design Items 187
9.3.5 Accessories 187
9.5 Insulators, Bushings, Buses And Hardware 188
9.5.1 Bushings And Support Insulators 188
9.5.2 Fitting 189
9.5.3 Busbars, Conductors And Connections 189
9.5.4 Miscellaneous Material 190

.,
/
, '·
./ / · 1\
Page j 173
-
; I

\
- \. :
.
;
I
I

"-..· ,/
...... ....
9.0 132 kV Outdoor Switchgear, Equipment

9.1 General

The contractor sha ll furnish the 132 kV outdoor switchyard equipment which shall
comply wilh releva1) !IEC as listed below and the 132 kV equipment shall be arranged
in the outdoor as shown on the attached drawings.

9.1.1 Design Equipment

1. System Voltage

The system shall be as follows:

• Nominal system voltage :132 kV


• Highest system voltage : 145 kV

2. Outdoor Conductor Clearance

between

unscreened

insulator

3. Design Conditions

Sw itchgear equipment shall be designed to avoid local corona formation and


discharge likely to cause radio interface , and to endure short circuit current without
thermal and mechanicalfailure for one (1) second. All cubicles and enclosures shall
be vermin proof, dust resistance and weatherproof.

/ i,>.:: "; •/,

1·'-'I <.
_..,·:'1: 1, 2 - ,
\·\. ...•.. .1,.,., ,'v;.'/ ( .
9.2 132 kV Switchgear, Equipment

9.2.1 132 kV Circuit Breakers

1. Type

Three (3) pole, porcelain type, high speed, outdoor,trip free in any position, hydraulic
& spring operated SF6 gas puffer, single: flow type complete wiih hyd1aulic pump,lank,
piping, conduit, wiring, and allother necessary accessories.

2. Ratings

, \;f
' ··. J,Cr?-'
,.
\IARKffl DlYISlQK 1) (; gc l l75
(->-- I \' I
".'!: I • .J
* Cl-nNf\* \,·'>
-.- -- /
I '
3. Control System

The rated supply voltages of closing and opening devices shallbe 110 V DC, and the
operation of circuit breaker shall be periormed safely under the following conditions:

For tripping operation (-30% to +10%)


For closing operation (-15% to +10%)

The rated hydraulic pressure shall be recommended by the Contractor.

4. Requirements for Design and Construction

a. The circuit breakers shallhave aut omatic trip free mechanism.


b. Time difference between contacts of three (3) poles shall not be
more than 0.006 sec.
c. In case of phase open trouble, all phases of the circuit breaker shall
be opened by a protection circuit.
d. The arcing contact shallbe of an arc proof meta! and the main
contact shall be covered with silver electroplated.
e. Five (5) pairs of "a-b " spare contacts shall be equipped with the
auxiliary switches.
f. The tripping current of the trip coil shall not be more than 2 A per
phase.
g. The porcela in insulator or bushings shall have sufficient strength to
withstand stressed due to breaker operation. The glazing colour shall
be of brown. The creepage distance shall not be less than 25 mm I kV
of phase to phase voltage.
h. Integrating lime register for hydraulic pump shall be driven by a self-
starting synchronous motor through mechanical gears to record
operating hours of hydraulic pump and shall be able to perform four
operations without AC power.
i. Gas circuit breaker shall be provided with gas density detector
responding to gas density and pressure. This gas density detector
shall have two (2) different functions according to the gas condition:
The first step gives alarm and the second step locks the operating
mechanism. Operating mechanis m which employs compressed air or
hydraulic for driving the circuit breaker shall be provided wit h pressure
detector which have two (2) different functions according to
compressed air or hydraulic condition: The first step gives alarm and

j.
the circuit breakers. The control box shall be equipped with all
necessary parts to operate the circuit breaker, such as contrcl
solenoids, operating switch of remote and local control, auxiliary
switch, terminal blocks, protective devices, indicating lamp sockets,
and other accessories. An anti-condensation electric heater with
thermostatic switch shall be provided inside the control box.
k. The circuilbreakers shall be provided with an emerge ncy push button
Switch with cover to preveni inadvertent swiching.
I. The circuit breakers shall be provided with an electricalanti pumping
relay.
m. The supporting structure shallbe free from mechanicalvibration and
loosening under long term use.
n. The circuit breakers shall be designed to facilitate inspection,
especially for those parts which need inspection frequently.
o. The circuit breakers shall be filled with sufficient SF6 gas.
p. SF6 gas leak detector shall be furnished.
q. The circuit breakers shall be driven by hydraulic and spring charged.
Hydraulic supplying system shall be furnished with the circuit
breakers, and shall be installed in weather dust proof type housing.
The operating mechanism shall be designed to meet the requirements
of IEC 56
r. Temperature limitation shall be in accordance with IEC 56.
s. The Contractor shall furnish all control cables, pipes or ducts and
fittings between each phase and control box. .
t. The indicating lamp signals which display "on (red) "and" off ( green)"
of the main contacts shall be furnished on the each control box or
circuit breaker.

5. Tools and Accessor ies

The following tools and accessories shall be supplied for each circuit break ers.

a. N
a
I. .
m
e

p
l
a
t
e
b. P
o
s
i
t
i
o
n
i nding terminals
n e. Gas, and hydraulic pressure gauge
d
i f. Safety valves, if any
c g. Pressure drop protecting device
a
h. Manualoperation device.
t
i Aux iliary switch
n Controlbox with locking device
g

l
a
m
p
s Page I 177
(
r
e
d

a
n
d

g
r
e
e
n
)

o
r

f
l
a
g
s
.
c. O
p
e
r
a
t
i
o
n

c
o
u
n
t
e
r
.
d. G
r
o
u
k. Steel supporting structure with anchor bolls and nuts
I. Operating mechanism.
m. Special tools for check ing and testing
n. Power outlet,single phase, 230 V, 10 A in control box
o. Conduit pipes (SteelfGI)
p. Communication facilities between switchgear and controlroom
q. Other necessary accessories, if any

9.2.2 132 kV Disconnecting Switches

1. Type

Outdoor, three (3) pole , single throw, group operated, horizontal break, rotat ing
insulator, remote controlled motor operated type.

2. Ratings

-
Rated voltage 132 kV
Standard IEC of latest versbion
Rated shorlduration power frequency
withstand voltage (1 min.)
Between l.ine terminal and ground 275 kV rms
Between terminals with CB open 275 kV rms
Rated switching impulse wilhstand
vollage
Between line terminaland ground 650 kV peak
Between terminals with CB open 650 kV peak
Rated lightning impulse withstand voltage
Between lineterminal and ground 650 kV peak
Between terminals with CB open 650 kV peak
First pole to clear factor 1.3
Rated current As per requirement
Rated short circuit current (Ith), 1s 40 kA rms
Rated short circuit current (ldyn) 100 kA peak
--------
Operaling mechanism of isolator I AC motor operated
earthing switch
Corona extinction voltage 320 kV rms
Max. radio interference voltage for 1000 micro V (at 266 kV rms)
frequency between 0.5MHz and 2MHz
Creepage distance 25 mm/kV
Number of auxiliary contacts for main ,, :·
i r1/;
, /' - :Z: ,- -· --{{;'.,.

:'!fJ 1 ra; I ,-.

1Y&1h i!Y!SION
·

)
-1j l or B1d ('l)
. ..
\ -- * r1-J 1N J.\*
Making

3. Requirements for Design and Construction

a. The disconnecting sw itches shall be so designed and Constructed in


accordance with IEC of latest versio n.
b. The contact part of the blade shall be silver electroplated.
c. The porcelain insulator shall be an outdoor and post type, and shall have
crecpage distance not less than 25 mm/ kV of phaselo phase voltage age.The
glazing colour shall be of brown.
d. An ee
l ctrical or mechanical interlocking device shall be equipped between its
related circuit breaker.
e. Revolv ing parts shall be so designed that operation will be sure and smoot h
under long term use without necessity of inspection, oiling.
f. Auxiliary switches with three (3) spare parts " a-b " contacts, terminal blocks,
indicator lamp sockets, etc. shall be accommodate in a control box shall be of
the weathe r and dust proof type wit h locking device.

4. Accessories

Nameplate.
Control box with locking device.
Grounding t erminal.
A uxiliary switches.
Steelsupporting structure with anchor bolls and nuts.
Manual operation handle.
Motor operating mechanism with manual operation inter-lock.
Conduit pipes (Steel/ GI).
Other necessary accessories,if any

-- Page I 179
(:'
\·.\
\'
-

/

'< - ..
'
9.2.3 132 kV VOLTA GE TRANSFORMER

1. Type

Outdoor, single phase, oil immersed wit h level indicator or gauge, N2 gas sealed
Electromagnetic type vollage transformer.

2. Use

For metering and protection

3. Ratings

Rated voltage levels 132 kV


High frequency capacit ance for entire carrier Within 80% to 150% of rated
frequency range capacitance
Rated Voltage Factor 1.2 continuous; 1.5 for 30 seconds

Rated totalcapacitance(pF) 5000, +10% and -5%


Phase angle error (minutes) 20
Acceptable limit of variation of total capacitance + 50% and -20% of the rated
over the entire carrier frequency range capacitance

Equivalent series resistance over the entire


carrier frequency range or lemperature r ange Less than 40
ohms)
Stray capacitance and stray conductance of low lAs per IEC-358
voltage terminalover the entire capacitance.

Standard reference range of frequencies for 97% to 103% for protection 99% to
which the accuracies are valid 101% for metering
Core details Core-I: Core-II: Core-Ill:
Purpose Protection Protection Metering
Secondary Voltage 110N3 110N3 110N3
Burden (VA) 150 150 150
Class of accuracy 3P 3P 0.2
t--
Rated total thermalburden(VA) 200 200 200
One minute power frequency wit hstand voltage 4(10 if the low voltage terminal is
between LV terminal and earth(kV rms) exposed)
Withstand voltage for secondary winding (kV 2
rms)
NOTE:-The accuracy of 0.2 on winding Illshall be maintained upto Rated i}()1-z;,
R ,r,•·r-."·!·'
malburden (200VA).
1
!Y -01

;p: ,
I.
·\1 iiil\liD!\1SIUN
For Bid(2)
-· <:
·-
4. Requirements for Design and Construction

a. The voltage transformers shall be of hermetically sealed and accessories shall


be of weatherproof type.The glazing colour shall be of brown.
b. Creepage distance of bushing shall not be less than 25 mm I kV of phase to
phase voltage.
c. A protection device shall be provided against short circuit of the secondary
circuits of the voltage transformers.
d. Unless otherwise specified, the characteristic and others shall comply with the
requirements of IEC 186.

5. Dielectric Test Voltages

a. Power frequency withstand voltage


On primary windings. :275 kV for one minute
b. Light ing impulse withstand voltage : 650 kV peak

6. Accessor ies

The following accessories shall be provided for each voltage transformer .

Nameplates.
Grounding terminals.
Lifting lugs.
Steelsupporting structure with anchor bolts and nuts.
Junction boxes.
Conduit pipes (Steel/ GI).
Other necessary accessories, if any

9.2.4 132 kV Current Transformers

1. Type

Outdoor, single phase, oil immersed with level indicator or gauge, N2 gas sealed
porcelain clad type, quadruplicate cores.

2. Use

For metering and protection

Page j I8J
3. Ratings

a. Rated current

• Primary :As per design


• Secondary :5-5-5-5 A

b. Raied insulation level


Lighting impulse withstand voltage :650 kVPEAK
• Power frequency withstand voltage :275 KV for one min.

c. Rated frequency : 50 Hz
d. Rated burden : 60 VA for protection and
:30 VA for measuring.

e. Rated continuous thermalcurrent :120%


f. Short time current ratings

• Thermalrating(r.m.s.foronesec.) :40 KA
• Dynamicrating(peak) : 2.5 times the thermal ratings

g. Accuracy classes

• For metering :0.2


• For protection :5P20

4. Requirements for Design and Construction

a. The current transformer shall be of oil immersed hermetically sealed structure


type.
b. Internal conductor shall be adequately reinforced taking into account over
current intensity.
c. The junction box with terminals shall be provided for the secondary circuit
connections.
d. Each current transformer shall be equipped with terminal block of short
circuiting type.
e. Creepage distance of bushing shall not less than 25 mm I kV of phase to
phase voltage. The glazing colour shall be of brown.
f. Unless otherwise specified, the characteristics and others shall comply with
IEC 185 .
5. Dielectric Test Voltages

a. Power frequency withstand voltage


on primary windings : 275 kV for one minute
b. Lighting impulse withstand voltage :650 kV PEAK
c. Power frequency withstand voltage
on secondary w indings : 2.0 kV for one minute.

6. Accessories

The following accessories shall be provided for each current transformer.

Nameplates.
Grounding terminals.
Lifting lugs.
Steel supporting structure with anchor bol s and nuts.
Junction boxes.
Conduit pipes (Steel/GI).
Other necessary accessories, if any

9.2.5 132 kV Lightning Arresters

1. Type

Outdoor, single phase, self standing, Zinc Oxide, gapless type with surge counter &
Leakage current detector.

2. Use

For protection of 132 kV outdoor switchyard equipment and transformer windings.

3. Electric system to be protected

Three (3) phase, three (3) wire, neutral point solidly grounded system.

4. Ratings and Performances

a. Rated voltage : 132 kV


b. Rated frequency : 50 Hz
:10 KA
: Heavy, Long duration discharge
: Heavy duty

Page I 183
f. Lighting impulse insuf tion level :650 KVpeak

5. Operating duty

The arrester shall successfully interrupt the dynamic current repeatedly conducted by
impulse wave .

RequiremE:nts for Design and Construction

a. The series gaps shall be so designed that for practical purposes the various
characteristics will not alter under the change of weather conditions.
b. The various parts of the lightning arrester shallbe of complete moisture proof
construction so that the characteristics shall not be impaired under long term
use. Sealed parts shall be so designed lo prevent to ingress of moisture or
water under long term use.
c. The operation counter shall be equipped on the lightning arrester in each
phase and consist of a sure current recording and measuring device, such as
a magnetic link surge crest ammeter. and counter for the number of
discharges of the lightning arrester. It shall be located al the position
convenient for inspection.
d. Creepage distance of bushing shall not be less than 25 mm/ kV of phaselo
phase voltage. The glazing colour shall be of brown.
e. Unless otherwise specified, tile characteristics and others shall comply with
IEC 60099-4.

6. Dielectric Test Voltage

Power frequency withstand voltage :275 kV for one


Lighting impulse withstand voltage : 650 kV (peak)

7. Accessories

The following accessories shall be provided for each lightning arrester.

a. Nameplates.
b. Grounding conductor to grounding terminal.
c. Operating counter.
d. Grounding terminal.
e. Steelsupporting structure with anchor bolts and nuts.
f. Other necessary accessories, if any.
9.3 Steel Structure

9.3.1 Type

The steelstructure shall be lattice truss construct ion made of galvanised formed steel
and assembled by bolls and nuts.

The component members of sieel structure shall have inler-changeab iliy with other
identical members. The basis framing of the steel structure shall be identical on all
four (4) faces below the bend line.

9.3.2 Design Criteria

The sleelstructure shall be designed in accordance with the following criteria.

1. Load due to the tension of conductor and wire.

132 kV bus and outgoing conductor :kg per conductor

• Overhead grounding w ire :kg per wire

2. Vertical loads

The weight of the conductors, grounding wires, insulator strings and steel structures
shallbe taken into consideration.

3. Human Loads

105 kg at the centre of the beam.

4. Wind loads

Wind loads shall be calculated with wind speed of 200 km/ hour, but the wind loads on
unit projected area shall not be less than the followings:

• On conductors and grounding wires :125 Kg/sq.m


• On insulators and other circular section :130 Kg/sq.m
• Onlattice struct ures or beam structure : 230 Kg/sq.m

5; Seismic Coefficient (Horizontal) : Z=0.36 as per Seismic zoning map


BNBC-2015

Working Conditions
I .
{;---- -\
'• ' . . \ I
\ -
\ \ ..
"-2-- _./ J
Page I J 85
The normal working condition for various loads shall be deemed to work
simultaneously. The wind direction shall be classified into transverse, longitudinal and
oblique componentslo the line route and the largest load acting on the line shall be
taken as the design st ress of the component material.

7. Combination loads

The Contractor shall calculate lhe maximum and minimum stresses at any
combination of loading conditions. The design of each type of steel structure shall be
made by the same manner of analysis. The design stresses of individualcomponents
shall belargest value of maximum stresses in the respective loading conditions

8. Safety Factors

The safety faclors shall not be less than two (2) under the normal working conditions.

9. Minimum Thickness and Size of SteelMembers


Minimumlhickness and size of steel members shall be as follows:

Formed steel :not le.ss than 45 x 45 x 4 mm

• Plate :not less than 4 mm thick .

10. Slenderness Ratio

The slenderness ratio shall not exceed 105 for main members, 200 for bracing and
250 for other members.

Design methodology (combination of oad) shall be followed as per section of BNBC


(Bangladesh national building code).

9.3.3 Requirements For Design A nd Construction

1. Workmans hip

Workma nship shall be first class throughou t. All pieces shall be straight, true to
detailed drawings and free frcm lamination, flaws and other defects. All clippings,
back nuts, grindings, bends, holes, etc. shall be true to detailed drawings and free of
burrs.
2. Galvanising

The steel structure shall be completely galvanised (Hot-Deep), except for part which
shall be embedded in concrete foundation. All ferrous materials shall be galvanised to
meet the requirements of IEC.

3. Materials of Steel Structure

All materials shall be hot rolled structural steeland/or high strength structuralsteel.

4. Marking

All products shall be marked with systematic numbers and I or colours for
convenience of assembly.

5. Future Extension of Structure

In designing the steel structure, consideration shall be given in the design criteria to
permit easy extension of steel structure in the future and same loading conditions
shall be taken into account in accordance with the Specifications.

6. Bolts and Nuts

All the members shall be connected by bolls and nuts. The diameter of the connection
bolts and step bolts shall not be less than 16 mm.

9.3.4 Design Items

The Contractor shall submit to the Engineer for approval design sheets and drawings
including calculation of Loads, selection of constitution and members, selection of
connecting bolls and calculation of reaction load against base concrete .

9.3.5 Accessories

The following accessories shall be provided, but not be limited.

a. Anchor bolts and nuts : One (1)lot


b. Gauge plate for anchor bolt :For (4) of each kind
c. U-hook bolts and nuts : one (1) lot
d. Grounding terminals :one (1) lot
e. Step-bolts : one (1) 1ot
\
r:= f\ I •

' I
.(§'J
Page I 187
f. "Roval" paint for repair : Five (5) Kg
g. Phase identification plates : one (1) lot
h. Other necessary accessories, if any : one (1) lot

9.4 Insulators, Bushings, Buses And Hardware

Bushings shall be manulactured and tested in accordance with IEC-60137 while


hollow column insulators shall be manufactured and tested in accordance with IEC-
60233 . The support insulators shall be manufactured and tested as per IEC- 60168,
IEC-60273. The insulators shall also conform to IEC-60815 as applicable. All
bushings shall be one piece only and no joints shall be accepted.

9.4.1 Bushings And Support Insulators

The parameters shall be determined by the Contractor, however the minimum


performance parameters for the 132 kV insulator shall as mentioned below:

Rated Voltage 132 kV

Lightning impulse withstand positive and negative (kVp) (Dry and wet) 650

Switching impulse withstand voltage (kVp) 650


One min. power freq. withstand voltage (kVrms) (Wet and Dry) 275

Totalcreepage distance (mm} pedestal 3300


Total min. cantilever strength (kg) 800
Porcelain disc diameter (mm) 254
Unit spacing (mm) 146

Minimum electromechanicalfailing load : Kg 21000

Breaking strength of complete set : kg 1200

String Insulators & Hardware

The insulators for suspension and tension strings shall conform tq relevant
!EC/Standard. Insulator hardware shall conform to relevant !EC/Standard. The
insulation levels shall be determined by the Contractor but the minimum performance
characteristics shall be as specified below :

Rated voltage 132 kV


ype nti FOG
Size of insulators units (mm) 255x 145
430
Creepage distance of individual insulator unit (Minimum
or as required to obtain totalcreepage distance,mm)
Electromechanicalstrength (kN) 120
Power frequency withstand voltage oi the complete 275
string (kVrms)
Lightning impulse withstand voltage of the complete 650
string with C.C. ring (Dry and wet, kVp)
Swit ching surge withstand voltage of the complete 650
string with C.C. rings(Dry & wet, kVp)

Power frequency puncture withstand voltage for a siring 1.3 times the actual wet flash
insulator unit over voltage of the unit.
Minimum corona extinction voltage level of the complete 320
siring with C.C. ring (Dry, kVrms)
R.l.V. Level of the complete string with C.C. ring. (micro 1000
V)
Total creepage distance of complete insulator string 3300
.

9.4.2 Fitting

The suspension and tension clamps for bus works and outgoing feeders, tension
clamps for overhead grounding wires, U-bolts, ball eyes, anchor shackles, etc. for
wiring of switchyard shall be furnished by the contractor. Unless otherwise specified, all
hardwire fittings shall be made by malleable iron or forged steel hot dip galv anised or
aluminium alloy.

All metal shall be free from rust, burrs, sharp edges, lumps and dross and shall be
smooth so that interconnecti ng parts will fit properly and the parts may be assembled and
disassembled easily. Hardware shall have ultimate strengths exceeding three (3) times
tension load of bus work and overhead ground wire.
The cramps shall not be occurred in excessive heating by magnetising or other
causes.

9.4.3 Busbars, Conductors And Connections

Busbars and electrical connections in outdoor substations shall be in .accordance with BS


215, 159 and 2898 and relevant IEC slandards in respect of current rating and mateiial
analysis.
11.1 Controland Protection 201
Equipment 20
11.2 General Requirements 1
11.2 LocalControl 201
11.2.1 Control Functions Of Gas I Steam Turbine Generating Unit 201
11.2.2 Gas Turbine Generating Unit LocalControl 202
11.3 Gas/ Steam Turbine Generating Unit Protection 204
11.4 Gas Turbine/ HRSG/ Steam Turbine Generating Remote Unit 205
Control
11.4.1 Gas Turbine/ Steam Turbine Generating Unit Remote 206
Control
11.4.2 Gas Turbine/HRSG/ Steam Turbine Generating Unit 206
Remote Indication
11.4.3 Remote Metering 206
11.5 Deleted 20
11.6 132 kV Switchgear Control And Protection 7
11.6.1 132 kV Switchgear Equipment Panel
207
11.6.2 Step Up Transformer Panel
207
11.6.3 Synchronizing Panel
208
11.7 11-20 kV Common Switchgear
208
11.8 Desk Board For Auxiliary Power Supply
208
11.9 Instrumentation And Controls Design Requirements
208
209
11.9.1 Design Requirements 209
11.9.2 Measurements 209
11.9.3 Control Equipment 209
11.10 Deleted. 212
11.11 Distributed Control System (DCS) 212
11.12 Standard Weather Station 233
11.13 Continuous Emission Monitor Module 233
11.0 CONTROL AND PROTECTION EQUIPMENT

11.1 GeneralRequirements

The Contractor shall supply and install all control, protection and instrument panels
with measuring instruments , relays, control switches, automatic controllers,
annunciator, etc. necessary for proper operation and monitoring of the Gas/Steam
Turbine generating units, switchyard equipment and their associated facilities. All
Control & Protection System must be Micro-Processor based and Protective Relays
shall be as follows:

a. Generator Unit Protection :ABB, Switzerland/ ABB


Sweden/ Siemens, Germany
b. Step- Up Transforme r Protection : ABB, Switzerland/ ABB
(11-20 KV/ 132 KV) Sweden/ Siemens, Germany
c. 132/6.6/0.4 15 AUX. transformer ,
& 6 6kV Protection : Siemens, Germany/ Areva,
UK-France/ABB , Finland/
ABB, Switzerland I ABB, Sweden.

11.2 Local Control

11.2.1 Control Functions Of Gas I Steam Turbine Generating Unit [HMI,


Computers]

The unit shall be furnished with a stale of the art automatic control system suitable for
unattended operation in base load or peak load operation. The automatic control
system shall have a sequence the unit for normal start-up, emergency start-up,
synchronizatio n, operation, spinning reserve, voltage control, load control, station
performance monitoring, normal shutdown, emergency shutdown, and return to
standby status.

Upon actuating the normal start command, the unit shall be started, come upio the
rated speed, synchronized, closed the main circuit breaker and when parallel
operation, picked up a pre-set base load which can be adjusted from approx imately
zero to the full capability of the unit. A" Base-Peak" selection shall be provided in the
control system which shall permit the operator to select the loading of the unit at base
or peak rating.

During either parallel or isolated operation, loading shall be manually controllable in


t\·;:1Jr; dillon to the automatic controls provided during either parallelor isolated operation;

: ;; : ;;( / \ Page l 20 1
'dl"I) ,,..,-, (\... I ' I
'.
.-V ' ·'. '
: .. ;
f Qrp
1 \L ,.::: '
./ * / \(,>--· .
* run,\ '-- /
voltage shallbe manually controlled in addition to the automatic controls provided.
Upon actuating the stop command the unit's load shall be reduced gradually by pre-
set programming, the generator circuit breaker shall be opened, speed shall be
reduced to turning gear rotational speed, the turning gear shall be engaged
automa t ically and the unit shall be returnedlo standby slatus. An emergency stop
controlshall be provided.

The units shall be auton·1alically p1evented r1om starting, or if operating, shall be


automatically shut down upon the occurrence of abnormal conditions or malf unctions,
w hich wo uld be injuriouslo the unit.

All auxiliary sequence, timing voltage, synchronizing, load sensing and protective
relays required for complete automatic control and protection of the unit shall be
provided.

11.2.2 Gas Turbine Generating Unit Local Control [HMI, Computers)

The unilshall have its own local unit control room which is completely independent of
the contro lroom for the other unit.

Equipment, materials, accessories furnished, mounted, and connected on the local


unit control panel shall include, but not limited to, t he following functions.

Normal start-stop
• Emergency stop switch
Base- peak load selection
Manualload control
• Manual voltage control
• Synchroscope switch
• Synchroscope, synchronizing lights, and incoming and running
voltmeters
• Status lights to indicate :Standby, starting, on-line, Emergency shutdown,
etc.
• Speed indicators
• Frequency meters
• Fired time indicator in both base load operation and peak load operation
• Three start counters:
No. of start signals
• No. of fired starts
No. of breaker closing
• Generator ammeter
• Generator voltmeter

6."- I
: ; , 1'
· :.' 0
"?·,.
' '·
\
. \ ::.
\ ·'--· .)/
._ ..
• Bus voltmeter
• Generator watt meter
• Generator voltmeter
• Bus voltmeter
• Generator watt meter
• Generator var meter ( zero centre)
• Generator watt-ho ur meter with indicating lamp for voltmeter
• Generator var-hour meter
• Watt and Var
• Tes! switch
• Recording of following parameters:
• Air temperature
Lube oiltemperature
• Bearing temperature
• Critical GasTurbine temperatures
• Bearing vibration
• Integrator for fuel gas flow
• Annunciator with test, acknowledge and reset push buttons and horns to
Indicate malfunction of the unit.
• Synchronising auto/ manual
• Automat ic synchronising equipment for synchronising to energised or de-
energised system.
• Voltage regulator
• Vibration monitor
• Temperature meter (generator, etc.)
• Excitation voltmeter
• Excitation ammeter
• Field breaker control switch and lights
• Controlswitches and ligtits for generator breaker

The automatic synchronising equipment shall include, but not be limited to the
following.

• Automatic synchroniser
• Speed matching
• Voltage matching
• Voltage acceptance
• Synchronising check or synchro- acceptor

...q'-f/l;;i() ij"'.;'> The contractor shallfurnish all control equipment, meters, relays or similar devices not
§,'i "'" · - ct,J.. ecifically listed but those are required for the sound operation of the unit.
on.

i&
J .......... -,,..

:ii:l/ \,Lll1\n[\v)l\7. 1l'1"t\\'\°J' D'I IS\'.Jt: .';.:?:::::


--
.·.. '· -. -:.
( ./ .;,......_\
Page J 203
'
'
F0r id(2) \':0c1:, :$
, ()-" ··_•! , . ·"_\ - :\
I •· , . · : ;
t*c· 1
-:.::.
h- - \.-'>- - <....../
The above shall be realized and available in the screen of monitoring computers.

11.3 Gas/ Steam Turbine Generating Unit Protection

Automatic protection devices complete with annunciation system shall be provided to


protect the Gas Turbine generating unit at all items, regardless of whethe r locally or
remotely controlled, against any malfunction of the unit or control system and shall, at
least, include the following:

Automatic protection devices Alarm Alarm & Gen Alarm & GT


CB Trip shutdown
Unit DC Supply under-vo ltage and x
qround fault
Auxiliarv motor overload x
Inlet air filter differential pressure x
hi!lh
Coolinq liquid level low x
Fuel oil inlet pressure low x
Fuel qas inlet pressure low x
Rotor vibration high:-
1st stage x
2nd staae x x
x
Turbine over-speed x --
Generator under frequency x x x
Incomplete start sequence x
Bearing temperature high:
1st stage x
2nd stage x x
Exhaust temperature high:
1st stage x
2nd staqe x x
Exhaust temperature unbalance x
Generator stator temperature:
1st stage x
2nd staqe x x
Lube oil pressure low:
1sl stage x
2nd staae x x
Lube oiltemperature high:
1st stage x
2nd slaqe x x
Lube oiltank level abnormal x
Generator differential x x
Generator overcurrent x
Generator reverse power x
Loss of excitation x
Negative phase sequence current:
1st stage x
2nd staqe x
Generator over voltaQe x ,·.
Generator ground:
1st stage x
2nd staqe x x
Generator field ground x
Generator breaker Qround x
Field breaker trio x x
Exciter trouble x
AVR failure x
Emeroencv Trip (Manual} x x
Fire x x

The above alarms shall be indicated and available in the screen of monitoring
computers.

11.4 Gas Turbine/ HRSG/ Steam Turbine Generating Remote Unit Control
[HMI,Computers]

State of the art Distributed Control System shall be provided so as to allow the
following minimum features of remote operation,indications and alarms.

1. Start the unit

The operation shall bring 1he unit automatically through all the stages of start up and
synchronize the Generator to the system,and taking the load.

2. Stop th e unit

The Generator shall be automatically unloaded, tripped off the circuit breaker and the
Turbine shutdown.

3. Active load control

Active load raise or lower control shall be connected to the governor speed control
circuit.

4. Reactive load and voltage control

Reactive load and voltage raise or lower control shall be connected to the generator
AVR system.

5. Baseload I peak load selection

'' /

1
·:·..'- \
I- • .. I •

<· I
Page j 205
6. Emergency stop

The above shall be available in the screen of computers.

11.4.1 Gas Turbine/ Steam Turbine Generati ng Unit Remote Control

Tile following control shall be provided, but not be limited to, on the remote unit control.

• Unit start I stop


Active load raise / lower
• Voltage raise /lower (Reactive load control)
• Mode changeover base I peak
• Synchronizer : manualI off I auto

The above shallbe indicated and available in the screen of computers.

11.4.2 Gas Turbine/HRSG/ Steam Turbine Generating Unit Remote


Indicatio n

The following remote indications shall be provided, but not be limited lo, on t he remote
unit control:

a. Ready to start
b. f\ux iliaries running
c. Normalstart sequence inprogress
d. Start sequence completed
e. Shutdown sequence in progress
f. Generator breaker open I close
g. Flame indication
h. Temperature control indication
i. Mode selection indication base I peak
j. All trip cause.

11.4.3 Remote Metering

The following parameters shall be provided, but not be limited to, on the remote unit
control.

a. Generator active power output


b. Generntor reactive power output (MVar)
c. Generator bus voltage
/.. -----.......,
/. ,'----':' \
Cf

• .
./.-, , \
\ .·'-.._.• ti " ,•
I - I

..
'
'' '
d. Speed indictor
e. Generator coola nt and stator temperature (deg. C)
f. Generator frequency
g. Generator stator current
h. Filed current and voltage (A and V)
i. Average exhaust temperature ( deg. C)

11.5 DELETED

11.6 132 KV Switchgear Control And Protection

11.6.1 132 KV Switc hgear Equipment Panel

The DC S shall include 132 KV system switchgear equipment for controlling, indication
and protection in the centralcontrol room,but not limited to:

11.6.2 Step Up Transformer Panel [for each GTG/STG]

1. The DCS shall include the following but not limited to:

One (1) 132 KV circuit breaker control faceplales.


One (1) 132KV disconnecting switch control faceplates.(optional)
One (1) Ammeter 3 Nos.
One (1) Synchronizing key switch, removaltypes.
One (1) Ammeter (132 KV side) (0-2000 A), Voltmeter, pf meter,
wattmeter
Two (2) uni-directional watt hour meter (132 KV side) with provision
of reserve stop for export and import of energy and with
indicat ing lamps for voltage failure.
One (1) Mimic bus
One (1) lot Annunciation system

2. CONTROL PANEL

The control panel shall be equipped with the following items of protection, but not
limited to:
Three (3) Overall differentialrelay
Three (3) Step-up transformer primary over-current relay
One (1) Step-up transformer neutral over-current relay

One necessary auxiliary relays, t est terminal blocks, lockout relays, etc. shall also be
<f,·. ..,':1}!CQ
.Vid ed.
'-..\ .'\ j 1t'!· 1' .·l )-:-:

'
s: · -.-I <"'"-:::.-
" '\ F
. IARKf.i,1t;.Jn IS\Jt\ ,B1
d(1)/
"3..t Pilge I207
v' L----'."·,'' I
r m1\' t>-.-°'./
I •
The quantities show n above are for reference only. Actual figures shall be based on
the bidder's study and proposed CCPP configuration.

11.6.3 Synchronizing Panel


synchronising of the Generating units shall be performed within the DCS with
following indication:
One (1) Synchroscope
Two (2) Voltmeter
Two (2) Frequency meter

11.7 11-20 KV Common Switchgear

The 11-20 KV instruments, and other necessary things:


One (1) lot Control sw itch for 11-20 KV circuit breaker
One (1) lot 11-20 KV voltmeter selector switch
One (1) lot 11-20 kV ammeter
One (1) 1ot 11-20 KV voltmeter (11-20 KV)
One (1) 1ot Mimic bus
One (1) lot Annunciation
One (1) lot Test terminal blocks

The 11-20 KV, 6.6 KV,0.4 KV systems shall be available & indicated in the DCS. The
quantities shown above are for reference only. Actual figures shall be based on the
bidder's study and proposed CCPP configuration.

11.8 Desk Board For Aux iliary Power Supply

• Required no. of 6.6 KV and 440 V incoming circuit breaker control


switch
• Required no. of 6.6 KV and 440 V bus tie circuit breaker control switch
• Required no. of 6.6 KV and 440 V feeder circuit breaker controlswitch
• Required no. of 6.6 KV and 440 V voltmeter selector switch
• Required no. of 6.6 KV and 440 V incoming circuit ammeter selector
switch
• Required no.of 6.6 KV and 415 V bus voltmeter
• Required no.of 6.6 KV and 440 V incoming circuif ammeter
• Required no.of 6.6 KV and 440 V incoming circuit watt-hour meter (for
Auxiliary transformer and one common aux iliary transformer) wit h
indicating lamps for voltage failure

• One (1) lot Annunciators.


• One (1) Mimic bus
I j,
• ntation
O A nd Controls Design Requirements 11.9.1
n
e Design Requirements

(
1 signals and instrumentation signals shall not be ciffecied by stray AC voiiage
Control
)
or other interface of any type normally found in a power station. The Contractor shall
supply Tshielded cables and surge arresters where necessary.
e
s
Shockt absorbing mountings shall be supplied for instrumentation equipment where
required.
t
e
Each component
r shall be identified and tagged with a designation number. Instrument
m
scale ranges shallbe expressed in SI units metric units.
i
n
1·1.9.2 a Measurements
l
Measurements
b shall be take n for plant operation and control, and for healbalance
and equipment's
l performance & efficiency calculations including supply of software on
on-lineoplant monitoring and optimization to inter face with DCS system.
c
k
1. s Pressure Measurement

Pressure shall be measured near the pump discharges , pump suctions where NPSH
1 availability is critical, at either side of equipment where pressure drop is significant,
pressure regulated process, remote end of service lines, and near flow and level
1 measurements affected by compressibility or density changes.

. Normal operating point shall be approximately 60% of the range, over range
protection of at least 1.3 limes the maximum scale reading shall be furnished on all
9
pressure instruments. Accuracy shall be plus I minus 0.5% of calibrated span for
bellows or bourdon tube transmitters althe minimum.

I 2. Temperature Meas urement

n Temperature at appropr iate locations at compressor discharge, Turbine wheel space,


exhaust gas, rotor shaft bearings, stator windings, critical Turbine metal points, lube
s oi , radiators,etc. shall be measured.

t be thermocouples, resistance temperature

r ;/ .- \ p,gc I209

u
\ . . ·;
', _,,../

e
det ectors may be used as sensqrs for control loops.Thermocouples shall be cooper-
constantin for temperatures upto 200 deg C iron constantin upto 750 deg C, and
chrome! alumel up to 950 deg C. Cold junct ion compensation shall be achieved in the
control room. All extension wires from thermocouples and resistance temperature
detectors shall be shielded. Thermocouples shall be accurate to plus I minus 0.75 %
maximum measured temperature.

Resistance temperature detectors hali have platinum resisiance windings and shaii
be connected by the three-wire method. Resistance temperature detectors shall have
an accuracy of plus I minus 20 deg C. Local temperature gauge shall be bimetal
thermometers and shall have 80 mm round dial at minimum with black and whi e
markings.

Welded wells for temperature element shall be the same material as the associated
piping systems. All screwing wells shall be stainless steel.

3. Levelmeasurement

Level shall be measured in all tanks and vessels. Measurement of level in large or
pressurized vessels shall be by differential pressure. Local level indication shall be by
gauge glass for clear liquids,and by a top mounted noat or bubbler for viscous liquids.
Level controllers shall be of the differential pressure, or external cage displacement
type.

4. Flow measurement

Flow meters shall, with the exception of the area meter , operate on the relationship
which exists between differential pressure and fluid velocity. Flow meters shall have
liner outputs. Accuracy for fuel gas flow meter shall be within 2.0% at rate of flow
higher than 80%.

Flow metering of gas shall be temperature and I or pressure compensaled.

For flow met ering of oil, positive displacement met ers or area meters shall be used.

11.9.3 Control Equipment

1. Transmitters

Indicating transmitters shall be provided for controlloops as required. Transmitters


shall be substantia lly unaffected by changes in temperature and in process static
pressure over a range from zero to twice the normal operating pressure. Transmit ;:·i·;1:
1?. ·'!•,!]7_ .
·, ,.I..I
/---......... ::/'.: -(·- -;,
f :-//- - - •- Pag :t'2·. ,,.;\; -
I ' • · ' ,-;-j '\ \I\],II' ' !;::
' 1, ' ' '' )... . kOf Bi )
\. :--.-_../ .</ ' *
' l "/ * ,-., t1 "-\ ./
.shall feature accessible zero. and span adjustment.

2. FinalControlElements

Controlvalves and damper act uators shall be pneumatic, where necessary, provided
with electric- to-pneumatic converters. The response of final control elements shall
have minimum time lag.

a. Control Valves
Controlvalves rated at 2,00 kN/ sq.m (300 lbs ASA) and below shall
be flanged and higher rating shall be welded.Valves shall with stand
shock loads imposed by lhe processor. controlvalve actuators shall
be sized to overcome packing friction and dynamic stem forces.
Unbalanced force shallbe kept to a minimum level consistent wit h
effic ient operation in service.

b. Damper Actuators
Damper actuators shall be fully enclosed and supplied with all
accessories including special mounting brackets as required. A
solenoid operated, four way pneumatic valve rtus open and clo se
limit switches shall be included.

3. Positioners and E/P Converters

Posiioners shall be furnished with final controlelements where:

• smallchange in pneumatic signalare to be amplfied


• Split range controlis required
valve pressure drop is greater than 280 kN/sq.m

Positioner s shall nave a feedback cam to characterize relationship between input


signal and final element position.

E I P converters shall be provided to convert electronic control signals to pneumatic


output signals. Converter accuracy shall be plus I minus 0.5% of output span.

4. Solenoid Valves

All solenoids shall have class F insulation or higher class and solenoid enclosure shall

Page / 21 1
Sofenojr(t:foreperation on AC sall give satisfactory ope! I ; .-' ver 'he r

to 105% AC soppfy voltage.

Solenoid for operation on DC shall give satisfactory ope1. ,;,m over the
to \15 % DC Supply·.VOitage.

t'f 1Cl- DElETED.

11.11 Distributed Control System (DCS)

111-1 t General

A fulty inteQrated unitary DCS has to. be supplied fur 1nonito1i11y. conl ., y,
roe, , 811
alam and recording of select ed physical and electric:il 1: irameters c:';sociated U,
relevant plant areas. All monitoring and control interactions shall he done v tttie
keyboard and Mouse. No conventionalcontrol desk equipment sh;-,!i be requirelt
central controlroom (CCR).

. nit
The structure ol the DCS shall be clearly separated in sequence 1ary) cont , rs,
control, function group control, drive control ard analog conlll . 1naster co lly,
analog drive controllers) .Tile controlsystem s.1all be also s:·-i !Lired t1ierar be
·cceirding to process areas, into dearly defined groups. I !le controls rrt. the
complete
ly shared in Hardware and Software. lnterconr.cc!ions betwe on
controllers shall be done via a redundant data bus. All signc;ls shall be avail/
redundant data bus.

fwer
The DCS must be reliable and unique, covering all aulom<ition func t ions of the
plant. which are:

• HRSG control and protection


• Turbine cont rol and protection including Turbine supervisory instruments
• Hydraulic operated Diverter Damper control (GT Exhaust System) tems
• Generator protection, excitation, voltage regulation and synchronisation s
• Auxiliary system control

• Balance of plant control


• W'9ctor
In co-coordinating the design of the control systems for this contract, the con of
115
i to account of the following requirement. The operational functlc KV
shall take n
2
conlroi, and supervision of the combined cycle power plant, its auxiliaries, the 1tiesel
substation, 11-20 KV, 6.6 KV and 415 V station and unit sw itchboards, and ,- .;-,. .....
,. ··I"' 1iPd1I/ f ' .
generator shall be carried out remotely from the CentralControl Room (CCR). '[ ,(?:...
ni..•! :i\IV\Si... '· :.
/-·-·--....... r 1i-:nrW r:G
I , --- '\,·', 1
) or B1d(2)_,
.1 :. ) •• / )
'· /
1/ ; CHlN lY
The scope shall include provision of control and supervisory facilities for the systems;
132 KV substation, 11-20 KV, 6.6 KV and 415 V station and unit switchboards, and
Emergency Diesel Generator.

The co-ordination necessary to achieve this objective shall be achieved by the


provision of a single integrated control system, encompassing the entire contract
scope. It shall be microprocessor based and use state of the art Distributed Control
Syslem (OCS) technology.
e:_ -
The Contractor shall perform all the engineering necessary to provide the operators in
- - lA
the CCR with a consistent standardized man-machine interface solely by means of -
the single approved DCS for all the plant in this contract.
= ).
In certain cases the Contractor may propose that.a plant supplier is also the provider
of its associated control system because it forms an integral part of the proprietary
package. Where this approach is approved, it is referred to as a Proprietary Package
Control System (PPCS). The Contractor shall provide the necessary means of
communication/interfacing between the PPCS and the DCS to facilitate the proper
and efficie nt control and monitoring of the whole Combined Cycle Powe r Plant.

It is to be noted that,-heterogeneous solution for the proposed control system of=


th=e
Steam Turbine and HRSG shall not be accepted.

The PPCS and the choice of DCS shall be subject to the approval of the Employer.

The following criteria shall be met in the proposed controlsystem:

Operational availability
Configuration flexibility
Ease of mainlen.ance

System design shall be adapted to the power generation application


and Vendor support for the projected plant lifetime.

The specifications shall apply to all systems and components for protection , safety,
per-missive, interlocks, auto-sequencing, regulating conlrol, supervisory control, data
acquisition, maintenance,configuration, and interfacing to others.

11.11.2 System Description General

_-.:-..- '-:.-,One unified Distributed Control Sy stem (OCS) based on free configurable
';\,> ,.,, •: .{:-, . ·croprocesso r and of approved desig;·1 for power plant application shall be used. The
"\ ;\.-._.......- -- .. ,' / . ..'

fii li"ll'\[\"htl:;"llllh'nv fI.\'1


< \1\f;:., ' :
. ' ' /.: .;- - I/·.' - •'\ . Page I2 1 3
Fo1 id('2) h- Ah J ;
(j'<Y'I.--/ ·r. "' ' .P"' .
* Ct{}l ;:h ",
.. -
protection system of HRSG and Steam Turbine must be an integral part of the planl
control. Human interfacing with process shall be done via Process Operation Station
(POS). The boiler protection system must be type tested and approved by the
respective authorities. It is the contractor's responsibility to provide a control system.
which fulfils all approved by the respective author ities. It is the contractor's
responsibility lo provide a control system, which fulfils all requirements of power planl
operation and maintenance having at least the following features:

• Function groups, analogue controlloops, drives control loops shall be controlled


by fully redundant POS from the main controldesk.
• No electronic module shall be installed locally. All analogue and binary signals
shall be cabled to the eleclr.onic rooms. Where the conversion into BUS signals
takes place.
• The design of the control system shall be distributed and decentralized such
avoiding thal one failure leads to a tripping of more than the directly related
apparatus.
• The transm ission capacity of the BUS system must permit to handle the
maximum amount of data arising during major process disturbances. Data
buffers between the control stations and the BUS transmission system are not
allowed.
• Any failure within the electronic digital control system shall not affecl the
operation of lhe plant or any major part of it.
Redundancies in the process (e.g. feed waler pumps, condensate pumps,
etc) shall be followed in the design of the controls. That means. that the
processing has to be realized in separate modules.
• The documentation shall be based on function descriptions (control logic, inter-
locking diagrams) principle DIN-or equivalent symbols and shall be revised after
commissioning. Paperless documentation shall be provided.
• The electronic control system shall be resistant to radio frequency interference
and shall be protected against external and internal over voltage according to
IEC 801.
• Adequate measures shall be 1aken to ensure a high security in data
transmission of the BUS system. The minimum hamming distance on actual
transmission shall be not less than 5.
• Interfaces t o other control systems (e.g. aux. Pla nts) shall be made in RS-232C
and MODBUS-Prolocols.
• The system shall include all test and programming devices necessary for
maintenance,trouble hooting and programming.

• The scanning rate acquisition and transmission shall allow a resolution of ms for
all digital and analogue signals. An accumulation of alarms, e. g.400 alarms in
one second, must not cause any loss of alarms. .-:=-

• Design and method of grounding and the treatment of the common r e:L:i
/--- :.\ -:\ r.:i:i ,,
:4
·
i 1
r-
.
. · ' ·:. I 1
, - .h For Bid (2 /;_::
\
, - --" ''; :(Y
* f'r rn.• I'\. ,.\.
and the cable screens shall be unif ied for all control systems and DC supply
systems throughout the plant.
• The heat dissipation of the control cubicles (fully equipped but with 10% spare
space) shall be given in the offer.
• Availabilily of the power plant envisages the requirement of the inslallation of
redundant sensors I transmitter for important values, mainly for protection
purposes. The sensors shall be in double with mean value information and
supervision, or in triple wit h 2 out of 3 selections. These input signals shall be
processed on different modules. Each module has to be provided with separate
power supplies. Special measures shall be taken to avoid damages, power
drops or loss of power in case of a failure of one measurement.

11.11.3 Acceptability of Control Systems

It is a requirement t hat the DCS proposed for this project meet the following
requirements.

a. The manufacturer shall be of international repute.


b. The control system shall have been developed for power generalion plant
control, incorporating proven hardware and firmware for such applications.
c. The control system shall have a demonstrable development history.
d. The manufacturer shall operate a design policy incorporating compatibi lity
between versionslgenerations of equipment.
e. The version of system proposed shall be the manufacturer's latest current
design (Sti:ite of the art) and shall be identified.
f. Engineering support facilities for Bangladesh are in place.
g. The control system must have a satisfactory reference list illust rating power
generation applications.
h. The manufacturer is required to give his undertaking to provide support, in
terms of spares provision I compatible solut ion, maintenance and engineering
for a period of 15 years from the taking over date for the station. The
manufacturer shall explain the history of his customer support policy by oul-
lining the duration of support provided for previous generations of control
system.

The Tenderer shall submit sufficient information in response to each of the above
itemslo enable the Engineer to complete his assessment.
If the Tenderer proposes a choice of cont rol system that fails to meet the stipulated
requirements, then the Tender may be rejected unless the proposal is amended to the
Engineer's approval.

Page I2 15
Acceptability of the ControlSystem Design Group

The timely completion of the Contract and the satisfactory operation of the plant will
depend upon the successful engineering and implementation of the integrated control
system whose duty is to co-ordinate allthe normal plant operations.

The Contractor shall therefore meet the following requirements.

a. The engineering of the DCS shall be the responsibility of a single


management unit. It is recognized that the identity of this unit will be
dependent upon the composition of the consortium undertaking this
project. II is accepted that this management unit may be, for example, in
the DCS Vendor's company, or in the turnkey managing company.
b. The DCS design unit must have demonstrable know-how and experience
in the particular field of power generation project engineering.

The Tenderer shall submit sufficient information in response to each of the above
items to enable the Cl ent to complete his assessment. The proposed "DCS design
management unit" shall be clearly identified in the Tender.

If the Tenderer proposes a choice of design entity which fails to meet the stipulated
requirements then the Tender may be rejected unless the proposal is amended to the
Engineer's approval.

11.11.4 Contractor's Control Room Design Review

The Contractor shall prepare, for drawing approval, a document entitled "Control &
Operation Review of Proposed CC:R Facilities". This report shall be accompanied by
the first issue of CCR generaf arrangement drawings.]

The above review shall cover the following aspects and their impact on control room
facilities design.

a. Layout of proposed DCS equipment and peripherals


b. Work flow and movement of personnel
c. Degree of automatio n
d. Lighting, ventilation,noise levels
e. Application of Ergonomic principles throughout system design.

The CCR facilities shall incorporate a consistent design throughout for VDU and
keyboard/ Mouse positioning, Monitors, Mimic copiers I Color Printers.

' . m.-J
. .,\
• ,,., \ . !
' l JV
I .
\ ' ,
...
:
-- ...
j ,
The human-machine interface (HMI) in the CCR shall be based mainly upon operator
workstations each comprising a VDU, functionalkeyboard and mouse. These shallall
be sourced from the same vendor and operate by means of a common firmware
system (namely that, of the approved DCS) yielding a common format for display,
graphics and operator interaction. Furthermore the application software shall be
developed to yield commonality in the appearance and operation of the MMI plant
wide.

An operator's station shall comprise an ergonomically profiled desk on which are


mounted several VDUs and keyboards I Mouse grouped together in a manner which
accounts for the above-mentioned requirements. The design shall take note of the fact
t hat, although a high degree of automation is to be achieved, operators in the CCR
will on a periodic basis be instructed lo perform plant start-up and shut down
procedures without the assistance of auto-sequence control. Hence t he presence of
additio nai operator(s) at the station is to be allowed for.

The Contractor shall explain the impact of VDU failure upon the control and
supervisory facilit ies provided by each console.

In order to demonstrate avoidance of high luminance images in VDU screens, the


Contrac tor shall submit for approval his design proposals (and calculations). These
shall show how the design of the luminaries (luminance limit angle), tilt angle of
screen,screen height, radius of curvature of screen and other factors are integrated to
prevent the appearance of reflections of luminaries in the screens.

The Computers, Monitors and other facilities in the CCR and adjacent areas shall be
laid out to meet the needs of shift management, control room operators and
maintenance staff. The requirement for storage of documentation shall be accounted
including 0 & M manuals, printouts, reports and magnetic media.

The Contractor shalldevelop his proposal, tailored for the requirements of this project
and for the design characterist ics of his equipment. The Contractor shall be required
to justify his control room layout , which shall be subject to approval.

11.11.5 Central Control Room Operator Interlace

11.11.6.1 Operational Management

All normal operations, relat ing to the combined cycle power plant shall be carried out
remotely by staff situated in the CCR.This room will be continuously manned.

••• ,c_,·: .,..,-o-,- - , In designing the CCR and its operational facilities, the Contractor shall take into
i::;:"..' '· •.."'.1 11 ;
s:.\\:\ -.::..:----- -. .. . :,, I
_! , '• .... , _,,.,..,

c-y ..r
') J '- ... '\
\
Page I217
\ 1
S:rtt\&TIK!:"iU-\iQ'.\'\}j . .l. - ,.. ·. - t ·
t?l 1111'\l\l " \ ' .
, l'or B (2\, '-·
'Pi* . - --
t\
01 l\
t' ,./
,>-. ..,. ,,
//
...- ......
account of the following points.

a. The CCR shall be the communications focal point enabling all operations to
be supervised from here, including normal operations, abnormal operations,
emergency operations and also electrical controls.
b. It is a requirement that all normal plant operations, including shutdown and
any start up not preceded by maintenance outage, are achieved remotely and
solely by operators in the CCR. During such operations there shall be no
need for plant attendants to intervene locally at the plant itself.
c. Ease of communication between the CCR engineers and the unit operators is
a requirement.
d. By means of DCS visual display unit (VDU) facilities,the engineer (supervisor)
and manager shall be able to monitor the status of the plant and be able to
exercise historicaldata retrieval, analysis, review and report production.

11.11.6.2 Equipment and Facilities Associated with the Central Control


Room

The CCR shall be equipped with the following:


a. Combined cycle power plant control
b. Supervisor's control
c. Four printers
d. Document storage system in a room besides the controlroom.

Associated with the above, situated in the Control Building, or as appropriate shall be
pro-vided:
a. Printers (3)
b. Engineer's control
c. Manager's control
d. Employer's commissioning control

11.11.6.3 Combined cycle power plant control

This is to be referred to as t he Unit Contrbl. The scope of supervision, conlrol a nd


operalion performed from lhe Unit Control shall include the Gas Turbines. the HRSG,
the Steam Turbines, Generators, and allassociated auxiliaries.

The controlshall comprise:

a. Suilably profiled curved or segmented desk unit.


b. Operators' chairs (4)
c. Operators' work station (4) each including high resolution colour VDUs (2)
• Associated functional keyboard and Mouse
• Workstation computer
d. Video copier unit (colour)
e. Sub-panels integrated into the control on which are mounted (hardwired)

• Emergency trip push buttons (key re-settable)


• Indicators and controls for manualsynchronization of Generators as back-up.
• Alarm annunciation system

f. Drum level indicators (Hydra step)


g. Working space wilh telephones

The following functions must be realized within the DCS:

• Plant isolations and supervis ion of permits-to-test and permits-to-work


• Responding to alarms and incidents and laking the appropriate
corrective actions
• Statio n load control and responding to load dispatch requests
• Voltage controland management of reactivepower
• GT start up, synchronizat on,loading, and shutdown
• Exhaust gas diverter damper control
• HRSG start up
• Pipeline drains and warming
• Steam bypass operation
• Steam Turbine auto-run up,auto synchronization
• Steam Turbine loading ramp
• l;mergency stop/ shutdown of the GT and its auxiliaries

11.11.7.1 Permissive Interlocks

Permissive interlocks shall be provided to ensure that plant cannot be endangered by in-
correct operation of inter-related items such as pumps and valves; this shall apply
whether the command was initiated by the CCR operator or by the auto-sequence
system.

,-
/
Page l 219

I'

Section 11, the facto r of safety wilt not be les.s than 3.5. The switchya rd structures
shallbe designed considering the sag limit at minimum ambient temperature (50c) in
still air not exceeding one (1) percent of the horizontal span length. Conductor sag
chart and clearance data shall be subject to approval of Engineer.
Materials used for busbars and connections shall be stressed to not more than two-
fifths of their elastic limit. Provision shall be made for expansion and contrac1ion with
variation in conductor temperature and busbars shall be arranged so they may be
readily extended in length with a minimum of disturbance to existing equipment.
Tubular bus conductor shall be used for 132kV busbar and supported by station post
insulator.

Tubular Bus Conductors

Aluminium used shall be of grade 63401 WP conforming to relevant !EC/BS Standard.

ConstructionalFeatures

a. For outside diameter (OD) & thickness of the tube there shall be no minus
tolerance. The other requirements shall be as per IEC 114.
b. Corona bells shall be provided wherever the bus extends beyond the clamps
and on free ends for sealing the ends of the tubular conductor against rain and
moisture andlo reduce t he electrostatic discharge loss at the end points. There
shall be smalldrain hole at the end of each corona bell.
c. The welds in the aluminiumlubes shall be kept to the minimum and there shall
not be more than one weld per span. The procedure and details of welding
shall be furnished for approval of the Employer. Material for welding sleeve
shall be same as the Aluminium tube.

Parameters

The size and other parameters of tubular bus conductors suitable for the busbar
arrangement and Power plant capacity shall be determined by the Contractor.

9.4.4 Miscellaneous Materials

All miscellaneous materials such as phase mark plates, angle st eel, C-shaped steels,
conduit pipes, cable cleats, bolts, nuts, and other materials for completion of the
switchya rd shall be provided by the Contractor.
f»--·
SECTION 10

6.6 KV SWITCHGEAR AND LOW TENSION


SWITCHGEAR

/
..........__ _ ...
I
I•
Page j 191
10.0 6.6 kV Switchgear And Low Voltage Switchgear 193

10.1 6.6 kV Switchgear 193


10.1.1 Construction 193

10.2 415 V Switchgear And Motor ControlCentres 195


10.2.1 Switchgear (Power Centre) 196

10.2.2 Motor Control Center 196

10.3 Metering system for Auxiliary power consumption (6.6kV and 198
415 V)

/ ··
,..'l=
l) .-\
·
l .
iJ
I..,'/
·11• <'
i\ •' ·
'\ ,J 'J '

'
\
I
\
___
· - /
'-.....'...
10.1 6.6 kV SWITCHGEAR AND LOW TENSION SWITCHGEAR

The auxiliary Power system shall consist of the follow ing equipment, but not be limited
to:

• 6.6 kV Switchgear
• 4 15 V Switchgear and Motor Control Centres
• Metering system for Auxi liary power consumption (6.6kV and 415 V)

In addition of the requirement, 02 nos. of spare 6.6 kV circuit breaker are to be


installed for future use.

Note: High speed Bus Transfer (HSBT) system to be incorporated with 6.6 kV bus
incomer breakers. With the failure of 6.6 kV bus incomer breaker connected to unit
Auxiliary Transformer, 6.6 kV bus incomer breaker connected to Reserve Auxiliary
Transformer is to be closed without making any disturbance to 6.6 kV loads.

10.2 6.6 kV Switchgear

10.1.1 Construction

1. Type and Rating

• Type
Indoor, steelsheet formed cubicle, single bus draw-out type
• Rating
Rated voltage :6.6 kV
• Rated insulation level
Lightingimpulse withstand voltage : 60 KV
Power frequency withstand voltage : 22 KV(1 min)
• Rated frequency : 50 Hz
• Rated normalcurrent
Incoming and bus tie circuit : 600 A
Feeder circuit : 600 A
Rated short circuit current :40 kA (rms.)
Rated short circuit making current :100 kA (rms)
Number of circuit :Determined by the Contractor but
two Spare feeders shall be included.

Page I 193
Circuit breakers shall be floor mounted drawn out horizontally by hand, and primary
and controlcircuits shallbe disconnec ted from the buses automatically.

3. Compartment

Circuit breaker chamber and bus chamber shall be isolated by grounded steelplates,
and bus conductors shall be installed.

4. Front Door

Each compartment shall have hinged door mounted with instruments switches,
indicating lamps and test terminals.

5. Rear Panel

Each compartment shall have removable covers.

6. Leading of Cable

Control cables shall be led from terminal blocks through front bottom of front bottom
of cubicle.

7. Bus bar

3-phase, 3-wire system. Copper bar, totally insulated. Buses shall be suitable for
capacity continuous duty.

a. Main bus, more than 1OOOA


b. Branch bus, more than 600 A

8. Control Power Bus

2-wires DC 110 volt insulated wire.


Branched circuit shall consist of two circuits of closing and tripping for every
circuit
breaker.

9. NeutralGrounding Resistor

Low tension winding of the station transformer shallbe grounded through neutral
grounding resistor which is accommodate in the compartment of 6.6 kV switchgea r.
The current rating shall be suitable for a single phase to earth fault on 6.6 kV circuit
:o
r:;.:> ;s·r 1(w12;0.
c(·:.-"'---
J!;0;'1J./J d \ !\l.£\11't .%t; g
· c0r Bid\2) <
r
\.... . . i,,,,.
..
·
'PJl . ,,... *
for 30 seconds and a maximum neutralcurrent shall not be exceeded 10 A.

10.2 415 V Switchgear And Motor ControlCentres

415 V switchgears and motor control centres shall be supplied to control all electric
motor driven auxiliaries and supply power to the other electric load of the plant. If
control centres or distribulion panels not described in this Specification be needed,
they sha ll be supplied with each facil ty. In addition of the requirement, 10 nos of
spare 415V circuit breaker are to be insla lled for future use.

The switchgea rs and motor control centres are classified into the following:

One Lot of 415 V common switchgear


• One lot of 415 V unit switchgears
• One lot off 415 V molor control Centres

10.2.1 Switchgea r (Power Center)

1. Type and Rating

• Type
Indoor, steel sheet formed cubicle, single bus draw-oul ty pe.

• Rating
Rated voltage : 415 v
Rated frequency : 50 Hz
Rated normalcurrent
Incoming and bus tie circuit :2,00 A
Feeder circuit :600 A
Rated short circuit current : 50 KA(rms)

• Number of circuit To be determined by the


contractor

2. Kind of Unit

The switchgear shall be of 3 phase, 4 wire: neutral solidly grounded, 415 V power
center type with circuit breakers 50 kA interrupt ing capacity . The switchgear shall
contain the following kind of circuits as general.

Incoming and bus tie circuit


2,500 A, 50 kA (rms) ACB
Page I195
• Motor feeder circuit
600 A, 50 kA (rms) ACB
• Feeder for motor control center
600 A,50 kA (rms) ACB
• Voltage transformer unit

All circuit breaker shall be able to draw out horizontally.

3. Compartment

Grounded metal plate shall be provided to separate between the units and circuit
breaker section and bus bar section.

Conductor shall be insulated.

4. Bus-Bars

Bus bars shallbe copper bars with insulating cover.

5. Cable Connection

Power cables and controlcables will be led from the terminals through rear bottom of
cubicle.

6. Control Power

The switchgear

Indoor, steelsheet formed,self-standing dualface type motor control centre.

• Rating

Rated voltage :415 v


Rated frequency :50 Hz
Rated normal current
Incoming : 2,500 A
Feeder circuit : 450,200 or 100 A
Rated short circuit current : 50 KA (rms)
Number of circuit : as required including three (3) spare feeders
on each motor control centre

b. Kind of Unit

The motor controlcentre shal! be of 3 phase, 4 wire, neutral solidly grounded, 415 V
motor control centre type and shall contain the follow ing circuits as required.

• Incoming
2,500 A, 50 kA (rms), moulded circuit breaker.

• Motor feeder circuit


400, 200 or 100 A, 50 kA (rms) moulded circuit breaker, contactor, and reserve units if
required.

Non- motor feeder circuit


400 , 200 or 100 A, 50 kA (rms) moulded circuit breaker.

c. Compartment

Grounded metal plate shall be provided to separate between the units and circuit
breaker section and bus bar section.

Conductor shall be insulated.

d. Draw-out system

Control centre unit and incoming circuit breaker shall be drawn out horizontally by
hand and main circuits shall be disconnected from bus bar.

e. Motor Feeder Unit

Each unit shall have hinged door on which circuit breaker operating handles,
indicating lamps, operating push button and miscellaneous attachment shall be
mounted.

f. Non-motor Feeder Unit

·-
/, ·- '-,.\ Page 1 197
;- '
: j, I
.- °) Ij l I

'\·'· .''i·
'-.. /

. -
7. Cable Connection

Power cables and control cables will be led from the terminals through rear bottom of
cubicle.

8. Bus-Bars

Bus bais shall be copper bars with insulating cover.

10.3 Metering system for A uxiliary power consumption (6.6kV and 415 V)

The EPC cont ractor has to design proper metering system for auxiliary power
consumption of both 6.6 kV and 4 15 V and provide adequate meteri11g system
accordinglo the approved design by Engineers and RPCL aut hority.
SECTION 11

CONTROL AND PROTECTION

I I•
Page I 199
11.1 Controland Protection 201
Equipment 20
11.2 General Requirements 1
11.2 LocalControl 201
11.2.1 Control Functions Of Gas I Steam Turbine Generating Unit 201
11.2.2 Gas Turbine Generating Unit LocalControl 202
11.3 Gas/ Steam Turbine Generating Unit Protection 204
11.4 Gas Turbine/ HRSG/ Steam Turbine Generating Remote Unit 205
Control
11.4.1 Gas Turbine/ Steam Turbine Generating Unit Remote 206
Control
11.4.2 Gas Turbine/HRSG/ Steam Turbine Generating Unit 206
Remote Indication
11.4.3 Remote Metering 206
11.5 Deleted 207
11.6 132 kV Switchgear Control And Protection 207
11.6.1 132 kV Switchgear Equipment Panel 207
11.6.2 Step Up Transformer Panel 208
11.6.3 Synchronizing Panel 208
11.7 11-20 kV Common Switchgear 208
11.8 Desk Board For Auxiliary Power Supply 208
11.9 Instrumentation And Controls Design Requirements 209
11.9.1 Design Requirements 209
11.9.2 Measurements 209
11.9.3 Control Equipment 209
11.10 Deleted. 212
11.11 Distributed Control System (DCS) 212
11.12 Standard Weather Station 233
11.13 Continuous Emission Monitor Module 233
11.0 CONTROL AND PROTECTION EQUIPMENT

11.1 GeneralRequirements

The Contractor shall supply and install all control, protection and instrument panels
with measuring instruments , relays, control switches, automatic controllers,
annunciator, etc. necessary for proper operation and monitoring of the Gas/Steam
Turbine generating units, switchyard equipment and their associated facilities. All
Control & Protection System must be Micro-Processor based and Protective Relays
shall be as follows:

a. Generator Unit Protection :ABB, Switzerland/ ABB


Sweden/ Siemens, Germany
b. Step- Up Transforme r Protection : ABB, Switzerland/ ABB
(11-20 KV/ 132 KV) Sweden/ Siemens, Germany
c. 132/6.6/0.4 15 AUX. transformer ,
& 6 6kV Protection : Siemens, Germany/ Areva,
UK-France/ABB , Finland/
ABB, Switzerland I ABB, Sweden.

11.2 Local Control

11.2.1 Control Functions Of Gas I Steam Turbine Generating Unit [HMI,


Computers]

The unit shall be furnished with a stale of the art automatic control system suitable for
unattended operation in base load or peak load operation. The automatic control
system shall have a sequence the unit for normal start-up, emergency start-up,
synchronizatio n, operation, spinning reserve, voltage control, load control, station
performance monitoring, normal shutdown, emergency shutdown, and return to
standby status.

Upon actuating the normal start command, the unit shall be started, come upio the
rated speed, synchronized, closed the main circuit breaker and when parallel
operation, picked up a pre-set base load which can be adjusted from approx imately
zero to the full capability of the unit. A" Base-Peak" selection shall be provided in the
control system which shall permit the operator to select the loading of the unit at base
or peak rating.

During either parallel or isolated operation, loading shall be manually controllable in


t\·;:1Jr; dillon to the automatic controls provided during either parallelor isolated operation;

: ;; : ;;( / \ Page l 20 1
'dl"I) ,,..,-, (\... I ' I
'.
.-V ' ·'. '
: .. ;
f Qrp
1 \L ,.::: '
./ * / \(,>--· .
* run,\ '-- /
voltage shallbe manually controlled in addition to the automatic controls provided.
Upon actuating the stop command the unit's load shall be reduced gradually by pre-
set programming, the generator circuit breaker shall be opened, speed shall be
reduced to turning gear rotational speed, the turning gear shall be engaged
automa t ically and the unit shall be returnedlo standby slatus. An emergency stop
controlshall be provided.

The units shall be auton·1alically p1evented r1om starting, or if operating, shall be


automatically shut down upon the occurrence of abnormal conditions or malf unctions,
w hich wo uld be injuriouslo the unit.

All auxiliary sequence, timing voltage, synchronizing, load sensing and protective
relays required for complete automatic control and protection of the unit shall be
provided.

11.2.2 Gas Turbine Generating Unit Local Control [HMI, Computers)

The unilshall have its own local unit control room which is completely independent of
the contro lroom for the other unit.

Equipment, materials, accessories furnished, mounted, and connected on the local


unit control panel shall include, but not limited to, t he following functions.

Normal start-stop
• Emergency stop switch
Base- peak load selection
Manualload control
• Manual voltage control
• Synchroscope switch
• Synchroscope, synchronizing lights, and incoming and running
voltmeters
• Status lights to indicate :Standby, starting, on-line, Emergency shutdown,
etc.
• Speed indicators
• Frequency meters
• Fired time indicator in both base load operation and peak load operation
• Three start counters:
No. of start signals
• No. of fired starts
No. of breaker closing
• Generator ammeter
• Generator voltmeter

6."- I
: ; , 1'
· :.' 0
"?·,.
' '·
\
. \ ::.
\ ·'--· .)/
._ ..
• Bus voltmeter
• Generator watt meter
• Generator voltmeter
• Bus voltmeter
• Generator watt meter
• Generator var meter ( zero centre)
• Generator watt-ho ur meter with indicating lamp for voltmeter
• Generator var-hour meter
• Watt and Var
• Tes! switch
• Recording of following parameters:
• Air temperature
Lube oiltemperature
• Bearing temperature
• Critical GasTurbine temperatures
• Bearing vibration
• Integrator for fuel gas flow
• Annunciator with test, acknowledge and reset push buttons and horns to
Indicate malfunction of the unit.
• Synchronising auto/ manual
• Automat ic synchronising equipment for synchronising to energised or de-
energised system.
• Voltage regulator
• Vibration monitor
• Temperature meter (generator, etc.)
• Excitation voltmeter
• Excitation ammeter
• Field breaker control switch and lights
• Controlswitches and ligtits for generator breaker

The automatic synchronising equipment shall include, but not be limited to the
following.

• Automatic synchroniser
• Speed matching
• Voltage matching
• Voltage acceptance
• Synchronising check or synchro- acceptor

...q'-f/l;;i() ij"'.;'> The contractor shallfurnish all control equipment, meters, relays or similar devices not
§,'i "'" · - ct,J.. ecifically listed but those are required for the sound operation of the unit.
on.

i&
J .......... -,,..

:ii:l/ \,Lll1\n[\v)l\7. 1l'1"t\\'\°J' D'I IS\'.Jt: .';.:?:::::


--
.·.. '· -. -:.
( ./ .;,......_\
Page J 203
'
'
F0r id(2) \':0c1:, :$
, ()-" ··_•! , . ·"_\ - :\
I •· , . · : ;
t*c· 1
-:.::.
h- - \.-'>- - <....../
The above shall be realized and available in the screen of monitoring computers.

11.3 Gas/ Steam Turbine Generating Unit Protection

Automatic protection devices complete with annunciation system shall be provided to


protect the Gas Turbine generating unit at all items, regardless of whethe r locally or
remotely controlled, against any malfunction of the unit or control system and shall, at
least, include the following:

Automatic protection devices Alarm Alarm & Gen Alarm & GT


CB Trip shutdown
Unit DC Supply under-vo ltage and x
qround fault
Auxiliarv motor overload x
Inlet air filter differential pressure x
hi!lh
Coolinq liquid level low x
Fuel oil inlet pressure low x
Fuel qas inlet pressure low x
Rotor vibration high:-
1st stage x
2nd staae x x
x
Turbine over-speed x --
Generator under frequency x x x
Incomplete start sequence x
Bearing temperature high:
1st stage x
2nd stage x x
Exhaust temperature high:
1st stage x
2nd staqe x x
Exhaust temperature unbalance x
Generator stator temperature:
1st stage x
2nd staqe x x
Lube oil pressure low:
1sl stage x
2nd staae x x
Lube oiltemperature high:
1st stage x
2nd slaqe x x
Lube oiltank level abnormal x
Generator differential x x
Generator overcurrent x
Generator reverse power x
Loss of excitation x
Negative phase sequence current:
1st stage x
2nd staqe x
Generator over voltaQe x ,·.
Generator ground:
1st stage x
2nd staqe x x
Generator field ground x
Generator breaker Qround x
Field breaker trio x x
Exciter trouble x
AVR failure x
Emeroencv Trip (Manual} x x
Fire x x

The above alarms shall be indicated and available in the screen of monitoring
computers.

11.4 Gas Turbine/ HRSG/ Steam Turbine Generating Remote Unit Control
[HMI,Computers]

State of the art Distributed Control System shall be provided so as to allow the
following minimum features of remote operation,indications and alarms.

1. Start the unit

The operation shall bring 1he unit automatically through all the stages of start up and
synchronize the Generator to the system,and taking the load.

2. Stop th e unit

The Generator shall be automatically unloaded, tripped off the circuit breaker and the
Turbine shutdown.

3. Active load control

Active load raise or lower control shall be connected to the governor speed control
circuit.

4. Reactive load and voltage control

Reactive load and voltage raise or lower control shall be connected to the generator
AVR system.

5. Baseload I peak load selection

1·:··..'- \ <·'
'
I
I- • .. I • /
Page j 205
6. Emergency stop

The above shall be available in the screen of computers.

11.4.1 Gas Turbine/ Steam Turbine Generati ng Unit Remote Control

Tile following control shall be provided, but not be limited to, on the remote unit control.

• Unit start I stop


Active load raise / lower
• Voltage raise /lower (Reactive load control)
• Mode changeover base I peak
• Synchronizer : manualI off I auto

The above shallbe indicated and available in the screen of computers.

11.4.2 Gas Turbine/HRSG/ Steam Turbine Generating Unit Remote


Indicatio n

The following remote indications shall be provided, but not be limited lo, on t he remote
unit control:

a. Ready to start
b. f\ux iliaries running
c. Normalstart sequence inprogress
d. Start sequence completed
e. Shutdown sequence in progress
f. Generator breaker open I close
g. Flame indication
h. Temperature control indication
i. Mode selection indication base I peak
j. All trip cause.

11.4.3 Remote Metering

The following parameters shall be provided, but not be limited to, on the remote unit
control.

a. Generator active power output


b. Generntor reactive power output (MVar)
c. Generator bus voltage
/.. -----.......,
/. ,'----':' \
Cf

• .
./.-, , \
\ .·'-.._.• ti " ,•
I - I

..
'
'' '
d. Speed indictor
e. Generator coola nt and stator temperature (deg. C)
f. Generator frequency
g. Generator stator current
h. Filed current and voltage (A and V)
i. Average exhaust temperature ( deg. C)

11.5 DELETED

11.6 132 KV Switchgear Control And Protection

11.6.1 132 KV Switc hgear Equipment Panel

The DC S shall include 132 KV system switchgear equipment for controlling, indication
and protection in the centralcontrol room,but not limited to:

11.6.2 Step Up Transformer Panel [for each GTG/STG]

1. The DCS shall include the following but not limited to:

One (1) 132 KV circuit breaker control faceplales.


One (1) 132KV disconnecting switch control faceplates.(optional)
One (1) Ammeter 3 Nos.
One (1) Synchronizing key switch, removaltypes.
One (1) Ammeter (132 KV side) (0-2000 A), Voltmeter, pf meter,
wattmeter
Two (2) uni-directional watt hour meter (132 KV side) with provision
of reserve stop for export and import of energy and with
indicat ing lamps for voltage failure.
One (1) Mimic bus
One (1) lot Annunciation system

2. CONTROL PANEL

The control panel shall be equipped with the following items of protection, but not
limited to:
Three (3) Overall differentialrelay
Three (3) Step-up transformer primary over-current relay
One (1) Step-up transformer neutral over-current relay

One necessary auxiliary relays, t est terminal blocks, lockout relays, etc. shall also be
<f,·. ..,':1}!CQ
.Vid ed.
'-..\ .'\ j 1t'!· 1' .·l )-:-:

'
s: · -.-I <"'"-:::.-
" '\ F
. IARKf.i,1t;.Jn IS\Jt\ ,B1
d(1)/
"3..t Pilge I207
v' L----'."·,'' I
r m1\' t>-.-°'./
I •
The quantities show n above are for reference only. Actual figures shall be based on
the bidder's study and proposed CCPP configuration.

11.6.3 Synchronizing Panel


synchronising of the Generating units shall be performed within the DCS with
following indication:
One (1) Synchroscope
Two (2) Voltmeter
Two (2) Frequency meter

11.7 11-20 KV Common Switchgear

The 11-20 KV instruments, and other necessary things:


One (1) lot Control sw itch for 11-20 KV circuit breaker
One (1) lot 11-20 KV voltmeter selector switch
One (1) lot 11-20 kV ammeter
One (1) 1ot 11-20 KV voltmeter (11-20 KV)
One (1) 1ot Mimic bus
One (1) lot Annunciation
One (1) lot Test terminal blocks

The 11-20 KV, 6.6 KV,0.4 KV systems shall be available & indicated in the DCS. The
quantities shown above are for reference only. Actual figures shall be based on the
bidder's study and proposed CCPP configuration.

11.8 Desk Board For Aux iliary Power Supply

• Required no. of 6.6 KV and 440 V incoming circuit breaker control


switch
• Required no. of 6.6 KV and 440 V bus tie circuit breaker control switch
• Required no. of 6.6 KV and 440 V feeder circuit breaker controlswitch
• Required no. of 6.6 KV and 440 V voltmeter selector switch
• Required no. of 6.6 KV and 440 V incoming circuit ammeter selector
switch
• Required no.of 6.6 KV and 415 V bus voltmeter
• Required no.of 6.6 KV and 440 V incoming circuif ammeter
• Required no.of 6.6 KV and 440 V incoming circuit watt-hour meter (for
Auxiliary transformer and one common aux iliary transformer) wit h
indicating lamps for voltage failure

• One (1) lot Annunciators.


• One (1) Mimic bus
I j,
• One (1) Test terminal blocks

11.9 Instrumentation A nd Controls Design Requirements

11.9.1 Design Requirements

Control signals and instrumentation signals shall not be ciffecied by stray AC voiiage or
other interface of any type normally found in a power station. The Contractor shall supply
shielded cables and surge arresters where necessary.

Shock absorbing mountings shall be supplied for instrumentation equipment where


required.

Each component shall be identified and tagged with a designation number. Instrument scale
ranges shallbe expressed in SI units metric units.

1·1.9.2 Measurements

Measurements shall be taken for plant operation and control, and for healbalance and
equipment's performance & efficiency calculations including supply of software on on-line
plant monitoring and optimization to inter face with DCS system.

1. Pressure Measurement

Pressure shall be measured near the pump discharges , pump suctions where NPSH
availability is critical, at either side of equipment where pressure drop is significant,
pressure regulated process, remote end of service lines, and near flow and level
measurements affected by compressibility or density changes.

Normal operating point shall be approximately 60% of the range, over range protection
of at least 1.3 limes the maximum scale reading shall be furnished on all pressure
instruments. Accuracy shall be plus I minus 0.5% of calibrated span for bellows or
bourdon tube transmitters althe minimum.

2. Temperature Meas urement

Temperature at appropr iate locations at compressor discharge, Turbine wheel space,


exhaust gas, rotor shaft bearings, stator windings, critical Turbine metal points, lube oi ,
radiators,etc. shall be measured.

be thermocouples, resistance temperature

;/ .- \ p,gc I209

\ . . ·;
', _,,../
det ectors may be used as sensqrs for control loops.Thermocouples shall be cooper-
constantin for temperatures upto 200 deg C iron constantin upto 750 deg C, and
chrome! alumel up to 950 deg C. Cold junct ion compensation shall be achieved in the
control room. All extension wires from thermocouples and resistance temperature
detectors shall be shielded. Thermocouples shall be accurate to plus I minus 0.75 %
maximum measured temperature.

Resistance temperature detectors hali have platinum resisiance windings and


shaii be connected by the three-wire method. Resistance temperature
detectors shall have an accuracy of plus I minus 20 deg C. Local
temperature gauge shall be bimetal thermometers and shall have 80 mm
round dial at minimum with black and whi e markings.

Welded wells for temperature element shall be the same material as the
associated piping systems. All screwing wells shall be stainless steel.

3. Levelmeasurement

Level shall be measured in all tanks and vessels. Measurement of level in large or
pressurized vessels shall be by differential pressure. Local level indication shall be by
gauge glass for clear liquids,and by a top mounted noat or bubbler for viscous liquids.
Level controllers shall be of the differential pressure, or external cage displacement
type.

4. Flow measurement

Flow meters shall, with the exception of the area meter , operate on the relationship
which exists between differential pressure and fluid velocity. Flow meters shall have
liner outputs. Accuracy for fuel gas flow meter shall be within 2.0% at rate of flow
higher than 80%.

Flow metering of gas shall be temperature and I or pressure compensaled.

For flow met ering of oil, positive displacement met ers or area meters shall be used.

11.9.3 Control Equipment

1. Transmitters

Indicating transmitters shall be provided for controlloops as required. Transmitters


shall be substantia lly unaffected by changes in temperature and in process static
pressure over a range from zero to twice the normal operating pressure. Transmit ;:·i·;1:
1?. ·'!•,!]7_ .
·, ,.I..I
/---......... ::/'.: -(·- -;,
f :-//- - - •- Pag :t'2·. ,,.;\; -
I ' • · ' ,-;-j '\ \I\],II' ' !;::
' 1, ' ' '' )... . kOf Bi )
\. :--.-_../ .</ ' *
' l "/ * ,-., t1 "-\ ./
.shall feature accessible zero. and span adjustment.

2. FinalControlElements

Controlvalves and damper act uators shall be pneumatic, where necessary, provided
with electric- to-pneumatic converters. The response of final control elements shall
have minimum time lag.

a. Control Valves
Controlvalves rated at 2,00 kN/ sq.m (300 lbs ASA) and below shall
be flanged and higher rating shall be welded.Valves shall with stand
shock loads imposed by lhe processor. controlvalve actuators shall
be sized to overcome packing friction and dynamic stem forces.
Unbalanced force shallbe kept to a minimum level consistent wit h
effic ient operation in service.

b. Damper Actuators
Damper actuators shall be fully enclosed and supplied with all
accessories including special mounting brackets as required. A
solenoid operated, four way pneumatic valve rtus open and clo se
limit switches shall be included.

3. Positioners and E/P Converters

Posiioners shall be furnished with final controlelements where:

• smallchange in pneumatic signalare to be amplfied


• Split range controlis required
valve pressure drop is greater than 280 kN/sq.m

Positioner s shall nave a feedback cam to characterize relationship between input


signal and final element position.

E I P converters shall be provided to convert electronic control signals to pneumatic


output signals. Converter accuracy shall be plus I minus 0.5% of output span.

4. Solenoid Valves

All solenoids shall have class F insulation or higher class and solenoid enclosure shall

Page / 211
Sofenojr(t:foreperation on AC sall give satisfactory ope! I ; .-' ver 'he r

to 105% AC soppfy voltage.

Solenoid for operation on DC shall give satisfactory ope1. ,;,m over the
to \15 % DC Supply·.VOitage.

t'f 1Cl- DElETED.

11.11 Distributed Control System (DCS)

111-1 t General

A fulty inteQrated unitary DCS has to. be supplied fur 1nonito1i11y. conl ., y,
roe, , 811
alam and recording of select ed physical and electric:il 1: irameters c:';sociated U,
relevant plant areas. All monitoring and control interactions shall he done v tttie
keyboard and Mouse. No conventionalcontrol desk equipment sh;-,!i be requirelt
central controlroom (CCR).

. nit
The structure ol the DCS shall be clearly separated in sequence 1ary) cont , rs,
control, function group control, drive control ard analog conlll . 1naster co lly,
analog drive controllers) .Tile controlsystem s.1all be also s:·-i !Lired t1ierar be
·cceirding to process areas, into dearly defined groups. I !le controls rrt. the
complete
ly shared in Hardware and Software. lnterconr.cc!ions betwe on
controllers shall be done via a redundant data bus. All signc;ls shall be avail/
redundant data bus.

fwer
The DCS must be reliable and unique, covering all aulom<ition func t ions of the
plant. which are:

• HRSG control and protection


• Turbine cont rol and protection including Turbine supervisory instruments
• Hydraulic operated Diverter Damper control (GT Exhaust System) tems
• Generator protection, excitation, voltage regulation and synchronisation s
• Auxiliary system control

• Balance of plant control


• W'9ctor
In co-coordinating the design of the control systems for this contract, the con of
115
i to account of the following requirement. The operational functlc KV
shall take n
2
conlroi, and supervision of the combined cycle power plant, its auxiliaries, the 1tiesel
substation, 11-20 KV, 6.6 KV and 415 V station and unit sw itchboards, and ,- .;-,. .....
,. ··I"' 1iPd1I/ f ' .
generator shall be carried out remotely from the CentralControl Room (CCR). '[ ,(?:...
ni..•! :i\IV\Si... '· :.
/-·-·--....... r 1i-:nrW r:G
I , --- '\,·', 1
) or B1d(2)_,
.1 :. ) •• / )
'· /
1/ ; CHlN lY
The scope shall include provision of control and supervisory facilities for the systems;
132 KV substation, 11-20 KV, 6.6 KV and 415 V station and unit switchboards, and
Emergency Diesel Generator.

The co-ordination necessary to achieve this objective shall be achieved by the


provision of a single integrated control system, encompassing the entire contract
scope. It shall be microprocessor based and use state of the art Distributed Control
Syslem (OCS) technology.
e:_ -
The Contractor shall perform all the engineering necessary to provide the operators in
- - lA
the CCR with a consistent standardized man-machine interface solely by means of -
the single approved DCS for all the plant in this contract.
= ).
In certain cases the Contractor may propose that.a plant supplier is also the provider
of its associated control system because it forms an integral part of the proprietary
package. Where this approach is approved, it is referred to as a Proprietary Package
Control System (PPCS). The Contractor shall provide the necessary means of
communication/interfacing between the PPCS and the DCS to facilitate the proper
and efficie nt control and monitoring of the whole Combined Cycle Powe r Plant.

It is to be noted that,-heterogeneous solution for the proposed control system of=


th=e
Steam Turbine and HRSG shall not be accepted.

The PPCS and the choice of DCS shall be subject to the approval of the Employer.

The following criteria shall be met in the proposed controlsystem:

Operational availability
Configuration flexibility
Ease of mainlen.ance

System design shall be adapted to the power generation application


and Vendor support for the projected plant lifetime.

The specifications shall apply to all systems and components for protection , safety,
per-missive, interlocks, auto-sequencing, regulating conlrol, supervisory control, data
acquisition, maintenance,configuration, and interfacing to others.

11.11.2 System Description General

_-.:-..- '-:.-,One unified Distributed Control Sy stem (OCS) based on free configurable
';\,> ,.,, •: .{:-, . ·croprocesso r and of approved desig;·1 for power plant application shall be used. The
"\ ;\.-._.......- -- .. ,' / . ..'

fii li"ll'\[\"htl:;"llllh'nv fI.\'1


< \1\f;:., ' :
. ' ' /.: .;- - I/·.' - •'\ . Page I2 1 3
Fo1 id('2) h- Ah J ;
(j'<Y'I.--/ ·r. "' ' .P"' .
* Ct{}l ;:h ",
.. -
protection system of HRSG and Steam Turbine must be an integral part of the planl
control. Human interfacing with process shall be done via Process Operation Station
(POS). The boiler protection system must be type tested and approved by the
respective authorities. It is the contractor's responsibility to provide a control system.
which fulfils all approved by the respective author ities. It is the contractor's
responsibility lo provide a control system, which fulfils all requirements of power planl
operation and maintenance having at least the following features:

• Function groups, analogue controlloops, drives control loops shall be controlled


by fully redundant POS from the main controldesk.
• No electronic module shall be installed locally. All analogue and binary signals
shall be cabled to the eleclr.onic rooms. Where the conversion into BUS signals
takes place.
• The design of the control system shall be distributed and decentralized such
avoiding thal one failure leads to a tripping of more than the directly related
apparatus.
• The transm ission capacity of the BUS system must permit to handle the
maximum amount of data arising during major process disturbances. Data
buffers between the control stations and the BUS transmission system are not
allowed.
• Any failure within the electronic digital control system shall not affecl the
operation of lhe plant or any major part of it.
Redundancies in the process (e.g. feed waler pumps, condensate pumps, etc)
shall be followed in the design of the controls. That means. that the processing
has to be realized in separate modules.
• The documentation shall be based on function descriptions (control logic, inter-
locking diagrams) principle DIN-or equivalent symbols and shall be revised after
commissioning. Paperless documentation shall be provided.
• The electronic control system shall be resistant to radio frequency interference
and shall be protected against external and internal over voltage according to
IEC 801.
• Adequate measures shall be 1aken to ensure a high security in data
transmission of the BUS system. The minimum hamming distance on actual
transmission shall be not less than 5.
• Interfaces t o other control systems (e.g. aux. Pla nts) shall be made in RS-232C
and MODBUS-Prolocols.
• The system shall include all test and programming devices necessary for
maintenance,trouble hooting and programming.

• The scanning rate acquisition and transmission shall allow a resolution of ms for
all digital and analogue signals. An accumulation of alarms, e. g.400 alarms in
one second, must not cause any loss of alarms. .-:=-

• Design and method of grounding and the treatment of the common r e:L:i
/--- :.\-:\ r.:i:i ,,
:4
·
i 1
r-
.
. · ' ·:. I 1
, - .h For Bid (2 /;_::
\
, - --" ''; :(Y
* f'r rn.• I'\. ,.\.
and the cable screens shall be unif ied for all control systems and DC supply
systems throughout the plant.
• The heat dissipation of the control cubicles (fully equipped but with 10% spare
space) shall be given in the offer.
• Availabilily of the power plant envisages the requirement of the inslallation of
redundant sensors I transmitter for important values, mainly for protection
purposes. The sensors shall be in double with mean value information and
supervision, or in triple wit h 2 out of 3 selections. These input signals shall be
processed on different modules. Each module has to be provided with separate
power supplies. Special measures shall be taken to avoid damages, power
drops or loss of power in case of a failure of one measurement.

11.11.3 Acceptability of Control Systems

It is a requirement t hat the DCS proposed for this project meet the following
requirements.

a. The manufacturer shall be of international repute.


b. The control system shall have been developed for power generalion plant
control, incorporating proven hardware and firmware for such applications.
c. The control system shall have a demonstrable development history.
d. The manufacturer shall operate a design policy incorporating compatibi lity
between versionslgenerations of equipment.
e. The version of system proposed shall be the manufacturer's latest current
design (Sti:ite of the art) and shall be identified.
f. Engineering support facilities for Bangladesh are in place.
g. The control system must have a satisfactory reference list illust rating power
generation applications.
h. The manufacturer is required to give his undertaking to provide support, in
terms of spares provision I compatible solut ion, maintenance and engineering
for a period of 15 years from the taking over date for the station. The
manufacturer shall explain the history of his customer support policy by oul-
lining the duration of support provided for previous generations of control
system.

The Tenderer shall submit sufficient information in response to each of the above
itemslo enable the Engineer to complete his assessment.
If the Tenderer proposes a choice of cont rol system that fails to meet the stipulated
requirements, then the Tender may be rejected unless the proposal is amended to the
Engineer's approval.

Page I2 15
Acceptability of the ControlSystem Design Group

The timely completion of the Contract and the satisfactory operation of the plant will
depend upon the successful engineering and implementation of the integrated control
system whose duty is to co-ordinate allthe normal plant operations.

The Contractor shall therefore meet the following requirements.

a. The engineering of the DCS shall be the responsibility of a single


management unit. It is recognized that the identity of this unit will be
dependent upon the composition of the consortium undertaking this
project. II is accepted that this management unit may be, for example, in
the DCS Vendor's company, or in the turnkey managing company.
b. The DCS design unit must have demonstrable know-how and experience
in the particular field of power generation project engineering.

The Tenderer shall submit sufficient information in response to each of the above
items to enable the Cl ent to complete his assessment. The proposed "DCS design
management unit" shall be clearly identified in the Tender.

If the Tenderer proposes a choice of design entity which fails to meet the stipulated
requirements then the Tender may be rejected unless the proposal is amended to the
Engineer's approval.

11.11.4 Contractor's Control Room Design Review

The Contractor shall prepare, for drawing approval, a document entitled "Control &
Operation Review of Proposed CC:R Facilities". This report shall be accompanied by
the first issue of CCR generaf arrangement drawings.]

The above review shall cover the following aspects and their impact on control room
facilities design.

a. Layout of proposed DCS equipment and peripherals


b. Work flow and movement of personnel
c. Degree of automatio n
d. Lighting, ventilation,noise levels
e. Application of Ergonomic principles throughout system design.

The CCR facilities shall incorporate a consistent design throughout for VDU and
keyboard/ Mouse positioning, Monitors, Mimic copiers I Color Printers.

' . m.-J
. .,\
• ,,., \ . !
' l JV
I .
\ ' ,
...
:
-- ...
j ,
The human-machine interface (HMI) in the CCR shall be based mainly upon operator
workstations each comprising a VDU, functionalkeyboard and mouse. These shallall
be sourced from the same vendor and operate by means of a common firmware
system (namely that, of the approved DCS) yielding a common format for display,
graphics and operator interaction. Furthermore the application software shall be
developed to yield commonality in the appearance and operation of the MMI plant
wide.

An operator's station shall comprise an ergonomically profiled desk on which are


mounted several VDUs and keyboards I Mouse grouped together in a manner which
accounts for the above-mentioned requirements. The design shall take note of the fact
t hat, although a high degree of automation is to be achieved, operators in the CCR
will on a periodic basis be instructed lo perform plant start-up and shut down
procedures without the assistance of auto-sequence control. Hence t he presence of
additio nai operator(s) at the station is to be allowed for.

The Contractor shall explain the impact of VDU failure upon the control and
supervisory facilit ies provided by each console.

In order to demonstrate avoidance of high luminance images in VDU screens, the


Contrac tor shall submit for approval his design proposals (and calculations). These
shall show how the design of the luminaries (luminance limit angle), tilt angle of
screen,screen height, radius of curvature of screen and other factors are integrated to
prevent the appearance of reflections of luminaries in the screens.

The Computers, Monitors and other facilities in the CCR and adjacent areas shall be
laid out to meet the needs of shift management, control room operators and
maintenance staff. The requirement for storage of documentation shall be accounted
including 0 & M manuals, printouts, reports and magnetic media.

The Contractor shalldevelop his proposal, tailored for the requirements of this project
and for the design characterist ics of his equipment. The Contractor shall be required
to justify his control room layout , which shall be subject to approval.

11.11.5 Central Control Room Operator Interlace

11.11.6.1 Operational Management

All normal operations, relat ing to the combined cycle power plant shall be carried out
remotely by staff situated in the CCR.This room will be continuously manned.

••• ,c_,·: .,..,-o-,- - , In designing the CCR and its operational facilities, the Contractor shall take into
i::;:"..' '· •.."'.1 11 ;
s:.\\:\ -.::..:----- -. .. . :,, I
_! , '• .... , _,,.,..,

c-y ..r
') J '- ... '\
\
Page I217
\ 1
S:rtt\&TIK!:"iU-\iQ'.\'\}j . .l. - ,.. ·. - t ·
t?l 1111'\l\l " \ ' .
, l'or B (2\, '-·
'Pi* . - --
t\
01 l\
t' ,./
,>-. ..,. ,,
//
...- ......
account of the following points.

a. The CCR shall be the communications focal point enabling all operations to
be supervised from here, including normal operations, abnormal operations,
emergency operations and also electrical controls.
b. It is a requirement that all normal plant operations, including shutdown and
any start up not preceded by maintenance outage, are achieved remotely and
solely by operators in the CCR. During such operations there shall be no
need for plant attendants to intervene locally at the plant itself.
c. Ease of communication between the CCR engineers and the unit operators is
a requirement.
d. By means of DCS visual display unit (VDU) facilities,the engineer (supervisor)
and manager shall be able to monitor the status of the plant and be able to
exercise historicaldata retrieval, analysis, review and report production.

11.11.6.2 Equipment and Facilities Associated with the Central Control


Room

The CCR shall be equipped with the following:


a. Combined cycle power plant control
b. Supervisor's control
c. Four printers
d. Document storage system in a room besides the controlroom.

Associated with the above, situated in the Control Building, or as appropriate shall be
pro-vided:
a. Printers (3)
b. Engineer's control
c. Manager's control
d. Employer's commissioning control

11.11.6.3 Combined cycle power plant control

This is to be referred to as t he Unit Contrbl. The scope of supervision, conlrol a nd


operalion performed from lhe Unit Control shall include the Gas Turbines. the HRSG,
the Steam Turbines, Generators, and allassociated auxiliaries.

The controlshall comprise:

a. Suilably profiled curved or segmented desk unit.


b. Operators' chairs (4)
c. Operators' work station (4) each including high resolution colour VDUs (2)
• Associated functional keyboard and Mouse
• Workstation computer
d. Video copier unit (colour)
e. Sub-panels integrated into the control on which are mounted (hardwired)

• Emergency trip push buttons (key re-settable)


• Indicators and controls for manualsynchronization of Generators as back-up.
• Alarm annunciation system

f. Drum level indicators (Hydra step)


g. Working space wilh telephones

The following functions must be realized within the DCS:

• Plant isolations and supervis ion of permits-to-test and permits-to-work


• Responding to alarms and incidents and laking the appropriate
corrective actions
• Statio n load control and responding to load dispatch requests
• Voltage controland management of reactivepower
• GT start up, synchronizat on,loading, and shutdown
• Exhaust gas diverter damper control
• HRSG start up
• Pipeline drains and warming
• Steam bypass operation
• Steam Turbine auto-run up,auto synchronization
• Steam Turbine loading ramp
• l;mergency stop/ shutdown of the GT and its auxiliaries

11.11.7.1 Permissive Interlocks

Permissive interlocks shall be provided to ensure that plant cannot be endangered by


in-correct operation of inter-related items such as pumps and valves; this shall apply
whether the command was initiated by the CCR operator or by the auto-sequence
system.

,-
/
Page l 219

I'
11.11.7.2 Pushbuttons

a. Emergency trip push buttons (fitted with lift up cover flap to prevent
inadvertent operation) for Gas Turbine trip, HRSG trip, steam Turbine
trip, and generator trip.
b. Emergency stop pushbuttons (key lock re-settable) shall be provided
locally for each major plant drive (unidirectional).

11.11.7.3 Regime·s or Automation to be implemented

It is a requirement that the plant can be operated, at the manager's discretion, under
the various regimes of automation set out below. The necessary controls,
instrumentation and sensors must be provided lo achieve all the regimes described,
i.e.,automat ion levels.This automation shall be co-ordinated and implemented by the
DCS, utilizing where approp riate subsidiary automation (to the same standard) of
Proprietary Package Control Systems.

Automation LevelI

The auto sequencing of the drive level items associated with a subgroup applies at
this level of automation. Also activated is the auto sequencing together of all the
subgroups forming a group. Under this level of automation, the necessary interactiv e
operator guidance shall be provided by the DCS. This is to include displays of actual
progress through a group sequence, criteria not satisfied (and 2 advice on action to
obviate the resultant hold), and advice on any operator action needed to sustain
progress. When the group sequence is completed, operator guidance shall be
displayed regarding the next group to be started (or stopped).

Automation Level 2

This is the highest levelof automation, and in terms of plant start-up and shutdown, it
corresponds to "Block co-ordination" cont rol/ Unit controldescribed later.

Accordingly families of group controls, which have a functional relationship between


them, shall have their operations coordinated by additional auto-sequencing logic.
This shall incorporate operat or guidanc interactive displays, including advice on the
next step the operator should take when each "Level 2 sequence" has been
successfully completed.

The operational objectives that shall be met by the


implementation of level 2 Automation are as follows:

I .·
.
- \
. _j\ \
. C'-'!V;I· i
\ I ..
',.._ .- ,,,/
a. To ensure that the Block start-up and shut-down maneuers are of predictable
duration
lo facilitate load dispatching and grid system operations;
b. To achieve minimum run-up and loading times for the Un ts and Block ,
compatible with the plant constraints;
c. To maximize the life span of the plant;
d. To reduce the number of decisions that need to be taken routinely by unit
operators.

The following sections include a description of the controls, which comprise the
various automation levels:

11.11.7.4 Drive Controls

All driv es which need to be put into operation in order to proceed through a unit cold
or warm, hot start-up shall be remotely controllable by the unit operator in the Central
Control Room, i.e. stop/start of motors (pumps, fans) , open/shut/inching of isolating
valves, damper and open/shut of solenoid valves. It is not acceptable to resort to
intervention by roving attendants local to plant items and locallo motor control centers
as a means of achieving start-up. Plant items trips, start permissive and run
permissive, shall also be implemented for drive level controls.

11.11.7.5 Sub-Group Controls

This includes the auto-sequencing of, fo r example, valves or dampers associated with
the discharge or suction of each individual pump or fan. Also in this category are auto-
start of standby or make-up drives, and closed loop modulating control functions.
Such sub-group controls shall be implemented for every plant system whose
operational status needs lo be changed during unit start-up or shutdown.

11.11.7.6 Group Controls

The auto-sequencing of start and stop initiation of all sub-groups shall be


implemented. This is represented, for example, by the boiler feed group, covering the
co-ordination of three boiler feed-pumps, main and start-up feed regulation valves, the
suct ion valves and discharge valves.

11.11.7.7 Block Co-ordination of Start-up and Shutdown

This is defined as the on-line co-ordination of all the plant groups associated w ith the
startup and shut-down of each of the Gas Turbine. HRSG units in conjunction with the
.·- Steam Turbine Generator. Jn establishing the design requirements, it shall be noted
: ;-'_ .•. {.:Tii . he following maneuvers have to be achieved by the block co-ordination scheme:
,
; -----,..:_. \, / .
t;ii
n,
{
1
; n: w·.'·'·-. -. :·)
1U 1_, .)\L t,,
. .\ Page 1 22 1
' keft' f,id(l)/.::;.;,
l...J_ ./ '>x . l!"'
<b'_!..CHn.t: - '-.·....... - ·-
(a) Block start-up cold but not preceded by maintenance:
(b) Block start-up following various duration of shut-down; this shall tak e into
account of the initial conditions of the Gas Turbines, HRSG's, and Steam
Turbine
(c) Re-start of block , Gas Turbine, HRSG,or Steam Turbine following a trip;
(d) Block normal shutdown (heat retention to facilitate subsequent warm start)
(e) Block shutdown (lo facilitate earliest possible rnain enance access to eit her
boiler or Turbine).
(f) Block emergency shutdown.

The extent of automation required for block co-ordination of auto-start is as follows:

a. Preparation of all driv e, auxi iaries, motor operated valves, control settings
and auto-controlstatus's required to satisfy the Gas Turbine "ready list"
b. Start-up of the Gas Turbines in the pre-selected order
c. Auto synchroniz at ion of each Gas Turbine generator and load ramp to pre-
set load
d. Preparation of all drives, auxiliaries. motor operated valves, Hydraulic
operated diverter dampers, drain valves, control settings and auto-control
status's required to satisfy the HRSG "ready list"
e. Start-up of the HRSG in the pre-selected order
f. Preparation of all drives, auxiliaries, motor operated valves, drain valves,
control settings and auto-control status's required to satisfy the Steam
Turbine ''ready list"
g. Start of steam Turbine run up
h. Auto synchronizat ion of Steam Turbine generator and load ramp to pre-set
load
i. Block load automatic control.
j. Initiation of any olher auto-sequences required, in accordance with plant
design, to complet e the start-up procedure to fullload generation;
k. Dedicated indication of failures during Start-up, Operation & Shut-down must
be indicated in details to the operator in the POS.

The ready list. in each case, comprises the particular set of permissive criteria that
must be satisfied prior to s
lart initiation of the plant concerned.

The Contractor's design shall take away from the operator much of the routine work-
load but require his attention and decisio n-making at the key stages of start-up.

Extensive operator guidance shall be included. Each of the above automatic


sequences shall incorporate displays to show the operator the successio n of the steps
/--.....,,
/ , ,,,... - ..:.... .,\
(fJ:V·J ,' ...'
\ ,
· .//
and the criteria to be met for each step. This shall be a dynamically updated display
indicating actual progress, the meeting of criteria and achievement of steps within the
sequence . In the event that a criterion is not met, this shall be indicated and guidance
on obviating the problem shall be displayed.

It is a requirement of the design that the Power Station's OperationalManagement is


able to take the decision to enforce the limitation of automation to, say , Level Zero.
This is to ensure that all operators bene1it from continued experience of the details of
plant supervision and controland do not become unfamiliar with the requirements.

The system shall be designed such that , whether automation is being utilized or
whether the operator is making his own decisions at drive level or sub-group level, the
plant is always secured against mal-operation by means of the permissive protection
(interlock) system.

• HRSG LP/HP drum level control


• HRSG HP steam temperature control
• HRSG LP steam temperature control
• Turbine HP steam pressure control
• Turbine LP steam pressure con1rol
• HP steam bypass pressure control & LP steam bypass pressure control
• HP steam bypass temperature control
LP steam bypass temperature control
• Feed-waler temperature control
• De-aerator pressure control
• De-aerator level control
• Feed-water tank level control
• Condenser level control
• Auxiliary steam pressure control
• Auxiliary steam temperature control

Other controls as deemed necessary by the contractor to produce a complete working


system.

The HP and LP steam pressure controls shall tle designed to a h_ieve t he necessary
transit ion between bypass controls and steam Turbine admission controls, from
starting to fullload operation.

The Steam Turbine governor valves and bypass steam valves will follow the
sequence of operation depending on the command initiated by the operator. The DCS
/..· ·-·\?:";···j conjunction with Electro-hydraulic Converter (EHC) contrql.s steam valves admitting
... .,..... . ...-f: - ,.- ;. ,.
"'\"'",\\ \ ...·,...
I
. .
. .
page 1 22-0:J
11,
(\\f.r_\. !,11•'3 "' ;.L- . ..
·"'·' .,.r-'n·"ll''< ,... ,,·· . . . ,
t:Gr1'iC.(2)/: \
\.. 'J / . .
(/ ? ii
steam into Steam Turbine.

When the governor valves are fully open they no longer act as pressure regulators;
when this has occurred, the steam pressure is solely the result of the steam
generation rate of the HRSG's in operation.

The steam Turbine's stress controller is to intervene and initiate governor valve
action in the event t hat an operationalgradient limit is axceeded.

The steam Turbine operates with the governor control valves in the fully
open positions for the upper 50% of the load range.

When pressure control is not performed by the bypass valves, the bypass
system tracks the actual pressure with an offset to inhibit bypass opening for
small pressure fluctuations.

11.11.7.B Co-ordination of Block Power Generation

A block load control (BLC) I Unit control system shall be provided for the
control and supervision of MW generation. This shall incorporate a target load
set point that can be accessed by the CCR operator.

The following modes of control shall be included, as a minimum.

i. Block combined cycle : full block load control


Operating Gas Turbine is in combined cycle and included in BLC.
i. Gas Turbines in open cycle : full block load control

All operating Gas Turbines are included in the BLC. The required block load is shared
equally, which make use of normal plant measurements to compute data, enabling
trends in performance to be assessed. This is not intended to provide absolute
efficiency figures ; the objective shall be to provide information to the operations staff
lo allow deterioration of plant to be identified. Separate performance
assessments shall be provided online for the following but not be limited to:

• Gas Turbine generator


• HRSG
• Steam Turbine
• Condensers
conditions.

Plant Life Monitoring

Algorithms shall be included in the OCS which make use of normal plant
measurements to enable the cumulativ e effects of operation upon remaining plant life
to be determined, as an online functio n.

This facility shall be provided for:

• allhig h tempera ture components subject to creep or fatigue


• all major unidirectional drives

11.11.7.9 Modulating Controls

In order to meet the needs of automation, the modulating controls shall incorporate
extensivelogic control functions including the automatic initiation of:

• switching between selected set-points


• switching between ramp rates
• switching between auto and manual
freezing of set-points
• ramping of set-points

Also the following techniques shall be implemented where appropriate;

algorithms for the computat ion of set-points


• self-optimization routines utilizing weight ed variables
• load dependent adjustment of control parameters
application of feed forward techniques
• application of multi-variable control techniques
• application of fuzzy logic controltechniques
• application of predictive conlrollechniques
• application of artificialintelligence techniques.

The modulating controls fall into two categories and shall be itemized in the Tender;
these are:

a. those w hose set-points follow the power generation required from the
block.
b. those which have a constant set-point and whose duty is to maintain this

/ . . ----.·-.. \
Page I225
I .

' ·.
. I • I •

I /l
value in the face of disturbances arising in normal
operations (for example steam temperature control).
c.
11.11.7.10 Operator Command and Supervisory Functions

i. Description

The operator shall gain access to the command and supervisory facilities by means of
the VDUs and keyboards, Mouse forming part of the DCS, and which provide the
interface to all plant systems. The CCR shall include in its design the facilities needed
to enable the operators and supervisors to carry out their duties under the various
operationalregimes described in the earlier sections of this specificat ion.

The DCS shall include the following supervisory functions:


• Process status and analogue value reporting
• Active mimic displays
• Alarm annunciation and reporting
• Sequentialevent reporting and post incident recording
• Data logging (periodic and on demand)
• Performance calculations
Totalisalion of plant running times
• Trend displays and reporting.
• Information dump and screen copying.

The DCS and its incorpora ted VDUs shall provide the sole means by which the CCR
operator commands and supervises power station and switchyard plant.

The displays shall be selected by use of the functional keyboard and cursor or else by
track-ball or mouse. Additionally the operator mtist be able to quickly step from one
display to another related display by means of soft-keys or equivalent facility
depending upon the proprietary range of equipment.

When the operator needs to carry out a command operation, the procedure shall
typically be as follows. By use of the keyboard/ Mouse he is to call up a mimic
graphical display. He shall then identify the particular valve and call up a display
showing its "auto-manual fascia"; this is to correspond lo an actual array of
auto/manual, raise/lower keys on the keyboard by which the operator commands a
change in the valve's status.These shall preferably be performed by Faceplates.

A similar procedure shall apply for the commandi ng of motor stop/start, switchgear
open/close and auto-sequenc e starl/stop.
For the proposed DCS, the Tenderer shall provide a description of the particular
operator actions necessary for the above commands.

ii. Scope

The Tender shall include for the configuration of sufficient numbers of displays to
meet the requirements of the Contract. This shall include at least the following
designated-nllmbers of aclive mimic displays.

iii. Block:mechanical plant and electricalsystems :

The Tender shall state the numbers of other displays proposed to be configured,
identify them and subdividing them into categories of displays (trends, alarms, reports
elc.)

11.11.7.11 Signaling to Load Dispatch Centers

Interface equipment shall be provided to facilitate communications wit h the Load


Dispatch Centre (LDC).

The station's block operator shall, IJy use of the BCC, have means of authorizing the
remote control center to raise/lower the demanded or target power generation on
selected operating units or blocks. The limitations to power generation and rates of
change (pre-set by the unit operator) shall apply, and this data shall be transmitted to
the remote control centre. In turn the remote centre's load dispatcher shall be
equipped to transmit the unit or block power generation target for the completion of
the next time intervallo the UCC, enabling the station's electrical controlsupervisors
and unit operators to make the appropriate preparations.

In a similar manner, the remote grid control centre shall have access to the control of
unit voltage and power factor.

11.11.7.12 LocalOperation and Testing

Means shall be provided for the local operat ion of modulating control valves,
motorized isolation valves and for the testing of motor drive switchgear from their
respective motor control centres. It is not the intention to facilitate the local control of
plant as a "normal operation" basis. The arrangement described is intended to allow
testing only, because the action of selecting "local" status on the contractor panel (or
breaker panel or controlvalve or motorized valve) will bypass incoming control signals
including permissive interlocks.

,,,.. ---·--. ,
,
I
' •
Page I 227
I
' ,
' ,J . .

·.
The Contractor shall provide in his Opera.lion and Maintenance
Instructions clear reference to the need for management
safeguards (in the case of local operations) requiring a permit-to-
test procedure.

The local/remote status of each plant item, for example motorized isolation valve,
shall be transmittedlo the BCC, thus advising the unit operator of the condition
(availability) of the plant item concerned.

11.11.8 Control System Tec hnology and Design

11.11.8.1 Principle of Integrated Controls

It is an essential requirement of this Contract that the design and engineering


responsibility for all the plant control syst ems be vested by the Contractor with a
single entity (i.e. management group) .The Contractor shall demonstrate his
recognition of the fundamenta l role that is to be played by this particular entity in
coordinat ing the controland operationaldesign of the entire plant.

The Tenderer shall demonstrate in his proposalhow he will meet this requirement. In
the design of the DCS, the following needs shall be met:

a. Commonality of equipment, facilitating spares management,


documentation and training.
b. Standardization in the design of interfaces between the DCS and
every category of plantitem. This shall lead to:

• Standard interface schematic diagrams


• Standard interface macros
• Standard operator's display macros
• Standard documentation for test and maintenance purposes.

c. Standardization in the design of interfaces to foreign bus serial


highway links. This shall lead to a subset of design standards
corresponding to (b1) to (b4) above.

d. Adoption of a single standard for both the appearance and the


funct oning of all the operators' interfaces in t he Central Control Room.
This principle shall apply to the management of operations and the
management of informa1ion.

e. Control systems shall be engineered to avoid the use


of obsolete or obsolescent equipment. The Contractor shall

'Irr···1 V£-
undertaki;,.J9_,.=--..·-
'. ·. ::·:_ p,\ p '2?
1 :l,! ....fl :::.;i 'if:!Kr.J '. '.\ urJf1
}'..-<:
' . { zy_, ·,:;? I .. ' . ;::;T
'- .·.·- --·.; \ \.. For Bid( /(.. -
...._ ., h--.::.._ _,/ "'
make the Engineer aware without delay of any pertinent informat ion
from original equipment manufacturers regarding design changes (or
prospective design changes) in equipment, or changes in its
availability.

f. Spare input measurement capacity of 10% shall be provided.

11.11.8.2 Distributed Control System Techn?logy

The controlsystem proposed as the means of achieving total integration of the control
functions. shall be a state of the art micro-processor based Distributed ControlSystem
(DCS). The DCS vendor shall be selected and the system shall be supplied and
configured to comply with the following requirements.

a. All the fu nctions of operational control, plant supervision, data acquisition,


sequence of event recording, accumulation of historical data and archiving,
presentation of processed and formatted information to the operator, and
supervision of the DCS itself - shall be implemented by one system.

b. The above functions shall be implemented by means of solely one DCS


system which shall encompass these plant areas; combined cycle power
plant and auxiliar ies, station common services plant and auxiliaries,

c. Open system architecture shall be employed. The Contractor shall identify


the extent to which his proposed DCS achieves multi-vendor inter-
operability. The Contractor shall list whic h internationally recognized
standards the proposed system complies with, under the categories of;
communications, software, displays. The system shall incorporate
Windows System (latest version). Compliance with industria l certification
standards shall be identif ied.

d. The proposed DCS shall inter-operate with industrial standard software


packages including report-ma king, database, spreadsheet, statistical
analy sis and graphical functions.

e. The DCS system's design basis shallincorporate a stated migration policy,


by which newer technologies can be inter-operated transparently with
existing technologies.

The DCS shall be self-documenting. This includes the requirement that,

Page I 229
/ '·
I
·-'--" ./

subsequent to any design changes, the revised configuration is readily


available onscreen and in t he form of documentation suitable for retaining
for "as-built" records in hard copy form, incorporating diagrammatic
information supported by tex t annotation.
g. The data management shall be object based and relational. Any data to be
put into the system shall only need to be entered once. Any user of the
system, subject to authorization, must have access to all current data
wherever it resides in the system.

h. Tools and faciities shall be supplied as part of the Contract to enable


design and configuration work to be carried out on the contract system by
the use of a Personal Computer. The scope shall include the provision to
the Engineer of suc h a facility early in tl1e Contract to enable the Engineer
to review the design submissions as they are submitted.

i. An engineering workst ation shall be provided for the use of the Engineer
during construction and commissioning. This facility shall. via the DCS
communications link, enable the Engineer to monitor progress wilh
construction and commissioning of the control sy stems. This facility shall
be limited to monitoring only.

j. The proposed DCS shall in all respects exhibit well developed


characteristics of being user-friendly, easy to maintain and readily re-
configurable.

11.11.8.3 System Design: Redundancy of Control Equipment

Operational availability of the entire control system is of prime importance. Each of the
various links and modules of which the system is comprised especially Safety related
equipment . Boiler protections, Turbine protections, Feed pump protections shall be
engineered in Triple redundant forms.

The Contractor shallissue for approvala formaldocument entitled "Syst em Reliabilily


and Availability Report",in which

a. The system design philosophy is explained and


b. The impact of failure of each link or module of the system is t abulated.

This report shall systematically embrace all controls;it is not merely to be limited to
the DCS. It shall therefore take into account the PPCSs and the arrangeme nt of
Communications between them and the DCS
Recording & Reporting

Trend display and analog value history

Analog value storage of the Process operator station for process control shall be
extendable to an 8 day history preferably. Both associated cyclic buffers shall operate
with the following time references and storage times

• 24 h for values with storage cycle time 1s


• 8 days for values with storage cycle t ime 16s

The values shall be condensed as average/m in/max. values Access to the two buffers
shall automat ically depend on the selected representation/ times.

• The fixed (pre-configured) trend displays and trend displays shall be


freely de-fined by the operator (as part of the existing values of t he fixed
set or curves).

Bar Charts (Profile display)

The bar charts (profile displays) shall display a group of process values with the same
scale and engineering units. The display shall be used for stress monitoring of the
boiler or turbine.

A larm D-isplay

Both the standard and the user configurable displays (e.g. mimic displays), plus all
process, control system and machine disturbances,shall be signaled to the operating
staff on the process operator station. For the standard display, an alarm hierarchy
shall be built up becoming progressively finer when proceeding from signaling in the
plant overview down to t he group dis play. The loop display should provide a further
degree of detail for disturbances in the control system. The plant overview shall
provide 1he operating starf with generalized knowledge for each area and for different
alarm priorities as:

• Priority 1(alarm)
• Priorily 2 (warnings)
• Priority S (control system faults) .
An extensive range of standard tools shall be provided for alarm function in
the user-configurable displays :
Status dependent text change

Pgc J 231
• Colou.r change in the colour code for message priority
• Flashing light
• New valve/old value message
• Comes/goes message for alarm
• Sequence of Events

Sequence of Events

A characteristic feature of this display shall be the indication of alarm and other
messages for total or partial sequence of event messages in correct chronological
order. II shall be a partial function of the Sequence of event func1ion complex, as
described here (over and above the actual display) in a summarized form.Sequence
of event functions should include the acquisition, storage, archiving, display and
reporting of the following message types:

o Process alarm messages priorities :


Prio 1, Prio 2, Prio 3, Prio S (S=DCS System alarm)
o Maintenance information messages
(Difference: changeover to manual/sequence control timeout/missing of
control criteria.
o Status messaged (messages without priority)
o . System alarm messages
o Controlactions

Storage should take place as a history within the Process Operator Station, at the
storage rate of n x 50.000 messages in cyclic FIFO buffers ( n depends on
configuration of the system). The history messages are to be combined into units
capable of being archived. These shall also be transferred lo an external archive
(manual and automatic initiation). Process control and evaluation tasks should lake
place according to different criteria. Different presets capable of defining in relevant
task specific message selection defined, exist both for displays and reports, The
sequence of event display shall fully be integrated into the Process Operator Station
selection philosophy, i. e. cross selections from one message line to other relevant
display types. Acknowledgement shall also be effective for all display types, plant
segment wise. The system should be of fully colour compatible with all other displays
for all types of display selection, the most recent messages should be initially
displayed. In this condition (display of the most recent messages), new incoming
messages shall always be added at the bollom end of the almost entire monitor page.
If the monitor page is already f ull on the arrival of a new message, the messages on
the monitor shall automatically be moved upwards by message, the messages on the
monitor shall automatically moves upwards by ten messages. In addition to the usual
paging options jumping to the beginning or end of the list shall also pos [91:e:.; -::
,.. '\ \. 't-\ .1.d.1.,,.,. '""

·;,··
'
:' - .?:\
I
)·\.• ..' -
.,f{
:r'.: ;, ·"D,>
lf,\\:0,[,11 ,l] '
IS'--
1H):; -::

' --- ..1 . ·0\. For b1C•.\ / »;h


'...-. . . ..// .h . --=-=.... ' !\.: .:.
Reporting should be possible consecutively or on call according to current selection.
In principle,the report layout shallcorrespond to that of the display.

Reports :

The operational reports primarily shall contain calculation values that refer to certain
periods of time.

Ava ilable operationalreports should be :

o Shift report (8 hours), resolution 1 hour, commencement, hour selectable.


o Daily report, resolution 1hour,commencement, hour selectable.
o Weekly report , resolution 1day commencement, day/hour selectable.
o Year ly report, resolution 1 month, commencement, 1January, 0:00 hours.
Initiation shall take place automatically at the end of the report or also
manually as required.
o Shift/daily report data, over 2 to 3 shifts/day.
o Weekly report data, 1 month
o Monthly report data, 1 month
o Yearly report data, 1year

Archiving shall be initiated manually on an externa lstorage medium.

11.12 Standard Weather Station

Standard w eather stations with all required facilities have to build so that ambient
condition can be monitored and recorded for the purpose of capacity test

11.13 Continuous Emission Monitor Module (Harp Module)

Continuous emission monitor sensors shall be set at different exhaust position so that
emission level can be monitored continuously for fulfilling environmental legislation
and mitigation requirements. Harp module for Continuous Emission Monitoring
Inventory System shall be installed.

,
,

Page I233
"
SECTION 12

CABLING AND GROUNDING

/ ----....'',
' ;_ '
.
\
• --
- ... r
-· ' • ) <
· I

\'' ,,-//
"-. ;_:.;.;
12.0 Cabling And Grounding 236
12.1 General 236
12.2 Cable Types 236
12.2.1 132 kV Power Cables 237
12.2.2 11-20 kV Isolated Phase Solid Copper Bus Duct 237
12.2.3 6.6 kV XLPE Power Cables 237
12.2.4 600 V Power Cahles 238
12.2.5 Control And Instrument Cables 238
12.3 Raceway 239
12.3.1 Raceway 239
12.3.2 Raceway Fillings and Supports 240
12.4 Cable Erection 240
12.5 Grounding 240

Page I235
I
I
12.1 CABLING AND GROUNDING

12.2 General

1. Scope

The Contractor shall design, supply, install, terminate and commission all the
cables for the plant.

2. Voltage Drop

The maximum permissible voltage drop shall be such that in no case shall the
drop exceed 2.5% under normalrunning condition and 10% under motor starting.

3. Armouring

Allcables, control and instrument cables shall be provided with galv anised steel
wire or steeltape armour and PVC cover sheath.

12.2 Cable Types

12.2.l 132 kV Power Cables

The cable shall be stranded annealed' copper conductor. The construction of the
conductor shall be the compacted circular single core type. The size of the conductor
shall be capable to carry the rated capacity of each feeder and at specified site
conditions without exceeding its maximum temperature i.e. 90°C. The minimum size
of 132 KV cable shall not be less than what is required for GTG and STG power
output at MCR from both the Step-Up Transformers (11-20 /132 kV) to the extended
132 kV substation Bays of existing RPCL substation at Shambuganj. The copper
conductor shall comply with latest IEC Standard.

The insulation material shall be extruded cross linked polyethylene of low dielectric
loss, high dielectric strength, low thermalresistivity and long term stability . It shall be
free from contamination by oil, chemical and moisture. The extrusion process shall
ensure that the insulation is homogenous and The single core 132 kV XLPE Copper
conductor power cable and other necessary items for the completion of the cable
system. The power cable and accessories shall be designed and constructed in
accordance with the requirements of latest IEC Standard. High Voltag e Cross linked
Polyethylene Insulated cable" and the most up-lo-date experience for a system of this
voltage level and shall incorporate the latest improvements of design and manufacture -·.,- -::-
--··--......... '
, ./\-\_·......,1.·
..:.......:...:
.1,:!°!·1!,,·;··
1
/ · Pl'ge I -' •·.......
I ' --- < \'\ , ,r";.:;
. . :. .) l \ 5-t . 1i1·1••1(,\\f.\i \' t,1•J\l ) '.-"
. ' ,. ;:;:! ,[[,\\!\ :r,\ (") ,.:
·
. ,,,. / ·",{-), l" uv •. .
for the type of cables and accessories required. Free from voids and impurities. The
process shall be dry method. The average thickness of insulation measured at section
shall not be less than the value specified in the standard.

The end terminating materials shall be supplied for the termination of 132 KV cables.

Under-Ground Cable from 132 KV side of Unit Transformer to 132 KV Substation Bay
shall be provided with RCC slab on three sides.

12.2.2 11-20 kV Isolated Phase Solid Copper Bus Duct

12.2.3 6.6 kV XIPE Power Cables

The single or triplex core 6.6 kV XLPE copper conductor power cable and other
necessary items for the completion of the cable system.

The power cables and accessories shall be designed and constructed in accordance
w ith the most up-to-dale experience for a system of this vollage level and shall
incorporate the latest improvements of design and manufacture for the type of cables
and accessories required.

1. The cable shall be stranded annealed copper conductor.

The construction of the conductor shall be the compacted circular single or triplex core
type. The size of the conductor shall be capable to carry the rated capacity of each
feeder and at specified site conditions without exceeding its maximum temperature i.e.
90 deg C .The minimum size of 6.6 kV cable shall not be less than 60 sq. mm.

2. Insulation

The insulation material shall be extruded cross-linked polyethylene of low dielectric


loss, high dielectric strength, low thermal resistivity and long term stability. It shall be
free from contamination by oil, chemical, and moisture. The extrusion process shall
ensure 1hat the insulation is homogeneous and free from voids and impurities, and it
shall be dry method.

3. Terminations

The end terminating materials shall be supplied for the termination of 6.6 kV cables.

,,....·---
Page I 237

\
12.2.4 600 V Power Cables

The cables shall be rated 600 volts for installation in cable trays, conduits and cable
ducts.

All auxiliary power cable with a nominal conductor area of 60 sq. mm and above shall
be stranded annealed copper conductor, XLPE insulated with galvanised steel wire or
steel tape armour and PVC sheathed. All other auxiliary power cables shall be
st randed annealed copper conductor, PVC insulated with galvanised steel wire or
sleel tap armour and PVC sheathed. All auxiliary power cables shall be designed,
fabricated and tested in accordance with the latest IEC Standard.

The cables shall have copper conductor and shall be selected with due
consideration lo load requirements of each feeder and short circuit current capacity of
the cable in order to prevent premature insulation failure. The conductor insulation
sha ll be
numbered or colour coded.

For motor circuit , the cables shall have a current carrying capacity of at least equal to
115% of the full load current rating of the rnotor after application of the appropriate de-
rating factors.

Cable supports shall be provided for the cables and shall be at least one cable
support bracket per vertical section for interconnection between adjace nt sections.
The minimum size of power cable shall be of 10 sq.mm.

12.2.5 ControlAnd Instrument Cables

In general, control and inslrument cables shall be rated 600 volt and shall have
copper conduclor with either PVC overall jacket, unless specified otherwise. All
control and instrument cables shall be designed, fabricated, and tested in accordance
with the latest JIS or IEC Standards.

All cables shall be of oil-resisting, heat-resisting and name-retardant type (armoured)


and shall be stranded copper conductor. The minimum size of control cables shall be
as follows:

• For CT circuit : 6.0 sq. mm


• For PT circuit : 2.5 sq. mm
• Other circuit : 2.5 sq. mm
circuit, etc. adversely influenced by stray electric field shall be provided with suitable
shielding.

• PVC Insulated and Jacket Cables


PVC insulated control cables shall be used in the area of installation where the
ambient temperature is normally lower than 40 deg C.

Cross iinked polyethylene Insulated Cabies.

Cross linked Polyethylene insulated control cables shall be used in the area of
installation where the ambient temperature is normally between 400C and 550C.

Mineral Insulated (Ml) Cables.

Mineral insulated control cables shall be used in the area of installation where ambient
temperature is normally above 55 deg C. Where instrument junct ion boxes such as for
limit switches, pressure switches, transmitters, resistance temperature detectors etc.
are at high ambient temperature, they shall be wired with Ml cables up to a ju nction
box.

1. Insulation requirements

All control cables, with the exception of equipment internal wiring and panel wiring,
shall be installed in conduils, cable ducts or cable trays.

Cables contained in cable trays, conduit or cable ducts shall be continuous with no
splices permitted between loads and supply location. Methods for installation of
cables shall be such that there will be no cuts or abrasionsin the insulation or sheath
or break in the conductor. Conductors used for AC and DC circuits shall not be mixed
in the same multi-conductor cable.

In general, conductors and cables shall be supported and terminated so that no strain
is imposed on the terminations. Insulated clamped jugs shall be used for all control
cable terminals

12.3 Raceway

12.3.1 Raceway

.--··-- ---..
/
I

l
.
..

J. .l
. 1 \

' · '
-

'
.-
Page j 239
\
................ . ,,.
12.3.2 Raceway Fittings And Supports

Raceway shall include all fittings, junct ion boxes, flexible attachments, raceway
support hardware, etc.

12.4 Cable Erection

Concrete lined cable trenches shall be provided within the power


station. All such trenches shall be provided wi.th covers to form a flush
finish with the finished floor
level. Cables shall be secured by non-corrodable cleats support ing steelwork, or on
trays. Wooden cleats shall not be used. Cables shall not be clipped or cleated directly
t o masonry.All cable supporting steelwork racks cleats trays and fixings in trenches or
elsewhere shall be supplied under this contracl.

Where the cables are to be installed on racks, these racks shall be of galvanised steel
angles or aluminium and designed such that the spacing and type of supporting cleat
ensure that no undue pressure is exerted on the sheath or armour of any cable.

Cables tray shall be of the first grade perforated galvanised steel with folded side
members and supported on steel work or masonry is required. Segregation of the
various services shall be achieved by use of separate trays for each voltage grade of
cable used. The design of the cable tray system shall make due alrowance for the
future installation of at least 10 percent spare cables and also for the installation of
cables supplied by others.

All cablesin vertical runs shall be supported to ensure that no strain duelo the weight
of the cable is taken by any terminating box. Each cable when erected shall have
permanently attached to i at each end, non-corrodable metal markers showing the
cableidentification number,voltage, rating, size and make up.

Single core cables shall be laid up in close trefoil 3-phase groups and erected in
separate non-magnetic clamps to the approval of the Engineer.

Where cables are erected on outdoor steelwork supporters, sun shades of approved
design and materials shallbe included and erected as necessary to protect the cables.

12.5 Grounding

The Contractor shall provide all grounding cable, equipment, and materials required
for a complete installation including the direct buried ground mat for the power station,.
This shall include, but limited to. all facilities for grounding of panel board. ,·.::. :/i f .
·-
: <, \..'.\·_\ Page 0:..-4'& ·:-----
)'<' \;\ \: \\
/)!!;:
;• J /"1. ..... ' 1
'{
,\ 1\,) ;..;;
; , • ( ,,(J'-- .";-J ;... 1 ·(';'t- '1 1 ..-,-.,,
' , .. ./..·/ . ''f o v1>J,,/ ""'S',
) '/ , rfJ! l->.. ',4
control panels. transformers, switches, lighting. poles, lighting standa rds, and all
electrical equipment enclosures. Two point grounding for each equipment, panel
board and steelstructure shall be provided.

1. Grounding wire for ground grid

Hard drawn copper stranded wire in accordance with latest IEC Hard Drawn Copper
wire for elect;icalpurposes".
Nominal cross sectional area: 200-sq. mm.

2. Grounding w ire of the equipment to be connected with grounding grid.


Annealed copper standard wire in accordance with latest IEC Annealed copper
stranded wire for electrical purposes"

Nominal cross sectional area: 120 sq. mm.

Ground grid shall be laid so that the completed earthing system shall have a
maximum earth resistance value of less than 0.5 ohms, at any point on the system.
The contac t voltage at any point inside the power station at the incidence or an earth
fault shall not exceed 50 volls. The power station grounding shall be embedded to a
minimum depth of 800 cm. The grounding rods addition to the above grid shall be
provided, if required. The minimum outer diameter of grounding rod shall not be less
than 15 mm.

Page I241
Section 13

DC POWER SUPPLY SYSTEM


13.1 DC and UPS Systems 244
13.2 Battery Charger Performance 245
13.2 UPS Performance 246
13.3 Batteries Performance 247
13.4 Billing System 247

Page j 243
13.1 DC AND UPS SYSTEMS

The DC and UPS system shall consist of:


• 220V /110/125 V DC battery and charger
• 24V DC (220/24 DC/DC converter or 110/24 V DC/DC converter)
• 230V AC UPS (inverter with back-up AC supply)
• 48V DC battery and charger for communication equipment. (as
required)

The main DC voltage shalleither be 220V or 110V or 125 V. The main DC loads shall
be as follows:

• Generator circuit breaker closing and tripping


• DC lubricating oil pumps for GTG and STG rotating plant
• Prolection relay systems
• HV swilchyard equipment controls
• MV/LV Switchboard and motor control centre closing and tripping.

The main 220V/125/ 48 I 24 V De system shall consist of 2x100% battery and


chargers each connected via individual fuses to dedicated 100% battery banks. Each
battery shall supply its respective distribution board. There shall be a tie feeder
breaker between the two distribution boards.

The 24V DC systems are powered via 2x 100% redundant DC/DC converters. Their
mains are taken from the 220V /110 V DC battery system. Main consumers of 24V DC
are the main ICMS cabinets. Each l&C cabinet shall receive two in-feeds from the
redundant DC/DC converters via decoupling diodes.

The 2x100% UPS system (230V AC) shall provide power to essentialAC consumers
which are sensitive to short power failures, e.g. main ICMS computers. This system is
fed from the 220V DC system via an inverter, which provides a regulated single-phase
230V AC supply. The inverters shall also be provided with static bypass switch to the
normal bus and emergency bus. The two UPS shall supply its dedicated distribution
board. There shallbe a tie breaker between the two distribution boards.

There shall be 48V DC batteries redundant chargers. The system shall be


independent from the 220V DC system . The 48V DC system shall provide power to
communication systems.

Batteries shall consist of single cells connected to provide the appropriate voltag_ . :·· , .,..._ ,
Cells shall be valve-regulated type nickel-cadmium. The rated life of the bafi5..._-._ ;;;!'i.1? ;·;.-,:.•

1
/,, cJ- '. \
1
.,,--· -.
\ r •

·I - ' /.il ,
I
\." ----<._ ··:,\
1J,,l\!\,J'furGi"V\ .ri·,):g::::: ·
< \ '

. For f>id(2} /
\ '/ ,, ' }_.j? *
' ._ / ·k ('Pl \'\ t
under normaloperating conditions with constant current and constant voltage
charge shall not be less than 18 years. The battery capacity shall be rated
for safe plant shutdown (including emergency oil pumps and barring gear) plus
operation of UPS for a minimum of five (05) hours without AC power.

Two unit ballery chargers scheme shall be implemented and connected in parallel
with the DC standing load and float charge current being shared equally by the
chargers. Either charger may be taken out of ser vice leaving the oiher o carry the fuil
duty.

Each battery charger shallbe continuously rated to supply 100% of the


designload, in addition to battery charge requirements,under the most severe
variation of AC supply
input.

A dedicated battery room shall be provided which should be well ventilated.


Battery chargers shall be located external to the ballery room. The batlery
room shall be equipped with facilities for the safe handling of battery acid, and
with an emergency eye washing station and a safety shower.

13.2 Battery Charger Performance

Battery charger performance shall conform to the battery manufacturer's


recommendation.

Chargers shall be identicalin design and rating. One charger shall be in service
whilst the other shall be in standby mode. Switching between service and
standby mode combinations shallbe done manually by the operator.

Each charger shall be capable of recharging the battery from fully


discharged condition to 100% of the fully charged capacity in not more
than 12 hours while supplying the design loads.

The chargers shall be of the automatic with l/U characteristics.

The charger output voltage regulation range shall be less than 1% for:

• Frequency variation of ± 5 percent of 50 Hz


• Rated input AC voltage variation of ± 10 percent
Output between 0 and 100 percent of rating.
The charger shall be short circuit proof.
Each charger shall include at least the follow ing instrumentation and
indicating facilities:

,/ cJ \· I ' 1 •
Page I245
',
\
"-... _,/
, I
• AC and DC voltage and current
• Programmable settings of float and equalizing voltage
• Alarm indic ation for AC/DC failure
• Polarity of current

Charger status and fault conditions shall be signaled at the operator interface.

Input voltage : 415 Volts, three phase ±10%


Input voltage stability : ±10%
Input frequency : 50 Hz
Output Voltage : To suit battery and load voltage limits
Output current :To suit load and battery requirements
Control :Constant voltage with current limit
Output ripple : Less than 5% of the nominal de voltage
Indications : Output voltage
AC/DC Currents
Alarms : Over-voltage trip (switch rectifier off)
Over-voltage alarm
Charger failed alarm
Under-voltage alarm
Output circuit disconnected alarm

13.2 UPS Performance

Static uninterruptible power supply (UPS) systems shall be sized to feed the plant
criticalloads related to ICMS, work station computers, communications/lelemetry, fire
protectioJl/detection and turbine/generator controlpanel. Each system shall consist of
a inverter section, bump-less static transfer switch, maintenance bypass switch and
voltage regulated bypass transformer. The output shall feed a dedicated AC
distribution panel and shall be rated to carry actualconnected load plus 20%. Battery
capacity (ampere hour rating) shall be determined by the Contractor.

Bump-less transfer to and from AC source and the battery shall be ensured via the
static transfer swit ch. Transfer to and from "bypass" mode shall also be bump less
and require specific sequence switching. "Bypass" mode shall be visually indicated on
the local UPS panel and the operator interface in the controlroom.

Under normal operating conditions, the AC load shall be supplied by the inverter
system via the static transfer switch.
switching untilthe fault is rectified.

UPS status and fault conditions shall be signaled at the operator interface.

13.3 Batteries Performance

Batteries shall comply and be sized in accordance with IEEE 485 "Recommende d
Practice for Sizing Balteries for Power Stations".

Each battery shall be the high performance, low-maintenance, valve-regulated nickel-


cadmium type. The battery shall be designed for a life expectancy of at least 18 years
at an average ambienltemperature of 30°C.

Battery capacity shall be suitably derated to allow for ageing factor, temperature, and
maintenance factors. An ageing factor of at least 125% shall be used in the capacity
calculation. An additional spare capacity for future grow t h of load shall be allowed of
at least 20%.

All battery cells shall be numbered consecutively and each terminal shall be marked
to show polarity.

Each battery shall have three spare cells installed and kept fully charged by
connecting in parallel with cells in the battery or by other approved manner.

Batteries shall be mounted on multi-tier racks braced to withstand earthquake forces.


Racks and mount ings shall be designed to allow easy inspection and replacement of
individual cells. The separate battery room shall have sufficient space to access
batteries. The room shall be ventilated to remove hydrogen gas and optimize life of
battery.

13.4 Billing Sys tern

A billing system must be incorporated with the DCS system


to monitor the total electricity generation and
corresponding Electricity bill.

/ \ ( v .· I
( L"\ 1·
Page I 247
Section 14

LIGHTING AND SMALL POWER SUPPLY


SYSTEM

.- --....
/' - \

\
- -. / -
14.1 Lighting And Small Power Supply 250
14.2 General 250
14.3 Distribution Boards 250
14.4 Cables 250
14.5 Lighting and Small Power 251
14.6 Emergency Lighting 252
14.7 Miscellaneous Materials 253

Page 1 249
14.0 LIGHTING AND SMALL POWER SUPPLY

14.1 General

1. Scope of Works
The Contractor shall design, manufacture, deliver and install power station lighting
and small power supply complete with all the accessories at the site as specified
hereinafter.

2. Details
Detnil descriptio n and drawings of all lighting fittings, distribution boards, switches, DC
equipment,sockel outlets, poles, glands. etc..comprising the offer shall be submitted
w ith Tender.

3. Electricity Supply
Supplies for lighting distribution boards of 415 Volts 3 phase 4 w ire 50 Hz shall be
taken from the station aux ilary switchboard.
The DC supply/ UPS supply required for emergency light ing services shall be
obtained from the batteries supplied under the Section 13. Under normal AC failure
conditions emergency lighling to be installed shall be automatically switched on.

14.2 Distribution Boards

The distribution boards and all component parts shallbe manufactured and tested in
accordance with the latest IEC standard. Distribution boards shall have dust proof
sheet steel, galvanised,weatherproof cases. The metal casing is to be provided wit h
knockouts or other approved form of cable entries, corresponding to the circuit
capacity,together with a suitably screened brass earthing stud.

The distribution boards shall be either double pole and neutral types as required and
shall be equipped with means to provide over load protection to each circuit. This
protection shall comprise moulded case circuit breaker.

14.3 Cables

All cabling associated with the lig hting and small power socket outlets services shall
be stranded annealed copper conductor, PVC insulated galvc:nised steelwire or steel
tape armoured and PVC sheathed as appropriate or mineral insulated copper
sheathed cable depending upon the service required.

The Contractor shall select conductor sizes for the


following conditions:
,.,-·
.-

. '/ \
'\
· '·. 0 i I
\ \ .' '
\.
...".
·-.._/
./ '/
a. Minimum conductor sizes for lighting circuits shall be 2.0 sq. mm and for
socket outlets 3.5sq. mm.
b. The size shall be adequate for t he current to be carried.
c. The size shall be adequate to limit the voltage drop in phase and neutral
conductor 1o the farthest lighting or power point under normal full load
conditions to within 2.5 %.

14.4 Lighting And Small Power

The following lighting and small power arrangements shall be provided as a minimum
by the Contractor.

No Location Illumination Type of Filling


Level (Lux)
a. Power Generating Area
Inside of packing except control 100 Fluorescent lamp or
package incandescent lamp with
reflector and guard if
necessary explosion
proof type shall be used.
Inside of controlpackage 500 Fluorescent lamp with
reflector guard
lflside of crane rain shelter 20 Fluorescent lamp or
mercury vapour lamp
with reflector and
,_ __ diffuser
Around GT unit 20 Mercury vapour lamp
with floodlight filling
Road or path 10 Mercury vapour lamp
with highway filling or
floodlight fitting
b 132 KV Switchyard
Around Switchgear 20 Mercury vapour lamp
with floodlight fitting
Roadways 10 mercury v<ipour lamp
with highway fitting
c Buildings
Control room 500 Fluorecent lamp with
reflector and diffuser
Electrical room and cable room 50 Fluorecent lamp with
reflector and guard
Office 500 -do-
'..·lo.! ,._. _ Toiler, corridor, etc. 50 -do-

--...
,,...,..-- ·-

Page I25J
· .V \
;,\ . I
Plug sockets shall be located so that any point inside the GTG/STG package, inside a
building or outside in the high voltage areas can be reached within the following
distances from a plug socket.

i. Single phase plug socket


Indoor - :10.0 m
Outdoor- :20.0 m
i. Three phase plug socket
Outdoor- :45.0 m

At least two plug sockets shall be installed within the vicinity of an indoor control board
and no plug ocket shall be installe d within a battery room.

14.5 Emergency Lighting

The Contractor shall design DC/ UPS AC emergency lighting and power supply
system for the power station, and illumination level of emergency lighting shall be as
follows.

The lighting shallconsist of incandescent luminaries.

location Illumination Level (Lux)


Control room and inside of 15
controlpackage
Inside of other package 1
The other area surrounding GTG 0.5
units

Additional emergency lighting arrangement, independent emergency light units


operated from built in charger and batteries charged by 230 V AC shall also be
provided strategically.Total ten units shall be included in the Tender .

- I

\
rJ.L'
. ,/ -.;
... '·-- /
,_,-"
14.6 Miscellaneous Materials

1. Lighting Poles
Lighting poles shall comprise tubular or octagonal metal or reinforced concrete
construction with a base of sufficient section to house an inspection trap, lockable
door, cable entry and terminations suitable for the incoming cables and the secondary
cabies feeding ihe light sources, all of which shall be supplied with the pole. All poles
shall be suitable for burying to a depth of 1.5 m and have an adequate concrete
foundation.
Metal poles shall be either hot dip galvanised or covered with a bituminous base
protective area with the fitting erected and a safety factor of 2.5 allowed.

2. Conduits Pipes
The rigid steelconduit pipes shall be galvanised and have a minimum thickness of 2.3
mm and minimum inside diameter of 16 mm.

3. Outlet Switches, Junction Boxes and Fittings


The boxes to be concealed in the concrete shall be of galvanised sheet steel and shall
be filled with appropriate covers so as to be flush with the finished surface of the
concrete structure. The boxes in the exposed work shall be of galvanised stt:el or
alloy fitted with appropriate covers.

4. . Tumbler Switches
The wall. switches shall be of the enclose flush or surface mounting tumbler type,
single pole, 250 V, 1OA and fully installed in the boxes fitted with suitable plates for
covering them.

5. Miscellaneous
A llapparatus, accessories and materials which have not been specifically mentioned
but which are necessary for the completion of the work shall be provided by the
Contractor.

Pngc j 253
Section 15

FUEL HANDLING FACILITIES

/
' ''
,
. . , ·" : J\1:'!
.,.,. ... I .'
\

' . ' ./ ;/
'.. .,,.,.
15.1 Fuel Handling Faciities 256
15.2 Scope of work 256
15.3 FuelSystem 256
15.4 NaturalGas Supply System 256
15.5 Liquid FuelOil (HSD) System 257
15.5.1 FuelOil System And Handling Facilities 257
15.5.2 Scope of supply 257
15.5.3 Scope of work 258

,...
'

i Page I 255
I
/
'
15.1 FUEL HANDLING FACILITIES

15.2 Scope Of Work

The Contractor shalldesign, manufacture, inspect, test , delivery to the site and install
or natural gas handling facilities (including gas booster compressors ) with all
accessories as specified hereunder for 1he plant.

The gas turbine unit shall be furnished with a complete gas fuel system. The gas
handling system shall also be provided.

15.2 Fuel System

Both HSD (High Speed Diesel) and natural gas will be used as fuel in the operation of
Combined Cycle Power Plant Project. Hence, provision of dual fuel system (Liquid
fuel system and natural gas fuel system) shall be materialized in the fuel system of
Gas Turbine unit.

15.3 NaturalGas Supply System

To forward the natural gas from the main gas supply header to the gas booster
compressors then to the Gas turbine units in order to adjust I regulate the supply
pressure to normal operating pressure of the GT,the Contractor shall furnish one (1)
complet e factory assembled skid mounted gas pressure regulating unit including all
accessories and necessary pipe connections to the RPCL's gas supply header for gas
turbine unil.

Each gas handling unit shallcomprise at least the following major items:

• Inlet strainer
• A flow meter with bypass system
• Pressure gauges
• Pressure regulating equipment
• Safety valv e and relief valve
• A gas conditioner (scrubber,separator and others as required)
• Heater (if required as per GT inlet designed fuel gas
temperature)

• Other equipment for satisfactory completion of the work .


.. :·:---::-
Each
needsunit shallalll
have guaranteedconditions
capacity,at
which matches or exceeds the @:s
/ \jr ·\ Mk:'.,'f:t;"., ---,<-,:;;\
, . rJ. /
under-
.
oa.d-operating
, \
site conditions.

·fagt ·.t5{J ·
·.; I ""''::J."" T\J \f j"I '.r'' \ •","!'. \
s
11

I \ - ,L..,. •
For
' 2) f_/;
\ .,, '·. /,' * {..,. -- . ' o/: );
'
'- •'
,/ _...... f -." :\'::
.. ...,._-=
Typical Composition of natural gas is shown on Appendix-1for Tender purpose only.
However during design period the Tenderer should collect the appropriate
specification of natural gas from competent authority.

15.4 Liquid Fuel Oil(HSD) System

15.4.1FuelOilSystem And Handling Facilities

The plant may run on liquid fueloil (HSD)in the event of non-availability of naturalgas
fuel. So provision of operation on liquid Fuel shall be incorporated with required HSD
supply , storage and handling facilities,

The iquid fuel oil system shall have the necessary liquid fuel oil storage tank,
pressure regulating valves, shut-off valves, pipes, fuel forwarding pumps, metering
device, pressure gauge and other indicating instruments. The liquid fuel system shall
be provided with necessary protective equipment for proper control and safe operation
of the unil.

The distillate fuel oil system shall consist of two pumps/ equipment (One standby, one
operative) of suitable capacity for the maximum output of the turb ine at lowest
ambient temperature al the site, along wit h necessary valves, piping, regulating
devices, metering device, instrumentalion, pressure switches and indicators.

15.4.2 Scope of supply

One distillate fuel supply system (with fuel unloading facilities) shall include, at least,
the following equipment:

• One off-base standardized forwarding skid consisting of the pumping and


regulating equipment
• One off-base standardized filtering (duplex cartridge type fillers) localed near
the unit
• Piping between forwardi ng and filtering skid and from the filtering skid up to
the gas turbine unit and there should be a spare fuel pipeline from main tank
header to GTinlet for specialcircumstances.
• Unloading Fuelskid
• 3 (Three) 5000 Tons HSD main storage tank with fixed roof having floating
suction type delivery
• 1 (One) 2000 Tons HSD Day tank with fixed roof having
floating suc tion type delivery near to the Gas Turbine unil.
2 (Two) 2000 Tons HSD Day tank with fixed roof having
receive HSD frmRai way wagons.
• Piping from unloading area at Shambuganj Rai way Station lo Power Plant
main fueltank.
• For unloading: Two 100% (100m3/h) transfer pumps + Fillers at Sharnbuganj
Railway Station.
• For unloading: Tv10 100% (100m3/h) transfer pumps + Fillers al Power Plant
main fuellank.
• Piping between the main fuel storage tank and Day tank via pumping skid
• Fuelstrainers
• Flow-meter and lotalize to measure fuel consumption
• Pressure gauges on each side of fuel strainers, at pump suctions and
discharge, and other critical points
• Fuel oilpumps
• Over speed and emergency trip slop valves
• Controlvalves for starting and operating
• Necessa ry isolation valves
• All piping
• Automatic controlvalves

15.4.3 Scope of work

The contractor shall design, manufacture, inspe.ct,test,deliver to the site and install
of liquid fuel oil handling, conditioning and regulating facilities with all accessories
as specified above and hereunder for the plant.

The unit shall be furnished with a complete liquid fuel oil system. The liquid fuel oil
handling system shall also be provided.

15.4.3.1 Gas Turbine Fuel forwarding skid

Fuel forwarding skid brings liquid fuel to the gas turbine at a pressure consistent with
the gas turbine fuel supply requirements.

Equipment list:
• Two (2) 100% fuel forwarding AC motor driven centrifugal pumps (one duty,
one standby),each for the maximum fuel flow necessary to the gas turbine
• Three suction Strainers
• One fuelpressure regulating valve
• One relief valve
• Complete set of piping including valves, gauges and fittings of all lines
terminating al the skid boundary
15.4.3.2 Fueloilfilters Skid

This unit provides liquid .fuel filtration up-stream lhe unil turbine and includes lhe
followings:
• Two fuel fil ers (one duty, one standby) : Filter cartridge -5 microns
• One pressure metering panel board including : one manostat (fuel pressure
control), one different pressure gauge
• One fuel accumulalo r
• One slop valve
• Complete set of piping including valves, gauges and fittings of all lines
terminating althe skid boundary

15.4.3.3Main Fuel storage tank & Day Tank & Fuel Receiving Tank
from Railway Wagons

The fuel storage tank is a vertical wilh fixed roof tank. The capacity of each main tank
shall be minimum 5000 Tons and Day tank I Fuel receiving Tank shall be 2000 Tons
(each). The main fuel storage tank and day tank will be assembled al Plant site and
Fuel receiving Tank will be assembled alShambuganj Railway Station site, which
includes the followings for each of the above-mentioned tanks:
• One fuel inlet flange
• One fuel outlet flange with floating suction
• Two manholes located in shell and in roof
• Two foam chambers for fire protections
• One visual level gauge
• Various levels switch to provide alarm at subsequent level
• one gas vent
• One water drain
• One spiral stairway and one top peripheral hand railing

15.4.3.4 Unloading Fuelskid

Required piping, along wilh, other facilities that will be required for the system from
unloading base to the fueltank to be constructed for the proposed plant shall be made
by the contractor.
The unloading fuel skid includes the followings
• 2x100% fuel screw/ gear pumps (one running, one standby), capacity of
each 75 m3/h and driven by AC motor.
Two suctionstrainers
Two headers, each with five unloading points -One flow met er
Piping and valves between above equipmen/- - .'·

(.rd:· '-, Page 1 259


·.. . _,,,...-
15.4.3.5 Installation of fuel unloading facilities

lnstallc:ition work of the fuel unloading facility (fuelforwardi ng pumps, valves & piping
etc.).

15.4.3.6 Sump tank

The sump la nk a!lows draining liquid fuel from combustion system and from exhaust
plenum when there is false start. It may be preassembled and includes the followings
-One tank
-One pump

- ·.. '\

\ ,· r;
\
'-.......... _ ..........
Section 16

FIRE DETECTION & PROTECTION


FACILITIES

Page I 261
16.1 Fire Detection & Protection Facili.ties 263
16.2 General 263
16.3 Design Requirements 263
16.4 C02 Gas Fire Protection System 263
16.4 Hydrant System 264
16.4.1 Hydrant 264
16.4.2 Piping 265
16.5 Portable Equipment 265
16.1 FIRE DETECTION & PROTECTION FACILITIES

16.2 General

The Contractor shall design, manufacture, deliv er to the Site, install, test and
commission the fire fighting and fire detection equipment to protect the steam & gas
turbine. generating units and all associated equipment. In particular, lhe following
shall be included:
• C02 Gas fire protection system for lhe gas turbine packaged units.
• Water hydrant system including motor & diesel engine driven pumps, jockey
pump, water main, hydrant stands, hoses etc.
• Portable fire fighting equipment

16.2 Design Requirements

The generaldesign of the fire protection facilit ies shalltake into account that the basic
operating policy for the power station will have the minimum of personnel supervision
for the gas turbines.

Where automatic systems are provided, alternative manual initiation facilities shall
also be provided.

All fire protection installations shall comply with the requirements of the codes of
practice of the National Fire Protection Association, Boston, Massachusetts, U.S.A.,
as appropriate for the respective systems,to the approvalof the Engineer. The codes
and practice of the Japanese Fire Protection may also be considered.

16.3 C02 Gas Fire Protection System

An automatic Carbon Dioxide (C02) gas fire protection system shall be provided in all
machinery enclosures of gas turbine generating unit s except in the unit local control
package. The fire protection system shall comply with the requirements of National
Fire Code No. 12A published by the National Fire Protection Association, Boston,
Massachusetts, U.S.A. or equivalent.

The equipment shall consist essentia lly of fire detectors distributed strategically wilhin
the enclosures which, on sensing a dangerous condition at any location,will initiate
audible and visual alarms. trip all running plant including ventilation equipment, and
release C02 gas into the affected enclosure. Actuation of the fire protection system
shall also. Trip gas turbine generating unit and immediately shut off the fuel supplies
to the unil at a point external to the enclosures. There will be time lag of 30 seconds
between the ringing of alarm and discharge of C02 gas, so that the personnel working

,'r·' \. --- . . ' ···rd,


. - -:./·_ ..}f;-:-.it.l.: e package could leave safely.
:
·
/·-
/ '-' _,,...- ·----. .:·.'\ ,- . :'
''"..,,
'-',• 'I
,,,, ·' :-. 11
t 11•VI •
/
• •
. ' Page I263
w 11 0

'•
ll•
I '
•• •• )
,L.
··JI
!
.

- r B\<\ S, -j/ ('b- \ ;


'
'0cHUl
Facilities for alternative manual actuation.of the fire protection system shall also be
provided such that, when the manual mode has been selected the protection
sequence will not proceed beyond the alarm stage without manual action by an
operator.

System of lock off to (but not exit from) the enclosure affected shall also be provided.
The fire protection system shall be segregated into separate zones so that at least the
protection foi any one compartment cc.n be selected toihe 1nanual mode whiisi, aithe
same time, retaining the automatic mode for the remaining enclosures.

Lock-off boxes shall be provided at all entries to enclosures,with switches whereby an


operator may inhibit automatic release of extinguishing. These boxes shall be
provided with status indicators sign ifying 'Auto on' 'Aulo-off and 'Extinguishing
Released' and a red lamp shall also be illuminated at the box In the event· or
extinguishing release.The status shall be indicated at the control panel of the control
building also.

Fire detection shall be by means of ultra violet flame detectors with a backup system
utilizing rate-of-rise tempera ture detectors. The use of smoke detectors shall be
subject to specific approval by the Engineer as regards their type and location.

Audible and visual fire alarms shall be provided in all machinery enclosures, the local
control cabs and in the control room of the controlbuilding. Additional audible alarms
shall also be provided external to the turbine generato r enclosures.

Particular areas of high fire risk such as confined spaces where lubricating oil could
possibly come into conlact with high temperature, surfaces shall receive special
consideration. Such areas shall be treated as separa te fire protection zones with
detection and C02 gas injection facilities operating independently of the syst em
provided for the machinery enclosure concerned.

The fire protection equipment shall be complete in all respects inc luding pipework,
valves,fire detectors, nozzles, control equipment, fully charged C02 gas cylinders and
cylinder racks.

16.4 Hydrant System

Fire hydrant of water type shall be provided in the power station.

16.4.1 Hydrant

Hydrants shall be installed at required places around the gas & steam turbine·
generating units, HRSG, Gas station, GBC, Chemical Plant
_,.--- --- ,
........

I ;;1:\
\ _,, /
Outdoor.transformers. Each hydrant stand shall be fitted with an isolating valve and
approved type of instantaneous hose complying 30-m hose with combined jel/water-
fog nozzle shall be provided in the cabinet adjacent to each hydrant.

Firef ighting water pool/ storage tank capacity will be minimum 06 hours requirement at
worst scenario of fire incidents.

16.4.2 Piping

The firefighting water mains shall consist of buried piping of alleast 150 mm diameter.
The underground pipework shall be provided with an approved protective coating
unless the pipe is manufactured from an approved non-corrosive material.

16.5 Portable Equipment

The following portable firefighting equipment or equivalent shall be provided:


1. Twenty-four 5 kg C02 extinguishers
2. Five 20 kg C02 extinguishers with trolley
3. Twenty-four 5 kg Dry chemical extinguishers
4. Fiv e 10 kg Dry chemical exlinguishers.

The portable equipment offered shall be of a type for which replacement cartridges
and dry powder refills shall be readily available locally.

_,,.,.. ··.
\
I
Page j 265
Section 17

COMMUNICATION FACILITIES

,/·-- "·
·
.
l rf\/.'.. i·.1
\ \ I . .
: /
17.1 Communication Facilities 268
17.2 General 268
17.3 InternalTelephone System 268
17.2.1 Private Automatic Branch Exchange 268
17.2.2 Telephone Facilities 269
17.3 Internet Phone 269
17.4 Walkie-Talkie 270
17.5 Coaxial Cable 270
17.6 Power Supply 271
17.7 Telemetering Facility 271
17.8 Communication & SCADA Equipment 27·1
17.9 Closed Circuit Television (CCTV) System 272
17.10 Public Annunciation/Address System 273

/ _ - /'
- '
Page I267
\ '
:
'
17.1 COMMUNICATION

FACILITIES 17.1 Genera l

The Contractor shall design, manufact ure, deliver lo t he Si e and install the follow ing
communication facilities:
a. Internal telephone system
b. Paging system
c. Telemetering, Communication & SCADA system

17.2 Internal Telephone System

17.2.1 Private Automatic Branch Exchange

The exchange shall be of a PABX type approved by t he Ministry of Communicalions


for connection to the public telephone network and installed within the central control
room of the power station.

The initial installed capacity shall be 10 exchange lines and 50 extension lines. The
exchange shall be capable of expansionlo a capacity of more than 20 exchange lines
and 100 extension lines. A single operator's position shall be provided.

All internal telephone connections w ithin the power station boundary shall be the
responsibility of the Contractor, but the interconnecting cables between the PABX and
the public telephone network shall not be the responsibility of the Contractor except all
facilities for the connection of this service within the building.

1. Func!ions

The PABX system shall be provided with the following funclions:

a. Extension to extension calls shallbe made by direct dialling.


b. Extension to exchange lines and PLC lines for dialling a single
access digit shall make outgoing calls.
c. Operator access from extension by dialling a single digit shall be
required.
d. Trunk barring on outgoing calls shall be provided as required on
selected extensions.
e. Provision for limited barring on outgoing calls from selected
extensions shall be provided.
f. Operator recall from an extension engaged with an incoming or
outgoing callshall be effected by operation of a recall button foll9 f:.:. ;. ·.:>....
/ .
... ... · //._"\ - · ---.-....., .I ·.· '·.
/,, ;:\ \ PaXe' -1·2'68 '"-''-. •.
f - i .''; .nr.11: '.\TiN (j
· ·<!i:'r :. 1 {)y ·\, For C ic'.(2) /;.g
:.'l;J;
\ ·, ..... . ......_ · \ ,•
* 1""11 .-:-:-3

by dialling the operator access digit.


g. Call transfer between ex1ensions on incoming and outgoing public
exchange calls shall be provided.
h. Operator intrusion into an established call in order to offer an exchange
call or urgent message shall be provided. An intrusion tone shall be
introduced.
i. Exchange alarms shall be extended to the operator's console or
switchboa1d.
j. Six (6) extensions shall have a priority facility to intrude into extension
to extension calls. An intrusion t ones shall be introduced.

2. Equipment to be provided shall include, but not limited to:

a. A main distribution frame of sufficient size to accommodate t he future


expansion.
b. Automatic switching equipment.
c. Manual switchboard or console.
d. A necessary inters unit cabling and cables supports.
e. Concealed wiring to each office, workshop, administration building,etc. to
accommodate a single instrument at each point.
f. 50 telephone instruments complete which will be connected at
telephone points to be advised by the Engineer.

17.2.2 Telephone Facilities

PABX telephones should be located as follows:

a. Controlroom (2)
b. Each control package of gas turbine unit
c. Telephone cubicle (1)
d. Auxiliary room (1)
e. Office, Managers room, Workshop, etc (Total 10)
f. Administration building, guard houses and other buildings (Total 25)
g. Spare Total:

50 Numbers

17.3 Internet Phone

A VoIP phone or IP phone uses voice over IP technologies for placing and
/
•" •,
..
-:-:;·
,t.j
-, _ transmitting
I .....
telephone calls over an IP network, such as the Internet, instead of the
·X·<\·' ..:..:...:._:
"i:..·.·'- )<:.\ itional public switched telephone network (PSTN). .. :/ :_ -/ '\ Paoe j 26C)
_(> ..,.--,r'.';\
I \ \ · \)l\llV ' ;J c\V 0
"''()f f,\(.(l\ // ·/ . "
. 1 ../ -1:"°' )' \>j' I
q ._;._..::..1_ ---

Digital IP-based telephone seNice uses control protocols such as the Session
Initiation Protocol (SIP) , Skinny Client Control Protocol (SCCP) or various other
proprietary protocols.

The components of a VoIP telephone consist of the hardware and software


components. The software requires standard networking components such as a
TCP/IP nelwurk slack, client implementation for DHCP, andihe Domain Name
System (DNS). In addition, a VoIP signalling protocol slack, such as for the Session
Initiation Protocol (SIP), H.323, Skinny Call Control Protocol (Cisco), and Skype, is
needed. For media streams, the Real-time Transport Protocol (RTP) is used in most
VoIP systems. For voice and media encoding, a variety of coders are available, such
as for audio: G.711, GSM, i BC, Speex, G.729, G.722, G.722 .2 (AMR-WB), other
audio codecs, and for video H.263, H.263+, H.264. User interface software controls
the operat ion of the hardware components, and may respond to user actions with
messages lo a display screen.

17.4 Walkie-Talkie

A walkie- t alkie (more formally known as a handheld transceiver, or HT) is a hand-held,


port able, two way radio transceiver. Typical walkie-talkies resemble a telephone
handset , with a speaker built into one end and a microphone in the other (in some
devices the speaker also is used as the microphone) and an antenna mounted on the
top of t he unit. They are held up to the face to talk. A wa lkie-talkie is a half-duplex
communication device. Multiple walkie-talkies use a single radio channel, and only
one radio on the channelcan transmit at a time, although any number can listen. The
transceiv er is normally in receive mode; when the user wants to talk he presses a
"push-to-talk" (PTT) button that turns off the receiver and turns on the transmi tter.

17.5 Coaxial Cable

Coaxial cables shall be of stranded copper conductor (7/0.4 mm), solid dielectric
coaxiallype with polyethylene insulated, annealed copper wire braided and wit h PVC
sheathed.

The electric characteristics at 20 deg.C shall be as follows:

Dielectric strength (for 1 minute)


Between conductor and outer conductor
Insulation resistance
Attenuation
Impedance (nominal)
'
:' -

.

\
-·- L"1 V./_ ·.· '.
·., ·- ·-- --: ._,"/
---------
Sufficient length of the co.axial cables and cords with all the necessary cable
connectors shall be supplied to each station for making connections between the
coupling capacitors and the coupling filters,the coupling fillers and the line prot ective
devices,and the line protective devices and the PLC telephone terminals.

17.6 Power Supply

The communication facilities to be furnished shall be operated by a 240 V, 50 Hz


single phase AC (with UPS) and/or DC 50 V. These power supply facilities shall be
provided by the Contractor.

DC 50 V system shall be designed and provided based on the following requirements:

1. Battery

Type of battery : Ni-Cd Alkaline.


Capacity : Capable of loads cont inuously for five(S)
hours without voltage dropping 90% of nominal voltage, but not less than 50 AH (5 hr
rate).
Number of cells : 48 cells.

2. Battery Charger

Type Thyris er type with automat ic voltage


regulator, 240V single phase input.
Capacity : 150% current of battery 5 hour
Rate charging current at minimum.
Performance : Performance shall be same as shown on
Section 13.2 (3).
Required Number : 1set.

17.7 Telemeter ing Facility

Separate Marshalling Kiosk shall be provided for Telemetering terminalwith SCADA.

17.8 Communication & SCA DA Equipment

Communication & SCADA Equipment shall be comprised of but not limited to the
following:
a. Compatible Multiplexer with opticalf iber
b. RTU (Remote Terminal Unit) w ith IEC60870-5-104 interoperability if ECS
(Electrical controlsystem) with the protocol 104 is not present.

Page I271
'
..... •• -1..
d. Two general telephone sets for Administrat ive Telephone system with
accessories.

17.9 Closed Circuit Television (CCTV) System

Security and surveill<:1nce of different operating areas in the plant as an aid lo


operators, !P based CCTV system shall have to be provided. Adequate number of
dome type cameras with facilities like Zoom, pan,t ilt etc. would be provided at various
operating areas. The monitors would be located at control locat ions such as central
control room, Operation in-charge room etc.

The camera pictures shall be displayed al the CCR where the camera view or
combination of views, selected by an operator shall be displayed on colour LCD video
monitors. A secondary CCTV display station shall be provided at the guard house.

A digital video recording system shall also be provided to allow a permanent record to
be made from all or selected channels . The system shall store the CCTV data for al
least 1 (one) month.
The complete system, as specified including, but not limited to the
following :-
• high resolution color cameras including lenses, mountings and
housings.
• Camera for CCTV have capabilities to cover captur ing outdoor video
ranging minimum 50 meter.
• color monitors
• pan/tilt units for moveable cameras
• video matrix switcher and control system
Hard Disk I DVD recorder
video multiplexers
• Video transmission system including cabling, launch, line, equalizing,
repealing amplifiers, etc.

These specific areas as listed below shall be considered as minimum requirements.


As minimum, the following areas of the plant shall be covered by video surveillance
(CCTV):
• Control Room
• Bui ding gale entrance area.
• electronidcomputer rooms
• Gas Turbine hall
• GBC hall
• switch gear rooms
• HRSG (e.g.drum levelmonitoring)
• Steam Turbine & Centralcontrol building
• C.W. pump House
• store rooms
chemicalplant
• workshop
fire fighting station
• water treatment plant
• Fuel Gas handling area
• Fuel oil(HSD) Tanks and oil handling area
• Hybrid Cooling Tower area
• security gate

17.10 Public Annunciation/Address System

A public address/annunciation system (PA system) is an electronic system comprising


microphones, amplifiers, loudspeakers, and related equipment. It increases the
apparent volume (loudness) of a human voice , musical instrument, or other acoustic
sound source or recorded sound or music. PA systems are used in any public venue
that requires that an announcer, performer, etc. be sufficiently audible at a distance or
over a large area. Typical applications include sports stadiums, public transportation
vehicles and facilities, and live or recorded music venues a nd events. A PA system
may include multiple microphones or other sound sources, a mixing console lo
combine and modify multiple sources, and multiple amplifiers and loudspeakers for
louder volume or wider distribution.

,.

/ d. Page I 273
I
Section 18

MAINTENANCE FACILITIES

,
,
· \ I
• •
',. '
.
'' ' I

\ '
/
18.1 Maintenance Facilities 276
18.2 Overhead Electric Crane 276
18.1.1 Scope 276
18.1.2 Extent Of Supply 276
18.1.3 Type Of Crane 277
18.1.4 Rating 277
18.1.5 Requirement For Characteristics 277
18.1.6 Requirements For Materials 278
18.1.7 Structural Design 278
18.1.8 Electrical Design 279
1B.1.9 Gantry Structure, Rails And Girders 281
18.1.10 Sile Tests 281
18.3 Mobile Cranes 282
18.3.1 1 General 282
18.3.2 Type And Rating 282
18.4 One 5 Ton Fork Lift (Engine Driven) 283
18.4 One 5 Ton Truck/ Lorry For Transportation Of Materials 283
18.5 One Half Truck (01Ton) For Transportat ion Of Materials 283
18.6 Tools 283
18.6.1 General 283
18.6.2 Special Tools 283
18.6.3 Hoist 283
18.6.4 Lifts 284

Page j 275
J
I
18.1 MAINTENANCE FACILITIES

18.2 Overhead Electric Crane

18.2.1 Scope

The Contraclor shall provide and install four (4) Overhead electric crane (GTG, STG,
CW Pump House, GBC house) complete with longitudinal gantry structure, gantry
rails, conductors, weat her protection shed, control,power sL1pply etc. GTG and STG
EOT main hoist capacity minimum 125 ton and auxiliary hoist capacity minimum 25
ton. All EOT crane musl have capacit y required for lifting the heaviest single piece
wilh 20% margin.

18.2.2 Extent Of Supply

The equipment to be supplied by the Contractor under this specification shall include,
but shall not be limited to, the following:-
a. Three (3) semi-indoor/ indoor type electric overhead crane complete
with main and aux iliary hoists, driving motors and control equipment. The hoist
capacity of main and auxiliary shall not beless than the following respectively.

Main hoist: 120% of maximum heaviest item.


Minimum 125 ton for Turbine hall ( GT ST)
Auxiliary hoist : For turbine hall crane 25 ton,
for CWP house and GBC house: 5Ion
b. Sufficient sets of steelwire hoisting ropes
c. All integralelectric cabling and wiring
d. All limit switc hes
e. One (I) set of gantry structure, gantry rails, girders, holding down
bolls,securing plates, abutments , and weather protect ion shed.
f. One (I) set of power supply cables and trolley conductors
complete with supporting brackets and one (I) set of power supply
indication lamp
g. One (I) alarm bell
h. All lifting eyes, rings and bolts lo facilitate erection and
maintenance
i. All catwalks, ladders, platforms and hflndrails to provide safe access
to items requiring regular maintenance
j. Specialtools required for the maintenance of the crane
k. All other equipment required for the safe and efficient operation
of the crane

-.
:_ .... \
\··'.
18.1.3 Type Of Crane

The crane shall be of lhe semi-indoor/ indoor and low speed overhead electric,"
travelling type equipped with single trolley, one(1) main and one (I) auxmary hoist.

18.1.4 Rating

The rating of the crane shall be as follows:

1. Hoisting capacity
Main hoist: 120% of maximum heaviestitem. Minimum 125 ton for GTG and STG)
Auxiliary hoist :For turbine hallcrane 25 ton, for CWP house and GBC house 5Ion

Lift Not less than rn

a. Hoisting speed
Main hoist :5 m/min
Auxiliary hoist : 10 m/min
b. Trolley travel : 15m/rnin
c. Bridge travel : 15 m/min

5. Operating power source


and terminal voltage : 3 phase, 4 wire, 415V AC,50 Hz
6. Bridge traveling rail : 37 kg/m (min.)
Space limit of the crane :Determined by the requirement of
the plant.

18.1.5 Requirement For Characteristics

1. The brake for hoisting shall be capable of stopping and holding 150% of
the rated capacity.
2. Deflection of bridge girder under load on main hook at the centre of the
bridge girder shall not more than 1/500 of the span.
3. The crane shall be capable of raising, lowering, holding and transporting
the rated :oad without damage to, or excessive deflection of any crane
parts,
4. Operation of Hoists
Each hoist shall be controlled indiv idually by the relevant controller
equipped in the operator's cab.

,..·· .
I
Page I277
18.1.6 Requirements For Materials

1. A ll materials used for the crane shall be new .and conform to the latest revision
of ISO or approved equivalent standards.
2. Safety fact ors shall not be less than the following:
• Shaft and axles : 5.0
• Gears and pinions :5.0
• Wire rope : 6.0
• Steel structure :3.0

18.1.7 Structural Design

1. Bridge and End Truck Frames


The bridge structures shall be of welded construction, but with all field
connections designed for high-strength bolling. The various parts of the main
structure of the crane shall be sub-assembled and the field connections
reamed.

The end truck frames shall be either one-piece steel castings or built-up
structural steel rnt mbers.

2. Trolley Frame
The trolley frame shall be fabricated from steel sections or cast steels and
shallbe designed to support the hoisting machinery.

3. Walkway and Ladders


Steelsafety tread walkways and ladders shallbe provided to allow access to
all parts of the crane for inspection, repairs and maintenance. Where
required, cross walkways shall be provided, connecting walkways on
opposite sides of the crane.

Walkways shall be at least 0.70 m wide and provided with a substantial toe-
guard at least 0.10 m high and hand-railing not less than 1 m high over the
entire length and ends. Ladders shall be provided where required for access
between the walkways and operator's cab. The Contractor shall prepare
access from the floor to the operator's cab.

4. Operator's cab
An operator's cab shall be located on each crane and in such a manner as to
allow maximum travel of the hooks and maximum visibility for the operator.
The cab frame shall be fabricated from steel. All the enclosed walls of the
Pag ::·:·;·,:·.;i,.i
0

-.-V :-'.. . r·:·


,.::
,
- " \"'"''i\;)·,.JI·)'..:
"! \ 'J1-;ltS.Llh'3\·•

#':;>-.., ). / .... h
cab shall be of transparent material.
The following controls shall be located inside of cab:

a. Manually operated controllers and master switches


b. Main air circuit breaker
c. Push - button switch for main contactor
d. Individualswitches for lighting,warning signal, etc.
c. Volt meter for povver source

18.1.8 Electrical Design

1. The Contractor shall furnish and install all elect rical equipment on the crane
including all motors, electrically operated brakes, air circuit breakers, switches,
contractors, controllers, resistors, controlpanels, relays, limit switches, t rolley travel
conductors, current collectors, transformers, complete lighting system, receptacles,
conduit, wiring, cabling, insulators, anchors and other electrical equipment necessary
for the safe and proper operation and control of the crane.

The Contractor shall also supply the main runway conductors, insulators, brackets
and associated accessories.

The main power supply shall have a short circuit capabilit y of 50 kA.

All electrical equipment shall conform to the appropriate IEC.

All motors, controllers,auxiliary apparatus and conduit shall be substantially grounded


to the structural parts of the crane.

Motors:

All eleclric motors shall be of the wound rotor, drip-proof, protected type and
tropicalized. They shall be in accordance with the latest edition of IEC Standard for
crane motors.

1. Controller
The controllers shall be readily accessible for maintenance and inspection purposes.
The nominal 4 15 Volts, three phase, 50 Hz power supply from the main collectors
shall be controlled by means of a suitable manually operated main air circuit breaker
located in the operator's cab.

The main power supply breaker shall be identified by a nameplate instructing the
operator to open the breaker when leaving the cab upon completion of work.

Page 1279
a. Bridge and Trolley Travelling
The travel molion of the bridge and trolley shall be controlled by the normal
methods of acceleration, reversing and plugging the motor. Multi-pole
contactors may be used.

Within limits of each required speed, the drive shall be controlled to provide
substanlialiy unifo11n speed regardless of ioac.i. The control shall include all
necessa ry relays, timers, and limit switches required, for smooth and safe
operation.

b. Hoisting and Lowering Control


Tile hoist drive shall be controlled to provide substantially uniform speed on
each master switch step regardless of load.

2. Main Circuit Contactor


A main circuit contacto r shall be provided in common for main power supply circuit of
main and aux iliary hois ts,and for bridge and trolley travel.
The main circuit contaclor shall be controlled manually by a pushbutton switch located
in the operator's cab and il's control circuit shall have necessary interlocking circuit as
follows, but not limited to these.

3. Master Switch
The master switches for the main hoist, auxiliary hoist, trolley travel, and bridge travel
shall be on the cam operated type, with a contact operating mechanism to ensure,
positive operation of the contracts in both directions. Contacts shall be double break,
spring-operated,readily renewable without disturbing lhe wiring and with automatically
adjusting fingers to reduce wear.

4. Limit Switch
Automa t ic reset, totally enclosed, heavy duly, adjustable limit switches shall be
provided to limit the travelof the trolley and the bridge. The switches shall disconnec t
power supply to the motor when either the bridge or the trolley has travelled to within
braking distance of its respect ive stop at either end of the travel. A warning signal,
preferably a buzzer installed in the cab, shall alert the crane operator when the trolley
approaches its slops. The signal shall be activated ahead of the trolley's limit switch.

5. Protective Panel
All power circuits to motors and all secondary circuits such as lighting shall be placed
in the panel. The panel shall also include all overload relays, low vollage control, and
all other necessary equipment recommended by the Contractor.
6. Runway Conductors and T rolley Conductor
The Contractor shall furnish the main runway conductors, insulators, support brackets,
and all other necessary equipment required for installation. The Contractor shall al o
furnish and install the trolley conductors, insulators and accessories required for the
complete operating system. The insulators shall be brown glazed porcelain insulators.
The size of conductor shall not be less than 125 sq. mm solid copper.

7. Cabling
All cabling, collector gear and power supply conductors required for the operation of
the crane shall be supplied by the Contractor. Tl1e crane shall be capable of travelling
the full length of the turbine area as shown on the Drawing.

Support brackets, suitably insulated, shall be supplied by the Conlrador for puwer
supply conductors. Power cables and isolation switch for t he supply to the power
supply conductors shall also be supplied by the Contractor.

18.1.9 Gantry Structure,Rails A nd Girders

The Contractor shall supply a set of gantry structure complete with weather protection
shed, rails and girders holding down bolts and abutment plates located at the ends of
each rail. Gantry rails and girders shall run over thP. full length of the turbine area and
adequate allowance for thermal expansion shall be provided in the design. The
structuralsteel shall be designed and fabricated conform to the Section "21.5.1", Vol.2
of 3.

The weathe r protection shed shall be provided to cover the working area of the crane
as shown on lhe attached Drawings. The material of the shed shall be corrugated
asbestos cement sheet. The thickness of asbestos cement sheet shall not be less
than 5 mm.

18.1.10 Site Tests

1. Control and protective equipment


Stat ic tests of all automatic seqliences.
2. Running tests
The assembled crane shall be load tested including overload test with a load equalto
125% fuII lifting capacity after erection by the Contractor and all tests shall be in
accordance with the relevant IEC Standard.

The Engineer and the RPCL shall witness these tests.


load.

18.2 Mobile Cranes

18.2.1 General

The Contractor shall provide the follow ing mobile cranes which will be utilised for
erection works and for maintenance works after Taking over of the Plant.
The crane shall be complete with all necessary appurtenances to ensure its safe and
efficient operation.
a. One (1) 30 ton sel-propelled dieselengine driven mobile telescopic crane.
b. One (1) 5 ton truck with 3 tonjib crane

18.2.2 Type And Rating

1. 30 ton mobile truck crane


a. Maximum lifting capacity : not less than 30 ton
b. Basic boom length : approx. 9.23-28.49 m
c. Maximum boom le ngt h : not less than 28.6 m
d. Wire speed for lifting : max. Approx. 100 m/min.
e. Boom telescopic speed : approx. 4 m/sec.
f. Crane turn ing : by manually

Type of carrier : Diesel engine driven truck type with rubber tires.

g. Type of boom control :Hydraulic


h. Maximum running speed : not less than 70 km/hr.
i. Climbing capacity (tan 0) : not less than 0.30
j. Minimum rotating radius : not exceeds 7 m
k. Type of outer rigger : Hydraulic

Safety apparatus :Over load limiter, safety interlocks etc. shall be provided.

2. 5 ton truck with 3 ton jib crane.


The jib crane shall have a following features at the minimum
\
\ .\ . / .!
a. Maximum lifting capacity \. . .---" . /
b. Basic boom length
c. Maximum boom length
d. Wire speed for lifting
e. Boom telescopic speed
f. Crane turning
g. Type of carrier

/,.° ',
' - ----\:,
\
' .I 'j .:
\ \ ..j :1 ·
.I
: not less than 3 ton
: approx.4 m
: not less than 1O m
:max. Approx. 100 m/min.
:approx. 4 m/sec.
:by manually
with rubber tires.
h. Ty pe of boom control : Hydraulic
i. Maximum running speed :not less than 70 km/hr.
j. Climbing capacity (tan 0) : not less than 0.30
k. Minimum rotating radius : not exceeds 7 m
I. Type of outer rigger : Hydraulic
i. Safety apparat us Over load limiter. safety
il"llerlocks elc. sha il be provided.

18.3 One 5 ton Fork lift (Engine driven}


18.4 One 5 ton truck/ lorry for transportation of materials
18.5 One half truck (01ton) for transportation of materials
18.6 Tools

18.6.1 General

The following tools and equipment shall be supplied under this Contract and the
Tenderer is required lo give a full list with details in the Schedule of Tools and
Appliances when submitting his Tender.

Each set of tools and appliances shall be provided with conveniently sized, robust,
lockable boxes suitably inscribed with the name of the Plant for which they are to be
used.

The tools and appliances with the boxes shall be handed over to the RPCL at the time
of issue of the Taking Over Certificate.

18.6.2 SPECIAL TOOLS

One set of specialtools, gauges and equipment required for the normal maintenance
of the whole of the Plant shall be provided by the Contractor.

One set of special lifting and handling appliances required for the normalmaintenance
(such as lifting of turbine casing, lifting of rotor) of the whole Plant and equipment shall
be provided by the Contractor. Specialtool list with unit price shall be submitted w ith
Tender.

18.6.3 Hoist

The hoist shall be of electrical or chain- block type and the capacity shall be selected
taking into consideration of weight of object. The hoist shall be provided with the
monorail, supporting materials for railand anchor bolts. The hoists shall be installed in
the following area, but not be limited to, for the convenience of maintenance:

EOG room, Fire fighting pump house, Chemical plant.

I \.

' . - / \ Page I283


\ t1V
·
, \
..
'
18.6.4 Lifts

The contractor shall supply and install one passenger Lift , capacity of 12 persons,
Lift ing height shall be up lo the highest level of HRSG with number of Stops al
different level of HRSG.The Liff is necessary for operat ion & Maintenance personnel
for performing routine I emergency operation & maintenance inspect ions of various
HRSG components.
Section 19

TESTS AND INSPECTIONS

./ - \
Page j 285
I , .
'·-.' . ; J
-- /
19.1 Tests And Inspections 287
19.2 General 287
19.3 Workshop Tes! 287
19.3.1 Gas Turbine 288
19.3.2 HealRecovery St earn Generator And Ancillaries 288
19.3.3 Steam Turbine And Ancillaries 289
19.3.4 Generator 289
19.3.5 Exciter 290
19.3.6 Step-Up Transforme r 290
19.3.7 132 kV Switchgear Equipment 290
19.3.8 Control And Protection System 292
19.3.9 Other Materials And Equipment 293
19.4 Tests AlSite 293
19.4.1 Tests On Completion 294
19.4.2 Field Inspections And Tests On Gas Turbine/ HRSG/ 295
Steam Turbine Units
19.4.3 Field Inspections And Tests On Switchgear , Equipment 298
19.5 Acceptance And Interim Operation 302
19.1 TESTS AND INSPECTIONS

19.2 General

The Conlractor shall perform all tests and inspeclions necessary to ensure that the
material and workmansh ip conform to the Contract and design drawings. Those tests
and inspections shall demonstrate that the equipment will comply wit h the
requirements of this Specification and meet the specified guarantees.

The RPCL and the Engineer shall have a righllo access the Contractor's or sub-
Contraclor''s works to determine or assess compliance with the provisions of this
Specification or to witness lhe Contractor's inspections or tests.

The contractor shall supply to the Engineer/RPC L as soon as practicable which shall
contain details of each test performed and shall be prepared as required by the
Engineer/RPCL, records, results and calculation of all electrical tests shall be provided.

'19.2 Workshop Test

1. All plant shall be subjected to type, sample and routine tesls at the
manufacturer's factory in accordance with these clauses and conditions of the
Contract.
2. Ty pe, sample and routine tesls shall be to the relevant ISO and IEC Standards
or other approved standards for equipment where the test requirements are not
specified in these clauses.
3. The Contractor may offer type test results for identical equipment in lieu of the
type tests specified, in which case the spec ified type tests may be waived by t he
Engineer. If type test results for identical equipment are offered in lieu of the specified
type tests, the Contractor shall also provide evidence as to the similarity of the
equipment tested and the Contract equipment.
4. The Contractor shall submit evidence to the Engineer that the instruments
used for the testing shall have been calibrated alan approved testing laboratory within
a period of up to six months for a portable instrument and twelve months for a fixed
instrument.
5. RPCL and Engineer's authorized representative shall have the right to inspect
and/or to test the Goods at Site and at manufacturer's premises to confirm their
conformity to the Contract. The contractor will inform well in advance for such
inspection I lest. The cost of performing any test s shall be borne by the Contractor. A!I
expenses for inspection will be borne by contractor (ie. business class traveling
expenses, daily pocket expenses of USD 250 and lodging). Nol less than twenty four
-· .- ---. round trips and a maximum of seven working days spend with the addition of two
. '. ,.:.;. = iaa reparation for each participating engineer. The cost of subsequent inspeclion(s)
:-.- - . · / .
J, ''( J",..,1"''"'"!"' ,.(:'\)' I . ··/ ' Page j 287
[ij 111/J' '.t,f.1 hU l·l
1

......Q'
• ·Bid (2),.,
/ ,, .
,,+1. µ
l
1t:1 _/ \ .
\ ·' . • •
* cJ1nit--'.: "-.... -·/
due to rejection/additional re-testing of Goods at t he first inspection shall also be
borne by the Contractor.

19.2.1 Gas Turbine

The gas turbine unit shall be assembled as a complete unit and run under simulated
operating conditions at the manufacturer's works. The unit shall be tested to ensure
smooth running and satisfactory operation of lhe accessories.

The Contractor shall state in his proposal the performance and reliability testslo be
carried out in the works. The Contractor shall give the Engineer notice of the tests at
least four (4) weeks in advance. The tests to be carried out shall include, but not be
limitedlo, the following:-

a. Dynamic balancing together with over-speed tests of the turbine and


Compressor rotors
b. Bench testing of all accessories
c. No load operation of the turbine assembly lo t est the followings :-
• Vibration
• Lubrication system
Fuelsystem
• Wheel space temperature
• Exhaust temperature
• Governor system
• Temperature control system
• Air system
• Over-speed trip
• Water system
• Individual accessories

19.2.2 Heat Recovery Steam Generator And Ancillaries

The HRSG & ancillaries shall be tested on the factory, those tests shall include, but
not be limited to, the following:

1. Hydraulic tests:
Steam generator drum, header, boxes and other forged components, high pressure
steam valves & safety fittings shall be tested on completion of welding and after heal
treatment for a period of not less than 30 minutes.
2. Mechanical tests:
a. X-ray inspection throughout the length of welds.
b. Vibration or noise test on the auxiliary plant & all motors
condition. ,,.,.-:-:----,
..I. .i-
'
f. -'".
.

.. .;.. I ,
\.\
\

\ \ ·-... ·. '
\ ' / ·,./

3. Electricaltests:
a. Power frequency high voltage withstand test on small wiring of 2 KV.
b. On all motors as per relevant IEC.

19.2.3 Steam Turbine And Ancillaries

The Steam Turbine and ancillaries shall be tested on the factory, those tesls shall include,but
not be limited lo, the following:
1. Hydraulic tests:
The following hydraulic tests shall be applied for a period of not less than 30 minutes:
a. Turbine casing.
b. High pressure steam valves, chests, pipings etc.
c. Low pressure valv es & pipings.
d. Oil coolers.
e. Water heat exchangers.
f. Condensers.
g. Air ejectors.
h. pumps.
2. Mechanical tests:
The Turbine rotor shall, after completion be tested lo an over-speed of 15% for 5
minutes.

All auxiliary plant, the rotor of the generator & exciter shall also be tested.

3. Electrical tests:(as per relevant IEC)


a. All motors.
b. Small wiring of 2 KV.
c. CT, VT etc.

19.2.4 Generator

Each generator shall be operated at no-load on the factory test floor with the following
observations and respective data so reported and reference to IEC Standard shall be
made:-
a. Measurement of resistance of armature and field windings.
b. Mechanical inspection and balance. .
c. No-load field current alrated voltages and frequency.
d. Voltage phase balance and phase sequence.
e. Dielectric tests.
f. Insulation resistance of field and armature.
g. Standard no-load and short circuit tests.
Characteristic "V' curve test and efficiency tests.
Page j 289
i. Generator fixed losses.
j. Generator variable losses (al loads available with driving motor).
k. Measurement of vibration
I. Temperature rise test

19.2.5 Exciter

Each exciter shall be operated at no-loads on the factory test floor with the following
observations and respective data so reported and reference to IEC Standard should
be made:-
a. Saturation run.
b. Mechanicalbalance.
c. Resistance.
d. Dielectric tests.
e. Insulation resistance of windings.
f. Exciter characteristics tests

19.2.6 S1ep-Up Transformer

The transformer shall be completely assembled at the factory and shall be subjected
to the following tests by the Contractor, in accordance with the latest revisions of IEC
60076 "Power transformers" and 60551 "Measurement of transformer and reactor
sound levels".
a. General inspection
b. Measurements of Winding resistance
c. Voltage ratio measurement and check of polarity
d. Measurement of impedance voltages
e. Measurement of load Joss
f. Measurement of no-load loss and current
g. Test of temperature rise
h. Induced over-voltage withstand test
i. Separate-source voltage-withstand test
j. Insulation resistance measurement (megger)
k. Results of shop tests to be submitted.
• Results of type tests of lightning impulse-voltage w ithstand test
• Test of protective relays
• Character istic test of bushing type current transformers

19.2.7 132 KV Switchgea r Equipment

1. Circuit Breakers
The tests shall be performed in accordance with IEC 56-4 'High-voltage alternating-
current circuit-breakers, Part 4: Type tests and routine tests'. :::·;:-: ;0':.-.......
u'·'1'' :// -
P. t r'\"r' •
npr·n"'
04 .11.t ..1;11r.1.1 . l.J!vf)-.:: J

or Bi{: f'lJ
. \ -·
• Generalinspection
• Insulation resistance measurement

• Dielectric withstand voltage test


Operation test
In accordance with the requirements of IEC 56, details of the transient recovery
voltage to which the circuit breaker will be subjected during short circuit testing shall
be submitted to t he Engineer for approva l.

The Engineer may require in addition any of the following tests to be carried out, the
details of which will be agreed between the Engineer and the Contractor:-
Earth fault interrupt io n tests
Out of phase switching tests according to IEC 267
Capacitance switching tests
Small inductive breaking current switching tests
Tests under environmental conditions
Voltage withstand test after breaking capacity tests

2. Isolators and Earthing Switch


The tests s!1all be performed in accordance with IEC 129 "Alternating current
disconnect ors (isolators) and earthing sw itches".
Generalinspection

• Insulation resistance measurement


Dielectric wit hstand voltage test
Operation test

3. Current Transformers
The test shall be performed in accordance with IEC 185 "Current Transformers".
Generalinspection
Polarity test
Insulation resistance measurement
Dielectric withstand voltage test
Characteristic test
4. Voltage Transformers
Thelest shall be performed in accordance w ith IEC 60044 "Voltage transformers"
• General inspection
• Polarity test
• Insulation resistance measurement
• Dielectric withstand voltage test

5.
· ;·\

Lightning Arresters
Characteristic test

f J-., \. Page 1 291

{zS: :
f '. . - --Th test shall be performed in accordance with IEC 99-l_"Lightning arresters, Part 1:
,c'.;-]( !,i/'.?YJr'."l \\1•>"\.1W1••'\r\r,,:,,·;1 ' .·1
), . ftr/ •.. .
'.. ' .
ll'"' .
\ '..... ' _,.· ·1
·..Z:,
- . Por co·lG'(,?)...·
"P:? /I..*·
··
...'..'
I; * 1-,L, \ r.i i'".·,,.
Non-linear resistor type arresters for AC system".
• General inspect ion
• Power frequency spark-over voltagelest
• Lightning impulse spark-over voltage test
• Measurement of leakage current and insulation resistance
6. Steel Structures

General inspection

Materialquality and quantity check

7. Bus Support, Insulators and Wiring Materials


The following shop tests shall be performed by sampling inspection method and
number of samples for the test shall be decided after award of the Contracl.
a. Bus Supports
General inspection
Dielectriclest of power frequency
• Tension proof test
b. Insulat or Assembl ies and Grounding Wire Attachment
• General inspection
• Dielectric test of power frequency
• Breakdownlest of insulator
• Dimension measurement f hardware
Tension proof test
c. Stranded Conductors for Overhead Line and Grounding System
Generalinspection
• Tensile strength test
d. Other Materials
• Generalinspect ion

19.2.8 ControlAnd Protection System

The following tests for the control and protection system shall be performed at the
workshop.
• General inspection
• Measurement of insulation resistance
• Dielectric withstands voltage test
• Performance test of relay Error test of meter
• Sequential operation test
19.2.9 Other Materials And Equipment

All other materials and equipment shall be tested althe Contractor's workshops in
accordance withlatest IEC, ISO, other approved St andard and/or the request of the
Engineer.

19.3 Tests At Site

1. Responsibility for Tests


a. Tile Contractor shall conduct the tests at the Site in accordance with these
clauses and the conditions of the Contract.
b. The Contractor shall provide all equipment and personnel requiredlo carry
out lhl:! tests, including the provision, installation and removal of all test
instruments, the connection and disconnection of plant items and obtaining
of all records. The RPCL will provide electricity, fueland water required for
the tests on completion without charge to the Contractor.
c. The Contracto r shall prepare and submit to the Engineer al least three
months prior to the commencement of testing, schedules in approved
format for each test together with a programs provided by all Contractors.
The Engineer will also be responsible for overall co-ordination and safety
control of tests.
d. The Contractor shall submit one copy of the results of each of the tests at
the Site to the resident Engineer within one week of the tests being carried
out. Four copies of the certificates shall be provided to the Engineer wilhin
one month of the tests being carried out.
e. The RPCL's staff willobserve and participate in the tests on completion.
f. The Contractor shall submit evidence to the Engineer t hat the instruments
used for the tests have been calibrated at an approved testing laboratory
within a period of uplo six months.

2. Scope of Tests
The tests to be carried out and passed before taking over of the works by the
RPCL/Engineer shall be deemed to comprise two main stages of testing as follows:

a. Preliminary tests which are tests performed prior to rotation of energizing


at normal voltage or admission of normal water or air pressure to the main
or auxiliary plant under test.

b. Tests on completions which are tests to progressively prove the correct


operation of complete auxiliary systems and of the main plant items.These
tests shall be carried out in accordance with the conditions of the Contract.

Page 1 293
, I
3. Reliability Test Period

a. The tests on completion shall include a reliability lest period for each
generating uniland auxiliar ies, which shall commence when the Contractor
has notified the Engineer that the unit is ready for commercial operation.
During this period, the uniland auxiliar ies will be required to operate under
the working conditions of the station, within their operating limits. either
continuously or intermittently as required by the operation of the station,
without failure or interrup t ion of any kind for a period of one (1) hundred
hours. The units will be operated by the station staff and the Contractor
shall provide at his own expense a suitable representative during each
operating shift lo direct the slalion staff on the operating techniques and
lhe running of the units. The Contractor may make minor adjustments to
the units, provided that such adjustments do not in any way interfere with
or prevent the commercial use of the units by the Board or result in
reducing the output of efficiency.

b. Should any failure or Interruption occur in the operation of the units due 'lo
faulty design, mat erials or workmanship under the Contract but not
otherwise; sufficient to interrupt the commercial operation of the units, the
reliability test period of one( 1) hundred Hours shall recommence after the
Contractor has remedied the cause of the defect.

19.3.1 Tests On Completion

1. The Contractor shallgive to RPCL and Engineer in writing twenty


one (21 ) day's not ce of the date after which he will be ready to make
the tests on completion. Unless otherwise agreed, the tests shalllake place
within ten (10) days after the said date.on such day or days as the
Engineer shall in writing notify the Contractor.

2. If the RPCL and Engineer faillo appoint alime after having been asked to
do so or to attend alany time or place duly appointed for making the said tests the
Contractor shall be entitledlo proceed in their absence, and the said tests shall be
deemed to have been made in the presence of the Board/Engineer.

3. If, in the opinion of the RPCL/Engineer, the tests are being unduly delayed
he may by notice in writing call upon.the Contractor to make such tests within ten (10)
days from the receipt of lhe said notice and the Contractor shall make the said tesls
on such day within the said ten (10) days as the Contractor may fix and of which he
shall give notice lo t he Engineer. If the Contractor fails to make such tests within the
lime aforesaid the Engineer may himself proceed to make the tests. All tests so made
by the Engineer shall be al the risk an expense of the Contractor unless the
Contractor shall establish that the tests were not being unduly delayed in which case .-·;: .·-,-·....
."·· ""'- Page M:: ' •'\('\I1 / !)7.>,
I ... '\ · ·/ '\'
\ c:. ···
'... '
ri" ,...
J )·-
. d\\ . : 1 l-0!-) "J. ¥.r.;w.J
;n1 ,
! c..,

l'"'
/ .,
" - ' r."d')· 11 \ / '= . ::
;-I
tests so made shall be at the risk and expense of the Board.

4. The RPCL except where otherwise specified, shall provide free of charge,
such labour, materials, fuel, water, as may be requisite and as may be reasonably
demanded to carry out such tests efficiently. However all the calibration devices,
standard or sub-standard speciallest instruments, stores, apparatus etc., required to
conduct all the tests would be provided, arranged and installed by the Contractor at
his own cost and expenses. The Contractor will pay ail expenses including the custon1
duties etc. on the import or export of all such instruments etc.

5. If an/ portion of the works fail to pass the tests, tests of the said portion
shall, if required by the Engineer or by the Contractor, be repeated w ithin a
reasonable time upon the same terms and conditions save that all reasonable
expenses to which the RPCL may be put by the repetition of the tests shall be
deducted from the Contracl price.

19.3.2 Field Inspections And Tests On Gas Turbine/ HRSG/ Stearn


Turbine Units

The following field inspections and tests will be carried out In the sequence detailed
below, and the successful performance and completion of all the tests taken together
shallconstit ute the RPCL's acceptance tests:-

1. Inspection and Checking of Units

After completion of erection and/or installation, and before put into operation, each
unit and all its appurtenances (compressor, gas turbine. motors, pumps, healers, fans,
piping, valves and all other mechanical and electrical equipment and material) shall be
thoroughly cleaned and then inspected under the supervisio n of the Engineer and in
presence of the Board for correctness and completeness of installation and
acceptability for placing in operation. The time consumed in the inspectio n and
checking of the units shall be considered as a part of the erection and installation
period.

2. Start-up and Trial Operation

Following the satisfactory completion of the inspections and checking of gas turbine
units,t he same will be placed in trialoperation during which all necessary adjustments,
repairs etc. shall be made as required, then the unit being shut down as required.
When the equipment is operating properly its characteristics shall be recorded on the
start-up report sheets. Start-up reports for all the equipment must be completed
_ _ ....before the start of the initialcommercial operation period.
;;::=.- t ,,: ....;::
: :·.. ._._ --......:·>" - "
• I•

{'.:i\:'-'
.'
'-"=:':' / Pnge j 295
,,. , , \
L'"lll l''v.: ·f''\.\:,i\ )'.•
-r..., _",\ ,,,..... r ,\C ..
\·· or Bi!1/2' .1: :
<-}'- . :,
(f"' ""' ,..... .. ·... \ !'\ ,,'

.
·
The time consumed in start-up and trial operation shall be considred as a part of
the erection and installation period.

3. Initial CommercialOperatio n (ICO)

The Contractor shall be responsible for running on initialcommercial operation period


at the Site on each unit , including all auxiliaries and controls for the Plant. The
Contrac:tor shall operate the units at various loads as specified by the Engineer af1er
synchronizing the system.

The initial commercial operation shall start on the specified date and shall last for one
hundred sixty eighty (168) hours during which time the unit and auxiliaries will operate
continuously, uninterrupted without adjustmen t or repair to the satisfaction of the
Engineer at all loads up to and including the maximum loads.

On the completion of continuous operat ion for one hundred sixly eighty (168) hours on
all automatic and supervisory controls , the Engineer may instruct cycling operation,
shutdown and start-up during the next seven (7) days. After satisfactory completion of
these observations, the unit shall be considered to have been put on initial
commercialoperation from the dale of s1art of the initial commercial operation.

4. Performance and Acceptance Tests

Soon after the initial commercial operation tests have been run', performance tests
shall be run to determine whether the equipment complies with the guarantee
provided that unit is made ready for performance test by the Contractor and certified
by Engineer. The tests shall be conducted in accordance with ISO 2314 or ASME
PTC 22, PTC 46 and the latest ASME- IEEE Power Test Codes using previously
approved correction curves and complying with the following special conditions unless
otherwise specified. The chemical analysis and lower heating values of the fuels shall
be determined in the RPCL's laboratory and two other laboratories to be chosen
respeclively, one by the RPCL,the other by the Contractor.

The RPCL shall provide without charge such labour, material, fueland water as may
be reasonably required to conduct the performa nce and acceptance tests. The gross
station efficiencies under different load conditions established during a four (4) hours
continuous lest, shall be calculated in a manner as approved by the Engineer. Power
measurements at the generator terminals and at the incoming circuit of unit motor
control center shall be made with totalizing meters.

Generator power output shall be held as constant as possible during the performance
test.
The gas turbine generator shall run at 25%, 50%,75% and 100% of base rating and
peak load prior to placing the unit into commercial operation and lo prove that sudden
load rejections from loads up to maximum capability can be accommodated by the
turbine without the speed rise being sufficient lo cause the over-speed trip to initiate.
The output and heat rate tests will be carried out on each unit in the following manner :

a. 112 hour at 1/4load


b. 1/2 hour al 1/2 load
c. 1 hour at 3/4 load
d. 1hour at 414 load

Full load alGenerator step-up transformer HT side for ihe purpose of the test will be
calculated from the guaranteed output according to the site ambient installation
conditions.

Correction factors for variations of test c:onditions from the specified design conditions
shall be slated in the Tender.

The Generator shall run at 50%, 75% and 100% load (for both SC and CC mode)
prior to placing into comme rcial operation and to prove that sudden load rejections
from loads uplo maximum capability can be accommod ated by the turbines w ithout
the speed rise being sufficient to cause the over speed trip to initiate. Shut down of
sleam turbine shall be carried out from 100% load, 75% load to ensure i) GTG is
running at the same load that was running before ST shutdown Ii) diverter damper of
GT is open to bypass stack iii) LP/HP steam bypass are working perfectly with
relevant steam control valves & auxiliaries.

The output and heat rate tests will be carried out in the following manner:
a. 1/2 hour at 1/2 load
b. 1 hour at 3/4 load
c. 1hour at 4/4 load
Full load at Generator step-up transformer HT side for the purpose of the test will be
cafculaled from the guaranteed output according to the site ambient installation
conditions.

Correction factors for variations oflest conditions from the specified design conditions
shall be stated in the Tender.

5. Test Reports

_ _ _ Jhe Contractor shall submitlo the Engineer within three (3) months after the signing
-'- -:-"' . f - -;""'.'...:. --
\._., ,!11 !' ·. ,,.: .... .- .. -...._
/ >;;;,..---..:.:.:..;:_.. " /. " Page I297
-··""11!\f.l ,1\'''>' - )" .'.
h.. \';w,1,. , ) :)
->. )or Bic.\ \'2-
d"Ji,
:<'? t)-1
of the Contract, the detailed procedure for the conductance of the performance and
acceptance tests for approval.

The procedure shall include the following for suc h test or group of tests:-

a. The time duration of each test al each load.


b. The number of test runs at each load.
c. The sequence of the testslo be conduct ed.
d. A list of instruments that will be used for each test.

The list shall designate which instruments are:


i. Special test instruments
ii. Certified
iii. To be calibrated before and after each test
iv. Check instruments
v. St ation supply instruments.

Schematic diagrams showing all test points and cross references to the instrument list
shall also be included.

e. All formulas, calculations, conversion factors,curves, correction curves,


etc., to be used in the conductance of the tests and the calculations
of the test results.
f. Sample test reports or data sheets and all specific result sheet forms
that willbe used for the test.
g. Written procedure and description of conducting the test.
h. All test data to be recored by the Contractor and the Engineer. 19.3.3

FieldInspections And Tests On Switchgear, Equipment

The following site tests shall be performed by the Contractor.

1. Protection, Control,Alarm, Measurement and Indication Equipment


a. Wiring
Insulation resistance test using 500 V Megger shall be carried out on all AC
and DC prolectron,control, and alarm and indication circuit. The insulation of
allcircuits shall be checked before proceeding with other tests and ii is also
essential that all AC wiring is correctly connected relay contacts, auxiliary
contacts, etc., being closed, as necessary, to verify this . Checks shall be made
on cable glands, cable jointing, fuse or circuit breaker and small panel items,
such as indicating lamps. Static equipment which may be damaged by the
application of test voltage shall have the appropriate terminals short circuited. -·-
Inter relay, ite _ unit and cubicle wiring carried out at the Site shall be chec .;,, -Y 'J.\f;, :(;
-'°', Pag · '.i9V---·<:;;i
f!,L'.. KIT1 l "r1v1s1 ···)"-
>
'
.
'
-. ,;-"'
1.. ,
l.
I
OY . \,
·,
,
8 (2; -
' J.
'\;
to the appropriate circuit and/or wiring diagram.

Where, it is found necessary during pre-commissioning work to effect site


modifications to the secondary wiring, site copies of the appropria te schematic
and wiring diagrams shall be suitably marked as agreed with the Engineer
before the circuit is commissioned.

Loop resistance measuremenis shall be made on all current transformer


circuits. Separate values are required for current transformer circuits.

b. MechanicalCheck
All rela ys shall be examined to ensure that they are in proper working
condition and correctly adjusted,correctly labelled,and the relay case, cover,
glass and gaskets are in good order and properly fitting.

c. SecondaryInjection
Secondary injection shall be carried out on all AC instruments and relays,
using voltage and current of sinusoidal waveform and rated power frequency.

2. Current Transformer Magnetizing Tests


The magnetization characte ristic of all current transformers shall be checked at the
minimum of two points to ident ify the cur rent transformers with reference to the
manufacturer's estimated design curve, and to determine the suitability of the current
transformer for its intended duty. IImay be noted that it is not normally necessary to
check the characteristic up to the knee-point for this purpose. Special measures may
havelo be taken to ensure that the core is fully demagnetized before commencing the
test.
a. Primary Injection
Primary current injection tests shall be carried out by the Contractor. The
primary injeclion methods employed for a particular installation shall t herefore
be agreed with the Engineer.

Tests shall be carried out as follows:-

Overall primary injection to prove correct inter-connections

; , ........3_1 :·,·:· ,oc operations / ----- •


, <.· 'I\ I .
:J-".>
.1 .W\•'\'\\I'"nr•':' ··:' ·..·)
11 1 \)\', l lv •c'.• ) I •· ,.- . . Page I 299
i:;J

'<Y}:
,u' \\_;:\ J

for B'\Cl'i?)
I

'-
,- / . . 1,
./' ,,
I ar-- .
I , •

\
.. .
.
I •

,,
I t

J
'
C. H1t'-1.?·."' / ./
Tests shall be carried out to prove the correctness of all DC polarities, the operating
levels of DC relays and the correct functioni ng of DC relay schemes , selection and
control switching, indicating and alarms.

4. On Load Tests
In view of the hazards inherent in these tests, they shall be carried oul under the
direct supervision of the Engineer.

An operation and stability test shall be carried out for on load commissioning of unit
type protection.

Test for restraint shall be carried out to prove the characteristics of protective systems
with directional characteristics,

On load checks shall be made after the protection gear has been placed in service to
ensure that all connect ions and test links have been replaced and tesl leads removed,
as well as to confirm the integrity of the current transformer circuits. Where necessary
voltage readings shall be taken at the terminals on each relay lo ensure that loop
connections between the relays are complete. Special attention shall be paid to
broken delta voltages and residual current circuits where zero voltage or current
respectively may not be proof of the completeness of the circuit.

5. Step-up Transformer
a. General mechanical checks.
b. Core and winding insulation tests.
c. Ratio and HV magnetizing current tests.
d. Vector group check.
e. Molars overload protection tests.
f. Buchholz device tests.
g. Temperature instrument calibration and tests.
h. Operational tests onlap change equipment.
i. Dielectric strength tests of insulation oil.

The above tests shall be recorded on approved test sheets, two signed copies of
which shall be forwarded lo the Engineer immediately after a test or series of tests
has been completed.

The Engineer shall countersign the test sheets if found to be satisfactory and retain
one copy. The Contractor shall provide to the Engineer six bound copies of all sitelest
sheet as final records.

6. 132 kV
,,. Sw
.- ,._it,chgear
/

Pa
:' · ·\· -
_../ I
--
. /
a. General Check

A general check of all the main switchgear and ancillary equipment shall
be made and shall include a check of the completeness, correctness
and condition of earth connections, arcing ring and horn gaps, painted
surfaces, cables, wiring, pipework, valves, blanking plates and all other
auxiliary and ancillary items.Checks shall be made for oil and gas leaks
and that insulators are clean and free from external damage. A check
shall be made that loose items which are to be handed over the RPCL,
e.g. blanking plat es3 tools, spares, are in order and are correctly stored
or handed over.

b. Circuit Breakers

Following completion of erection of circuit breakers and all high voltage


circuits, power frequency withstand voltage test at a level to be agreed
shall be applied.

local air components associated wit h pneumatic operation, including air


compressors, shall lie test ed and air loss measuremen t s ond pressure
and alarm settings checked. Tests shall be made also on mechanical
and hydraulic operating systems.

Contact resistance tests shall be carried out with not less than 100
amperes passing through the contacts. In the case of multi-interrupter
circuit-breakers, resistance tests will be required at each interrupter or
pair of interrupters as well as through the series of interrupters on each
pole.

Operational tests will include local and remote trip/close. SF6 gas type
circuit-breakers testing shall be required on t he gas system to prove the
gas quantity, its dryness and ils dielectric strength. The gas leakage
shall also be measured.

c. Isolators and Earthing Switches

Manually operated equipment shall be subject to operational tests to


confirm contact pressures, contact resistance, synchronism of operation
of all phases and the ease of operation.

Checks shall be made of the local and remote indicat ions and operation

/ . - j! - \ Page I301
.,{fV
I
/
Section 20

CIVIL WORKS

'·.
20.1 Civil Works 307
20.2 General 307
20.2.1 General Requirements 307
20.2.2 Topographic Surveys 308
20.2.3 Site Investigation 308
20.2.4 Site Laboratory 309
20.2.5 Records And Drawings 309
20.2.6 Samples, Testing And Inspection 309
20.2.7 Standards And Codes Of Practice 309
20.2.8 Preparatio n Of Design And Drawings 310
20.3 Scope Of CivilWorks 310
20.3 Earthworks 311
20.3. 1 General 311
20 .3.2 Excavation 311
20.3.3 Filling 312
20.3.4 Backfilling 313
20.3.5 Measurement And Payment 313
20.4 Foundation 314
20.4.1 General 314
20.4.2 2 Piling 314
20 .4.3 Foundation Of Gas/ Steam Turbine Generator 319
20.4.4 Foundation For Building And Other Equipmenl 320
20.4 .5 Hardcore 320
20.4.6 Replacement Of Unsuitable Materinl 320
20.4.7 Steel Sheel Piling Wall 320
20.5 Concrete Works 321
321

322
20.5.4 Cement 322
Admix ture 322
322
322
Standard Grading 323
324
324
Transportation

Formwork And Timbering


325
325

...' .
. of auxiliary contacts.

Motorised equipment shall be tested to prove the motor operation,


including local and remole operat ion. Timing tests shall also carried out.
Earth switches and maintenance earthing devices shall be tested to
confirm the opening and c.losing sequences and checks shall be made
on the earth mat, indications and manual locking devices.

d. Voltage Transformers

All voltage transformers shall be checked for polarity phasing and for
secondary output.

e. Lightning Arresters

General inspection shall be carried out to verify the condition and


satisfactory mounting of the arrester and its earth connect ions and
electrodes.

7. Interlocking

All interlocking arrangements both electrical and mechanical shall be fully checked
andlested.

8. Earthing System

Tests shall be made on the effectiveness of the bonding and earthing which will
include conductivity tests on selected joints, on the main earthing system, and at the
connections to equipmenland structures. Checks shall also be made on precautions
taken to avoid corrosion attack on the earthing system.

9. Others

All 0U1er equipment and/or systems shall be tested in accordance with the instruction
by the Board and/or the Engineer.

19.4 Acceptance And Interim Operation

1. After the performance tests, if the equipment supplied by the


Contractor is found to meet the guarantees and any other specified
requirement, and if all other work called for hereunder has been
completed, the RPCL's acceptance will be forthcoming. This
acceptance shall, however, not relieve the
responsibility forJirst fl?pect ion.
/(" ·.-- .:J \
._ . Ct) '
'-,. . . ·[ "i:);,...-
2. Should the equipment furnished by the Contractor fail to operate
as required, or in case offailure to meet any of its guarantees, the RPCL shall have
the right to operate the equipment, using the Contractor's supervisory operating
personnel, until such defects have been remedied and guarantees met with. In the
event that defects necessitate to the rejection of the equipment or any part thereof,
t he RPCL shall have the right lo operate the equipment until such time as new
equipment is provided to replace the rejected equipment. Such operation shall not be
deemed an acceptance of any equipment.

Page I :=103
I
20.5.16 Reinforcement Bar 327
20.5.17 Payment 328
20.6 Roads And Surfacings 328
20.6.1 Concrete Pavement 328
20.6.1 .1 Sub-Grade Preparation And Test 329
20.6.1.2 Aggregate Sub-Base Materials For Concrete 329
Pavement
20.6.1.3 Co11struclion Of Aggregaie Sub-Base For Concrete 330
Pavement
20.6.1.4 Concrete Pavement 330
20.6.2 Gravel Surfacing 334
20.6.3 Landscaping And Turfing 334
20.7 Drainage System 335
20.7.1 Design Conditions 335
20.7.2 Drain Laying 335
20.8 Sewage Works 336
20.8.1 General 336
20.8.2 Sewer, Manholes And Septic Tanks 336
20.9 Water Reticulation System 336
20.9.1 Internal Water Reticulation System 336
20.9 .2 Woler Requirement 336
20.9.3 Design Parameters And Standard 33
20.9.4 Materials And Workmanship 7
20.9.5 Deep-well And Deep-well Pump 337
20.10 Ducts 337
342
20.11 Fencing And Gates, Flag Poles And Site Boundary Wall 343
20.11.1 Fencing 343
20.11.2 Gates 34
20.11.3 Flag Poles 3
20.11.4 Site Boundary Wall 343
20.12 Water Intake And Discharge Facilities 344
20.13 Platform For Loading & Unloading 344
344
20.1 CIVIL WORKS

20.2 General

The Gene ral Conditions, Tender Drawings and Schedule of Rates shall be read in
conjunction with this Specification. Matters described in one are not necessarily
repated in the others.

20.1.1 General Rquirements

ThP. Tenderer's proposal shall cover all requirements of the Tender Documents and
any other items not specifically mentioned but which are deemed to be necessary for
the satisfactory design, supply of materials, construction, and supervision of the civil
works on the basis of a turnkey contract.

The Contractor shall upon examining the design of the foundations and major
structures incorporated in the bid drawings, develop and prepare the detailed design
and the construction drawings of all civil structures for the approval of the Engineer
which shall meet the equipment and structures specification, to be supplied by the
Contractor for the Project.

The Engineer shall reserve the right to examine the Cont ractor's design and to instruct
a change or modification by the Contractor.
These modifications shall be carried out by the Contractor without additional cost as a
result of any claims made by the Contractor on the Board.
Approvalof the design by the Engineer shall not relieve the Contractor of liability for
the construction works.

The Tendere r shall familarize himself with the site levels, subsoil and an other data
necessary to enable hiin to estimate the bearing capacity and foundation
requirements, for use in the preparation of hislender.
It is the Contractor's entire responsibility lo search for filling material for land
reclamation work and to make all arrangements necessary for the satisfactory
completion of the land reclamation work within the Project. His tender shall include for
all localeventualities.

The Tenderer shall quote firm prices which shallremain valid through-out the Contract
Period on all items in the Price Schedule unless other-wise stipulated.

Historical Data relating


lo Old Brahmaputra River high water level
high water level in 2014 and Historical Events of 1988 & 1998 of Some
Important Stations in the Brahmaputra Basin.

SI. Recorded Danger Peak of the year Days above


No River Maximum Level (m) danger level
Station
(m} (m} 2014 1998 1988 2014 98 ,....8.. 8
1 Dharla Kurigram 27.66 26.50 26.95 27.22 27.25 4 30 16
2 Teesta Dalia 52.97 52.40 52.74 52.20 52.89
20 - 8
3 Teesta Kaunia 30.52 30.00 28.95
29.91 30.43 - - 38
4 Uamuneswari Badargonj 33.00 32.16 31.56 33.00
32.80 - 6 5
5 Brahmaputra Noonkhawa 28.10 27.25 27.25 27.35
NA 1 - NA
6 Brahmaputra Chilmari 25.06 24.00 24.49 24 .77
-
7 25.04 13 22 . 15 22.30 17
27

9 Uamuna Serajgonj 13.35 13.79 14.76 15.12 13 48 44


15.12 -
10 Uamuna Arieha 10.76 9.40 9.58 10.76 10.58 11 68 31
t-- I-

11 Id Br.putra Jamalpur 18.00 17.00 16.33 17.47 17.83 31 8


12 Old Br.putra Mymensing 14.02 12.50 11.25 13.04 13.69 - 33 10
13 Buriganga Dhaka 7.58 6.00 5.11 7.24 7.58 - 57 23
14 Lakhva Narayangonj 6.71 5.50 5 .90 6.93 6.71 14 71 36
15 TuraQ Mirpur 8.35 5.94 6.00 7.97 NA 4 70 NA
16 irongi Khal Tongi 7.84 6.08 5.72 7.54 NA - 66 NA
Source:Flood Forecasting & Warning Centre (BWDB)

It is observed from the above table that danger level of old Brahmaputra River in
Myrnensingh is 12.5 mPWD, recorded maximum water level is 14.02 mPWD, high
wat er levelin 1998 is 13.04 mPWO and in 1988 is 13.69 mPWD.

The project land is required to be filled, developed and compacted upto the
recorded maximum water level plus 1 m. That means the proposed 360
MW power plant project site shall have to be at a ground levelof 15.02
mPWD.

20.1.2 Topographic Surveys

The Contractor shall carry out surveys as are necessary for the proper design and
execution of the Works. The results of such additional surveys together with the
survey drawings shall be submilled to the Engineer for approval.

20.1.3 SiteInvestigation

The Contractor can conduct soil inv estigation, ambient air quality investigation, riv er
water/ underground water quality investigation if deemed necessary at his own cost

<
before submission of the bid. However, after signing of contract the soil investigatio ,,....-.:-: ·.,-·;::--:-:_,
f--.\:'l ......:-. /'
soil improvement/ development , ambient air quality invest igation, river \ '...--:::.:'. ·)

\..- - _/ :
;
{j)r p , C 1 N ./
;k
underground water qualily investigation at the cost of the contractor is mandatory for
detailed design of the civilwor k/ other equipment. Soil improvement/ development (if
required) shall have lo be done by the Contractor at his own cost. Additional cost cannot
be claimed for poor quality of soilI air I water .

20.1.4 Site Laboratory

The Contractor shall provide a site laboratory with a concrete floor space of not less than
4m x 6m adequately equipped to carry out quality control tests of material and
workmanshi p in accordance with the procedures and tests as described in the
relevant ASTM Standard or other approved Standard. The Contractor may as an
alternative to the provision of laboratory equipment, make arrangeme nt for all necessary
tests to be carried out by personnel with relevant experience from an approved
laboratory.

20.1.5 Records And Drawings

The Contractor shall keep at the Site accurate and upto-date records and drawings of the
Works,and shall submit these records to the Engineer at tile end of every week. Such
record 5hall include t he amount of labour, plant and materials employed upon the Site
during that week.

20.1.6 Samples, Testing And Inspection

The Engineer may request at any time to test or inspect sample of material and
workmanshi p proposed and the Contractor shall furnish these immediately. When the
Engineer has approved the samples, material, and workmanshi p not corresponding in
quality and character with the samples approve d shall be rejected. The costs of all
sampling and testing to be conducted either on the Sile or in an approved laboratory shall
be borne by the Contractor.

20.1.7 Standards And Codes Of Practice

The Civil Works shall be designed and constructed in accordance with the
Specifications, relevant Standards and Codes of Practice approved by the Engineer. The
Contractor shall submit together with his bid a schedule of standards and codes of
practice to be followed in the design and construction of the Works. Copies of these codes
and standards shall be made available to the Engineer during the design and
construction period. In the case of the Standards and Codes not published in Englis h, the
Contractor shall obtain English translations when required and send them to the Engineer.
_.- .,-.-··-Jhe Contractor shall be responsible for the establishment of design parameters to
·;:, > :i.·'·is t)SJy the requirement of the project.
1
/ --·-- '
Page j 309
:••_, ' I I'
1
r-11" 11''\ l) V· )'.. ')
IV I •

U.J l " l

·-:- \ r f.ic\(2\./>:../ ·. \
; ---<',··,.,
* c Hi ni":;.,,..(

Basic design conditions shall b as follows: -


a. Seismic coefficienlat Ground
Level (Horizontal) (PGA) :0.36 g (as per BNBC-20 15)
b. Design Storm : Based on frequency intensity Dumtion curves
prepared for Sylhet Zone
c. Wmd velocity : 200 km/hour
d. Design load'for road : H20 S16-44 (AASHO)
e. Standards and codes of practice :ASTivi, ACI, and international
codes of practice and other Standards to be approved by the Engineer

20.1.8 Preparation of Design and Drawings

The Contractor shall prepare all designs and detailed work ing drawings as deerned
necessary for the execution and completion of the Works.

The Cont ractor shall be responsible for ensuring that the design satisfies the
requirements of all local and national authorities. Design calculations shall be in
accordance with an approved method and should take into account the most critical
combination of dead load, wind load, and seismic load. Design ca:culafions and
detailed drawings shall be submitted to the Engineer for approval. The Contractor may
commence construction onthe Site only alter drawings are approved by the Engineer.

20.2 Scope Of CivilWorks

The civil work s shall include collection of site data, detailed design, production of
working drawings, provision of labour , supply of construction plant and materials,
construction and rectification of defects during the Warranty Period of the Works.

The Scope of Work shall include,but not be necessarily limited to, the following:

a. Site Works :Site clearance, excavation and filling of the Site to formation level (0.8
meter above High Flood Level or 1.0 meter above nearest Highway which one is
higher) including running surplus excavated materials to disposal area, sheet piing
work, site roads and surfacing, water supply, sewage treatment cable ducting, pipe
ducting, drainage, landscapi ng, fencing and gates.

b. Foundation: For all plants and structures supplied under this Contract. Suitable
foundations shall be provided for the gas/ steam turbine generating unit , HRSG, Gas
Booster Compressor, Transformers, 132 kV switchgear, and elevated water tank,
water/steam supply system, hybrid cooling tower, overhead travelling crane, Platform/
standard permanent jetty for loading & Unloading at riverside , buildings, equipment
and structures.

'I

'
'rd..\ '.

'' '. . ,,·;


'........._ .' ,.
c. Temporary works as necessary to construct the permanent works. Provision of
site office for the Engineer and the Project Director including all services, furnishings,
and attendance for the period required by the Engineer but not exceeding one month
after t he finaltaking-over date.

20.3 Earthworks

20.3."1 General

The Contractor shall prepare the drawing necessary for his construction purpose
based on the attached drawings and the specification, and submit them to the
Engineer for approval. The Contractor shall be responsible for and shall complete all
the earthworks as shown on the approved drawings or as directed by the Engineer.

20.3.2 Excavation

Before commencing any excavation on the Site, the Contractor shall notify the
Engineer al least 48 hours before starting any additional surveys. The Contractor shall
carry out, where directed by the Engineer ext ra surveys required to resolve any
doubts wllich may mise as to correctness of any surveys or recoru. Tliereafter the
decision of t he Engineer regarding w hat shall be recorded as the correct survey shall
be final.

Excavations shall be carried out to the width, lengths and depths shown on the
approved drawings.. The Contractor may excavate by any method he considers
suitable, subjectlo the approval of the Engineer.

Selected granular materials from the excavation as approved by the Engineer shall be
used in the embankment construction and filling. Unsuitable materials shall be
removed from the Site to disposal areas .

Cut and fill slopes shall be designed for to be thorough stability. Unless otherwise
indicated On the Drawing the exposed surfaces of all cuttings and embankments shrill
be soiled and turfed to the satisfaction of the Engineer.

The Contractor shall take part icular car e during the excava tion of the foundation lo
avoid deterioration of the ground due to exposure to the weather. The final 150 mm of
excavation above formation level shall be carried out by hand immediately before the
next stage of construction is to start. A similar method shall be adopted in the ease of
the sides of excav ation against which the structure islo bear .

(,----- ;',
'
'· . [N ·
\ ' I
Page I31 1
The Contractor shall provide all strutting and shoring necessary for the safe xecution
of the Works and shall provide the necessary pumps, dewatering facilities, and
temporary drainslo ensure that all excavation shall be carried out in the dry.

The rates for excavation and filling shall be deemed to have included for the full cost
of excavation and filling of the materials including site clearing, stripping of top soil, all
pumping and temporary works necessary to keep the excavation and filling free from
water, temporary shoring and imbering, trimming io iine and level, stock-piling,
handling, compaction, cutting, slope proleclion, removing surplus excavated material
to spoil tips, togethe r with all other costs incurred in com--plying with the contract
requirements.

20.3.3 Filling

The area lo be filled shallbe cleared of vegetation and the top soil shall be stripped
and stock piled All soft yielding material shall be removed and replaced with granular
selected material. Where fill has lo be deposited againsl the hill slope, the Contractor
shalltake all necessary precautions to ensure that a good bond is achieved between
the fill and the original ground.

No fill shall be deposited in the area to be filled until the Engineer has inspected and
given approval. Fillinglo the formation level shall be brought up form the bottom in
uniform compacted layers. Excavated material obtained from the Site may be used for
embankment construction and filling.

·Filling, levelling and compaction on the Site shall be carried out in layers not
exceeding 300mm thickness. The Contractor shall carry out ail necessary quality
control works including in-situ soil density tests, moisture content and other laboratory
testing to ensure that all materials used in the embankment or filling elsewhere are
compacted in accordance with the specified requirements.

The maximum dry density (MOD) for the purpose of this specification shall be
determined by the following procedures or equivalent.

a. Selected materials used in the embankment other than below buildings shall
be compacted to a density not less than 95% MOD.
b. Sub-grade for road below formation level to a depth 650mm shall be
compacted to a density not less than 95% MDD or as approved by the
Engineer.
c. Location of buildings and equipment foundations shall be compacted to a
density not less than 95% MDD or as approved by the Engineer.
1. Standard Proctor Method
2. Modified AASHTO Test

20.3.4 Backfilling

This section shall apply to the performance of all work in connection with the required
backfill for the permanent works.

·1. Material
Material for backfill shall be obtained from excavated soil or other sources approved
by the Engineer

2. Workmanship
Backfill to all foundations trenches, pits, etc.. shall not be placed until the work has
been inspected and approved Backfill around sewers, waler mains and other utility
lines shall be carefully placed so that the piping will not be displaced or damaged. Fill
in contact with pipes shall be entirely free of rocks. Backfill around service pipe shall
be of sandy material. The backfill shall be compacted at opt imum moisture content in
layers not exceeding 15cm to 92% of the maximum dry density. Compaction shall be
carried out by vibratory plate compactor.

20.3.5 Measurement And Payment 1.

Land reclamation works


Measurement by volume, for the payment of filling for the land reclamation works
shall be made on the basis of the originalground surface and the site formation levels
shown on the approved drawings. The quantity of filling given in the Schedule was
estimated for Tendering purposes. tf the final quantity of the filling work varies beyond
10 (ten) percent, the Conlractor shalt notify the Engineer for approval regarding the re-
measurement and subsequent a variation the contract amount will be adjusted.
Payment for the filling of the land reclamation works shall be made based on the unit
price fixed by the Tenderer.

2. Foundations and Ducts etc.


All expenses required for excavat ion and backfiling of foundations, ducts, trenches,
roads and all other structures shall be included in the lump sum price bid for the
respective work item in the Schedule. The lump sum price bid shall not be modified or
subject to adjustment for any design variation due to a change of geological or other
conditions.

..
,

.' ""' I J>nge I3J 3


\
i1lV·
\

20.4 . Foundatio n
20.4.1 General

The Contractor shall take full responsibility for the suitability of the type of foundations
he proposes to use and shall guarantee the performance of the foundations.

All foundation shall be designed in accordance wit h the requirement as laid down i11
CP2004: 1972 Foundation" or other approved Standards and Codes of
Practice/SNBC.

20.4.2 Piling

Pile foundations shall be designed and applied to buildings, equipment, and struct ure
where required based on available information obtained from the subsoil investigation
to be carried out at t he Project Site by the Contractor.

In the event t hat piled foundations are proposed, the Contractor shall submit a
detailed design for piled foundationslo the Engineer for approval. The Contractor can
apply any type of pile design to satisfy the soilcondition. The bid price for piling shall
be lump sum and shall remain firm irrespective of the type of design.

1. General
The Contractor shall supply, install and test at least one of the types of pile specified
herein,or in accordance with the approved design and the drawing showing the piling
arrangement. Each pile shall be suit existing the sub-strata at the Site. The Engineer
reserves 1he right to order additional test piles at no extra cost if the type of pile or t he
sub-strata differs fromthe one originally driven and tested.

The Contractor shall take full responsibility for the suitability of the type of piles he
proposes to use and shall guarantee that each pile will carry a test load equalto twice
t he working load in accordance with this specification.

The standard of workmanship shall be as laid down in CP.2004; 1972 "Foundations"


or other approved standard.

2. Pre-cast Piles
The Contractor's arrangements for the provision of piles shall belo the approvalof the
Engineer. The Contractor shall submit full details of the manufacture including details
of formwork, placing of concrete, vibrators, curing, handling, storage, and transport.

All concrete, reinforcement and other materials used for the manufacturing of piles
shall comply with the requirements of the relevant sections of the
Specificatio << .-)::·.;:·->.-.<
,·:::\ ..··:.------- · ·,..
Pag -"'· " ·:,\J\'J\ \ .
;-;:4 , -
"''' \'11 -'' "' l, 1:.--.
;> :: : ----\ \>-, !#
Concrete may need to be made from sulphate resisting cement where necessary.

The reinforcement for a pile shall be fabricated to form a rigid cage. The main
longitudinal reinforcement shall be in one continuous length except wheie otherwise
approved and shallbe finished level and cut square at the head of the pile, and shall
bear <igainst pile shoe. The minimum cover to the main reinforcement shall be 65mm.
The spacer blocks shall be made of concrete of the same grade as that used in piles.
Cast-in threaded inserts or metal tubes of an approved type shall be used lo form
holes in the piles where required.

Pile shoes shall be firmly fixed during concreting to prevent any displacement. The
whole of the concrete in any pile shall be poured continuously. After a pile has been
cast, the date of casting and reference number shall be clearly inscribed near the pile
head.
The maximum variations permitted on the specified cross section dimensions shall be
-3mm to +6mm. The maximum departure from alignment on the face of the pile shall
not exceed +6mm over a 3 metre length and 12mm over the total length of the pile.

Piles shall not be lirted wilhout permission of the Engineer and such permission will
not normally be given until the concrete in the pile has attained a strength of
175kg/cm2. During lifting, adequate precautions shall beIQken not to cause undue
stress to the piles. Piles shall be stored on adequate supports correctly located and
spaced to avoid undue bending in the piles. Due consideration shall be given to future
handling, curing and withdrawal of older piles without disturbing newer piles.

All piles shall be kepicontinuously wet for a minimum 7 days from the date of casting,
or as directed by the Engineer.

No pile shall be driven until the concrete has reached the strength specified on the
drawings or as otherwise described.

3. Driving Piles
The Cont ractor shall submit with his tender full details of the performance, size and
type of his driving plant together with information on the type of hammer and the
number of rigs he proposes to employ on the works.

The driving rig shall be approved by the Engineer.

Piles shall be adequate ly guided whilst being driven and the guides shall be held
rigidly in position down to the lowest levelreached by the hammer.
the drawings shall not exceed 75mm. The Maximum departur e from the vertical or the
correct angle of rake shall not exceed 1in 50.

The Cont ractor shall provide the Engineer with three copies of the driving record for
each pile, t hese records shall reach the Engineer's Representative not later than the
day following the drivin-g of the relevant pile and shall contain details of the following

a. ocation
b. Pile details such as reference number, date of casting, length, and dimensions.
c. Dat e and time of driving
d. Type, weight and drop-of hammer or equivalent information if other type of
equipment is used.
e. Information on number and thickness of packing used during the driving of the
pile and their condition after removal from the pile head.
f. Number of blows per 300mm over 1he last 3 meters of penetration.
g. Number of blows per 50mm over the last 300mm of penetration.
h. Toe level of pile.
i. Other relevant information as may be required by tl e Engineer.

If any pile is in any way considered unsatisfactory by the Engineer, he reserves the
right to order the Contractor to remove the pie and/or to install replacement piles at
positions selected by the Engineer, all at the cost of the Contractor.

4. In-Situ Piles
Before commencing the piling, the Contractor shall submit details of the type and
number of rigs to be used for insitu piles.

Jetting shall be permitted only with the approval of the Engineer.

The spoil from the pi e holes and material remaining from the cutting of piles shall be
removed by the Contractor to a tip to be provided by him.

Before pouring concrete into the core, the reinforcement for each pile shall be made
up to form a rigid cage and lowered into the core. Arrangements are to be made to
ensure that the minimum cover to the main reinforcement is 50mm. The main
longitudinal reinforcement shall be in one continuous length except where otherwise
approved and the main bars shallextend at least 1 metre above cut-off level.

The concrete for the pile cores shall comply with the concrete specificatio n. Concrete
may need to be made from sulphate resisting cement where necessary. Concreting of
the core shall not commence until the Engineer has inspected.
'-
------.- ..../
,.- /
The concrete shll be transported and placed in such a way that it is homogeneous
with a high density, and care shall be taken to avoid segregation. The method of
placing and compacting the concrete shall be to the complete satisfaction of the
Engineer. Care shall be taken that harmful materials do not fall into the pile hole
during concreting.

Curing of pile-heads expose to the atmosphere below cut-off level shall comply with
lhe concrete Specification where pract icable.

The concrete shall be finished 40mm above cut-off level. Concrete shall not normally
be placed in or through water. In particular circumstances only, the Engineer may
allow the Contractor at his own expense to place concrete (using suitable mix)
through water by means of a tem1ite pipe. If the Contractor'!> piling system does not
normally exclude water during concreting, he should allow in his tender for the use -of
compressed air or other method to keep the pile hole free' from wat er whilst the
concrete is being placed.

5. Steel Piles
The Contractor shalltake a!I necessary precautions to prevent damage to steel piles
and fittings when handling, pitching and driving piles. Adequate bearers shall be
provided under stacks of piles at posit ions to prevent dislorlion of the piles. Any piles
which are permanently deformed will be rejected.

Details and joi nting lengths- of piles will only be permitted with the Engineer's approval.
The ty pe of joint and weld details shall be in accordance wit h the pile manufactures
recommendations.

Where the completed pile will be subjected to long term corrosion adequate measures
shall be taken to protect the surface of the exposed pile by casing in concrete or such
other means satisfactory to the Engineer.

6. Miscellaneous Piling Systems and Subsoil Improvement Method


The Contractor can propose any system of piling or subsoil improvement method not
covered by the foregoing specification and shall submit his proposal thereon to the
Engineer for approval in sufficient time to allow the suitability of the system in the
ground conditions prevailing on this Si e to be investigated fully.

7. Testing

:n..::'\
(:{2;-2=·z:..
The Contractor shall install at least two piles solely for testing purposes and shall
submit a detailed driving record and other data as directed by the Engineer for the

age I317
purpose of proving the proposed pile design. If this pile test does not satisfy the
P
(":".::>/' ..,, n•l'C" _ ; ... :
· \
-:..,' ....:;r:1·r'.. ...'" . '1
...:... '!l.u.'"').iv • •. '

/
\..f or S1t.?;<\:·f
specified settlement, further piles shall be installed and tested.

The Contractor shall provide all the equipment required for carrying out load
tests on piles together with the apparatus for measuring shall be to the
satisfaction of the Engineer.

Measurement of pile movement during testing shallbe by a means capable of


reading to 0.1 mni. This shall be related to a bench mark situated at a sufficient
distance from the pile to ensure a permanent datum.

The loading system shall incorporate a proving ring, load cell or other
apparatus capable of measuring theload to an accuracy with 2%.

8. Test Pile Load


The test pile load shall be twice the specified working load and shall be
applied in steps not exceeding 10 tons. Displacement readings shall be taken
every 5 minutes after application of the load increment untiltwo consecut ive
readings show that the displacement has ceased. When the test load reaches
the specified working load, the displacement readings shall continue until it is
established that no 'further displacement has occurred over a 15 minute
period.

The working load shall be then maintained for a further 24 hours, displacement
readings taken every 2 hours.

When no fur ther displacement is apparent on completion of the 24 hour period or


when approved by the Engineer, the load shall be removed in one stage and the
recovery readings taken every 15 minutes until recovery has ceased.

The pile shall then be reloaded in one slage lo the specified working load,
readings being taken every 15 minutes until displacement has again ceased.

The load shall be then increased in equal increments up to twice the specified working
load, the same procedure being followed as stipulated for the beginning of the test.
The maximum load shall be maintained for 24 hours or as directed by the Engineer
after all displacement has, ceased, and readings shall be taken every 2 hours during
this period.

On completion of this period or when approved by the Engineer, all loads


shall be removed and the displacement on recovery noted.
9. Settlement Under Test Loads
The settlement of the pile head under test load shall not exceed -lhe following
figures under the loads stated:

/
,
. . r·.. .
I

.--
.........
__..- ,,,.-'
Under 150% working load, settlement of 8mm.

Under 200% working toad, settlement of 25mm.

Aft er removal of test load immediate residual settlement of 3m m for 150% working
load and 1Smm for 200% working load.

On completion of t:ach 1Jie test the Coniractor shail suppiy ihe Engineer wiih two
copies of a complete report which shallinclude graphs of load- settlement, load-time-
settlement and recovery of the pile as the load is removed.

10. Rejection of Piles


If any pile is in any Fay unsatisfacto1y to the Engineer he reserves ·the right to order
the Contractor to install replacement piles at the locations selected by the Engineer at
no extra cost.

20.4.3 Foundationof Gas/ Steam Turbine Generator

Appropriate foundations shall be provided for the gas/ steam turbine generating units
& HRSG. The gas/ steam turbine generating units & 1-!RSG shall be supported by t he
reinforced block founda tion.

The Tenderer sha ll together with his Bid provide adequate information and data
required for the design of the gas turbine generating units' foundation.

The design drawings and calculation sheets shall be submitted to the Engineer for
approval prior to commence the construction.

1. Design load and Combination

The following loads and external forces shall be considered for structural analysis of
the gas turbine generat ing unit foundations.
a. Concrete weight
b. Machine weight
c. Dynamic load (vertical direction)
d. Dynamic load (horizontal direction)
e. Short circuit force of generator
f. Seismic load : 0.36 g (horizontal)

In following load cases, the worst case shall be selected for the design of the gas
turbine generating unit foundation.

I cs! Page 1 319


• Long term
a+b+c or a+b+d
• short term
a+b+e or a+b+c-1-f or a+b+d+f

20.4.4 Foundation For Building And Other Equipment

Suitable foundations shall be provided for the elevated waler tank, switchyard
equipment, radiators, overhead travelling crane, buildings, equipment, and
miscellaneous structures.

20.4.5 Hardcore

The Contractor shall place where required hardcore under the foundations of the
equipment. The material shall be crushed rock or natural rubble stone not larger than
15crn in size containing suitable quantities of fines to a grading and quality approved
by the Engineer.

20.4.6 Repla cement of Unsuitable Materia l

In a case where the in-situ soils are found unsuitable for proper consli uction of the
foundat ions, such materials shall be excavated and replaced with sand or other
suitable ·granular material to be approved by the Engineer. The Contractor shall
submit materials samples, laboratory test results and the proposed method of
compaction and const ruction to the Engineer for approval prior to commence the
construction.

20.4.7 Steel Sheet Piling Wall

Tender er shall submit together with his tender the outlined drawings and calculation
sheet concerning the design of the steel sheet piling wall.

The contractor shall lake full responsibi ity for the suitability of steel sheet piling wall
proposed for use in the project.

, .
/ -- \
j • •;
· l-\
,. .
.,_._ -/J
... .....
I
20.5 Concrete Works

20.5.1 General

Standards of design, materials, and workmanship shall be in conformity with this


Specification, ACI Standard or other internationally accepted Standards approved by
the Engineer.

For the purpose of the Contract, this Specification shall be applicable to all concrete
works to be included in the civilengineering and building works.

20.5.2 Composition

The Contractor shall make trial mixes using samples of aggregates and cements
typical of those to be used at least four weeks before commencing any concreting in
the Works. The strength requirements for each grade of concrete proposed in the
design shall be determined by the Contractor by means of trial mixes to satisfy the
conditions specified in Table 20.1.

Table 20.1

l..
Page j 321
20.5.3 Tests

In order to control the quality of concrete to be placed, samples of concrete for testing
shall be taken and cubes made as and when direcled by the Engineer. Tests shall be
done in accordance with this Specification or equivalent St andards approved by the
Engineer.

a. Slump test
b. Compression test
c. Air test

For each grade of concrete, six test cylinders conforming to ACIor equivalent shall be
prepared for each 30 cubic meters of concrete in each day's work. Three cylinders
shall be tested on the 7th day and the remaining three on the 28th day. The slump
and compression tests shall be carried out and the results shall submitted to the
Engineer in written form.

The cost of preparing, storing and transporting test specimens to the place of testing
and testing shall be borne by the Contractor.

20.5.4 Cement

All cement shall be of normal Portland cement complying with BSTIor other approved
standard. When required by the Engineer, the Contractor shall obtain for him the
manufacturer's test certificate prior to any delivery.All cement shall be stored dry in a
well-ventilated and weatherproof building. The cement shall be furnished either in bulk
or in bags from the cement factory approved by the Engineer.

20.5.5 Admixture

The Contractor may use water-reducing and set-retarding agents, but the use of
admixture must have the prior approval of the Engineer.

20.5.6 Water

The waler used for making concret e, mortar and grout shall be clean, fresh and free
from injurious amounts of oil, organic-matter or any other deleterious substance.

20.5.7 Aggregate

The fine and coarse aggregates shall be durable, non-reactive


complying with internationally accepted standards approved by the Engineer. All
aggregales shall be washed prior to use in order to remove clay, silt, dust and
adherent materials.

The aggregates shall be stored on drained concrete paved areas in such a manner
that intermingling of different sizes and types of aggregates is prevented. The stock
piles of the aggrega tes shall be protected from rubbish or wind blown dust.

Coarse and fine aggregates shall be well graded within the standard limits specified
as follows.

9.52
Size of

Aggregat e
95-100 -
1 95- 00

Percentage passing by weight


100

90

35

20

Limits of injurious material content Maximum (percent by weight)

Silt/C lay Volume lost by Less than specific


washing test gravity
Coarse aggregate 0.25 1.5 1.0
f ine aggregate 1.0 7.0 1.0

'·....- -
Page I323

......... .. *' --.........· -


-
20.5.9 Concrete Mixing

All concrete except where specifically approved by the Engineer shall be mixed in
weigh batch mixing machines. The machine shall have a Water storage tank with a
gauge so that a predetermined quantity of water can be injected direct into the mixer
drum. If concrete is to be mix ed by hand, it shall be approved by the Ehgineer. The
Contractor shall take all precautions to protect the concrete from the effects of
injurious materials.

20.5.10 Plac ing

The concrete shall be placed in the positions and sequences indicated on the
approved drawings immediately after mixing under the supervision of the Engineer or
his representativ e.

Prior to placing the concrete all deleterious substance such as organic matter,
standing water, flowing water, wood fragments shall be removed from the surf ace
against w hich the concrete is to be placed. When concrete is to be placed against a
constr uction joi nt or adjacent to a set surface the who le surface shall be thoroug hly
roughened. It shall be cleared of all loose and foreign matter and washed w ith water
immediately before fresh concrete is placed.

The concrete shall be fully compacted t hroughout the layer and iishall be t horoughly
wo rked against the formwork and round the reinforcement without displacing theme
unless otherwise directed by the Engineer, approved power driven vibrators of the
immersion type shall be used. Vibrators shall penetrate to the full depth of the
concrete layer and shall re-vibrate that layer to ensure that the successive layers are
well knitted together. The placing of concrete shall not be permitted unde r the
following conditions unless specifically approved by the Engineer.

a. If it rains
b. If it is poorly illuminated during night work
c. If ordered to stop by the Engineer or his representative

20.5.11 Transportation

Ready mixed concrete shall be transported speedily to the point of placing by a


means that shall be approved by the Engineer and which shall give little chance for
segregation of materials. Generally, the transportation of ready mixed concrete shall
be limited to within one hour. Concrete delivered in excess of the time limit shall be
rejected. When concrete is observed t o have segregated or started solidifying at the _ _ ..,.._ _
:- -;;,. },,.,:j;:.·,. -...
/(,. . ·- -;.;•;\
. . ' ,.. ( \ .
Pagc ,,
r',-·''(I"
; :--:.::.< '-;·:
' :wr.1r !'1'\,J..·,·· ,.-,...
-_...,_
• •• I I : h!r.! t.
11.J 1 ;\ ) .....• ) -·

\ ·', ,,- .,.1 - ,\ uor P ie:i"Cll //.._..7 .·


. --·.-..: /
, :::::: ,1 , ••
l) . /:......,,
·
transportat ion of placing, it shall be rejected and replaced.

20.5.12 Curing

Concrete shall be protecled during the first stage of hardening from the harmful
effects of sunshine, drying winds, hot weather and rain or running water. The concrete
shall generally be wet-cured as per Bangladesh National Building Code. The curing
method for concrete shall be submitted to 1he Engineer for approval.

20.5.13 Formwork And Timbering

Formwork and timbering shall be so designed and constructed that the re.quired
finishes in concrete works are achieved. Formworks shall be·constructed accuratelylo
the required shape, position and level and shall have sufficient strength to withstand
the compaction pressure. The materials to be used for formwork,shall be approved by
the Engineer.

Forms shall be removed without damage lo the concrete. The use of form oil or other
release agents shall be approved by the Engineer.

The removal time of formwork and timbering shall be as follows


Walls, beams, and column :As per Bangladesh National Building
Code
Beam soffils (propsleft under) : As per Bangladesh Nalional Building
Code
Slab soffits (props left under) :As per Bangladesh National Building
Code

20.5.14 Waterstops And Expansion Joints

The Contractor shall place walerslops,water proofing membrane and expansionjoints


at locations as are necessary for the proper construction of the concrete structure.
The materials to be used shall be submit1ed in advance to the Engineer for approval.

20.5.15 Finish And Repaiel Of Concrete

1. General
The classes of finishes and the requirement for finishing concrete surfaces shall be as
specified in this clause or as shown on the approved drawings. Surface irregularities
in finishes shall be distinguished from construclion tolerances, which are allowable
deviations from established lines, grades and dimensions, as described herein.

Surface irregularities are designated "abrupt" and "gradual" for purposes of classifying
--.....

/ rrl '
\ ' /
Page I 325
finishes. Offsets resulting from displaced, misplaced, or mismatched forms or by loose
knots in forms , or other similar forms of defects shall be considered "abrupt"
irregularities and will be checked by direct measurement. All other surface
irregularities shall be considered "gradual" irregularit ies and will be measured as a
departure from the testing edge of three meter template.

Finishing of concrete surfaces shall be performed only by skilled workmen.

Concrete surfaces shall be free from imperfections such as honeycombs and cracks.
The Contractor shallat his own expense repair honeycombs, cracks, and irregularities
promptly as directed by the Engineer.

2. Concrete Conslrudion Tolerances


Variations in alignment, grade and dimensions of the structures from the established
alignment, grade and dimensions shown on the approved drawings shall be within the
tolerances specified in the following tabl€s. Concrete wor k that exceeds the tolerance
limits specified herein may be required by the Engineer to be remedied or removed
and replaced by t he Contractor.

Construction Tolerances for Concrete

a. Variation fro m vertical:


In the lines & surfaces of ln 3 m 5 mm
columns, walls and towers In 6 m 10 mm
In 12m or more 20 mm
For exposed columns, In 6 m max, 10 mm
joint grooves and other In 12 m or more 15 mm
conspicuous lines
b. Variation from the level or In 3 m 5 mm
from the grades indicated On In any bay or 15 mm
the approved drawings: 6 m max.

- In floors, inverts, In 12m or more 20 mm


c. Variation of the linear In any bay or 20 mm
structure lines from eslabt 6 m max.
lished posilion in plan and
related position of walls In 12m or more 30mm

d. Variation in locations of "(


sleeves and sizes and loca
lions of floor openings and
wallopenings
·-..... ,
,
. . fii \.\
'
I

h
......_ .\

. I I
\ \ .J ,•
\ • ' 6>
10 mm
e. Variation incross-section @1minus 10 mm
dimensions or columns, beams Plus 15 mm
and in the thickness of slabs and walls

f. Variation insteps:
In a flight of stairs Rise 3 rnm

ln consecutive steps Tread 5 mm


Rise 2 mm
Tread 3 mm
g. Variation in other structure 30 mm

Constr uction Tolerance for Placing Reinforcing Steel

a. Var iation of protective 50 mm cover or less 10mm


Covering more than 50 mm cover 15mm
b. Variation from indicated 25mm spacing (any one bar)

3. Repair of concrete
The Contractor shall repair at his own expense the imperfections of concrete surfaces
and the irregularities which do not meet 1he allowance specified in the preceding item.
Repairing works shall be performed and completed within 24 hours after the removal
of forms, in accordance wilh the direction of the Engineer.

20.5.16 Reinforcement Bar

The reinforcement bars for the gas turbine generating units foundation blocks shall be
deformed steel bars. Dimension, shapes, tensile strength, yield point and other
mechanical properties of the reinforcement bars shall comply wit h relevant approved
standards. All reinforcement must be free from oil, grease , paint, dirt, loose scale or
rust at the time of concreting.

The physical properties of the reinforcement bar shall have the followil)g values
2
Yield point : more than 3500 kg/cm
Ultimate tensile strength :more than 4000 kg/cm2

.'?:\ ..2 = 'R rcement bars shall be stacked off the ground on -ffic ent sup-ports to prevent
...-:-. / .\
.'·· /' ' Page I327
\..'..·f ,,,..,'"""'\\,·.. ,·.· 1 .,
t i !•)' \ \\1\J • '
.f._. I, f 1·\.u. ··\ I
1
• j t; . .'I
'(1ry·.
- /'• '
' r t.•Lt.(11_..'(':. /1 ()' " . I, • • . I •

"(,,,,,, - <-: -!: , '. • /


,
I! * cu °f·->' (::·?.;;-· "----
.
distortion of the bars. Prior to fabricating and placing the reinforcement, the Contractor
shall prepare a bar bending schedule, and drawings for submission to the Engineer
for approval. Reinforcement shall generally be ben!cold by an approved means to the
dimensions shown on the approved bar bending schedule and shall be rigidly fixed in
the posit ions shown on the approved reinforcement draw ings using annealed soft
black iron binding wire to prevent movement during concreting. The Engineer shall
have the right to select al any time samples of reinforceme nt bar for testing for
compliance with ihe Specifications. The spacer blocks, prior to using, shaii be
submitted to the Engineer for approval.

20.5.17 Payment

All cosls associated with concrete work and reinforcing hrir f or eriuipment foundatio ns,
duets, roads, buildings, drainage system and all other st ructures shall be deemed to
include in the lump sum price bid for t he respective work item in !he Schedule. The
lump sum price bid shall not be modified or subject to any adjustment for design
variations due to changes of geological and other cohditions.

20.6 Roads And Surfacings

The Contractor shall furnish all designs and construct the roads, yards, paths,
surfacing as necessary for the proper functioning of the power station.

The roads and yards as indicated in the Drawings or directed by the Engineer shall be
generally designed wi!h raised kerb, in compliance with the approved Standard and to
satisfy the following basic design requirement
Maximum grade : 7%
Pavement width
: as per approved Drawing
Turning radius : more than 10 m

20.6.1 Concrete Pavement

The roads and yards shall be paved with reinforced cement concrete and shall be
designed in accordance with the procedures as outlined in t he AASHTO Standard or
any other acceptable international standard or Design of Pavement Structures or
other internationally accepted methods approved by the Engineer. Basic design
conditions are as follows

Design load : Minimum 15 ton axle weight (H20-S16-


44)
Minimum thickness of : 15cm
concrete pavement

. -· . .\
,,-
..- -' ': .. :

\. '
.. . _ _ ,· /
.... :_:-_,/
20.6.1.1 Sub-grade Preparation and Test

The aggregate sub-base for the concrete pavement shall be prepared by bringing the
sub-grade to a firm and unyielding surface by rolling the entire area with an approved
roller weighing not less than ten (10) tons. The sub-grade shall be sprinkled with water,
if necessary, to att ain satisfactory compac t on. All soft, yielding material which will not
compact readily when rolled shall be removed as directed.All holes or depressions
shall be filled with suitable materialand the whole surface compacted uniformly . ln cut,
sections, the giOund below the surface of the sub-grade, shall not be plowed or
disturbed, except as otherwise directed by the Engineer. When necessary, additional
approved material shall be added to bring the sub-grade to the desired elevations and
cross section, and the whole shall be rolled untilcompacted thoroughly.

The Contractor shall perform a bearing test by a method to be instructed by the


Engineer on the surface of the sub-grade and he shall examine the thickness of sub-
base as indicated on the bid drawings.

The Eilgineer may instruct a modification to the design of pavement, if required based
on!est results without any claim on the Board.

20.6.1.2 Aggregate Sub-base Materials for Concrete Pavement

Aggregat e sub-base materia l for concrete pavement (roadways, parking ar-eas, etc.)
and roadway shoulder shall consist of hard, durable fragments of crushed gravel and
stone or ot her similar materials, including addit ional selected filler for blending under
the direction of the Engineer. The maximum dimension of any particle shall not be
greater than two-thirds of the required thickness in which it is to be placed. Oversized
material, if present, shall be removed at the quarry by screens, grizzlies, or by hand.
When necessary lo obtain proper uniformity, additional filler shall be blended by
mixing on the roadway. The faction of the aggregate sub-base ma
lerial, including any
additionalfiller passing the No.200 sieve shall not be more than of that passing t he
No.40 sieve. The fraclion of the material passing No.40 sieve shall have a liquid limit
not greater than 25 and a plasticity index of not more than 6.

The following gradation 1equirements shall apply to the sub-base for concrete
pavement and the thickness of sub-base shall be not less than 20 cm after it is
compacted or as otherwise agreed with the Engineer.

Sieve designation Percentage by


(Square Mesh Sieves) Weight Passing
38.1 mm (11/2") 95 100
60 90
20 50

/<f'/ '- Page J 329


0.074 mm(No.200) 2 10

20.6.1.3 Construction of A ggregate Sub-base for Concrete Pavement

The aggregate sub-base material shall be placed on the prepared and ap-proved sub-
grade. The deposition and spreading of the material shall be as directed by the
Engineer. It shall start at the point farthest from the point of loading, and shall
progress continuously without breaks. The materials shall be deposited and spread in
a unif orm layer and without segregation of size, to such a loose depth of not more
than 15cm each layer, making allowance for any filler to be blended on the road, that
when compacted, the layer shall have the required thickness. Spreading shall be from
spreade r boxes or from moving vehicles, or by placing in a windrow followed by
srreading to required depth and width by means of a blade grader. A fter the sub-base
material has been spread, it shall be bladed to a smooth surface conforming to the
cross section.

The Contractor shall schedule his operations so as to assure completion of


spreading within 48 hours after processing. Immediately following the final
spreading and smoothing, all materials placed shall be compacted to the full
width by rolling with a power roller weighing not less than 10 tons. The rolling
shall start longitudinally althe sides and shall progress toward the centre,
ovP.rl<ipping on successive trips by at least one-half of the width of the roller
unit. In confined areas the direction of rolling shall be as ordered by the
Engineer. Alternate trips of the roller shall be slightly different in
length.The rollers, unless directed otherwise, shalloperate at a speed between 3 to 5
kilometres per hour. Rolling shall be accompan ied by watering if necessary and as
directed by the Engineer.

20.6.1.4 Concrete Pavement

1. Materials

i. Cement and reinforcing steet will be furnished by the Contractor. The


concrete to be used for concrete pavement shall be not less than
3500kg/sq.cm in the strength at 28 days. The concrete pavement shall be
20cm in thickness or as designed.
ii. Fine and coarse aggregates, and water shall conform to the applicable
Section of the Specification.
iii. Preformed Expansion Joint Filler Board - The preformed expansion joint filler
for the concrete pavement shall be 19mm (3/4") in thickness, non-extruding
type, shall conform to the requirements of ASTM DI 752-67, "Specifications
for Preformed Expansion Joint Fillers for Concrete Paving and Structural
Construction,Non-extruding and Resilient Non-bituminous Ty pes", Type II. . . ..
iv. Dowel bars All dowel bars except at the expansion joints, shall be }(r¥ect ·... ,. - : .>
/ ·. . - -\ c} 6r·'\'\ \-;, );)
.'
;._ ·/
"
.
\ ..
• !·
·
: ,.\f ,1 _:\...l l ,\) L • "'
- ......
....-;.
;h=::
'Of ti\C t.. _,,::.,_,·.."
'
' /
l \
.I /,
\
,. ).
.,
n',l f.'"\.) /i:...;, 7/
', .. / * : :.... :; .! , ·A h
steel bars and shall conform to ASTM A6 15 Grade 60.
v. Joint Sealer Concrete joint bituminous sealer for all joints shall conform to
ASTM DI 850-67,"Specifications for Concrete Joint Sealer, Cold-Application
Type".
vi. Slab reinforcement: The slab reinforcement shall be made of sleel bars of 10
mm conforming to ASTM A615 Grade 60. The longitudinal and transverse
spacing shall be 15cm respectively or as design each intersection shall be
finnly bound by binding wires or fixed by an adequate method approved by
the Engineer. It shall be embedded in the concrete at 6cm below the surface .

2. Construction Method
i. Formwork
The concrete pavement shall be constructed one lane at a time. The side
forms for the concrete pavement shall be made of shaped steel sections
which shall have sufficient strength when staked down to resist the pressure
of the concrete mixer and finishing machine, or finishing tools, without
springing. They shall be straigh1 and of a depth equal to the thickness of the
pavement at the edge and free from warps or bends at all times. Flexible or
curved forms oi proper radius shall be used for curves 30 metres radius or
less. The form base shall not be less than twenty (20) cent imetres wide for
forms twenty (20) Gentimetres or more in height. Flange bmces shall extend
outward on the base not less than two-thirds (2/3) of the height of the form.
The use of wooden side forms may be permitted.

Timber formwork shall be oiled or greased at all times to prevent warping or


cracking.

When placing the forms, they must be seated firmly and in contact with the
sub-base surface for their entire length,exaclly on the desired line and grade.

Before the mixing of concrete, forms shall have already been set for a
sufficient length well in advance of the forward end point where the concrete
is to be placed, but in no caseless than the length between expansion joinls,
except for closures which may require a shorter length. Sufficient forms shall
be provided so that it will not be necessary lo move those in place within
twenly four (24) or more hours after the concrete has been poured. Allforms
shall be cleaned and oiled each time they are used. In the pouring of sections.
construction joinls shall be located at expansion joints. Should it be necessary
to make construction joints beyond the expansion joint, such construction
joints shall be made at the location of contractionjoi nts.

Joints ,-

( Page I331
\. /
a. Longitudinal Joint: The longitudinal joint running at the centre line
of the pavement shall be formed in accordance with the sect ion
and dimension shown on the approved drawings. Before
concreting the next tane, the longitudinal joint shallbe painted with
two (2) coals of liquid asphalt applied at a temperature of 650 to
1350 Fahrenheit. The cisphalt should be completely dry before
commencing pour to the next lane.
b. Transverse Joints: The transverse joints consist ofihe expansion
joints and contraction joints. The expansion jo int shall in principle
be formed at every 40m and the contraction joint shall be formed
at an interval of every 8m between the expansion joints. In the
expansion joi nts, 19mm (3/4") preformed expansion moulding strip
shall be placed and bituminous Dealer shall be poured after
removing the strip and before opening the road to traffic.
c. Dowels : In all longitudinal joi nts, 75cm long tie dowel bars of 3/4"
d diameters shall be used for concrete pavements. In all
contraction jo ints, 75cm long slip dowel bars of 3/4" diameter shall
be embedded in the concrete. All dowel bars shall be placed at an
interval of 75 cm The remaining half of the dowel bars for the
transverse joints shallbe painted, greased, and wrapped with wax
paper before concreting the next slab. The slip dowel bars in the
expansion joints shall provide a cap having adequate size and
type at the end of the bars.
iii. Mixing
Hand mixing of concrete will not be permitted. Machine mixers, if used,
shall have a standard mixer of an approved type with a capacity of at
least .o.76cu.m. (1 cubic yard). Truck mixers, if used, shall be of the
revolv ing drum type, wciter-tight, and so constructed that the concrete
can be mixed to ensure uniform distribution of material throughout the
mass. The procedures of concrete mixing shall be in accordance w ith
the Specification for Concrete Work Section.

iv. Placing
Concrete shall be placed only on aggregate sub-base that has been prepared as
previously prescribed and approved by the Engineer . The concrete shall be
deposited in such a manner as to require as lillle handling as possible, and shall
immediately be distributed or spread by shovelling or by other approved methods,
to such depth, and grade, that when compacted, the finished grade of the
pavement will be attained correctly. Vibrators of approved type and capac ity for
the purpose intended shall be used to sufficiently compact the concrete,

v. Finishing
After the concrete has.been deposited, distributed and vibrated, the concrete
shall be slruck off and screeded by mechanical means approved by the Engineer.
The finishing machine shall be of the screeding and troweling type designed and
operated both to strike off and to compact. Hand finishing may be employed in
limited areas where finishing machines can not be operated. Finishing of
concrete shall be done, as direcled to the satisfaction of the Engineer. All finished
surface s shall be tested with a 3-meter straight edge and it shall not vary more
t han 'i cm in 3rn from the designed surface. Any variation of the surface from t he
desire<! crown or cross-seclion shall be properly correcled.

vi. Removalof Formwork and Repair


All forms for concrete shail remain in place undisturbed for not less lhan twenty-
four (24) hours afler the concrcle is placed, afler which the forms may be
removed. In the removalof formwork, care should be taken so as not to break the
edges of the pavement. In case portions of the concrele are spilled, they shall be
immediately repaired, at lhe expense of the Contractor, with fresh mortar mixed
in the proportion of one (1) part cement to two (2) parts clean sand. Major
honeycombed area will be considered as defective work and shClll be removed
and replaced at the expense of the Contractor. Any area or section removed shall
not be less than 3 meters in length nor less than the full width of the lane involved.

The Contractor shall repair at his own expense all imperfections, or irregularities
of the conc1ele paveme nt in accordance with the direction of the Engineer.

vii.Curing
As soon as the concrete has sufficiently set, and to prevent the marring of the
surface, the pavement shall be covered with burlap or canvas, which shall be
kept wet with clean water for a period of not less than twenty-four (24) hours.

After removing the burlap, the pavement shall be covered immediately with either
a layer of earth or sand four (4) centimetres in thickness and shallbe kept w et for
a period of not less than fourteen (14) days. Ponding of the surface of t he
pavement may also be adopted for curing the concrete, in which case, the
pavement shall be kept under water during the same length of time.

viii.Opening to Traffic
From the start of curing, the pavement shall be closed entirely to traffic until
twenty-eight (28) days have elapsed after the concrete was poured.

ix. Cleaning and Sealing Joints


After completion of the required curing and before opening the pavement to traffic,
·" ·-.·_ ..---:---..... all Joints shall be thoroughly cleaned of all concrete or aggregate fragments,
#'., • . , •• •• • t ••· '
-:'\·· . ·.:.. " \ -...
p J "33

,\'.\For p,ic'1)/:_:·,
.'-;.
C-j'l,· ol> ,-,
., .
'#
earth or other foreign material. Longitudinal, expansion and
contraction Joints shall be poured with bituminous sealant to
the depth of 40mm from the top concrete SLtrface. Only
after the joint sealant has thoroughly hardened shall the
pavement be opened to traffic.

x. Protection of Adjacen t Construction


Any adjacent construction such as concrete pavement , curb and gutter, stone
masonry and handrails shall be protected by shields, covers or other means. If
concrete is applied to adjacent construction either by accident or because of
inadequate protection, the Contractor shall remove such material as directed and
at his expense.

xi. Maintenance
The Contractor shall be responsible for the maintenance of the surface for a
period of twenty eight (28) days or until such time as the Engineer may direct,
after which the work shall be accepted in writing by the Engineer.

No ext ra compensation will be made to Contractor for any maintenance work


required as specified. All costs attendant thereto shall be included in the lump
sum price bid for Road and Parking Area in the Schedule.

20.6.2 Gravel Surfacing

The Contractor shall supply and place a layer of gravel not less than 10cm in areas
other than the paved andlawned areas in the power station as shown on the Drawing
or as directed by the Engineer. Materials for graveling shall be 3 to 7cm in size
conforming to the grading requirement of the Specification.

20.6.3 Landscaping and Turfing

Areas around the power house building, administration building


shall he turfed as shown on the Drawings or as directed by the
Engineer.

Turf shall be freshly cut approved carpel grass free from thorns and weeds. The area
lo be turfed shall be provided with a layer of 20cm top soil suitable for the growth of
the lawn. The Contractor shall maintain and replace all dead turf at his own expense
untilthe end of maintenance period.

The Contractor shall submit a detailed proposal on


landscaping for the Site. Trees, flowers and other plants
adaptable to the climate and soil conditions of the Site shall be
planted in the open spaces provided adjacent to the control
and administration building area and along the perimeter of the
boundaries to form a green belt around the power station. . A
proposal which shall include a landscape drawing with a
/ --
I / 4 { ..V-
\,··:·::-<.!
schedule showing types of trees, planting positions and other details shall be
submitted to the Engineer for approval.

20.7 Drainage System

20.7.1 Design Conditions

The design of the storrn water drainage system comprising the interceptor, roadside
and perimeter drains for buildings, powerhouse, and switchyard shall be submitted to
the Engineer for approval.

The Contractor shall carry out detailed designs of the storm water drains using the
rationnl method or other approved procedures. The work shall be ca;ried out in
3ccordance with the rules and regulations of the local and ot her authorities.

Design conditions for drainage system shall be as follows :


Rainfallintensity 100 mm/hr
Run-off coefficient 0.6

Manning's roughness coefficient 0.013


for concrete lined channel

Alldrains or channels shall be concrete lined. Concrete sumps, silt traps, screens and
drain covers shall be incorporated in the design where it is appropriate.

20.7.2 Drain Laying

All trenches and drains are to be set out accurately to line and fall as specified.
Trenching for pipes shallbe excavated with sufficient widthlo allow adequate working
space for pipe jointing. Backfilling of trenches to a height 300 mm above the top of the
pipes using selected materials shall be hand packed and well rammed against the
side of the pipes.

The lay ing of each length of drain is to be comme nced at the lower end and socketed
pipes shall be laid with their sockets at the higher end Each pipe is to be accurately
levelled and securely held in position be fore the joint is made.

All surface water channels shall be made from concrete grade B as described in
Section 20.6.

The Con raclor shall keep sumps, drains, t renches and ditches free from water a!all
,-:- -:'"' . :·)Q]_es until, in the opinion of the Engineer, the concrete works has hardened.
o': {-.'·
I::._.
,':> -
:,·'>:·:'
\. /,, P · 't""' '"' ""f '"'' -.._ .
,- ··/.
...-
,,,,.11 .•1. •!.···:: j.J.: · :-
'. ,( !1(..
- -
c;f/,:. k'or Eic'. f2), //v_ ,':=
. - - 3
CJ " t I,';_ ,... y.
Page
(
V I 335
\A
j.J
V
Man-holes, inspection chambers and catch-pits shall be constructed.

20.8 Sewage Work s

20.8.1 General

As there is no existing government centralsewage treatment system operating in the


vicinity of the Site, individual septic tanks shall be provided in the Site.

20.8.2 Sewer, Manholes And Septic Tanks

Pipes proposed for use in the sewer shall be approved by the Engineer, cast iron
pipes and fittings complying in all respects with B.S.78 and/or B.S.437 shall be used.
Manholes or inspection chambers with covers shall be provided at every change in
direction or gradientlo satisfy the requirement of the LocalAuthority.

The sewer shall be laid accurate ly to the design levels and gradient. Each length of
sewer shall be carefully water tested to the satisfaction .of the Engineer before the
concrete haunching is placed and before the trench is back filled. Septic tanks shall
be cons rucled in accordance with the details shown on the approved drawings.

20.9 Wate r Reticulation System

20.9.1 Internal Water Reticulation System

The water supply system shall be designed lo serve a dual purpose of providing
potable water for domestic consumption and fire-fighting.

20.9.2 Water Requirement

The system shall be designed to meet the project requirement as follows:

1. Plumbing

The facilities for general plumbing comprises two (2) deep well not less than 150 m in
depth with pump and G.I pipes of appropriate sizes connecting the supply to the
internal plumbing facilities provided for electrical building connection with existing
wate r supply system at a suitable point. The supply system shall be extended with
sufficient number or taps to provide waler for lawns.

·"' -----
:' - ., '1·'!
.
\ ." ./ ·/
... ... __:..,.,,·
2P.9.3 Design Parameters And Standard

The water reticulation system shall be designed and installed in compliance with the
requirement of the local and other authorities. The parameters and criteria to be
adopted for design are:
a. Design population : 150 persons
Storage requirement for plumbing system : 3 times the average daily
demand
b. Minimum fire flow : 2.5 m3/min
c. Minimum diameter of fire-fighting main (steel) : 150 mm
d. Pressure in pipe : 7 bar
e. Maximum spacing of fire hydrant : 60 m

20.9.4 Materials And Workma nship

All pipes, fittings, jointing materials and valves which are necessary for the complete
installation of the system shall be supplied and installed in compliance with the
approved standards and workmanship.

The Contractor shall supply all pipe, special fittings, valves, joints, jo inting materials
and other necessary materials for the complete installation of the system as shown on
the approved drawings.

The installed system shall be tested to the satisfaction of the Engineer.

20.9.5 Deep-wellAnd Deep-well Pump

20.9.5.1 General

1. Scope of Work
In accordance with the Specification and as shown on the bid drawings or as directed
by the Engineer, the scope of this work shall cover the supply, fabrication,
construction, installation, erection and all the necessary materials, labour, tools and
equipment for the complete and satisfactory operation of the domeslic water supply
system from deep-well (2 x 100% capacity) to storage tank.

All materials, equipment and accessories 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 equipment or
substitute materials and equipment to be used shall conform to the latest
specifications and provisions of approved Standards of the Engineering Institutes or

Pagc l 337
One deep-well pump shall be installed for each well.

2. Instruction Book
The Contractor shall submit ten (1O) copies of instruction books on the operation and
maintenance of equipment furnished and installed by him under this clause two (2)
months before he starts ontile installation work .

3. Painting
All metal, wooden and textile surfaces or materials furnished and installed by the
Contractor under this Section shall be painted in accordance with Section 21.6, except
as list ed below.Performance of painting work shall be as specified in the Section 21.6
of the Specifications.

a. Portions to be embedded in concrete or in the soil


b. Plated surfaces other than zinc plating
c. Concealed zinc plated portions
d. Surfaces treated with special decorative finishes
e. Surfaces where so indicated by t he Engineer

Colour of paint shall be as directed by the Engineer.

4. Concrete, Plastering and Earth Work


Concrete, reinforcing, plastering and earth work to be executed under this clause shall
be performed according to the applicable provisions of the relevant clauses of the
Specifications.

20.9.5.2 Drilling,Developing And Testing the Deep-well

1. General
The Contractor shall provide plant, labour, material, equipment and perform all
operations in connection with the drilling, developing, placing of casings and well
screens, and pumping tests for the deep-well which shall be drilled to a depth as
indicated below.

2. Drilling
Drilling of the deep-well shall be carried out by an appropriate method most suited to
the conditions of the deep-well site to be drilled.When necessary, temporary casings
shall be used in sections of the hole through over burden or unstable material to
prevent the caving-in of the well. The location of the well drilling site shall be as shown
on the bid drawings or as directed by the Engineer.

,_ -·\
:
\ ' !-
\
'-..... . ;./
3. Well Log
A written record of the drilling information which is called a Well Log shall be kept by
the drillers and shall be available for examination by the Engineer at any lime during
the work and a complete typewritten copy of the w ell log shall be submitted lo the
Engineer within ten (10) days after completion of the work. The well log shall show
amongst other things the type of materials encountered; colour of the return water,
deplh at which circulation as lost, manner of drilling, length of casings installed, and
other pe1linenl d1iiling data.

4. Well Completion and Development


The Contractor shall undertake all operations pertaining to the completion and
development of the well which shall consist of the installation of casirigs, installing well
screen within a sand and gravel formation, developing the water-bearing formation,
grout filling of the upper section of the well casing (from collar to al least 6m deep),
surging and back-washing. The well casings to be installed shall be carbon steel,
ASTM A-53,seamless, Grade B or equivalent. Openings of the well screens shall be
so designated to prevent clogging and shall be free from jagged edges and
irregularities so as to avoid clogging and corrosion.

5. Pumping Test for Yield and Draw-down


Pumping tests shall be pertorrnt::d to determine the deep-well capncity and other
hydraulic charact eristics of the water-bearing strata .

The Contractor shall furnish and operate a pump for this purpose that is capable of
continuous operation at a sustained delivery of 380 Iii/min or more in a duration of al
least five (5) hours of pumping test operation. Measurements of the volume of water
pumped per minute, the depth of static water level before pumping started, the depth
of the pumping level at one or more constant rates of pumpage, the rate of recovery of
the water level after pumping test slopped and the length of pumping time of each
pumping rate shall be made by the Contractor in the presence of the Engineer. The
Contractor shall construct any other structures necessary to conduct water away from
the deep-well.

For a comprehensive test of the well, the pump shall be operated continuously at
about 1/3 of its capacity until pumping level is attained. After making the necessary
measurements, the purnp rate is adjusted lo about 2/3 of the pump capacity and
measuremenls are repealed when the pumping level becomes constant. By
increasing the rate of pumpage to produce maximum draw-down; or increasing it to
the full capacity of the pump and making measurements a third time when the
pumping levelbecomes stable.
calibrateQ and provided by the Contractor at his own expense.

After developing and testing operations are completed to the satisfaction of the
Engineer, the Contractor shall measure the depth of the well and record the totalopen
depth of the casing. Sterilization of the well is done by pouring a solution of 450 grams
of high test Calcium Hypochlorite (HTH) in 45 litters of water.

Upon compieiion of the drilling, the Contractor shall submit to the Engineer the
complete well-draw-down test results for check and determination of the actual head
and setting of the deep well pump.

6. Data to be Submitled with Bids


A complete list and description of equipment, plant and tools for executing the work in
accordance wit h these Specifications and their location at the time of opening of bids
in order that they may be inspected by the Engineer.

20.9.5.3 Deep-well Pump

1. General
The Contractor shall furnish, deliver, install and test motor-driven
adequate number of pumps complete with all accessories and
housing at the top of the well in accordance with the requirement
for supply of makeup water.

2. Type and Description


The deep-well pump shall be a submersible type with a cast iron body, bronze
impeller, high-grade steel discharge column and stainless steel shaft . The discharge
pipe column and drive shaft of ample size shall be supplied with interchangeable
sections of not great er than 3.0 m in length.

This pump shall be operated in conjunction with the float switch to be installed in both
the elevated water tank and fire fighting storage tank.

Allwater passages of the pump shall be smooth and long term corrosion- resistance
of dependable operation.

Rated Capacity
The deep-well pump shall be rat ed lo a minimum discharge capacity of 600 Iii/min
against a totaldynamic head of t he system as determined. The total head of each
pump may vary and it is required that the pump be capable of satisfactory operation
within fluctuations of head.

The pump shall be guaranteed to circulate not less than the specified quantity of
water ;;.--·-.-·--
. ---- , 4,it - 0
'\\'
,,rJ' {)-'
' . ' (}/,..

Pagr! \RKETINGlllVISI ;
·": / [/ .Fr Bill )*
when pumping and without producing excessive vibration and noise. The efficiency of
the unit shall be as high as good engineering practice will per mit.

4. . Electrical Works

a. Pump Motor
The motor shall be subm rsible ty pe, full voltage starting and with torque-
locked rotor current and slip characteristics conforming to standard equivalent
to those of the IEC Standard.

It shall be of the continuous duty type for operation on 415 Volt,3- phase, 50-
flz. Motors shall be capable of operating cont inuously at rated output plus or
minus 5% of the rnted frequency and at any voltage within plus or minus ·10%
of the rated value.

b. Control Equipment
The control equipment shall be of the float-switch actuated control type
installed in the water storage tanks and shall be of suitable switch for draw-
down in the deep-well. One of the two deep-well pumps shall start operation
alternately when the water level in the water storage tank goes down to t he
designated level.

When the w a
ler level of the deep-well goes down to the designated level, the
deep-well pump shall be stopped immediately, and the other deep-well pump
shall be starled automatically. Breakdown of deep-well pumps shall be
connected to an alarmed on the controlboard in the control room.

c. ControlBoard
The controlboard shall be installed in the fire pump-house.
A boxed knife switch shall be provided in the fire pump-house for each pump.

d. SignalIndicators
i. All indicator lights shall be of AC type with coloured glass
or plastic lens and shall be so constructed that the lamp
can be readi y fitted and removed and the lens changed
from the front of the boards.
ii. Amme ters shall be capable of accepting the starting
current characteristics of the corresponding motor and shall
be suitably calibrated to indicate the full load running
current at three quarter full scale deflection.
e. Conduit Piping and Wiring

: ·. d
\
Page I34 1

\
Conduit piping and wiring for the work shall comply with the applicable
provisions of the Specification.

5. Installation
The Contractor shall construct a concrete base foundation for accurate
mounting of the pumping unit and shall provide foundation bolts ror
anchoring the pump, which
shall be carefully levelled and grouted in place.

The pumping unit and controlequipment shall be housed for allweather protection.

6. Accessories

The following accessories shall be equipped for each pump:


Sluice valve :1 Pc
Check valve :1 Pc
Air release valve :1 Pc
Pressure gauge :1 Pc
with cock Water :Required Length
pipe :1 Pc
Well cover :Required Length
Submersibl : 1 Set
e cable :1 Set
Flanges : 1 lot
Foundation bolts
Other necessary
accesso ries

7. Data to be submitted with Bids


Complete specifications of the supply including the physical dimensions and materials
used for the principal parts of the supply.

Pump discharge capacities, efficiencies, horsepower input and


performance characteristic curves at varicus heads on pump settings.

Guaranteed brochures, catalogues and other related technical data


concerning the operation of the supply.

8. Piping
Materials and Performance 0 piping for the work shall be in accordance
with the applicable provisions of the Specification.

20.10 Ducts

The concrete ducts to install cables and pipes shall be provided. The ducts shall be
provided with the, necessary number of racks for cable

/ :C\\J)
--)>: .
'
\ ',
/.··
/ ·J
thickness of the concrete ducts shall be not less than 18cm, width and depth of ducts
shall be more than 40cm respectively and an appropriate drainage system shall be
designed within the duct.

The Contractor shall submit design drawing to the Engineer for approva l.

20.11 Fencing And Gates, Flag Poles And Site Boundary Wall

20.11.1 Fencing

Chain link fencing shall be installed as directed by the Engineer. The chain link
fencing shall be 2.4 m high wit h 3 st rands of barbed wire at the top, generally
complying wit h S.S. 1722 or other approved Standards.

Posts 1rnd struls shnll be fabricated from 100 mm x 100 mm x 6.5 mm thick angles
and set in concrete. The struts shall be fitted to all end and corner posts at changes in
direction or acute variations in levels and at intervals not exceeding 9 meters in
straight le ngths of fence. Allposts shall be hot dip galvanised.

Prior to the supply and installation, the Contractor shall subrnit samples of fencing
materials,structures and colour to be adopted to the Engineer for approval.

20.11.2 Gates

Sliding melalgates of 2.4 meter high and pedestrian swing gates of 2.0 meter height
shall be constructed at suitable locations as directed by the Engineer.

Decorative brick walls to be incorporated in the work next to the pedestrian gate at the
power station shall have the following dimensions:
Height : 2.4 metres
Length : 5.-0 metres
Thickness: 0.25 metre

The Cont ractor shall submit design drawings showing details of the gates for approval
of the Engineer.

20.11.3 Flag Poles

Three (3) flag poles shall be erected at locations as directed by the Engineer.

The poles shall be of tapered steel pipe, about 15 m in height with a diameter of 20
cm althe bottom. The pole shall be firmly held to a concrete foundation.

Page I343
11 shall be equipped with a brass pulley near t he top and nylon rope for
hoisting the flag.

The pole shall be painted in accordance with the specification for painting
to the satisfaction of the Engineer.

20.11.4 Site Boundary Wall

The site boundary wall shall be installed around the power station as directed by the
Engineer. The site boundary wall shall be of brick wall with RCC frame in accordance
with KPIStandard and 2.40 m high and 0.25 m thickness.

20.12 Water Intake And Discharge Facilities

The contractor shall take full responsibility for the suitability of water intake
facilities and design according with the requirements of the specification.

The design of water intake facilities shall be submitted to the Engineer for approval.

20.13 Platform for Loading & Unloading

1. The Platform for loadingfunloading of equipment/materials at river site


shall be the concrete paved after constr uction of the sheet pile wall.
2. Standard permanent jetty shall be construct ed for the Power Station.
Section 21

BUILDING WORKS

Pnge I345
21.0 Building Works 347
21.1 General 347
21.1.1 Contractor's Responsibilities 347
21.1.2 Building Sub-Contractor 347
21.1.3 Construction Schedule 347
21.1.4 Records 348
21.1.5 Samples Testing and Inspection 346
21.1.6 Temporary Services 348
21.2 Scope of the Works 346
21.3 Design of the Works 349
21.3.1 Designs and Drawir.gs 349
21.3.2 StandardsAnd Codes Of Practice And Other Design 349
Conditions
21.3.3 Submission of Designs And Drawings 350
21.4 Building And Services 350
21.4.1 Control Room Building 350
21.4.2 Rain waler 351
21.4.3 AIR CONDITIONING SYSTEM 351
21.4.4 Ventilation System 352
21 .4.5 Plumbing And Sanitary Installation 352
21 .4.6 Lighting 352
21.5 Materials And Workmanship 353
21.5.1 St ructuralSteel 353
21.5.2 Concrete 356
21.5.3 Grout ing of Structural Steelwor k 356
21.5.4 Roofing And Brickwork 357
21.5.5 Carpentry And Joinery 358
2 1.5.6 Doors And Windows 359
21.5.7 Glazing Works 360
21.5.8 MetalWorks 360
21.5.9 Floor Laying 361
21.5.10 Wall And Ceiling Finishes 362
21.6 Painting 364
21.6.1 Materials 364
21.6.2 Surface Preparation 364
21.6.3 Workmanship 364
21.6.4 Priming 365
21.6.5 Number Of Coats 365
21.6.6 Storage 365

· ·, \
•. . _ ·, . I
.
/
21.1 BUILDING WORKS
21.2 General

The General Conditions, Tender Drawings, relevant Specifications On materials and


workmanship described elsewhere in this Documents, Schedule of Rates shall be
read in conjunction with this Specification. During design of buildings, naturalair and
light are to be ensured.

21.1.1 Contractor's Responsibilities

This is a turnkey contract which includes all building works and services. The Tender
shall cover all requirements of the Tender Documents and any other items not
specifically mentioned but which are deemed to be necessary for the complete
execution of the Works to the entire satisfaction of the Engineer. No additional cost
will be considered for any item which the Contractor has over looked but are essential
for the full completion of the Project in every respect.

The Tender shall include the building works proposal complete with out-line drawings
indicating any variation or improvement which he deems technically or financially
justified for tile works shown on the Tender Drawings, st;hedule or materials and
finishes on which the tender has been based.The Building shall generally conform to
the sizes shown on the Tender Drawings.

The Contractor shall be responsible for all performance in the detailed design, supply
of material,labour, plants and equipment, construction and relevant works incidental
to the completionof the Building Works.

The Contractor shall perform the Works thoroughly in accordance w ith the agreed
construction schedule and direction to be made by the. Engineer during the Contract
Period.

21.1.2 Building Sub-Contractor

The Contractor may employ a building subcontractor for building


works. If the Contractor intends to subcontract the building
works d_esign and/or construction, his tender shall include full
details of comparable works carried out elsewhere by the
subcontractor, together with details of the financial stability and
general efficiency of the proposed subcontractor.

21.1.3 Construction Schedule


building conslruction
schedule showing th comple'.ion ti ;
:
I ,
.
I
building works shall be submitted by the Tenderer based on
the overall project implementation schedule.The Contractor shall
prepare and submit to the Engineer for approval a detailed
construction schedule for the building works developed from the
preliminary building construction schedule before commencement
of the Work on the Site. The approved construction schedule
shall not be altered without the written consent of the Engineer.

21.1.4 Records

The Contractor shall keep accurate and up-to-date records and


drawings of the Works at the Site and shall provide the
·Engineer with copies of these records. The Contractor shall
submit to the Engineer week ly reports of labour, plant and
materials employed on the Site.

21.1.5 Samples TestingandInspection

The Contractor shall perform testing and inspection of materials and shall submit
sample materials, test certificates and workmanship details to the Engineer for
approval. The costs of all samples and testing shall be borne by the Contractor.

All local materials quality i.e. rod, cement, bricks, sand, steel-bar, angel etc. should be
tested from reputed organization i.e. BUET, BRTC etc. and the certificated shall be
submitted to the RPCL.

21.1.6 Temporary Services

The Contractor shall be responsible for arranging the provision of electricity, water,
drainage, etc. necessary for the proper execution of the Works. All costs for these
services shall be borne by the Contractor.

21.2 Scope of the Works

The building works shall include collection of the Site information, detailed design,
production of work ing drawings, and provision of labour, plant and materials,
tests/inspection, construction and remedy of defects during the Warranty Period. The
Building shall generally conform to the sizes as mentioned below. Work also include
supply of furniture to all buildings and domestic gas supply to residential buildings.

a. Control & Administrative building, Fire Fighting pump house, GBC house,
Emergency Generator house, River water intake house, Water treatment plant
building, Cooling tower pump house, Workshop, Store, Guard houses, Rest house,
Officers' Dormitory building, Staffs' Dormitory building shall be constructed by the
Contractor w ithin the Site area.

b. Dimensions and number of rooms of the Buildings mentioned shall be to the standard
practice based on the size and number of Equipment and acceptable to Board.

However,dimension of 1) Control building [two storied, 10 (ten) air- condit ioned rooms including
control room, battery room, auxiliary room ] shall not be less than 20 Metres
x 30 Metres. 2) Administrative building [three storied with air conditioned room
ior
Chief Engineer, Managers and conference hall) floor area shall not be less than 15
Metres x 40 Metres. 3) Two storied rest house building (each floor area shall not be less than
400 sq. meter). 4) Five storied Dormitory building (each floor area shall not be less than 400
sq. meter; Approx.30-35 nos. of independent studio type
accommodation to be made in this buiding, Each accommodation shall include Room
+ Kitchen + Toilet). 5) Multi storied Dormitory building for staffs (Total floor area al least
2000 sq. meter) 6) Three storied store building having1500 Sq meter area in each floor.
Electrical Hoist to be provided for handling of spares. Air conditioner to be provided for
electronic spare store room. 6) Workshop building to accommodate workshop equipment
as mentioned in t he tender document.

21.3 Design of the Works

21.3.1 Designs and Drawings

The Contractor shall design in accordance with this Specification and prepare complete
working dr;.iw ings as neces sary for the construction of the Works. All drawings shall be
submitted for the approval of the Engineer.

21.3.2 Standards A nd Codes of Practice And Other Design Conditions

Design and construction of building works shall conform to recognize authoritative


intentional or national standards and codes of practice. The adopted standards or codes
shall be consistent throughout any section of the works unless otherwise specified. The
Contractor shall have full responsibility to investigate the existence of any decrees and local
bylaws governing the proposed works and to fully comply with
such requirements which are effective when the date of tender submission. local
code of practice shall be followed where code/ standard is not mentioned.

As described elsewhere in the documents the Contractor shall indicate in his tender
standards and codes to be conformed in design and construction of the Works .
a. Basic design conditions for buildings are outlined as follows:-
Design wind speed : 200 km/hour
Coefficient for seismic
force(horizontal) (GPA) : 0.36 g
- Ditto - (vertical) : Nil
b. Live load of each floor shall be more than as follows: -
Auxilary room : 500 kg/sq.m
Cable spreading room : ditto
c. Live load for Ground floor area and Power house building: 1000kg/m2

21.3.3 Submission of Designs A nd Drawings

The Contractor shall be required to produce full design calculations for the
foundations, building struclures, and detailed work ing drawings and reinforcement bar
bending schedule etc. Design calculations shall be prepared in accordance with an
approved method of computation based on the most unfavourable combination of
dead load, live load or crane load and wind load. The Contractor shall be responsible
for the detailed design, strength and safety of the structures, and ensuring that the
design satisfies the requiremenls of all authorised local and international bodies.

Design calculations and detailed drawings shall be submitted to the Engineer for
approval in accordance with the requirement set out in Sect ion 17.3.1 of the Tender
Documents. Conslruclion on the Site shall only commence after drawings arc finally
approved.
Nolw ithstanding the Engineer's approval, the Contractor shall be held responsible for
the accuracy of his submilled information,designs and drawings.

21.4 Building A nd Services

21.4.1 ControlRoom Building

Construction Control Room Building


1. Main construction materials Frame :
Reinforced concrete
Roof : Reinforced concrete roof with lime concrete
water proofing.
Exterior wall : Reinforced concrete and/or brick.
Partition wall : Brick
Floor : Concrete with pl<islic tile, ordinarylite,
trowel le d mortar finis h, etc
Contractorin accordance with the Specifications
2. Windows:
Aluminium sash shall be provided. Window area shall be generally more
than 1/10 of the room floor area unless otherwise indicated. All windows
except toilet, slore, and cable spread room windows shall be fitted with sun
blinds of approved made.

3. Machines and utilities:


Air conditioning system, ventilation system, water supply system, power
supply system, drainage system,sanitary system and ligr,ting system shall
be provided.

4. Finishes and room sizes:


The Contractor may submit the layout to suit any particular requirement
subject to!he approvalof the Engineer.

5. other Requirement:
a. Control room : Noise level shalt be kepilo
a value less than 45 dB (A).
b. Toilets : To!le!s shall be prcvided
with sanitary fittings as per
requirement
c. Ventilation and air condit ioning
All rooms shnll be provided proper ventilation system. The
control room, relay room, eleclronics spares store, shall be
provided with HVAC I Air conditioning system.

21.4.2 Rain water

Buildings shall have eaves gutters and down pipes w hic h are of sufficient sectional
areas to collect rain water from roofs amt to channel it lo the drainage system in the
vicinity of the building.

21.4.3 A IR CONDITIONING SYSTEM

The detail design of HVAC f Air conditioning system for control building and
administration building shallbe based on the following criteria
Outside temperature :36 deg C
Inside temperature : 20 deg C
Relative humidity : 60%
Type of system : HVAC I Package air conditioning units
Air-conditioned rooms

:C ontrgl r9om, Relay

'/rl Page I 351


room(s),offices, conference
room, electronics spares room and
prayer room.

Design calculations and drawings shall be submitted to the Engineer for approval prior
to commencement of the work.

Details of the equipn-1enlproposed shall be submitted with the Tender.

21.4.4 Ventilation System

All rooms in the control building, shall be designed and furnished proper ventilation
system i11 principle.

Unless otherwise specified, natural ventilation will be acceptable for the minor
buildings. All toilets, battery room and shall have exhaust fans of approved made.

All fans shall be statically and dynamically balanced to avoid vibration and shall have
blades to secure quiet efficient operation.

21.4.5 Plumbing And SanitaryInstallation

The whole of the plumbing works in the buildings shall be provided in accordanc e with
the relevant by laws and to the complete satisfaction of the Engineer. Pipes shall be
connected to each point where water is required, with a minimum head of 2 metres at
all outlets.

All cast iron pipe works and fittings as are necessary for the complete installation of
the sanitary system shall be supplied and installed in accordance with the requirement
of the localauthorities and other standards approved by the Engineer.

21.4.6 Lighting

The whole of the power supply and lighting system for the buildings shall be designed
and installed in accordance with the Section 14. Intensity of light shall be as per
BNBC.
21.5 Materials And Workmanshi p

21.5.1 Structural Steel

1. General
Structural steel, bolls and nuts shall comply with the requiremenl of an approved
standard and this Specificatio n in all respects and those shall be fabricated from hot
rolled sections unless otherwise specified or agreed in wriling by the Engineer. Design
methodology (combination of Load) shall be followed as per seclion 2.7 of BNBC
(Bangladesh national building code).

2. Materials
The materials to be used shall be free from harmful defects and rust. Samples of
materials shall be tested, and copies of 1he test reports giving physical and chemical
properties shall be submittedlo the Engineer for approval. The Contractor shall carry
out all necessary tests, at his own expenses. to prove that the materi<1ls offered for the
intended purpose are in compliance with the approved Standard. In lieu of these tests,
mill sheets issued by the authorised manufacturers will be acceptable. The
characteristic strength of the structural steel shall have the following values regardless
of the standard and code used: -

a. Yield Point : not less than 3500 i<g/sq.cm


b. Tensile Strength : not less than 4100 kg/sq.cm
c. Elongation : not less than 20%.

3. Bolt and Shear Connector


High strength bolts, anchor b61ts, ordinary bolts and shear connectors to be supplied
for the erection of structures shall conform to the Standard approved by the Engineer
and shall be of an approved mam1facturer . Specially devised high strength bolts, if
used, shall tightened in accordance with the manufacturer's instructions. Any bolt that
has bee11 fully, tightened and then un-tlghtened shall not he used in the permanent
Works.

4. Fabrication
Fabrication and erection drawings shall be submitted to the Engineer for approval
prior to commencement of any fabrication and erection work . Steelwork shall be
fabricated to the required details in a manner approved by the Engineer. The
Contractor shall provide adequate facilit ies for the Engineer to inspect materials and
fabrication works in the shop and at the Site when required.

Page j 353
5. Welding
Welding of st ructural steel shall be performed to the required type and size by an
electric arc process by qualified w elders under approved conditions. The plant,
equipment and the adopted testing and inspection method shall conform generally
with the relevant approvedstandard and other details in lhis Specification and shall all
be to the satisfaction of the Engineer.

Welding shall not be perfor med when the ambient temperature is less than 0 deg C;
when surf aces are wet or exposed to rain, or strong wind; or when welders are
exposed t o inclement weather conditions.

Surfaces to be welded shall be f ree from loose or thick scale, slag, rust, moisture,
grease and other foreign material that will prevent proper welding or produce
objectionable fumes. Welding shallbe principally carried out in workshops. Where
necessary the Engineer may approve site welding, subject to the satisfactory
provision of effective protection and safeguards for welding works by the Contractor.

6. Welding Procedure
Details of t he proposed welding procedure, manufacturer, classification on, code type
and size of electrodes to be used shall be submitted to t he Engineer for approval.
When necessary, welding tests shall include specimen weld delails representative of
the actual construction which shall be welded in a manner simulating to most
unfavourable conditions liable to occur in the particular application. All costs of the
tests shall be borne by the Contract or. All welds shall be finished full and made with
correct number of runs. Slag and other inclusions shall be cleaned from all welds.
Notwithstanding t he approval of welding schedule and procedure by the Engineer, the
Contractor s hall bear full responsibility for correct welding and for minimizing the
distortion inthe finished structure.

a. Preparat ion of Base Metal


Surface and edges to be welded shall be smooth, uniform, and free from fins,
tears, cracks, and other discontinuities, which will adversely affect the qua lity
or strength of the weld. In the preparation of the fusion faces, shearing shall
be limited to metal thickness not greater than 8 mm. All fusion faces shall be
prepared by machining shall be limited to metal shall be prepared by
machining or flame cutting, or where approved, by special oxygen cutting
apparatus. Fusion faces, angle of level, root radius. and t he like shall be
properly prepared to give the approved weld forms. The parts to be jointed by
fillet welds shall be brought in-to contact as close as practicable. The gap
between parts shall normally not exceed 4.8 mm (3/16 in.). A butting parts to
be joined by butt welds shall be carefully aligned and the correct g Ali;)/;)r--.;:
/=)\ ; i rn11;;
, , l:·\l· .'.·· -. For Bitl(2 I)
,"-.;_'-:-:-' ./ /' * r' l J 1l\.I
alignment maintained during the welding operation. -

b. Butt Welded Joint


Ends of the welds shall have full throat thickness by means of runoff tab.
Additional metal remaining after the removal of the tab shall be removed by
machining, or by other approved means. Ends and surfaces of the welds shall
be smoothly finished. All main butt welds shall have complete penetration and,
except on tubes or partial penetration Joint, shall be welded from both sides.
The back of the first run shall be suitably gouged out.

C. Intermit tent Welds


Intermittent welds shall not be permitted wit hout the approvalof t he Engineer.

7. Paint
Prior to delivery after shop inspection, the whole of the steelw ork shall be prepared for
painting by an approved blast cleaning method.

All rust, grease, mill scale and harmful matter shall be removed. The surface shall be
blast cleaned to:-
a. Swedish Standard Sa 2 1/2 SIS OS 5900 1967
b. British Standard 4232 Second Quality
c. U.S.A. Standard commercial blast finishSSPC-SP-6-63

The llrst coat of primer of recommended by the manufactur er as suitable for use
under the prevailing condition at the application site shall be applied immediately after
blast cleaning (or within two hours).

No paint shall be applied to the surfaces to be embedded in concrete, to contact


surfaces for joints using high strength friction bolts and to surfaces within 50 mm
either side of joints to be welded.

Painting shall be carried out in a clean, dry building where air temperature shalt not be
allowed lo drop below 5 deg.C. No paint shall be applied on the steelwork with
condensation.Painting shall not be carried out w hen the relative humidity is over 90%,
or if in the open, during rain, fog or mist. The welded areas and the edges of site joints
shalt be cleaned down, primed and painted' all in accordance with the standards
specified, af1er erection.

Each coalof the paint will be applied in different colour.When paintwork is damages it
shall be cleaned and re-painted follow ing the procedures as approved by the Engineer.
Page j 355

I .
8. Transportatiof) and Storage of Steelwork
The whole of the steelwork shall be handled in such a manner that the shape and
surfaces of the section shall not be damaged during lifting and transportation. The
Contractor shall take all necessary measures, to ensure that steelwork members shall
be handled, stored and erected without their being subject to stresses in excess of
those for which they were designed. Chains and hooks will not be used in contact with
the steel work and lifting slings shall be of nylon rope. Steel work shall be stored in
clean, dry conditions off the ground. Separate pieces of steelwork shaii have spacer
blocks between them.

9. Erection
The Contractor shall ensure the correctness of alignment, plumbing and stability of the
various frames a11d members. He shall also take all necessary measures, by
adequate resistance to wind and stability against collapse, during construction.

No permanent bol ing and site welding shall be carried out until proper aligr.ment has
been obtained.

21.5.2 Concrete

The specifications for concrete works under Section 20 are applicable to building
works.

21.5.3 Grouting of Structural Steelwork

1. Materials for Grouting


The aggregate for grouting shall consist of hard siliceous sand, and grained
chips, gravel or crushed stone, or other approved inert materials with similar
characteristics. The materials shall be clean, free from lumps, soft or flaky
particles, shale, crusher dust, silt, alkali, loam, organic matter or other
deleterious substances . The aggregate shall be of uniform grading and shall
be of such a size lhat 100% will pass through a 10 mm mesh and not more
than 10% will pass through a 150 micron mesh. A pre-mixed non-shrink resin
groul may he used. The manufacturer's instructions on mixing and the placing
of the grout shall be observed.

2. Admixtures
An admixture which acts as a non-shrinking agent shall be added to the grout
only with the Engineer's approva l. All proprietary admix tures shall be added
and mixed strictly in accordance with the manufacturer's instructions.

3.
lai ance removed from the surface by means of a hammer and chisel.A power
hammer shall not be used.

4. Mixing
The Contractor shall submit @ to the Engineer for approval details of the mix
and the methods he intends to use, prior to the commenceme nt of the grouting.
5. Placing
Fo1 cement based grouts the concrete sur ace to be grouted shail be
thoroughly saturaled with water at least two times before the commencement
of grouting.

21.5.4 Roofing And Brickwork

1. Roofing
Roofing material for administration building shall be of corrugated galvanised iron
sheet. The Contractor :>hall submit samples and technical details of the roofing
materialfor approval of the Engineer.

An insulation layer of glass fibre or rock woolboard of minimum 25 mm thick shall be


incorporat·ed in the roofing system. The thermal conductance of the composite roof
cladding shall be less than 1.1O kcal/sq.m hr-deg C.

All accessor ies and the method of fixing shall be strictly in accord-dance with the
manufacturer's instructions and to the satisfaction of the Engineer.

2. Waterproofing
Waterproofing for reinforced concrete flat roofs shall be of lime concrete. The
minimum thickness of !ime concrete shallbe 1Ocm.

3. Eaves Gutters and Down Pipes


Eaves gutters shall be of PVC or galvanised steel sheet coaled with bituminaslic
painting to be approved by the Engineer. Where large section is required, steel sheet
is preferable for strength. Down pipes shall be of PVC pipe, galvanised steel pipe or
cast iron pipe to be approved by the Engineer.

4. Brick Walls -
Bricks to be used for walls shall be Bangladesh made. Unless otherwise specified or
as shown in drawing, the thickness of brick-wall shall be more than 15 cm.

Mortar for use with brickwork shall be mixed in the proportions of 1:3 cement , sand or
_,-:- ·-.," - 1:2:5 cement, lime and sand by volume. Mortar may be mixed by hand or machine.
y·?,{:\<:«: I· :- mixf ng shall be carried out on a clean, watertight platform.Cement shall be of a
5>· . >'""·'\\',Ji ug.J.j as described in the Section 20 for concrete. Sand sha_e_li'!.f?}l-graded (2.5 mm
\llil.?-'(B\i.-i•'• · )E / 'f', Page I 357
\ f or Bi I ·.·\
'eY •/
.,
down) hard and free from deleterious substances. Lime for mortar shall be pure
calcium carbonate properly burned, then hydrated, and finely ground. All joi nts shall
be compfete ly filled with mortar. The thickness of the horizontalmortar Joints shall not
exceed 40 mm to every four joints. The morlar shall be used within 2 hours of mixing
with water and any mortar not used then shall be discarded.

All brick-walls are to be reinforced with approved reinforcing material at every fourth
course.

The dam p proof course shall be provided at joint and intersections laid on a bed of
cement sand (1:1), bedded in and coated on the upper surface with liquid bitumen.

External fair faced wall shall be weather struck; faces or wallwhich are to be plastered
or rendered shall have their joints raked out to form key.
5. Calking
The Contractor shall calk the jointslo ensure waler tightness of the building structures.
Prior to calking materials and working method shall be approved by the Engineer.

21.5.5 Carpentry And Joinery

1. Timber
All timber shall be of best quality, perfectly dry and well seasoned, sawn die square,
free frorn sap, shakes, wa nly edges, large loose or dead knots and all other defects
and shall be to the approvalof the Engineer.

2. Preservative
Timber to be used in shower rooms or in contact with the ground floor, shall be treated
with an approved preservative against rot or termite attack. The backs or frames to be
fixed to walls and all other bedding surfaces shall be painted with two coats of
preservative before fix ing. All fixing blocks, pallets, and other hidden timber shall be
so treated prior to fixing.

3. Joinery Fittings
All timber·for Joinery fitting shall be of selected type properly seasoned and dry to a
agreed moisture content not exceeding 18%. The Engineer shall have the right to
check all timbering used and to reject any timber found to have a moisture content
exceeding 18%.

4. Joinery fittings and built-in cabinet are to be constructed exactly as shown on


the approved drawings.

5.
All work must be carried out .by experienced cabinetmakers in a sound and
work manlike manner with properly fabricated jo ints, dovetailed, mitred or mortised and
with concealed pins and screws. All joints shall be glued before pinning or screwing.

6. Faults
A ny defect in the wood works such as shrinks splits, fractures, etc shall be removed
and replaced to the satisfaction of the Engineer.

21.5.6 Doors And Windows

Prior to furnishing and installing, the Conlractor shall submit the shop drawings
indicating shape, dimensions, material including hard wares and locking method of
doors and windows for all buildings for the approvalof the Engineer.

The standard requirements of doors and windows are as follows:

a. Steel doors
Frame and Stile Plates :more than 2.3 mm thick
Stile and Panel :more than l.6mmthick
Thickness :80 mm
Size : double door 2.0 x 2.0 m
single door 1.0 x 2.0 mor
ot11er sizes as shown on
the approved drawing

b. Wooden doors
Plywood for panel :more than 5 mm thick
Thickness : 40 mm
Size :0.9x2.0 m or other sized as
shown on the approved drawing

Hollow flush door shall be painted 2 coats of rust resistant paint and finish coat.
Hollow flush door shall be 9f the waterproof type.
c. Aluminium window : 70mm
Thickness : Aluminate
Finishing : do.u...b. le window 0.9 x 1.8 m e
Size : single window 0.9 x 0.9 m or other
sizes as shown on the approved
drawing
Glass (tinted) : 6mm

Pagc l 359
I
Thickness : More than 45 mm
Size : As shown on the drawing

All other type of doors, windows which are shown on the drawings but not
specifically mentioned shall be provided to the satisfaction of the Engineer.

21.5.7 Glazing Works

1. Materials
Sheet glass shall be of good quality, free flow unevenness and strain of
bubbles. All the glass used on the ground floor shall be tinted glass (salon-
radiation absorbing glass), and all the glass used on the first floor shall be
clear glass . Where so required figured glass shallbe used. Minimum thickness
of tinted glass and clear glass shall be 6 mm. Glazing beads, sealant, putty,
clips and setting block shall be of good quality and those recommended by
the glass manufacturer. All the glass used in the following rooms shall be
tinted wire glass.

Auxiliary room and cable spreading room


Warehouse and workshops
Stores

2. All glass shall be installed tightly in accordance with the instructions of


the glass manufacturer.

Upon completion of the works, glass shall be wiped clean and shall be inspected by
the Engineer.

21.5.8 Metal Works

1. General
The metal works will include handrails , drain pipes, steelladders, step ladders, cable
duct hatch cover plate, removable hatch cover plate, rain water leader, air duct , louver
and others. Prior to fabrication work draw ings and quality of materials shall be
submitted to the Engineer for approval.

2. Materials
The materials to be used in the Works shall be free from defects and
conform to JIS Standard or relevant Standards approved by the Engineer,

3. Workmanship
All plates and sections shall be true to form, free from twist and straightened before .-"'"'"".,,...::::--:-
any fabrication work is started on them. The works of cutting, fabrication, we 1 \':3A}i iJJ;'iZ
-· -- ::;:,,',
, >,, W'
1 Jr\ ;
.. Pa 30;1KrnNGL'1
'l '
\ ·.
. '
./
/
·...
\ (Q
,u_--· l\ U L[lli ·( ;·' ,&
\
"' *
·

·· ·- / .. t..:..r.r-t :·.. :i.A··_ ' # ;:/


1
installation and painting shall be done in accordance with this Specification and
relevant Siandard. If difference quality metals are in contact with each other, these
contact surfaces shall be separated by means of bituminous paint, felt strip, rubber
sheet and other material to be approved by the Engineer.

21.5.9 Floor Laying

1. PVC Flooring
PVC flooring shall be heat resisting vinyl tiles obtained from an approved
manufacturer.The t iles shall be not less than 2.4 mm thick and laid by an specialist to
a jointing layout approved by the Engineer.A matching PVC cove-type skirting is to be
used in conjunction with the floor tiles. The tiles and skirting shall be laid on a flat,
clean concrete flooi, in stiict accordance with the manufacturers instructions, using
the recommended adhesive.

2. Unglazed Vitreous Ceramic Tiles


The tiles shall be plain and or manufacture and colour approv ed by the Engineer. The
tiles shall be laid by experie nced craftsman, on a concrete slab accurately formed with
a true, smooth surf ace. Joints shall be accurately aligned in both directions and
matching covered skirtings. Expansion Joints shall be the same width as tile Joints,
ripproximately 5 mm.and filled wilh approved filling material. The surface of the base
shali be cl&aned of all dirt, grease, grit, etc. and the tiles shall be dry and clean.

3. In-situ Terrazzo
ln-silu terrazzo paving is to consist or2 1/2 parts 6.5 mm 9.5 mm approved marble
chippings, clean and free from dust, mixed with one part of "concrete" or "snowcrete"
or approved equivalent according lo the background required. The terrazzo shall be
laid by a specialist.

The terrazzo is to be!rowelled to a dense even surface,rubbed down and polished to


approval. Where surface are required to be left rough finish the finishing coat shall be
brushed with wire brush while still green to expose the aggregates.

Brass dividing strips 25 mm x 3.2 mm shall be provided at junctions or different floor


finishes, finishing flush with flooring non-slip nosing tiles of approved manufacture and
colour shall be provided in finishing works for steps and stair.

4. Damp-Proof Membrane
An approved bitumen/PVC water-proof membrane shall be placed on the blinding
concret e under concrete slabs, to exclude rising moisture.
21.5.1O Wall And Ceiling Finishes
,·/ ·. .
i
Materials
; P<ige I 361
• ...... ... I'
Cement, sand, hydrated lime, gypsum plaster, expanded metal
lathing, flat headed galvanised nails, galvanised staples and wire shall
all comply with approved standards. Materials shall be carefully store
in a dry weather proof store untilrequired for use.

2. Preparation of Backgrounds
Backgrounds for plaster work shall be carefully brushed out and removed dust and
oiher deieterious mailer ikely io impair the bond of the under coalwi h the struclu1e.
When the background surface is dry and undue suction occurs, this shall be sprinkled
with wate r to, prevent drying the applied plaster.

3. Plasterwork
Undercoat shall consist of Portland Cernent, hydrated lime and sand gauged in tl1e
proportions 1:1:6.The undercoat shall be keyed to take the finishing coat and allowed
to dry out completely before the fatter is applied.

Finishing coats shall be applied in accordance wit h the recommendations of the


manufacturer of the particular brand to be used. The tolal thickness of the tvvo coals
shall not be less than 15 mm thick.

4. External Rendering

Externalrendering shall be applied in two coats, w ith an


approved wa...,terproof agent added to the mixes. The walls
shall be welted before the application of the first coat, which
shall be finished flat and vertical by straight edge, and
scored to form a key. The secofld coat shall not be applied
until the first coat has dried out completely. Immediately
before application of the second coat, the surface of the first
coat shall be wetted, and the second coat shall be applied by
machine, to give a "Tyrolean" finish of uniform thickness and
texture.

An approved plasticizer may be used in both coats. All external rendering shall be
protected from rain and direct sunlight for period of 7 days.

5. Glazed Ceramic Tiling


Glazed ceramic wall tiles shall be of nominal size 100 mm x 100 mm x 5 mm, colour
lo be selected. Fittings shall be obtained from a supplier approved by the Engineer.
·· The ceramic tile fixing and grouting materials shall be obtained from lhe same source.
The Contractor shall ensure that the rendering is accurately formed and has a true
plumb surface which is free from all high spots and depressions.

The rendered backing for tiling shall be cleaned. and will be wetted (just
enough to prevent it from absorbing water from the fixing bed)
immediately prior to tiling. All til -·- :--
shall be dipped in water to ensure that they are completely clean prior to fi 1;,.:--j\[1.'.:·;.;.f ,.-
'"''§ -·-..........:·_ , ,'
$..'._ -'.-,;r . "'-". '
fWi l.;RAt'i:UPi%iJN0' 2
,1For Bid(2)
r -
-
\ .. I - CHIN :!;p
tiles snall be immersed in water in clean containers for at least half an hour before use.
Ties shall then be stacked lightly together on a clean surfaces to drain with the end
tiles, t urned glaze outwards. They shall be fixed as soon as all surfaces water has
evaporated they must not be allowed to dry out more than this.

Approximately two days after the fixing of the t iles, all joi nts shall be pointed with neat
white grouting cement; the finish shall be flushed and free from all voids and
irregularities.

All wall faces shall be finished plumb and flush throughout free from unevenness and
irregularities of plain; all angles shall be straight and true. The finished work shall be
left clean and free from all materials, which will scratch or in any way impair the
finished work. Final polishing shall be done with a dry cloth. The Contractor shall be
responsible for the adequate protection of the tiling from all damage until the handling
over. Any damage which does occur shall be made good by the Contractor at his own
expense. The whole of the work shall be left in a state satisfactory to the Engineer.

6. Suspended Ceiling
Materials, samples and drawings showing details of construction of all types cf ceiling
required shall be submitted to t he Engineer for approval.

Appropriate size of aluminium tees shall be grided to the module of standard panels to
accommodate acoustic boards, or approved equivalent, the odd size panels at
perimeter shall then be arranged to equal dimension.

Fixing of hanger to beams, floor slab and soffits must be capable of carrying the load
of ceiling boards and ventilation grill should be supported from the strengthened
aluminium tee grids.

7. Gypsum Board Partitions


Gypsum panels shall be 1000 mm wide by 12 mm thick obtained from an approved
manufacturer. Fire resistance as per BNBC.

The stud partition shall be extended from floor to ceiling witti var iation in heights to
suit. Stud shall be formed of approximately 0.03 gauge cold rolled steel with pre-
punched holes in t he web 150 mm on centre to allow horizontal passage of utility lines.
Studs shall be spaced 1000 mm on centre with horizontal spacer channels and
framing materials.

Glass panel framing shall be anodised aluminium with glazing recess. Glazing shall
be 6 mm clear sheet glass fitt ed with neoprene or vinylgaskets.
shall submit samples of metal and C!,rawings showing details of

/ .· Page I 363
constructions for approvalof the Engineer.

21.6 Painting

21.6.1 Materials

All paint distempers and other materials shall be of an approved brand or brands and
shall comply with JIS Standard or other, equivalent standard lo be approved by the
Engineer. Paint for use on concrete or brickwork shall be of a type specially prepared
for this purpose. Each coat shall be of a distinct colour from the preceding one and all
colours shall be approved by the Engineer. Mixed paint and synthetic resin emulsion
paint shall be applied based on the following method
Mixed paint (unit :kg/sq.m)

Metal Wood Concrete Brick

Note: Rust inhibitive paint shall be either red lead or zinc rich lead type.

For painting of struct ural steelwork, see Section of 21.5.1(7).

21.6.2 Surface Preparation

Prior to painting, the dust, grease, injurious adherent substance, rust shall be
removed from the surface to be painted. The planed grain, interlocked grain, fluff in
wood shall be ridded with sandpaper and all cracks, manholes open; duel and other
imperfection shall be made good with hard slopping consisting of paste white lead and
gold size stiffened with whiting. Cracks and holes on the concrete surface shall be
flattened with cement paste, mortar, or cement filler.

21.6.3 Workmanship

A ll painting and decoration shall be carried out by skilled workmen according to the
best current practice in accordance with manufacturer's instructions.

All materials shall be applied by brush unless otherwise specified or approved.


\,
..... .
21.6.4 Priming

All joinery, metal works to be painted shall be primed using appropriate and approved
primer before delive;y assembly or fixing. No primer is required on surfaces to be
distempered or emulsion painted unless otherwise specified.

21.6.5 Number Of Coats

Unless otherwise specified, the required finishes shall consist of the following
treatments, in addition to preparation,priming etc:-
a Distempering Two coats
. paint ing Two coots
Emulsion
b.
Oil painting Three coats on woodwork, Two coats on elsewhere
c.

21.6.6 Storage

The Contractor shall furnish an exclusive place for storing the combustible paints. The
place for storage shall be fully vent ilated. Adequate measures shali be taken against
lhe ingress of dust and direct rays of the su11.

. ......

Page I365
Section 22

SPARE PARTS
22.1 Spare Parts
22.2 Spares & consumables during Warrantee period
22.3 Spares & consumables for the schedule inspections of GT

·.
I .
368
368
368

Page j 367
22.0 SPARE PARTS

22:1 Spares & consumables during Warrantee period

The Tenderer shall submit a list of spare parts with OEM Part No. and consumables
(GT Air intake Filters, lube oils, greases, oil filters,chemicals etc.) to be necessary for
day lo day operation and maintenance of the generating units and other plant
equipment inclusive of emergency use that takes place in the course of operation
(according to the Manufacture's recommendation and guideline) during the Warranty
period (24 months). During the warranty period of 24 months, the Contractor shall
supply all necessary equipment, spare parts, materials/consumables including normal
wear and tear spares etc. at his own cost and whether it is listed or not in their list. In
preparation of the list the tenderer have to consider plant factor as 80%.

The Contractor shall supply 6 (Six) sets of GT Air intake Filters.

22.2 Spares & consumables for the schedule inspections of GT

In addition of the above Warranty period Spares & consumables , the Tenderer shall,
also submit separate lists (from GT manufacturer) of spare & consumables required
for 02 Cl and 01 HGPI (If proposed GT manufacturer is GE), 01 Cl and 01 Tl (If
proposed GT manufacturer is MHI), 02 Type A inspection and 01 Type B inspection (If
proposed Gt manuf acturer is Alstom), 03 Ml (If proposed GT manufacturer is
Siemens), 03 Ml (If proposed GT manufacturer is Ansaldo). Contractor shall supply
these spare & consumables under this contract within their quoted price. These spare
& consumables will be used only at the time of scheduled inspections of GT during
warranty period and after warranty period. These spares and consumables cannot be
used against warranty claim or as wear and tear spares for installed GT components.

Note:
All spare parts shall be delivered in cases or containers suitable for storing such parts
over a period of years without deterioration under the atmospheric conditions existing
in Bangladesh.The cases or containers shall remain the property of the RPCL.

Each case or container shill! be marked with the appropriate contract details and a list
of the parts contained therein with identification references given ofIlle outside of the
enclosure.
Spares for the schedule inspections of GT during LTSA.

In addition of the Warranty period Spares & consumables,


the Tenderer shall, also submit separate lists (from GT
manufacturer) of spare required for one Major Overhauling
GT capital and other essential spares. Contractor shall
supply these spare under a separate contract for LTSA outside
of EPC Contract,
if it is deemed suitable I reasonable by the Employer.

Page I 369
Section 23

APPEND ICES

'
,

\ \

; \ i -
' , I

"'
Annexure-1 Site Location
Annexure-2 Project Land Layout
Annexure-3 Seismic zoning map of Bangladesh
Annexure-4 Proposed Power Plant of tentative Equipment Layout
Annexure-5 Heat and Mass Balance Diagram
Annexuree6 Flow Diagram of Condenser Vacuum System
Annexure-7 Flow Diagram of Compressed Air System
Annexure-8 Flow Diagram of Closed Cooling water System
of GTG Power Plant
A nnexure-9 Flow Diagram of Closed
Annexure-'i O Cooling water System Flow
Annexure-11 Diagram of Condensate Water
Annexure-12 System
Annexure-13 Flow Diagram of HP-LP Steam and
Annexure-14 Bypass System Flow Diagram of
Annexure-15 Natural Gas System
Annexure- 16 Flow Diagram of HSD System
Annexure-17 Flow Diagram of Thermal Dynamic System
Annexure-18 Diagram of Oily Waste Water Treatment System
Annexure-·19 Effluent Treatment Plant
Annexure-20 Single line Diagram-11-20 kV
Gas Supply Arrangement inside the Power Plant
Fuel Specification
Load Flow Study (PGCB)
Page l 37J
Annexure..1
SITE LOCATION

• ' ( \VV., .
. ·-' . .·· /
Map: Location of the Project Area with respect to Banglatlcsh

I
t'i
.

-- ---·- - ------- -····---··- --- --··


·.
- -- · -r---Mi" ;;;;;;;._; r1;.,;;;7;0,1iC.o111 c1,Tu";,;11:; ,
' -;.--:; .-.,--;"

·-:..-;Ma.;ot
;

Page I373
Map: Location of the project area w it.h respect to Mymensingh District

MYMENSINGH DISTRICT

J•11we1 Pliml
Map: Google image of the project site (Circled Area)

'f M,roen•

ta i.t1rritMln{/l Medic>!Ciltcge and Hospital

!ii! •

Page I375
Annexure-2
Project Land Layout

/ . / ..
. (\'1
,I
'
Page I377
Annexu re...J
Seismic zoning map of Bangladesh

-t .
-·. ·
Map: Seismic Zoning Map of Birnglad csh

,. f"• '"

. ,:;.,;,
',;....,;.i { :
i
i
I
I
!,
Jp
::1

-,------- +---·----------..------
"'\ ;· 'i ;.

:_';h$11"f :m\4
Ltgtnc:I
lC"li'I ...--.-......,-........,...,
1f' I\

7, .,..11 i:- ·:5 ;:c 1 0


2.:--•• Ill
Sea• . 1 3 ZC,W;
lo -:- IY

The proposed Power Plant Project foHs under Zone-4,with the zone coeflicicnts
(Z) 0.36g according to the updated BNBC Map (BNBC 2015 Final Draft).

Page I379
Annexure-4
Proposed Power Plant of Tentative
Equipment Layout

( . &/·· :1
Pnge l 381
\
Annexure-5
Heat and Mass Balance Diagram
.
./
!'"" .. -----

-..,
o:i. ... . .....::

·:....... • • 1 - L .,
._,..\""• _J

Page I 383
:'
l
C'I.

i
,..•I·· •".. i l
'
, '
: i,
····i
!···.J
'i
'I
- --·------ --·-- -;::- 1 I
'
·- _ J_ _ i_ ••

I
" ·1 ? " ....".!.'......,
'
- I\,
\l_)•........
/

I· ----- ..I
I W • - -- · •
!....... . --
-,: ..•·
·
L,
\7.)
/ ""•·,_
/ ' i
i --·'·;
/ !
'

.... .j-!- --- I--1 l

r...,....... --.. . --- 1 -----· _J

I. ·
'q-J
Annexure-6
Flow Diagram of Condenser Vacuum
System

Page I 385
. .-==--==-=--======-==----------- ---;------------: 1
- - -- - 1
,,,,r• -1
'• ... \

."'.:t ·-·····-
r·-··
'- -····---i-
. . .I :

i
I

I
I
I
I... -

\
'-.,
Annexure-7
Flow Diagram of Compressed Air System

Page j 387
...
- .-·
-.
I
'

l ._. ._
i -l-.. .:)
' t'"-:-- --,

· ·.. -.I ..........::I


--- =

: ••)o.• -

;. >.> -·

..-
_ ---
/ '

: -\
/ '/
·-----·_ ';//

Annexure-8
Flow Diagram of Closed Cooling water
System of GTG Power Plant

Pllge J 389
,
1-. _ •..:..t:t.;t!t.1 ... ft.tl.!<"" i<$l')
CC..°!:!: ."ECCl_ l' \. lc ' tJll W.O C\,-

.. ......,...... ,, - r 1-,., "'"""-ro.F-.01.o)m;i,.na


r-... .. ...._ \............ _. ·'ll.'b... . .
r. , .- .··----·, _-··----
1------- --·-- ---· -;:: -; . . -:; . ..
['·'"
I-..
·----·-·--·----·-···· ··-----·------- -··---.. - ---- -··- - -- I

·- I
cw
\ \....
Annexure-9
Flow Diagram of Closed Cooling water
System

'
I Page I391
__-.·..•. ·1
.
- ._,,......-

.
Annexure-10
Flow Diagram of Condensate Water System

P11ge I393
i
':;(-- ?:....

r :- ·1
t_ !

-.
/
/
I

..' I .
\ /
·
, ,/
'·-
Annexure- 11
Flow Diagram of HP-LP Steam and Bypass
System

Page I395
- - -· .
. .... ..... '

-- ...
.
·4'·.··-

..-.:.:;......,o -
.. . ..
.
l

- ·····
···; ...
... .
- '

• > •.•
:;-:._-;- ......
·.·'
''
·- ........,..._

'

d.
. ·......... _ /
Annexure...12
Flow Diagram of Natural Gas System

Page I397
Page I399
Annexure-13
Flow Diagram of HSD System

---vfl .·.
!IOH ?OR

HSD far,k
I _, f\JEl.
vosn IV( DAV TAN I( ' PUMPS
OISPI. KEHCHf
I H -l l H IJUHP
STR>J1iu
I
/
[I
OUPI. D< 1'111E
HESH
HAr.NETIC
f ill lof<S

Page I401
Annexure-14
Flow Diagram of Thermal Dynamic System
I
...,. ....,.
.... ,_,. . ..... ....
1.':" ':" •• -=·- .; .:..

• •T :• 0 . 0.0 0 0 < :'•• :..';-·.


0 0 0 0 <

····· '

i >--- 1··/
...,.1,_.1.. ·
.

•I
; ,...... . . .
I
l
.. ., ' ...•1 •

Page I403
Annexure ..15
Diagram of Oily Waste Water Treatment
System

'. ·"·
·, ... ...' i
. - "
I'
I
r .,. -
.

d
I
I
·-i

,........_..........,,.._.,»_..,
;:::,.",". ;-;::-:;•;...':".; .,
•"'''f"'"--'1-.';<l• u-••.,'",.h-,..· -
-""'"j/l>' t..

I .I . 1•. ·- ... I 1 ..

Page l 405
Annexure- 16 Effluent
Treatment Plant

I / '

-, .
./
. . _ _., ,.
Page l 407
-·-·.J._ _ 1._ .
i - . I·-·
-t I---,'- t._ __ J t_ .I i

:
,-- ---· -----·--.:-.--- =:-.-.-=--- -
!.:-·· >'.->--·- = -_: -
' -··
· - I.
. ... - ---,
......,... 1¢<11 •• :"'· > :.• >- ··---·--·
-···--··· · l
!
I
L.
I
i
L
I
l

[
l.
I

/ ......
/
\
\
J ..:
'\ ., ,,, I
'-... . ._.,/
Annexure-1 7
Single line Diagram-11-20 kV

....
,....... -

\ '· /
.kkPage I409 ••

...........
I
i--•_- _-_-._·-_--_". ·--
I
Annexure- 18
Gas Supply Arrangement inside the Power
Plant

Page l 411
/
. -

'cJ· I
,,,/
Annexure- 19
Fuel Specification

. '
Page I413
Gas $pecification(Fuel Supplier: Titas)

Component Minimum Volum e Maximum Volum e


(%) (%)
Meth ane 90.00 98.00
Ethane 0.00 6.00
Propane 0.00 5.00
Butane 0.00 3.00
Penlanc & Higher 0.00 0.00
Hydrogen Sulphide 0.00 2.00
Carbon di-oxide 0.00 3.00
N i trogen 0.00 1.00
lne11(the t ot al combined N itrogen. 0.00 5.00
Oxygen, Carbon di-oxide and any
other inert compound)

I I\
._ !

I
--
HSD Specification(FuelSupplier: BPC)

PROPERTY METHOD LIMIT


MJN 0.820
SPECIFIC GRAVITY 60 DEG F/60 DEG F ASTM Dl 298
MAX 0.870
COLOUR, ASTM ASTM 01500 MAX 3.0
FLASH POINT (DEG F) ASTM 093 MIN 95
POUR POINT (DEG C) ASTM 097 MAX 6
VJ SCOS!TY KINEMATIC AT 100 DEG F (est) ASTM 0445 LESS THAN 9.0
SEDIMENT (% WT) ASTM D473 MAX 0.01
WATER (% VOL) ASTM 095 M/\ X 0.10
CARBON R ESIDUE, CONRADSON (% WT) ASTM Dl89 LESS THAN 0.1
ASB (% WT) ASTM 0482 MAX 0.01
N EUTRALI ZATION VALUE
ASTM 0974 N IL
STRONG ACID N UMB :R (mgKOH/G)
TOTAL ACID N UMBER (rngKOH/G)
CETANE INDEX (CALCULATED) ASTM 0976 MIN 45
SULFUR CONTENT (% WT) ASTM 01551 MAX 0.25
COPPER STRIP CORROSION
3 HRS AT 212 DEG F ASTM D130 MAX NO. l

DlSTJ LLATION
MAX 370
90% R ECOVERY. VOL (DEG C)

Page I415
/
..
Annexure-20
Load Flow Analysis (PGCB)
Page / 417
,,.-- . ---

/ ,( , ,,,...,,.· . .I
._,.:;,/
load Flow Study:load flow sturiy has been periorrn ed 2020 summer pe scenario.

;;. n ; ---Mymen -trokon


_ ..

l\nnexure 2
-------
Annexure-3

l\nnexure-5 .

·-- Page I419


Corporate Office :
F::-r IJ 1') rt·;i.l \.8.SK".JV.& Ci'I
U!L'l!...:t.!ud..,l lM"._tlhall: t?::t•)
r -.;1111 ·· u.rJ.1'fi:4)i-. !" :¥., ; r-#>'i
f'a\ :IH-{'2·N1:?n
\'J11t- ;'t,W,'f liA.l(Kg.M
f!·1I : l""YJq.).(;l :x .t.1,

'(l'.i1J1
f.

f<:m1: 11 lwniinh 3({/(:t l (i•) M\V ll1rn l Furl ((;111/llSll) Com hlltt•d C)'<lr rowrr l'l•n l" ..:\
l'o ll'cr l:r>< ••li1111 ('f I

if m . ef'1Pl4"11lff+
_,lf.;;i lJ tl(;.f';;r, >:P. Ct,?->!". '1i lif1 (4J"'11l :;:::('>T if.:
·1>1•1tn,in$h J60( l&-' 'J MW Ou•l Foci (lo ..:'HSO) Cumbi.-.cd Cycle l'ower Plant" .;,iq t? f' w<r
1;,.-.1um1i 11 f.<>. ll f<'I.:. .:i.?S. o fi;:'lt>IT m-'inr . m 'ii'l'!li.!!1! >i i *lll
f•r.:!W PN:i ·t "- um(f>r'!ot:> "\-'{),

l('lft¢'1fq-'ll Ct'i:i S\\i1ch)'Jld "1\'1111'1lr.'.'ti< 'f"{'f ;;><If ).:, c...fr i;;


•11;;11i>:t o r.r:<w+• 1
l;lir-1 f?lf rt'lm El1oc11a1inn Ill li:Oi!lili' ;iJ?, <('P.> 9!'1l}, tllf'1'i ',l.f>) I

11"1, m<t: <- ' '!(•II '-""tllf:d"l'-'l'l '!' f.tr;i;ftr.!i '1 :>:><t :< mFl JV-OMS·AECl.(fo1111 Vrn1urc M OM
Soluiiuns BangLldt»h [l.r:wj, O&\I S-Olalioo f'riv:t( Limiicd, lmlia;1nJ Adroh F.n l'ironn>cnl Ccm<uh:m:s U11,iltd)
$fm 4 -11.t :«{I ci'.t't.l!f!lm 41 fcii C"llO Q)i " .lt
1'4'1.! '11"1->i .!: fur<! 71'rn C'l'W!r : ((.f.h· l'owcr EV'JtUlti"n l!l'f fi[ 'iftmt
·:i mi: < _.i;f.:,e1' 'lw> , '(ll

>:J'l M'il"tf. '1'!'


te
: f.i: l :>> .Ir

- M·lfl, f.llf.r () "l-rf.•'tPWl, I e·mai:md@rpd.org.bd


. ; "lf}jli+ ($".i:t'r"' t.! ef."lf.i<ll'f,•m I
),
,;, >:'1'11 "ff'i .'3 4 '1F-l&•l•11illtl'!l'I f<lt r.1;;1 1
6. ·m·r-1,

,.

'\ -\
'J 'I ·-
'
N-1Contingency;

level Of ne.irby $Ub tatio111is giverl belo·n ill 2023 n· lwor StCnad(1.

Sho mcu1t cuncnt (!tA


.J·Retor;;;;; ,xlitdGuit

2. No overloading of line at

Pow..r Plnt t.111 be done by foor c:;ircuit line-111-LinP out of /,•1mcm


inghN1:"lroo111

Grosbek or e11uiv condurtor.

3) All switchsears of rby power station should l1;ive at leJst 40 l</i short circuit rnm'nl

Page I420
.,
"

· ,•<
l1
'!
t.; -·-c1
:1 '" .1 I
' _ ..
. -"'/
C)

! s0
Io

I cuJ Page I423


.··'
.,
i
--- - ---
rI ·-"-- -- --- ---·--- ---- --- ·---.
I

-
0
·1
I N

Iz
·
lI >-
Iii
·=-- .

I 2

I
a
0
.....!

i
! .,.
I ••

I
I

,.
I

I
I
--.:--...- _ _J
'\

.f \ ',
( - '{ J .
_/ /
Cf)
n·i-- ···· ·£':.
I

·r
:'
·..
u
·" I

'

--

/
RURAL POWER COMPANY LIMITED

TENDER DOCUMENT

FOR
ENGINEERING,DESIGN, MANUFACTURING, INSPECTION,
SUPPLY, TRANSPORTATION, CONSTRUCTION,
ERECTION,INSTALLATION,TESTING AND
COMMISSIONING OF MYMENSINGH 360 MW DUAL FUEL
(GAS/HSD) COMBINED CYCLE POWER PLANT PROJECT
ON TURNKEY BASIS.

VOLUME 2 OF 2, PART B

TECHNICAL PARTICULARS [Schedules & Data Sheets]

REF: PUR: 020(FW/MYMENSI NGH 360 MW/OTM)/2017-


18:DATE:31.01.20·

JANUARY - 2018 .
<{

,
f ''

CYPiige I428
8
1. Schedule Name Page
Number

Schedule-A Guarantees 1

Schedule-8 Technical Data Sheet 5

Schedule-C Drawings to be furnished with Contract 112

Schedule-D Delivery time 117

Schedule-E Tools and Appliances 118

Schedule-F Spare Parts 121

Schedule-G Deviation 123

Schedule-H Civiland Building Works 124

Schedule-I List of Subcontractor 126

Scheclule.J Description of Training Program 127

Schedule-K Mobilization and demobilization Schedule 128


for Construction Equipment

Schedule-L Method of Transportati on and Unloading 129


of heavy Cargo
Schedule-A

Guarantees

1. Gas Turbine Generator Guarantees (Simple Cycle)

The guaranteed performance of the Gas Turbine generating unit at site condition
(35° C, 1.013 bar, 98% Relative Humidity) and generator power factor of 0.80 shall
be as follows:

Base Load Natural Gas

Net Power Output, KW

Net Heat Rate (LHV of fuel),: 100% load 75% load 50% load

Al Ambient Air Temp. 35°c: l<J/Kwh

Base Load HSD

Net Power Output, KW

Net Heat Rate (LHV of fuel),: 100%load 75% load 50% load

At Ambient Air Temp. 35°c: KJ/Kwh

i) Net Power Output

Net Power Output shall mean the Gas Turbine Generator(s) power output measured
at the high voltage side of step up transformer {Deliv ery point as per PPA). The
Simple cycle net Power output shall be 65% of Combined Cycle Net Power Output
(Variation of ±5% willbe allowed).

ii) Simple Cycle Net Heat Rate

Simple Cycle Net heat rate shall mean the heat equivalent of the fuel consumed by
the gas turbine unit per unit time based upon the Lower Calorific Value, divided by
the Simple Cycle net power output as defined above. The Net Heat rate of GTG unit
shall be 150% of Combined Cycle Net Healrat e (Variation of ±5% will be allowed).

iii) Fuel

In so far as these performance guarantees are affected, the fuel shall be in


accordance with or better than the analysis given in the Technical Specification,
Annexure-1

\ ' ..
_ _ .....'
'........_...,_
iv) Performance Corre4tion Curves

The following curves,which are necessary for correcting Power Output, Heat Rate
and Turbine Inlet/Outlet Temperature from the test ambient condition to the
guarantee reference condition, shall be furnished with the Contract.

Variation in barometric pressure

Variation in arnbieni temperatu re

Var iation of generator efficiency wit h Power Factor

2. Combined Cycle Guarantees

The gua ranteed performance of the complete Combined Cycle Power Plant at
Site condition (35° C, 1.013 bar,98% Relative Humidity) and Generator power
Factor of 0.80 shall be as follows:

MCR Load NaturalGas

Net Power Out:rnt, KW

Net Heat Rate (LHV of fuel}, : 100% load 75% load 50% load

At Ambient Air Temp. 35°C: KJ/Kwh

MCR Load HSD

Net Power Output,KW

Net Heal Rate (LHV offuel),: 100% load 75% load 50% load

At Ambient Air Temp. 35°C: KJ/Kwh

i) Net Power Output

Net power output shall mean the power output produced by Gas Turbine Generator
and Steam Turbine generator Combined Cycle mode measured at the high voltage
side of step up transformer (Delivery point as per PPA).

ii} Net Heat Rate

Net heat rate shall mean the heat equivalent of the fuel consumed by complete
-· .:·-.--: ........ Combined Cycle Plant per unit time, based upon the Lower Calorific Value, divided

;\. '.. ,; · ·:. the net power output as defined above. ··


t tar, .;.l •"' .... .

.
"}:'> 1
J.!.. -
or L> 1{1'l) / ,:·
. / .;
,';: '
s:t:.\:.,;· "'. .,, • .1·:1
(·.;.:;'
' ·-·f:l
'...:.;,,...:.·9"
·'- ...._ .....
Page 12
Iii) Cooling Water Temperature

Cooling waler Temperature from Hybrid cooling tower at inlet of Steam Turbine
Condenser and auxiliary cooling water Coolers shall be less than 38°C at site
condition (35°C, 1.013 bar, 98% R.H). However, the net output of complete
Combined Cycle Power Plant shall not be less than the guaranteed figure at site
condition.

iv) The guarantee performance data are to be based on the proposed Heat
Balance Diagram (will be submitted during detailed design stage) and Correction
Curves and/or Tables (will be submitted during detailed design stage), which are to
be submitted with this Contract and which are only to adjust the guarantee
performance data, should the operating conditions during the performance tests differ
from the above guarantee data.

iv) Starting and Loading Time

The Steam Turbine starting time to reach Full speed no load (3000 rpm) counting
from Gas Turbine start-up command to be as follows (to be guaranteed):

Cold Start (from ambient Conditions):--------hr.------- min (max 200 Minutes)


Warm Start (after 8 hrs.shut down period): ------hr.------ min (max 120 Minutes)
The Steam Turbine loading time up to MCR counting from
Synchronizat ion: -------- min, lo be guaranteed.

Start-up and loading diagram of Combined Cycle up to MCR for each cold and warm
start for the following case shall be submitted:

HRSG and Steam Turbine simultaneously wi h GTG start-up.

3. Date of completion of Initial Commercial Operation

The Initial CommercialOperation of the unit shall be completed within the


period from Effective date of Contract:

Gas Turbine unit (Simple Cycle): -----------------------------days

Gas Turbine and Steam Turbine unit (Combined Cycle):---------------------- days

4. Data at the Site Condition (35° C, 1.013 ba r, 98% RH)

a)Simple cycle Power output,


_ kW, at GT Base load
measured at Generator kW, at GT Peak load
terminal

\
\

', I

,.
. I

_,
b) Total Auxiliary consumption (for Simple cycle
Power output at GT Base load condition) -----kW

c) Combined cycle Power output at MCR,


Measured at Generator terminal _ kW

d) Total Auxiliary consumption (for Combined


Cycle Power output at MCR condition) ----- kW

I l. - --
Page 14
-Estimated shutdown period, hours and
Man-hours for :
Minor inspection -----hours-----man-hours---
Normal inspection -----hours-----man-hours---
Major overhauls -----hours-----man-hours---

1.2a :.: Estimated Pfluormance under different Site conditions :


i) Power Rating at Gen. Terminal (For Natural Gas)

a. Ambient Temp. 45° C, KW


b. Ambient Temp. 35° C, KW
c. A mbient Temp. 25° C, KW
d. Ambient Temp.20° C, KW

ii) Power Rating at Gen.Terminal (For HSD)

a. Ambient Temp. 45° C, KW


b. Ambient Temp. 35° C, KW
c. Amb ient Temp .25° C, KW
d. Ambient Temp. 20° C, KW

iii) Gross Hea.t Rate (Natural Gas )


100% 90% 80% 70% 60% 50% 40%
.·..- _· a. Ambient Air Temp.45° C, KJ/Kwh ---- ---- ---- ---- ---- ----
b.Ambient Air Temp .35° C, KJ/Kwh.----
c. Amb ient Air Temp.25° C, KJ/Kwh ----
d. Ambient Air Temp.20°C, KJ/Kwh ----

iv) Gross Heat Rate (HSD )


100% 90% 80% 70% 60% 50% 40%
a. Ambient A ir Temp.45° C, KJ/Kwh ----
b. Ambient Air Temp .35° C, KJ/Kwh ----
c. Amb ient Air Temp .25° C, KJ/Kwh ----
d. Ambient Air Temp.20°C, KJ/Kwh ----

,,,,.- - .....
.
·
,
'· \
·, \

N " ·.:
,./
v) Inlet and Exhaust Losses
a. Ambient Air Temp.45° C
Inlet loss, mm Aq
Exhaust loss, mm Aq
b. Ambient Air Temp.35° C
Inlet loss, mm Aq
Exhaustloss, mm Aq
c. Amb ient Air Temp.25°C
Inlet loss, mm Aq
Exhaustloss, mm Aq

d. Ambient Air Temp.20° C

Inlet loss, mm Aq
Exhaust loss, mm Aq
v) Consumption o Auxiliary Power :

Ambient Temp. 45° C, KW


Ambient Temp.35° C, KW
Ambient Temp. 30° C, KW
Ambient Temp.25°C, KW
Ambient Temp. 20° C, KW

1.3 · Materials:

-Compressor
Moving blades
Fixed blades
-Combustion Chamber Liner
eTransition piece
-Turbine
Moving blades
Fixed nozzle
Blades Coating
Blade disc
Shaft

Page 18
1.4 Turning Gear

-Intermittent or continuous rolling


-Speed, rpm
-Manual-Turning provided or not
-Normal Turning period after operation
zt Base & peak load, hours

1.5 Lubrication Oilsystem

-Main oil pump capacity, liter/min --------------------------------------


-Aux. oil pump capacity. liter/min ---------------------------------------
-Emergency oilpump capacity, lit er/min ----------------------------------------
-Total quantity of oilin system, liter . ----------------------------------------
-Type of filter ----------------------------- ----------
-Degree of filtration, microns ------------------------------- ----------
-Manufacturer of filter, country ------------------------------ -----------
-Type of lubricant required -----------------------------------------

1.6 FuelSystem
a. Liquid fuel system
i) Fueltransfer skid
-Make, country and Type of pumps
- Pump capacity (m3/h)
- Pump rating kW
- Pump Motor rating kW
ii) Fuel forwarding skid
-Make, country and Type of pumps
- Pump capacity (m3/h)
- Pump rating kW
- Pump Motor rating kW
iii) Fuelfiltering sk id (duplex filter)
-Make, country and Type of filte.r --------------------------------
- Degree of f iltration -------------------------------
iv) Atomizing air skid
-Make, country and Type of compressor --------------------------------
3
- Compressor capacity (m /h) --------------------------------
,....--- '.

/ '
'
--
I '
· , '
\.,
\ •
' ; • '
I
'·, //
- Motor rating kW ---------------------------
v) Main Fuel Tank capacity: 5000 Tons each--------------L (m) X D (m) X H(m)
TotalNo. of main fuel tanks: 3 at power plant site
vi) Day Tank capacity: 2000 Tons -----------------------L (m) X D(m) X H(m)
Total No. of Day tanks: 1 at power plant site
Vii) Fuel Tank Capacity: 2000 Tons each---------------L (m) X D(m) X H(m)
Total No. of Fueltanks: 2 al Shambuganj Railway Station Site

(Above lanks includes loading-unloading pumps, flow measurement system


with accessories, fire protection system and security system.)

Fuei Forwardirig Pumps -----------------------------------


Required pipeline from Shambuganj station lo plant site fuel tank (the
tenderer shall specify the required length accordingly)---------------------
Strainer
Fi ter
Valves
Piping associated with the above fuel tanks------------------------- ----------
Other miscellaneous equipmenl/materials ----------------------------------
Necessa;y arrangement s for fuel unloading system at plant sile for Roadway
(lorry) oiltransportation ----------------------------------

b. Gas Fuel System


i) Normal operating pressure, bar
-Make, country and Type of filter
- Degree of fi!tralion. microns
-Type of conditioner
-Make and Type of Flow meter
-Dimension of unit, mm

-Weight, Kg
i) Cyclone Separator
Model,Make & Country

Page I10
- .Flow controldevice
-Dimension of unit,mm
-Weight,Kg
-Fillers
-Measuring Equipment

-Auxiliary equipment

(ii ) Gas Booster Compressor (GBC)


Model, Make & Country

- Compressor Type
- Make, Country
- Model
- Capacity

- Number of Compresso r stages

- Suction Pressure
- Discharge Pressure
- Discharge Temperature
- Compressor Speed ------------------------------------------
- Compressor Motor Voltage/ Rating, kV/ KW ----------------------------------
- Motor Speed ----------------------------------------
-Power demand at rated output kW
-Drive motor rating kW
-Drive motor speed rpm
-Tenderers shalllist the principalmaterials, and material
Code:
-Type of lubrication
-Number and type of oilpumps
-Oil pump discharge pressure bar g
-Oilsump I storage I capacity

-Coolers
Type
Number
Process fluid --..------....... _ __ _ _
Flow kg/s
/ -.....,
,/ -· - ' '
M:;:..:
I . . \
Temperat ure in °c
Temperature out ·c

1.7 Air Intake system

-Material of louvers
-Materialof intake duct
-Intake duct surface treatment

-Type of air filter


Primary
Secondary (High efficiency filtration)
-Manufacturer of air filter, Country
-Material of filter medium
-Maximum intake velocity, m s
-Maximum pressure loss, mm Aq
3
- Dust concentration at inlet, mg/m
Percentage of particles remaining aloutlet:, %
0 to 5 micron
5 to 10 micron
10 to 15 micron
15 to 20 micron
-Type of silencer
-Materialof sound absorber
-Manufacturer of silencer
3
-Amount of air required, m /hr

1.8 Exhaust System

-Material of stack & Height


-Type (material,construction)
2
-Gas path area at GT Exhaust, m
-Gas velocity (gas turbine Full Load) at GT Exhaust, 1!'/s
-Duct internal size (width by height) at HRSG entry , mm x mm
-Design pressure, mbar a
-Design metaltemperature, °C
-Material
-Surface treatment of stack plate
\ :;.,..-.7? -Material of expansion joints
\.';.;.-------::'.·:'•
-.::.·1 Kr.1;:Gl \'\:\.... ·l-:.)
!::_.: Page 1 12
t.x.J · ' ,''"\\ / .
·:;;-. '·'·'•or
.
f,1t.' ' - ',.- ...;,
"j/. _..,..,, ', . '-.)j
r/ i""• \ ·- " . ,,
Material and thickness of liner
Manufacturer of expansion joints
Type of silencer
Material of sound absorber
Manufacturer of silencer
Maximum pressllre loss, mm Aq

1.9 List of Turbine Trip Signal

1.10 Ventila tio n Fan for Compartment

-Design pressure in each


compartment. mm Aq
-Number and location of ventilation fans
-Number and Type of air filters

1.11 · Fire Protection System

-Number, Type and location of


fire detectors
-Number and location of discharge
nozzles
-Location of C02 gas cylinders
-Number of C02 gas cylinders
-Capacity of each cylinder, N/m3
-Filling pressure, bar
Pumps

1.12 Weight and Dimension (L x W x H)


-Gas Turbine Package, 1OOOxKg
-Generator Package, 1OOOxKg
-Auxiliary Package, 1OOOx Kg
-Control Package, 100DxKg
-Max. Shipping Weight, 1000xKg
-Max.Shipping Dimension (Name) ----------------- ,mm -------
-Heaviest Piece during erection,1ooox Kg -----------------------------------
-Heaviest Piec·e during maintenance, 1OOOx Kg ---------------------------

Page 1 14
'
B-2 Generator and Ancillaries GTG STG

2.1 Generator

-Manufacturer,Country
-Type

-KVA rating I power factor 0.8 ------------------------------------


-Max. Leading & lagging KVAR capability at pf -------------------------------
-Rated voltage between lines, KV
-Connection of armature winding
-Rated Current,A
-Rated frequency, Hz
-Efficiency
at pf 0.8, %
at pf 1.0, %
-Stator overloading,%
-Critical speed, rpm
-Max. Torque when the stator is short-circuited, Nm -------------------
-Generator Characteristics
Instantaneous Max. short-circuit current
at nominalvoltage, Apeak -------·--------------------------

sub-transient reaclance, Xd" pu ----------------·-· -----------


transient reactance, Xd' pu ---------------------------------
synchronous reactance, Xd pu ----------------------------------
negative sequence reactance,pu -----------------------------
zero sequence reactance, pu --------------------------------
field time Constant, Td'o sec ---------------------------------
Transient time Constant, Td sec ----------------------------------
initial time Constant, Td" sec ----------------------------------

-Moment of inertia GD2 or rotor,Kg-m2 ---· -----------------------------


-percent rise on voltage when full load is
rejected and operating at pf 0.8, -------------------------------- pf
1.0, -.. _.,... __

-Telephone influence factor


BaIanced ----------------------------------
Residual
-Class of wi1Jding insulation
.' '
/' -· . '
I_ -, I /l _
\_ \>·-..- _.,/ / (.
. ·:
Armature winding
Field winding
-Type of cooling
-Short circuit ratio,sat
-Generator rated excitation requirements for
Operation at rated kVA
Excitation voltage
Excitation current

- Generator calculated losses al100% Base rating


Total generator iron loss, kW
Generator stator 12 Rloss, kW
Generator rotor 12 R loss, kW
Generator stray load loss, kW
Generato rwindage loss, kW
Total generator loss, kW
- Generator cooling system
-Generator weights
Weight of rotor, kg
Weight of complete stator, kg

2.2 Exciter

- Manufacturer, Country
- Type
- Rated output,kW
-Rated load fieldvoltage at
0.80 pf/1.00 pf
-Rated exciter current at
0.80 pf. /1.00 pf
- Exciter ceiling voltage,V
-Maximum continuous exciter
current,A
-Excitation system voltage
response ratio

Page 1 16
/
2.3 Automatic Voltage Regulator

-Manufacturer, Country
- Type
- Description of AVR, Ref. No.

2.4 Generator Protection (Manufacturer Cat. No. or Type) GTG STG

-Manufacturer ABB, Switzerland or Sweden/ Alstom, France/ Siemens,


Germany

-Generator differentiaIrelay -------------------------------·--


-Generator ground over-current relay ----- ----------------------------
-Field I rotor ground detection system ------------------------- - -------
-Reverse power relay ------·------------------------·---
·Loss of field relay -----------------------------· ---
-Voltage restraint over-current relays --------------------------- -·-- -
-Negative phase sequence relay - ----------·--------- -----------
-Under/Over Frequency relay ----------------------------------
- Synchro-Check relay --------- ----------------·-·----
- Auxiliary relays --------- ------------ -------- --
-Lockout relays --------------------------- -----

/ ! .'.
.....
._,
. ' /
·, _..#_..
2.5 Generator Switc hgear GTG STG

-Manufacturer,Country
-Circuit breaker
Catalogue No.
Type
Interrupting Medic: SFs
Closing current at 125 volts DC, A ---------------------------------
Time to close, m sec ---------------------------------
Tripping current at 125 volts DC, A ---------------------------------
Time to trip, m sec
- Rating and capabilities
Current rating,A
Voltage rating, V
Nominal 3 phase interrupting capacity, MVA --------------------
Maximum symmetricalinterrupting capacity, kA ------------
3 second short time rating, kA -------------------------------
Closing and latching capability, kA -------------------------------

- Operating Mechanism
-Instruments and devices (Manufacturer, Type) GTG STG
Current transformers
Single ratio
Multi ratio
Polenlialtransformers
Control and instrument switches --------------------------------
Indicating lights
-Lightning arresters
-Surge protection devices
-Type of bus insulation
-Type of bus supports
-Type of insulation on connections
-Size of completely assembled switchgear
Length,mm ---------------------------------
Width,mm ---------------------------------
Height, mm

Page 1 18
- Total weight of switchgear,kg

B-3 Heat Recovery Steam Generator and Ancillary


Equipment
3.1 General

-Type of HRSG [Vertical]/ [Horizontal] ---- - - ---·--- -- ---------


-ModelNumber
-Manufacturer of HRSG, Country

3.2 Performance

(1) at MCR
- Maximum Continuous Rating at
Hot Gas Input with Gas Turbine
Generator base rating,kg/hr ----------------------------
- Superheater exit pressure, bar ·-----------------------------
- Superheater exit temperature, °C ---------------------------------
- Feed Water temperature at -------------------------------- -
Economizer inlet, "C

- Total Pressure loss through the --------------------------------


steam generator. mm Aq.

- Pressure loss though the -------------------------------


Superheater section, mm Aq. --------------------------·--
- Pressure loss though the --------------------------------
Evaporator section. mm Aq. ---------------- -----------------
- Pressure loss though the ----------------------· ---------
economizer section,mm Aq. -----------------------------
·Gas leakage through bypass damper --------------------------

- Heat absorbing rate


2
Superheater section, kg/m /hr. --------------------------------
2
Evaporator section, k . --------------------------------
2
Economizer section, kg/m /hr. -----------------------------
- Gas Temperature --------------------------------
Gas Turbine exhaust temp., °C --------------------------------
superheater 1·n1et, ·c -------------------------------- -:\:.--- ·-··.;=, ·_,.,
/< "'.:··.. :: '... ·:< ,:. :.. ...
..
i
vaporator inlet,°C "--- __..,,.. '\ -/
·------------- . 1' (" ; · q j> .. ,h
··"'=:;.. .. :-:;--
-.. '\
-------------
/
---
<;t: .11""·'/I;:
, (
>
f
,
'
,
1
J
"
"
'
,
.
u
'


J
.
v
.

)
·
;
<
t
.
"
.
a
g
el
1
9
.
F
.
:
;
:
.
_
f
o
r
S
1
C
.
(
2
)
/
-
:
<

J
'
/
.
,
'
-
'
Economizer outlet,°C
- Pinch point temperature, °C
- Approach Temperature, °C
- Gas Velocilies
Superheater section, rn/sec
Evaporator section. m/sec
Economizer section, m/sec
- Exhaust gas temperature
at HRSG outlet, °C
- Water temperature
Entering economizer, °C
Leaving economizer, °C
- Design pressure for high
pressure portion, bar
- Working pressure at
Superheater outlet, bar
- Working pressure at HRSG
steam drum, bar
- Static head,drum water levelto
economizer inlet, bar
- Working pressure at economizer, bar ------------------------------

(2) at PartialLoad
(Gas Turbine output at Site Condition)

100% 75% 50% 25%


- Exhaust gas flow, kg/hr.
- Exhaust gas temp., °C
- Steam Output,kg/hr.
- Superheater exit pressure,bar
- Superheater exit temp., °C
- Feed Water temp. at
economizer inlet, °C
- Pinch point temp.,°C
- Approach temp.°C
Gas Temperature Superheater inlet , °C
Evaporator inlet, °C ------·- ------- -- ---- --------
Page l 20
Economizer outlet, °C

3.3 Operating Limit

- Max.gas temperature at
Superheater inlet during start-up, °C -------------------------
- Max. Superheater metal temperature at
during start-up, °C ---------------------------------
- Max. drum metal differential
temperature during pressure raising, ·c --------------------
- Max.rate of decrease in
saturation temperat ure, °C
- Max.water temper ature before
draining HRSG, ·c
- Max.Superheater steam pressure, bar ---------------------------
- Max.Superheater steam temp., OC ---------------------------------
- Min.load for Superheater spray,% ------------------------------
- Max. Casing design pressure, mm Aq. -----------------------------

3.4 Evaporator Section

- Manufacturer, country
2
- Heating surface, m
2
- Heat absorbing rate, kj/m /hr
- Method of joining long tubes
- Method of fixing tubes to head·er or
or drum
- Tube outside diameter,mm
- Tube thickness, mm
- Tube pit ching,mm
- Casing thickness, mm

·,
-j , \
v !..'
,. ·/ -
'
3.5 Drum

- Manufacturer, country
- Construction
- Internal diameter, mm
- Thickness, mm
Length, mm
Steam purifier,
Manufacturer, country
Type
- Design pressure,bar
Operating pressure, bar

3.6 Safety Valve

- Manufacturer, country

1) for Drum
- Type ---------------------------------
Number ----------------------------------
Size of valve, mm ----------------------------------
Capacity, kg/hr ----------------------------------
Design lifting pressure, bar ----------------------------------

2) for Superheater
- Type
Number
Size of valve,mm
Capacity, kg/hr.
Design lifting pressure, bar
-Details of assessment of
safety valve capacity, Ref. No. -------------------------------

3.7 Superheater

- Manufacturer, Country

Page 1 22
- Type ----------------------------------
- Design Pressure, bar ----------------------------------
2
- Heating Surface, m ----------------------------------

- Tube outside diameter, mm ---------------------------- ------


- Tube thickness, mm ----------------------------------

- Length,mm -------------------------------- --
- Effective length per element. rn ----------------------------------
- Method of arrangement ----------------------------------
- Number of elements ----------------------------------
- Number of steam flow ------------------------------ ----
-Tube pitching ----------------------------------
-Max. design tube temp.,
0
c ----------------------------------
-Tube class and finish ----------------------------------
·Method of fixing tubes to header ----------------------------------
-Type of tube support and material ---------------------------------
-Method of jointing long tube ----------------------------------
- Header Inlet Outlet
Construction
Inside diameter, mm
Thickness, mm
Material

Particular of terminalpoint, Ref.No. -------------------------

3.8 Super-heater Steam Temperature Control Equipment

- Description of Control equipment ----------------------------------


Controlrange
1) In case of surface or condenser type ------------------------------
2
-Heating surface of cooling tube, m ----------------------------------

-Outside diameter of coolinglubes, mm -------------------------------


Thickness of cooling tubes, mm : :' J)-.- '
Diameter of shell inside, mm
Thickness of shell, mm
Type of joint
Temperature of cooling water, 0 c

2) In case of spray type


//=.:· ,>, \
.,-.
---------------------------------- ------·----------------------------
-----------------------·-----------
----------------------------------
\ ·. _ _/ ./
\
- Nozzle diameter, mm
Diameter of sleeve, mm
Length of sleeve, mm
Water pressure of inlet, bar
- Water temperature at inlet. °C --------------------------------
- Maximum quant ity of spray water ,kg/hr -------------------------

3.9 Economizer

- Manufacturer, Country
- Type
- Design Pressure, bar
2
- Heating Surface, m
- Tube outside diameter,mm
- Tube thickness, mm
- Tube Length, m
-Tube arrangement
-Tube pitching, mm
- Tube class and finish ..... ..--.-------·------------------;......
Method of fix ing tubes to header -------------------------
Type of tube support and material---------------------------
Header
Outside diameter ,mm
Thickness,mm

3.10 Auxiliary Pumps

(1) Circulating pump (Evaporator), if any


- Manufacturer, Country
- Type
- Discharge flow, kg/sec
- Speed, rpm
- Power required, KW
- Material of
Casing
Impeller
Page 1 24
Shaft
- Type of motor

(2) Circulating pump (Economizer)


- Manufacturer, Country
- Type
- Discharge flow,kg/sec
- Speed, rpm
- Power required, KW
- Material of
Casing
Impeller
Shaft
- Type of motor

(3) Others (if any), Tenderers should use additionalsheet

3.11 Weights

- Totalsteam generator (dry), kg


- Totalsteam generator (operational), kg ---------·--------------------

- Evaporator section, (dry), kg ----------- - -·-------- -


Superheater section (dry), kg ----------------------------------
Economizer section (dry), kg -----------------------------------
Casing, kg ----------------------------------
Supporting steel works, kg ----------------------------------
Flues and ducts, kg ----------------------------------
Soot blower, kg ----------------------------------
Instrument and control, kg ----------------------------------

Galleries and ladders, kg ---------------------------------


!nsulation and lagging, kg ----------------------------------
Drum, kg ----------------------------------

3.12 Materials

- Drum
\ \,_·--/-.. .
'- . . .
- Drum plates, shell

/ --. ·. ·:\
: . f. · ·'i·. i
---------------·---------- ------
--

--...-·-------·-----------------------
- Evaporator tube
- Evaporator header

- Superheater tube
- Economizer tube
- Soot blower supply piping

- Insulation and lagging

3.13 Other information

- Statement of min.load and duration, Ref. No.----------------------


- Statement of min. time for start-up, Ref. No. -----------------------

- After 8 hours shut down


- After 48 hours shut down

- From cold condition


(Note: Information shall be furnished in graphic form
Showing gas entering temperature,steam temperature
And steam pressure vs.time)
- Statement of drum metal temperature and
metaldifferentialtemperature during
start-up and shut-down. Ref. No. ------------------------- ----

- Statement of permissible forced cooling


rates and any limi1ations Ref. No. ----------------------------

- Performance curves showing superheater


temperat ure from min. load up to MCR Ref. No.----------

B-4 Steam Turbine and Ancillary Equipment

4.1 Steam Turbine

-Type of steam turbine


-Model Number
-Manufacturer of steam turbine, Country -----------------------------
- Rating at generator terminal, MW ----------------------------------
- Minimum safe continuous load, MW ----------· ----------------------
- Overload rating ----------------------------------

- Maximum load at 48 Hz for up to


30 min. duration --------------, ..,-...------.------..-----·-
/
I

Page 1 26
I
- Speed•.rpm
- Steam Condition
Temp. at turbine stop valve,°C ------------------------------
Pressure at turbine stop valve,bar -------------------------
Design temp. at exhaust, 0
c ------------------------------
Design vacuum press.at exhaust, mmHg -----------------
- Number of bleed points
- Number of exhaust
- Guaranteed heat rate at rated output,kj/kwh ----------------------
- Expected heat rate at max.expected
capability. kjfkwh ----------------------------------
- Expected heat rate under turbine
overload condition, kj/kwh ---------------------------------
- Type of governing,throttle or ---------------------------- ·
nozzle controlsystem
- Size (mm) and number of main stream
inlet connections
- Size (mm) and number of exhaust
connections
- Critical speed above 3000 rpm
- Criticalspeed below 3000 rpm
- Distance between bearing centers, mm ----------- --- -------------·
- Max. steam pressure in wheel case at MCR, bar ------------------
- Velocity compounded stage
Mean diameter of moving blades , mm -------------------
Clear height of 1st moving blades,mm ------------------
- Impulse stages
Number of stages
Mean diameter of 1st moving blades, mm --------------
Clear height of 1st moving blades,mm -------------------
Mean diameter of last moving blades, mm -----------------
Clear height of last moving blades, mm ---------------------
- Reaction stages
Number of flows
Number of stages per flows
Clear height of 1st moving blades, mm ---------------------
Mean diameter of last moving blades, mm -----------------
Clear height of last moving blades, mm -------------------
2
- Total actual annulus area last stage blades, m ---------

- Minimum running clearance of blades


or shrouding
Radialclearance, mm
Axialclearance, mm
- Casing bursting diaphragm press, bar --------------------------------
- Number of built-up diaphragm, ----------------------------------
- Speed at which turning gear rotates rotor, rpm ---------------------
- Number of branches required on auxiliary
steam manifold ar.d for what purpose -----------------------
- Description of blade protection from erosion Ref. No.-------------
- Descriptionof method of testing of blade
harmonics, Ref. No. ----------------------------------
- Descriptionof turbine pre-warming
and start-up cycle. Ref. No. ----------------------------------
- Description of method of bolting casing
halves , supporting individualcasing, provisio n to
Accommod ate expansion and means of equalizing
Differential expansion, Ref. No. ----------------------------

- Description of thermal treatment for turbine


casings, Ref. No.
- Description of thermocouples in
turbine casing, Ref. NG.
- Maximum allowable loads on turbine casing
At steam inlet, kg ---------------------------------

kg-m ----------------------------------
At ext raction points , kg
kg-m
At exhaust, kg
kg-m
2
-Moment ofInertia, GD2 of Rotor,(kg-m ) ---------------------------

- Type of thrust block


.
,
- Description of on load testing of steam

/ Page 1 28
valve, Ref. No.
- Description of start-up following on outage
of few minutes, 8 hours and 48 hours,Ref.No. -----------
- Description of gland sealing
arrangement, Ref. No.
- Description of vacuum unloading
and trip gear, Rer. No.
- Description of low pressure unloading
and trip gear, Ref. No. ----------------------------------
- Scheme for turbine drainage and
automatic traps, Ref. No. --------------------------------
- Materia lof construction for majo r
components, Ref_ No. ---------------------------------

4.2 Speed Governing System

- Type
- Model Number
- Manufacture, country
- Steady state speed regulation, %
- Max. Dead band at rated speed,%
- Speed changer synchronizing, %
- Speed changer governing range, % ---------------------------------
- Range of speed droop, %
- Permanent speed after fullload
has been rejected, rpm
- Max. Momentary speed after full
load has been rejected, rpm ----------------------------------
- Turbine speed at which emerge ncy
governor operates, rpm (%)
- Acceleration time,sec
- Description of automatic turbine
start-up system,Ref.No.

4.3 Lubricating Oilsystem

,,.---
(1) M a in oil pump
<· :1·.'
' _/ ·1
/
- Type
- Manufacturer, Country
- Driven by
- Capacity of pump,Iii/min
- Lube oil pressure, bar

(2) Auxiliary oilpump (fu::duty)


- Type
- ModelNo.
- Manufacturer, Country
- Speed of pump
- Capacity oipump, lit/min
- Pressure alwhich pump cuts in, bar ----------------------------------
- Brake horsepower,kW ----------------------------------
- Material of construction for major
components, Ref. No. ----------------------------------
- Complete desc ription of operation ---------------------------------
including performance cuNes of
capacity vs suction pressure. Ref.No.

(3) Ac motor driven flushing oilpump

- Type
- Model No.
- Manufacturer, Country
- Speed of pump
- Capacity of pump, liVmin
- Pressure at which pump cuts in,bar ----------------------------------
- Brake horsepower, kW ------------- ----- ·----------
- Materialof construction for major --------------------------------
components, Ref. No.
- Complete description of operation ---------------------------------
including performance curves of
capacity vs suction pressure, Ref. No.

(4) DC motor driven flushing oilpump


- Type ---------------------------- -----
- Model No.
,,....-· --.
I
\
f
f
Page 1 30
\
- Manufacturer , Countiy
- Speed of pump
- Capacity of pump, lit/min
- Pressure at which pump cuts in, bar ----------------------------------
- Brake horsepower, kW ----------------------------------
- Material of construction for major ---------------------------------
components, Ref. No.
- Complete description of operation -------------..--------------------
including performance curves of
capacity vs suction pressure, Ref. No.

(5) AC & DC (back-up) motor driven jacking oilpump

- Type --·------------------- ------------


- Model No. ---------------------------------
- Manufacturer, Countiy
- Speed of pump
- Capacity of pump, lit/min
- Pressure at which pump cuts in, bar ----------------------------------
- Brake horsepower, kW ----------------------------------
- Material of construction for major ----------------------------------
components, Ref. No.
- Complete description of operation ----------------------------------
includin performance curves of
capacity vs suction pressure, Ref. No.

(6) Oil coolers

- Manufacturer, countiy
- Type
- Effective surface,m2

- Gross surface,m2 --------·------ !!!!!I..... ...._-------..


- Number of flows
- Number of tubes
- Internal diameter of tubes, mm ------·--·-------------------------
- Gauge of tubes material ---------------------------------
- Tubes material ------·---------------------------
- Straight length of 'U',mm ----------....... _..,_
/' - Internaldia. of healer, mm
// .. . "
.
, '
:. · :- ). _ 1
. .- .
\,'-.. ·- - -</·
. •' ,,.
......
Material of shell -------------------------------
Materialof water box --------------------------------
Heat transfer rate, kj /m2/hr. -------------------------- ------
Mean temperature difference· 0c -----------------------------
Duty, kj /hr
Circulating v1ater flo\'I rate, liU hr.-------------------------
Oil flow rate, lit/ hr.
Inlet circulating water temperature, °C ---------------------
c -----------------------------
- Outlet circulating water temperature,
0

Inlet oiltemperature, 0
c -------------------------------
Outlet oiltemperature, °C
- Pressure drop, bar water
oil
- Overall length, mm

(7) Start-up procedures with respectlo oil


temperature, Ref. No.

(8) Treatment to avoid acid attack on lubricating


oil tank interior,pedestals oilwells, etc.,Ref. No. --------
(9) Complete description of oil
purifier, Ref. No. --------------------------------·

4.4 Condenser and Auxiliaries

(1) Condenser
- Erected weight
- Empty, kg -------------------------------
-Operating. kg ----------------------------
- Steam & water spaces flooded, kg -------------------------------
- Max. depth of hot-well, high waler ---------------------------------
level to top of condensate outlet, mm
- Condenser duly,kj/ hr. --------------------------------
- Totaleffective surface, m2
- Circulating water required -------------------------------
- Circulating water velocity through tubes
at design inlet temp. And flow, m/sec ------------------------

Page I 32
- Max. Permissible water pressure, bar -------------------------------
- Tube cleaning factor, % ---------------------------------
2
- Heat transfer rate, kj/rn hr. ---------------------------------
- Design circulating water temp., 0
c ---------------------------------
- Condensate temperature leaving

hot-well (normal Cir. water flow). °C -------------------------


- Max. Free oxygen in condensate le.:wing
hot-well,cc/lit.
- Terminal temp. difference, 0c
- Hot-wellcapacity, liter
- Hot-wellstorage,
- Temperature of gas vapors mixture
leaving condenser, c
0

- Condenser vacuum
100% 75% 50% 25% duty
and 30°C inlet water, mm Hg
100% 75% 50% 25% duty
and 35°C inlet water, mm Hg
100% 75% 50% 25% duty
and 40°C inlet water, mm Hg ---------------------------------
- Absolute pressure al turbine
exhaust, mm Hg
- Circulating water frictionloss between
inlet and outlet flanges
Tubes, m
Water boxes, m
Total, m
- Circulating water friction loss at
inlet , m
- Circulaiing water friction loss al
outlet , m
- Totalnumber of tubes
- Effective tube length, m
- Tube materials
- Tube 0 D and thickness, mm
_ ___ __ _.. _
- Tube sheet materials
- Tube sheet thickness, mm
/,....,--·-·..... .,
/ - \

····· ';.i \'


\.· - / /
- Shell material ---------------------------------
- Shellthickness, mm ----------·----------------------
- Hot-wellmateria l ---------------------------------
- Hot-well thickness,mm ---------------------------------
- Water box materiaI ---------------------------------
- Water box thickness, mm -----------------------------
- Number of tube suppor!plates -------------------------------
- Tube support plate material ---------------------------------
- Tube support plate thickness, mm -------------------------------
- Internal bolls, nuts and studs -------------------------------
- Circulating water inlet and outlet connections
Size, mm
Flange rating ---------------------------------
- Descri!:Jc method of compensating for
differentia lthermal expansion between
!ubes and shells, Ref. No. --------------------------------
- Describe steam inlet hood expansion joint
A nd state allowable axial and lateral
displacement, Ref. No. ---------------------·-----------
- Describe manholes onwater boxes, Ref. No. ---------------------
- Size of steam hood equaliz ing line, mm ---------------------------
Describe cathodic protection provided, Ref. No; ----------
Itemized list of all special wrenches and tools
required for maintaining and servicing
the proposed equipment,Ref. No.---------------------------
- Description of condensate control
system and method of operation, Ref. No.------------------
- Description of automatic sequent ial
condenser back washing facility,Ref. No. ---------------

- Description of on -load condenser tube


cleaning system and method of operation, Ref. No. -------

-••a
·

(2) Condensate pumps


- Manufacturer, country
- Type
• . •.7-•.. - Model No.
- Total 'dry'weight of an assembled
Page 1 34
unit (pump coupling & drive) on the
foundat ion, kg
- Totalweight 'fullof water' of an assembled
unit on the foundation, kg
Totalpump weight (less driver and
coupling), kg
- Requi ed hoisting clearance (hoisting
hook to pump mounting flange) to remove
pump and motor, m
- Number of stages
- Design capacity ,lit./hr.
- Design total dynamic head, m
- Pump shut-off head, m

- Rated speed, rpm


- Specific speed, rpm
- Efficiency at design conditions, % ---------------------------------
- Rated power al design conditions, kw -----------------------------
- Discharge velocity at design flow, m/sec ---------------------------
- Design suction temperature, 0 c --------------------------------
- Max. permissible increase in pump design
head and/or capacity from specified
values without change inprice
Head,m
Capacity, lit./ hr.
- Min. required flow when operating al rated
speedj lit. I hr. .... ..........------·----------------
- Sealing waler required
Flow, lit./ hr.
Pressure, bar
- Pump material
Mounting nange
Motor support
Coupling
Casing
Impeder
Impeller wear rings
Casing wear rings


\
\ . I
Impeller shaft bearings
·
Shaft guide bearings
-
Shaft guide bearings retainers ---------------------------------
Impeller shaft --------------------------------
Drive shaft
Shafi materials at bearings and stuffing box ---------------
Shafi sleeves
Stuffing box
Stuffing box packing
- Type, manufacturer & country, description
of thrust bearing including lubrication, Ref. No.--------
- State Max.Thrust and describe at what
operating condition i occurs, Ref. No. ----------------------

(3) Condenser vacuum pump


- Manufacturer, country
- Type
- Model No.
- Pump speed,rpm
- Brake horsepower, kW
- Condenser evacuation time from 760 mmHg
to 2GO mmHg abs.,min. ------------------------------ -
to 110 mmHg abs.,min.
- Maintaining capacity at 11O mmHg abs.
per pump, Iii/ hr. -----------------------------
- Rated capacity,lit/ hr.
- operating weight, kg
- Construction & material of construction
for major components, Ref. No. -------------------------------
- Specification of cooling water and seal
water required
Quantity,Iii/ hr.
Pressure,bar ----------------------------
- Complete description of operation including
performance cuNes of capacity vs suction
pressure, Ref. No. ---------------------------------
- Quantity of free air handled, lit/ hr. ---------------------------------
Page 1 36
-.Inlet air and vapors pressure at 00 C
(mmHg abs.) ---------------------------------
- Inlet air and vapors temp. 0
c -----------------------------
- Itemized list of all special wrenches and flaring
tools required to maintain and service the
furnished the equipment, Ref. No. ----------------------------

(4) Steamjet air ejector


- Manufacturer, country
- Number of stages
- Nozzle diameter, mm
- Initial steam pressure, bar
- Initialsteam temperature, °C
- Steamconsumption, kg/ hr.
- Maintaining capacity at 110 mrnHg abs. --------------------------
- Complete description of operation including
performance curves of capacity vs suction
pressure, Ref. No. ---·----------------------·------
- Rated capacity (free air). lit/ hr. ---------------------------------
- Quantity of free air handled, lit/ hr. ---------------------------------
- Inlet air and vapors pressure at c (rnmHg abs.) ----------------
0

.Inlet air and vapors temperature, 0


c ---------------------------------

4.5 De-aerator

- Weight of de-aerator section, empty, kg -----------------------------


- Storage tank, empty. kg -------------------------------
- operating weight of unit completely assembled, kg --------------
- Flooded weight of unit completely assembled, kg ----------------

- Shipping weight,kg --------------------------------


- Heaviest piece to be handled during erection
weight & name,kg ---------------------------------
- Heavies!piece lo be handled during maintenance
weight & name, kg ---------------------------------
- Describe internal vent condenser, stating
materials, path of steam, water and non-condensable ,,,:-·:--.-- T>
Gases; length,thickness and diameter of distributor; ,.;,; :'.
: ." ·.· ..
•, oo• •, _. ::
. '\

'/(>:"/ fdJj t··\1;:·J1. I - I


/ . -' I -, .
/ ,- ......... o

...-11- (2 ' r<or I''ic'fl) /,.


lc::f.J
/, "- - -
-.\·
l

· • v .,-',..{.... "'
./ ,,/ : l""" :l\'. -
Number and size of spray valves, Ref. No.---------------
- Proposals for minimizing dissolved oxygen
levels during start-up, Ref. No. --------------------------------
- Describe internal steam distribution
path, Ref. No.
- Describe internalwater distribution path, Ref. No.---------------
- Tray removal and/or access doors
Number
Size and materials
- Manholes
Number
Size and materials
- Describe anti-vortex bafHing, Ref. No.-------------------------------
- Storage tank active capacity, lit. ------.-------------------------
- Height of stored water levelmeasured from
tank contains above capacity, m -----------------------------
- Deaerator section
Shell thickness, mm
Head thickness, mm
- Storage tank section
Shell thickness, mm
Head thickness,mm
- Tray, size
Number
Thickness, mm
- Materials
Deaerator shell
Storage shell
Trays
Internal compartments
All other internalparts
Spray valves
Impingement baffles
Antivortex batnes
- Describe number, location, type of
manhole and access doors, Ref. No. ------------------------
- List of specialtools provided, Ref. No. ----------------------------

Page I38
- Pressure drop from steam inlet nozzle to
storage tank steam space above stored
water at design conditions, bar ------------------------------ -
- Temperature of deaerator efnuent at
design conditions, c
0

- Static pressure required at inlet to water


disiribution at design conditions, bar -------------------------
- Max. Steam quantity leaving deaerator
vents at design conditions, kg/hr -----------------------------
- Pressure drop across condensate inlet
valves at design conditions, bar -------------------------------

B-5 Generator and Ancillaries (for


Steam Turbine) Refer to B-2

B-6 Mec hanicalA uxiliary Equipment

6.1 HRSG Feed Water Pump

(1) Feed Pump


- Manufacturer, country
- Type
- Model Number
- Number of stages
- Running speed, rpm
- Critical speed , rpm
- Pump capacity at design conditions, kg/ hr.-------------------------
- Max. leak-off quantity, liV hr: -------------------------------
- Pressure at pump discharge, bar --------------------------------
- Pressure at outlet of non-return valve, bar -------------------------
- Min. NPSH, m
- Bore of suction branch, mm
- Bore of discharge branch, mm
Type of branches, mm
n. diametricalclearance alspecified temp., mm -------
_,.,

I . ,..... f ·.
' ' (\'\I : ,
Type of coupling
Pump automatic cut-in pressure, bar ----------------------
Min. load pump can operate,% of MGR -------------------

(2) Feed Pump Motor


- Manufacturer, country ......_ ........... ........ .. ... -..r---------
Type
ModelNo.
Frame siz.e
Speed at rated output, rpm
Rated output, KW
Nominal supply voltage, KV
Frequency,Hz
Fullload currency, A
_ .., _ __ ·-·--·-----·-
Power factor at full load
Class of insulation
Quantity of cooling water required,Iii/hr ----------------
Max.Temperature rise, 0c

Enclosure
Type of bearings
Full load torque ,kg-m ---------------------------------
Starting torque in percent of full load torque, % -----------
Max. Torque in percent of full load torque, % --------------

(3) Weight
- Weight of pump shaft and impellers, kg ---------------------------
Weight of pump complete, kg -------------------------------
Weight of motor stator, kg
Weight of motor rotor, kg
- Weight of bedplate, kg

(4) Materials

- Pump casing
- Pump shaft
- Impellers
- Guide vanes
- Shaft sleeves

Page 1 40
\.·..
I
'

- Wearing rings
- Balance disc
- Balance disc wear ing plate
- Grand packing

6.2 Circula ting Water System

(1) Circulating water pump


- Manuractu rer, country
- Type
- Model Number
- Number or stages
- Running speed, rpm
- Critical speed,rpm
- Pump capacity at design conditions, kg/hr -------------------------
- Pressure at pump discharge, bar ------------------ ---------------
- Bore of suction branch,mm -------------------------- -------
- Bore of discharge branch, mm --------------- -------------
-Min.diametrical clearance at specified temp.,mm ---------------
Type of coupling --------------------------------
Type of thrust bearing -----------------------------·---
- Distance between center line of impeller and
lowest water level, m
- CW pumpsuction head loss, m

Frequency, Hz
(2) CW Pump Motor
Fullload currency,
- Manufacturer, country A
Type
Model No.
Frame size
Speed at rated output, rpm
Rated output, KW
Nominal supply voltage, KV
--------------------------------- ,,---··-
,,,. ,....;:.... r I·.• -.._•.,
1
11 1.;
Power factor at full load
·----------------......... _ _7·"
/· ·- \.' \.
--....._,·...> ••
.., Class of insulation -·-··-·-·--·--·-·-·---··--·---i.·.:::>/>I.f:\•,.•,h vrr11s1•.. ,_,.
•t1 "/\" :- :,. \'

/ ( I .U• " •. ·\)' - -

. ?- €V Ei£ic:(2). . j
. ... ":jl
.... . ...r-.*,.,;;
"-..... . .../
· . '--='=..:..·•...--:::
Quantity of cooling water required, liVhr --------------- ---
Max. Temperature rise,0c ---------------------------------
Enclosure ---------------------------------
Type of bearings --------------------------------
Fullload torque, kg-m -----------------------------
Starting torque in percent of fullload torque, % ----------
Max. Torque in percent of full load torque, % -------------
- Overload capacity,%
- Provision of anti-condensation heater -----------------------------
- Provision of winding temperature indicators -----------------------

(3) Discharge Valve


-Manufacturer, country

- Type
- ModelNo.
- Bore, mm
- Design pressure, bar
- Test pressure, bar
- Max. Flow, Ii/hr.
- Normal flow,Iii/hr.
- Opening time, sec

• Closing time, sec


- Valve actuation

(4) Reversing Valve


-Manufacturer, country
- Type
- Bore, mm
- Model No.

- Design pressure, bar


- Test pressure,bar
- Max. Flow, Iii/hr.
- Normal flow, Iii/hr.
- Reversing time, sec
- Valve actuation

(5) Cathodic Protection Equipment

Page I42
-Manufacturer, country
- Type
- Model No.
- Nominal supply voltage, v
- Nominal supply frequency, Hz
- Nominal supply phase
NumbE:r of anodes
Materialof anodes
- Max. Anode current, A

(6) Pipework
- Manufacturer, country
Bore,mm
Material
Design pressure, bar
Test pressure, bar
Wall thickness, mm
Details of lining, Ref. No.

(7) Weight
- Weight of pump & column pipe, kg ---------------------------------

Weight of pump complete, kg ---------------------------------


Weight of motor,kg --·-· ------------ --· ---------
Max. Dynamic load on foundation, kg ------------------------
- Max. Load on crane hook, kg

(8) Materials
- C W pump
Suction of bell mouth
Casing ball
Diffuser
Impellers
Pump shaft
Shaft sleeves
Delivery bend
Foundation ring

.....
-Stuffing
-
'
box packing

I .
(\"'.: t .i
-./ /
- Discharge pipework
- Venting pipework

6.3 Hybrid Cooling Tower


- Manufacturer, country
- Type
- Capc:city, m3 hr.
- Cco!ing surface area, m2 ---------------------------------

.. Depression of Temp (at site condition), ° C -------------------------


°
- Inlet water temp. C --------------------------------

- Outlet water temp. C °


3
- Air flow rate, m sec
- No. of Cell (including 25% additional cell) --------------------------
.Hybrid Cooling Tower Basin Capacity, m 3 --------------------------
3
- Make up water requirement, m /hr.
- No. of Fans

6.4 Compressed Air Equipment

(1)Air Compressor
- Manufacturer,country
·Type
- Capacity, lit/hr.
- Discharge pressure,bar
- Speed,rpm
- Efficiency at rated output, %
- Power required,kW ---------------------------------
- Description of compresso r (main components),
Ref. No. -----------------------------

- Weight, kg

(2)Compressor Motor
- Manufacturer, country
- Type
- Voltage, KV
- Speed at rated output, rpm
- Rating,KW ,,,-- . . ...
/
Page 1 44
- Max. Starting current as percentage of fullload, % -------------
- Efficiency, %
- Class of insulation
- Weight, kg

(3) Inlet Air Filter


- Manufacturer, country
- Type
- Size
- Description, Ref. No.

(4) Moisture Separator


- Manufacturer, country
- Type
- Size
- Capacity

(5) Automatic Drain Trip


- Manufacturer, country
- Type
- Size
- Capacity

(6) Air Receiver


- Manufacturer, country --------------------------------
- Capacity, lit -------------------------------
- Dimension, mm --------------------------------
- Thickness of shell plate, mm ------------------------------
- Type of construction ----------------------------
- Design pressure,bar -------------------------------
- Weight, kg --------------------------------
- Safety valve setting pressure, bar --------------------------------

·- ..........
.'·
'

... - - . .. .
. .-
\ .
B-7 132 kV Switchgear, Equipment

7.1 132 kV Circuit Breaker

- Manufacturer,Country
- Type designation
- Number of poies
- Rated voltage, KV
- Maximum design voltage
-Minimum voltage for rated
interrupting capacity, KV
- Rated continuous current, A
- Rated frequency, Hz
- Rated insula tion level
Impulse withstand voltage, kV-peak -------------------------
-Power frequency withstand
voltage (1 mm.), KV ---------------------------------
-Rated interrupting capacity, MVA --------------------------------
- Maximuminterrupting current, kA -----------------------------
- Rated momentary current --------------------------------
- Rated duration of short-Circuit, sec ---------------------------------
- Rated making current, kA-peak - ·-------
-----------------
-Operating duty ---------------------------------
- Operating time, m sec. --------------------------------
-Rated interrupting time, m sec ------------------------------
-Closing time, m sec --------------------------------
-Opening time, m sec. ---------------------------------
-Minimum dead time, m sec. ---------------------------------
-Reclosing time, m sec. ---------------------------------
-First-pole-to clear factor
At 100% breaking capacity ---------------------------------
At 10% breaking capacity ------------------------------
-Out of phase breaking current
At 2.0 times rated voltage, KA ---------------------------------
At 2.5 times rated voltage, KA ------------------------------
-Creepage distance of the insulator, mm ------------------ ---------
-Weight of complete circuit breaker, Kg ------------ ----.------------ Page l 46
-Type of operating mechanism
-Outline drawings, No
-Standard specifications 1o which the
circuit breaker shall conform ---------------------------------
-Attached type test report, No ----------------------------- ----

7.2 132 kV Current Transformer

- Manufacturer, Country
- Type designation
- Rated voltage, KV
- Maximum design voltage, KV
- Rated Primary Current, A
- Rated Secondary current, A
- Rated frequency, Hz
- Rated insulationlevel
Impulse withstand voltage, kV-penk -------------------------
- Power frequency withstand
voltage (1 mm.), KV
- Number of cores
For metering service
For relaying service
- Accuracy Class
For metering service
For relaying service
- Rated Burden
For metering service, VA
For relaying service, VA
- Rated continuous thermalcurrent, %
• Short-time current rating,(1 sec), KA --------------------------------
- Creepage distance of insulator, mm ---------------------------------
" Weight of single phase unit, Kg
-Out line drawing, No

-Standard specification to which the CT


shall conform

·"·
--
-Attac hed type test report, No
- ..,
7.3 132 kV Voltage Transformer

- Manufacturer, Country
- Type designation
- Rated voltage, KV

- Maximum design voltage, KV


.. Rated Primary Voltage, KV
- Rated Secondary Voltage, V
- Rated Tert iary Voltage, V
- Rated frequency, Hz
- Rated insulationlevel
Impulse withstand voltage, kV-peak -------------------------
- Power frequency withstand

voltage (1mm.), KV
- Number of cores
For metering service
For relaying service
- Accuracy Class
For metering service
For relaying service
- Rated Burden

For metering
service,VA
For relaying service, VA
- Rated continuous thermal current,%
Short-time current rating,(1 sec), KA ---------------------------------
- Creepage distance of insulator, mm ----------------------------------
- Weight of single phase unit, Kg
-Out line drawing, No
-Standard specification to which t he PT

shall conform ------··-----------------


-Attached type test report, No

.-
/
Page I48
7.4 132 kV Lightning Arrester

- Manufacturer ,Country -----------------------------


- Type designation ---------------------------------
- Rated voltage , KV --------------------------------
- Maximum design voltage, KV ---------------------------------
- Rated frequency, Hz -----···------------··----·------
- Rated discharge current, KA ---------------------------------
- Min. power frequency spark-over
voltage ---------------------------------
- Impulse protective level
-Max. Spark-over voltage for a standard
fuIIwave, KVpeak ---------------------------------
·Max. Front wave impulse spark-over
voltage, KVpeak ---------------------------
- Max. discharge voltage at the rated
discharge current, KVpeak ---------------------------------
- Creepage distance of insulator, mm -------------------------=--------
- Weight of single phase unit, Kg
- Type of operating counter
- Out line drawing, No ---------------------------------
- Standard specification to which the LA
shall conform
- Attached type test report,No

7.5 132 kVIsolators

- Manufacturer,Country
- Type

- Rated voltage,KV
- Rated normalcurrent,A
- Rated short time withstand
duration, 1 sec.,KA
3 sec., KA
Dynamic peak, KA
Across the isolating distance, KVpeak -----------------------
- Impulse withstand voltage
,< :..·./,;,; \ :ii;; 1

.. -.
i-·w.--:--.,.,

-· - - ,. --...:..:.:.. •
'./<,
.' . .'._ \ . /\ ' .e>!fu'<1l·i4!t'\1 '.ml,·1,1·1s·1'".\fJ S;,;:
r:j,r.1 v1.
. r ,,,a- -<J.: 1•or 8 H.\ /c. ?
' . / J "
' - / ;* ,-,,n,._ * ::-,
I
. To earth and between poles, KVpeak ----------------------
- Power Frequency withstand voltage, 1min.
Across the isolating distance, KV --------------------------
To earth and between poles, KV -----------------------------
- Operating mechanism
- Number of auxiliary contacts
- Method of interlocking
- Creepage distance of insulators
- Weight of complete Isolator
- Out line drawing, No
- Standard specification to which the lsoiator
shall conform
-Attached type test report, No

7.6 SteelStructure

- Manufacturer, Country
- Standard specificat ions to which t he --------------------------------
steel structure shall conform
-Type
-Minimum thickness of members

- Outline drawings

7.7 Busbar and Connectors (Busbar)


-Number of 132 kV Bays
(Construction of 7 switchyard bays of 132 kV with required gantry
structure materials etc.)
-Span of Bays,
Centre to Centre of gantry, m ------------------------------
- Manufacturer • Country -------------------------------
- Standard specifications to which the
Busbar and connectors shall conform -----------------------
-Type of Busbar ---------------------------------
- Characteristics of bus conductor
Material
Nominal sectionalarea
Construction of conductor
Calculated sectional area
- Ult imate minimum breaking strength,kg --------------------- ------
- Outside diameter, mm
- Standard unit weight, kg/ m
- Calculated resistance at 20°C, ohm I Km ------------------------
- Outline drawing of conductor, No. ---------------------------------
- Outline drawing of connection, Nos ---------------------------------

7.8 PostInsulator

- Manufacturer, Country
- Number of unit s in complete post insulator ----------------------
- Diameter (max.), mm ---------------------------------
- Length of each unit,mm ---------------------------------
- Weight of complete post insulator,Kg -------------------------------
- Creepage distance , mm ---------------------------------
- Min. Power frequency (dry) flash-over
voltage, KV
- 50% lightning impulse (+ve), KV
- 50% lightning impulse (-ve), KV
- Max. Vertical working load
Tension, Kg
Compression,Kg ----------- ---------------------
- Meehanical routine test load (tension), Kg -------------------------
- Mechanical type test load (tension), Kg -----------------------
- Vertical breaking load (tension), Kg -------------------------
- Max. Torsional work ing load, Kg-m ---------------------------------
- Max. Cantilever working load
(complete post insulator), Kg ---------------------------------
- Min. cantilever breaking load upright
(complete post insulator), Kg ---------------------------------
- Outline drawings
- Standard specification to which the Post
Insulator shall conform --------------------------------

/
7.9 Suspensio n Insulator Assembly

- Manufacturer, Country
- Type
- Insulator materials
- Characteristics of disc element Diameter
Diameter, mm
Unit spacing, mm
Creepage distance, mm
Electro-mechanical failing load,Kg ---------------------------
Mechanical routine test load , Kg -----------------------------
Min. Power frequency flash-over voltage

Dry,KV
Wet,KV
50% lightning impulse (+ve), KV ------------------------------
50% lghtning impulse (-ve), KV ------------------------------
Ball and Socket size,mm
- Characteristics of Insulator assembly
Number of discs
Totalle ngth,mm
Creepage distance, mm
Min. Power frequency flash-over voltage

Dry, KV ------------------------------
Wet,KV
50% lighlning impulse (+ve),KV ------------------------------
50% lightning impulse (-ve), KV -----------------------------
- Breaking strength of complete set, Kg ----------------------
- Materials lo be used
Compression type dead end clamp --------------------------
Bolted type clamp
Miscellaneous hardware
- Outline drawings
- Standard specification to which the Post
Insulator shall conform

/ Page I52
B.8 Step-up Trnsformer and Associated Equipment

8.1 Generator Step Up Transformer GTG STG

- Manufacturer , Country
- Standard -
- Type
-Rated output (ONAN/ONAF/ODAF), MVA --------------- ----------
-Vector group
-Nominal ratio or transformation
at noload, KV/KV
-Type of cooling
-Total range of variation of transformation
ratio expressed as percentage of high voltage
withlow voltage Constant
Increasing ratio,%
Decreasing ratio, %
- Siz e of each step, %
- Type oflap changer (Made: only MR,Germany/ABB, Sweden)
- Type of gas/oilactuated relay
9
- Impedance voltage at 75 C expressed as a
percentage of normalvoltage (ONAF rating) +ve I zero Seq.
At highest ratio, %
At normal ratio, %
At lowest ratio, %
- Voltage regulation at normalratio,
75°C and a power factor of,
Unity,% ---------------------------------
a.a. 1o 0
----------------- -·--------------

- Magnetizing current at normalratio


High lension winding, A ---------------------------------
Low tension winding,A -------------------------------
-Auxiliary Plant losses
Forced air plant, KW
-Fixed losses at normal ratio
and 75°C, KW
-Load losses at IEC rating, normal ratio and 75° C
ONAF rating, pf 1.0/0.8, KW ---------------------------------
ONAN rating, pf 1.0/0.8, KW ---------------------------------
ODAF rating,pf 1.0/0.B, KW -------------------------·-------
-Totallosses at IEC rat ing,normal ratio and 75°C
At ONAF rating, pf 1.0/0.8,KW ------------------------
At ONAN rating, pf 1.0/0.8, KW --------------------------
/\t ODAF rating, pf 1.0/0.8, KW
-Efficiency at IEC rating normal ratio and 75°C
Al ONAF rating, pf 1.0/ 0.8, % -------------------------
AlONAN rating, pf 1.0/0.8, %
At ODAF rating, pf 1.0/0.8, KW
-Type of transformer,shell or core ----------------------
-Type of core joint Minimum magnetic flux density
incore iron at normal voltage and frequency
based upon the net section of iron
Cores,T
Yoke,T
-Type of windings
High tension winding
Low tension winding
- Maximum current density in windings
High tension winding,A/ sq. mm -------------------------
Low tension winding, A/ sq. mm -------------------------

-Type of radialcoilsupports
High tension winding
Low tension winding
-Type of insulation used f or,
High tension winding
Low tension w inding
-Tapping
-Tapping connection
-Core bolt
-Core bolt washers
-Maximum observable oil temperature
at IEC rating, c
0

- Calculated thermaltime Constant

rage I54
Al ONAF rating, hour
At ONAN rating, hour
Al ODAF rating, hour
-Type of winding maximum temperature
indicator
-Total quantity of oilrequired to fill complete
transformer up to lowest visible level
in conserva tor, liters --------------------------------
-Volume of oilto be removedlo the leve! of
the top yoke,lit ers
-Volume of oilrequired to raise oil in conservator
from lowest visible level to highest level, liters ------------
-Totalvolume of conservators, liters
-High above transformer foundation pad of
conservator highest oil. mm ----------------------------
-Proposed filling medium for transformers
shipped light and empty of oil ---------------------------------
-Makes and grades of oil suitable for filling
transformer
-Thickness of transformer lank
Sides, mm
Bottom, mm
-Number of cooling fan unit
-Surface area of each cooler unit , mm2 ------------------------------
-Heat dissipation of each cooler unit as percentage
of totalheal dissipation at IEC rating, % --------------------
·Average rate of oil flow through each
cooler unit, liters/min
-Weight of parts
Weight of copper, Kg
Weight of core sheets, Kg
Weight of all other ferrous parts, Kg ------------------------
-Weight of core and winding assembly, Kg ----------------------
-Weight of complete transformer, Kg -------------------------------
-Weight of transformer arranged for shipment,Kg -----------------
-Dimension of transformer including all fillings

•. _ _ Length, mm --------------------------------. ;.

.· ' 'l:\ Fo r Bil lI 1.§


'· . _, I ,5,7 '-
\..
" ,/ ,/ ' * (..., ,-. I ,\ *
(t.,._-,.,,.
/.
Breadth, mm ---------------------------------
Height, mm -------------------------------

-Dimension of transformer arranged


for shipment
length, mm ---------------------------------
Breadth, mm ........-----..-----------------------
Height, mm ---------------------------------
-Weight of each cooler, Kg
-Lightning impulse insulation level
Hightension winding,KV peak ------------------------------
Low tension winding, KV peak ---------------------------------
High tension neutral, KV peak --------------------------------
·Power:requency withstand voltage for 1minute
High tension winding, KV
Low tension winding, KV
- Temperature rise
Winding, 0c
Top insulation oil, De
- Audible soundlevel at 1 meter
from transformer surface, dB
-Creepage distance of bushing
High tension bushing,mm
Low tension bushing, mm
Neutral bushing,mm
Outline drawing, No

8.2 Transformer Protection (Manuracturer Cat. No.or Type)

- Relay Manufacturer
- Differentialrelay
- Restricted Earth Fault relay
- Over-current relays (LV & HV)
- Earth Fault relays (HV, LV & Neutral) --------------------------------
- Pressure relays
- Temperature relays
- Lockout relays -·--· --·-·-----------··--·-·-
I/ -'
..
1 · Page 1 56
. .

- Auxiliary relays
- Grid Interconnection Relays

B-9 Station Transformers


- Manufacturer, Country ---------------------------------
- Cooling class ---------------------------------
- Continuous kVA rating, kW\ ---------------------------------
- Impedance at maximum kVA with
ONA N rating, % ---------------------------------
-Guaranteed efficiency at 100
per cent of maximum kVA with
ONAN rating, %
- Standard,IEC
-Excilalion current at 100 per cent rated voltage,
in per cent based on maximum kVA wit h
ONAN rating,% ---------------------------------
- Guaranteed losses at 100 percent rated voltage
No load loss, kW
Voltage Ratio
Totallosses at maximum with
ONAN rating, kW
Manufacturer Type
-Bushing
High voltage Low
voltage Neutral
- Current transformers
- Approxi mate weight, Kg
- Total assembled, Kg ---------------------------------
- Type of oilpreserver system, Ref. No ----------------------------
-Primary and secondary voltage, V
- No. of taps
- Tap range
- Vector group
- Class of insulation
- Temperature rise at'40°C,0c ---------·------------------------
- ambient temperature, c
0


,-,1 \ '
- Winding temperature, 0c
- Oiltemperature, 0c

Transformers Protection (Manufacturer Cat. No. or Type)


- Manufacturers
- Over-current relays (LV & HY)
- Earth Fault relays (HV & LV)
- Pressure relays
- Lockout relays
- Auxiliary relays

B-10 (A) Unit Auxiliary Transformer

- Manufacturer , Country
- Cooling class -----------------------------
- Continuous kVA rating (ONAN/ONA F), kVA -----------------------
- Impedance at maximum kVA with
ONAN rating, %

- Guaranteed efficiency at 100


per cent of maximum kVA with
ONAN rating, % ---------------- ....--- -----
- Standard
- Excitation current at 100 percent

ratedvoltage,in percent based


on maximum kVA w ith ONAN rating, % --------------------
- Guaranteed losses at 100 percent
rated voltage
Noload loss, kW ---------------------------------
Voltage Ratio ---------------------------------
Total losses at maximum will1
ONAN rating,kW -----------------------
----------
Manufacturer Type
-Bushing
High voltage
Low voltage
Neutral
-Current transformers Page 1 58
-Approximate weight, kg
-Total assembled, Kg
-Type of oil preserver system, Ref. No.------------------------------
- Primary and secondary voltage,V -------------------------------
- No. of taps ---------------------------------

- Tap range -------------·--·---- --- ·-- -


- Vector group ---------------------------------
- Class of insulation ---------------------------------
- Temperature rise at 40°C , c
0
----------------------- ----------
-ambient temperature, c
0
--------- ------------------------
0
- Winding temperalure, c ----------------------------
Oiltemperalure, °C -------------------------------
Transformer Protection (Manufaclurer Cat. No. or Type)
- Manufacturers ---------------------------------
- Differentia lrelay ---------------------------------
- Restricted Earth Fault relay ------·--------------------------
- Over-current relays (LV & HV) • ---------------------------------
- Earth Fault relays (HV, LV & Neutral) ----------------------------
- Pressure relays
- Temperature relays
- Lockout relays
- Auxiliary relays

B- 1O (B) Reserve Auxiliary


Transformer

- Manufacturer , Country ---------------------------------


- CooIing class -------·-------------------------
- Continuous kVA rating (ONAN/ONAF}, kVA -----------------------
- Impedance at maximum kVA with
ONAN rating, %
- Guaranteed efficiency at 100
per cent of maximum kVA with
ONAN rating, %
- Standard
- Excitation current at 100 percent
......... _·

ratedvoltage, inpercent based


on maximum kVA with ONAN rating,% --------------------

- Guaranteed losses at 100 percent rated


voltage
No ioad loss, kW

Voltage Ralio
Total losses at maximum with ONAN
rating, kW Manufacturer Type
-Bushing
High voltage Low
voltage Neutral
-Current transformers
-Approx imate weight, kg
-Total assembled, Kg
-Type of oilpreserver system, Ref. No. -----------------·-------------
- Primary and secondary voltage, V
- No. of taps
- Tap range
- Vector group

- Class of insulation
0
- Temperature rise at 40°c , c
-ambient temperature, °C
- Winding temperature , c
0

Oil1emperature,
0
c
Transformer Protection (Manufacturer Cat. No. or Type)
- Manufacturers
- Differential relay

·Restricted Earth Faull relay


- over-current relays (LV & HV) -------------------- ------------
- Earth Fault relays (HV, LV & Neutral) -------------------------------

- Pressure relays
- Temperature relays
- Lockout relays
- Auxiliary relays
,'r:J. Page 160

B-11 6.6 kV Switchgear

- Manufacturer ,Country ---------------------------------


- Circuit breaker ------------------------------
·Catalogue number ---------------------------------
-Type ---------------------------------
-Operating mechanism ---------------------------------
Closing current at 250 volts DC, A ---------------------------------
Time to close, m sec -------------------------------
Tripping current at 250 volts DC,A -----------------------
Timeto close. m sec
- Rating and capabilities
Current rating, A
Voltage rating, A
Nominal 3 phaseinterrupting capacity, MVA --------------
Maximum symmetrical interrupting
capacity at 6.6 kV, kA (rms)
3 second shortlime rating,kA (rms) ---------------------
Closing and latching capability, kA(rms) ------------------
- Protective relays Manufacturer Type
Manufacturers
Phase over-current
Ground over-current
Transformer differential
- Type of bus insulation
- Type of bus supporters
- Type of insulation on connections ---------------------------------
- Size of completely assembled switchgear -------------------------
Length, mm ---------------------------------
Width,mm
Weight,Kg
- Totalweight of switchgear, Kg

/
B-12 415 V Switchgear and Motor Control Cntre

12.1 415 V Switchgear and Motor Control Centre

- Manufacturer, Country
Manufacturer Type
.Air circuit breaker
Type designation
Nominalcurrent, A
Rated Voltage,V
Method of closing
Power required to:
Close
Open
Short circuit current rating, kA ------------------------------
Short circuit current , 3 sec, kA ---------------------------------
Combination starter units
Starter contactor
Control transformer
Circuit breaker
Starter contactor coil

Operating characteristics Size1Size2


Minimum pickup, V
Maximum dropout , V

Dimension of each switchgear PCC MCC


Length, mm
Depth, mm
Height, mm ii'll••.....,. . _ ................--- · -- ------

Weight, Kg
Number of verticalsection

12.2 Switchboard Design

- Degree of protection
- Short time rating

Page 1 62
Current,kA
Associa ted time, sec
- Type of insulation provided on
bus bars and connections
- Type of protection provided within
cubicles(shutter, insulating, cover, etc.) -----------------------
-Bus bars - --··------- ·- ----·-··------··---
Current rating of bus bars, A ---------------------------------
System short time current,
3 sec, Ka
Short time current rating, 3 sec, KA -------------------------
Bus bar material
Cross sectional area of bus, mm2 -------------------------

-Type of connection
- Minimum clearance in air:
Between phases, mm
Live parts and earth, mm

B-13 DC Supply System

13.1 Battery Units (220 V)

- Manufacturer, Country
- Type
- Catalogue No.
-Capacity
(AH al 5 Hr. discharge)
-Number of cells per unit
-Weight per cell, kg
-Totalbattery weight,kg
-Overall dimension of
battery rack
length, mm
Width.mm
Height, mm

'. \
l
l v ··
13.2 Battery Chargers (220 V)

- Manufacturer, Country
- Type
- Capacity, NkW

- DC Voltage adjusting range

13.3 Battery Units (125 V)

- Manufacturer, Country
- Type
- Calalogue No.
-Capacity
(AH at 5 Hr. discharge)
-Number of cells per ur.it
-Weight per cell, kg
-Totalbattery weight, kg
-Overall dimension of
ballery rack
length, mm
Width, mm
Height, mm

13.4 Battery Chargers (125 V)

- Manufacturer, Country
- Type
- Capacity, NkW
- DC Vollage adjusling range

13.5 Battery Units (48 V)

- Manufacturer, Country
- Type
- Catalogue No.
-Capacity
(AH at 5 Hr. discharge)
Page 1 64
-Number of cells per unit
-Weight per cell, kg
-Total battery weight, kg
-Overall dimension of
battery rack
length, mm
\/Vid!h, mm
Height, mm

13.6 Battery Chargers (48 V)

- Manufacturer,Country
- Type
- Capacity,A/kW
- DC Voltage adjusting range

13.7 Battery Units (24 V)

- Manufacturer,Country
- Type
- Catalogue No.
-Capacity
(AH at 5 Hr. discharge)
-Number of cells per unit
-Weight per cell, kg
-Total battery weight,kg
-Overall dimension of
battery rack
length, mm
Width, mrn
Height, mm

13.8 Battery Chargers (24 V)

- Manufacturer, Country
- Type
- Capacity, NkW

cN'.\ ·'
- DC Voltage adjusting range

B-14 Lighting and Small Power Supply

Manufacturer Cat. No. or Type


- Panel tioards, AC
- Panel boards, DC
- Lighting fixtures ..............------------------------------

B-15 Emergency DieselGenerating Set

15.1 Engine

- Manufacturer, Country
-ModelNumber
Installed capacity, KW
-Number, type and arrangement of
cylinders
Number of strokes
Compressor pressure ratio ------------------------------
Starting system ------------------------------

Description of Speed governing system


and fuel control system ---------------------------------
Fuel consumption ---------------------------
-Description of cooling system ---------------------------
-Auxiliary power consumption, KW ----------·----------------------
Lubricating oil, liters ---------------------------------
- Coolant, liters ------------------------------ --
- Fuel oilday tank capacity, liters -----------------------------
Recommended Time between overhauls, ------------------

15.2 Generator (Diesel)

-Manufacturer, Country
-Type
-KVA rating at power factor 0.8, 1500kVA
-Max. Leading & lagging KVAR capability at 0.8 pf -----------------
,

Page I66
-Rated voltage between lines, KV
-Connection of armature winding
-Rated Current,A
-Rated frequency. Hz
-Efficiency
at pf 0.8, %
at pf 1.0, %
-Stator overloading, %
-Max. Torque when the stator is short-circuited, Nm As per design
-Generator Characteristics
Instantaneous Max. short-circuit current
at nominal voltage, Apeak
sub-transient reactance, Xd" pu -------------------------------
transient reactance, Xd' pu --------------------------------
synchronous reactance, Xd pu --------------------------------
-----------------negative-sequence-reactancpu----------------------------
zero sequence reactance, pu ---------------------------------
field time Constant , Td'O sec --------------------------------
Transient time Constant,Td sec -----------------------------
initial time Constant, Td" sec --------------------------------
- Moment ofinertia GD2 of rotor, Kg-m2 ---"------·------------------
- Percent rise on voltage when full load is
rejected and operating at pf 0.8 , % --------------------------

pf 1.0 , /o -------------·--------------------
0

-Telephone influence factor


Balanced
Residual
-Class of winding insulation
Armature winding
Field winding ------------------------- - .......-
-Type of cooling
-Short circuit ratio, sat
-Generator rated excitation requirements for
operation at rated kVA
_... ___
Excitation voltage

/.,, -- ..........
Excitation current
---------------------------------.;--:::0\c=- ; 0.1 ,..
,... \)· :.,
Generator calculatedlosses at 100% Base rating ;" ,. . ."'

/ · ·7\jr \. . '-1 \
: , ''-y ·- · f·l"jl''' . <·?
Jfagie 1. 6r. .0:'.l.,!J;' ·-.-
1. -
cc:..:· for Bi rJ2) -
\ ,
,.../ '( ,') .;
'' ,/
.
.lj.,
#'
. _:;:_ (';..;; \•.1. ;.
Total generator iron loss, kW ---------------------------------
Generator stator 12 R loss, kW --------------------------------
Generator rotor I2 R loss, kW --------------------------------
Generator stray load loss,kW --------------------------------
Generator windage loss, kW
Total generator loss, kW
Generator weights
Weight of rotor, kg
Weight or complete stator, kg
- Protective Relays

B-16 Control and Protection System


(For each unit,transformer, auxiliary)

16.1 Control and Protection panel

-Manufacturer, Country
-Type of construction
-Dimension,mm
-Instrument
AC Voltmeter

AC Ammeter .. -------------..--------------.w-""•••
Power factor meter
Wattmeter
Varmeter
Synchronizer
Annunciator
Watt-hour meter
Var-hour meter
Controlswitch
-Protection relay
Gen. protection relays
Transformer protection relays ----------------------------------
Gen. Bus protection relays ------------------------------------
Inter-connection protection relays -------------------------------
Auxiliary system protection relays -------------------------------
Page 1 68

I '
-EOG protection relays
-Lockout relays
-Control relays
-Trip relays
-Auxiliary relays ------------------------------------
(Nole: The Contractor shallattach additionalsheets as required.)

16.2 Descriptive Matter

-Control system, Ref. No.


-Protection system, Ref. No.
-Data logging system,Ref. No.
-Lisiof annunciator, Ref. No.
-Drawing of panels, Ref.No.

16.2.1 Description of On-Line Performance monitoring


& Optimization system and also to interface with DCS,
Ref. No. ------ -------------- --·--·------

Distributed ControlSystem (DCS)


16.3

(ABB, Germany, USA, Singapore I Foxboro, USA, Singapore I Siemens,


Germany/ Alstom, France, /GE)

A fully integrated unit ary DCS has to be supplied for monitoring, control,
display, alarm and recording of selected physical and electrical
parameters associated with all relevant plant areas. All monitoring and
control int eractions shall be done via VDU, keyboard and mouse/
trackball. No conventional controldesk equipment shall be required. All
existing installed pen recorder functions shall be replaced by the new
system (data acquisition functions).

The controls must be completely shared in Hardware and Software.


Interconnections between the controllers shall be done via a redundant
data bus. Allsignals shall be available on the redundant data bus. The
OCS must be reliable and unique, covering all automation functions .of. . ·- .·--
.·\: l·,·. ,:,>·"
the power plant.-
J

"/
/_<;::·.- .- _.- •· ..: .-·:·..-.,
...... -..;.:;,.'\
'/. ' '">'Fi"" 1•f' n_ll!jrl ·.\-\
·,, / I..!' •,::-·
flQt11f1·0iJ\1J , .Y vi•J:·, · :::;)
;;.-;-.< 'd(2) f- .
' 'J'
·- . * C'l--: ' r.\ p,,. .;;).;;_->- /)
Manufacturer of DCS, country
Type of DCS

16.3.1 Operator Stations


Manufocturer, Country
Type

Max number of operations (expandable to)

IOffered number of operator stations


Max number of monitors per operator station

I\8Xpandable to)
Offred number of monilors per operator station
l\. ::iP.itors
I Scrce:-i diagonal, inch, 21"
Resolution (horizontal x vertical), pixel, 1280x1024
Call time br picture change
NL:mber of colors
Screen re resh rate
Graphics
Max number of process graphic displays
Offered number of process graphic displays
Updating of process variables and conditions
Analogue inputs s, s 2
Digital inputs s, s 1
Reaction time from issuing command up to
execution(Switching relay of controlactuators)
s, s 1.5
Signal change (check back signal from individual
control level) up to display on monitor) s, s; 1
Representation of graphs (for trending) on monitor
Max. Number of standard curve displays
Max. Number of operator configurable curve displays
Max. number of curves ineach curve field

Page 1 70
Manufacturer, country

600x600
16.3.3 Process station
.
Number of offered automation units
Power failure protection for the program
Scanning periods
I Data acquisition
Analogue values ms, 500
Binary values ms, 250
Time critical binary values like position of torque

ICheck ba::k signals ms, :; 10


Close loop control
Fast controlloops ms, 250
Slow control loops ms, 500-1000
Closed-loop control modules
Type
Number of controlloops per module
Drive controlmodules
Type
Number of controlloops per module
Binary input modules
Type
Number or inputs per module

Galvanic isolation between input


channels yes/no
Binary output modules
Type
Number of outputs per module
Galvanic isolation between output channels yes/no
Output current at signal"1" max. mA, 120
Short-circuit protection yes/no
Analogue input modules

Type
Number of inputs per module
Galvanic isolation between input channels yes/no
Digital representation of output signal bit, 12
Fault signalif range exceeded (<4mA, 20mA) yes/no
Analogue output modules
Type
_, I \
' -
-
Page 1 72
\
'
;'V ' .
' . /,, ' -.
1
.- · ;
' _,
Make,country, type
Degree of protection IP, 31 Number
Dimension (WXOXH) of one marshalling rack mm

16.4 Field equipment


. .·-
16.4 .1 Temperature measurement with thermocouples ':"'"-
-

Manufacturer,
country Model or
type
Transmilter incorporated
SMART-type transmitter

16.4.2 Temperature measurement with Pt100

Manufacturer, country -----------------------


-------
type ----------------------------
Transmiller incorporated ? Yes/no ---------------------------------
SMART-type transmitter? Yes/no ---------------------------------

16.4.3 Pressure transmitter

Manufacturer,
country Modelor
type
SMART-type transmitter? Yes/no

16.4-4 Flow meter (water/steam)

Manufacturer, country Model or type


SMART-type transmitter? Yes/no
Page 1 74
1(oil)
Flow meter
6
.
Manufacturer, country --------------------------------
Model or type 4 --------------------------------
SMART-type transmi. ller? Yes/no - -----------------------------
5
Level :ransrnitter

Manufacturer, country
Model or type
SMART-type transmitter? Yes/no
16.4.6
Differential pressure transmitter

Manufacturer, country
Model or type
SMART-type transmitter? Yes/no
16.4.7
02 analyzer (feed water)

Manufacturer, country
Modelor type
SMART-type transmitter? Yes/no
16.4.8
PH-va lue

Manufacturer, country
Model or type

16.4.9
Conductivity

Manufacturer,country
Model or type

16.4.10
//
16.4.11 02 analys r (flue gas)

Manufacturer,counlry
Modelor type

16.4.12 CO analyzer (flue gas)

Manufacturer, country
Modelor type

16.4.13 C02 analyzer (flue gas)

Manufacturer, country

Modelor type

16.4.14 NOx analy zer (flue gas)

Manufacturer,country
Model or type

16.4.15 Closedloop controlactuators

Controlvalves
Manufacturer,country
Noiselevel of controlvalves
(1m distance) dB (A), < 85,
Time for full stroke for
Size up to 6" s, 5,

Time for full stroke for


size up to 12 s, 12,

Electrical actuators
Manufacturer,country

Type
E
lectr c valve positioner
(Pow er electronics) Solid state (thyristor) ---------------------- ------

Place of installation:electronic
Room or incorporated in actuator

Page J 76
(Compact type)
Pneumatic actuators (if applicable
Manufacturer, country
Type

16.4.16 HRSG management System

Manufacturer, country
Type
Degree protection (cubicle) IP, 31,
Number of cubicles per unit
Dimension (WxDxH) of one cubicles mm, ---------------------------

16.4.17 HRSG Protection System

Manufacturer, country --------------"------------------


Type ---------------------------------
Degree protection (cubicle) IP, 31, --------------------- ------------
Number of cubicles per unit ---------------------------------
Dimension (WxDxH) of one cubicle mm, -----------------------------

8-17 Cabling and Grounding

17.1 132 kV Power Cable (Single-core XLPE)

-Manufacturer, Country
-Type designation
-Applicable standard
-Number of cores
-Insulation material
-Cross-section of conductor, mm2
-Coriductor material Type of
conductor (round, stranded,
compacted) ---------------------------------
-Outer sheath material ---------------------------------
- Min.Permissible bending radius,
_ _/ '/ '
/ ·
'
'

-Weight per meter, Kg
-Delivery length, meter
-Voltage designation, V
-1 sec. short circuit current after
full load at 70? C cond. temp .,A
-Max. Conductor resistance at 200C

DC, Ohm / KM
AC, Ohm / KM
(Note: The Contractor shall attach addit ionalsheets as required.)

17.2 11-20 KV Isolated &Insulated Phase Bus Duct and Power


Cable
(XLPE, Copper)

-Manufacturer, Country
-Type designation
-Applicable slandarcf
-Number of c.:ire;;
-Insulation material
-Cross-sectioi1 of conductor, mm2
-Conductor material Type of
conductor (round, stranded,
compacted)
-Outer sheath material
- Min.Permissible bending radius,
mm
-Weight per meter, Kg
-Delivery length, meter
-Voltage designation,V
-1 sec.short circuit current after
full load at 70° C cond. temp.,A
-Max. Conductor resistance at 200C
DC, Ohm/ KM
AC, Ohm / KM
(Note: The Contractor shallattach additional sheets as required.)

! .-
Page j 78
17.3 6.6 kV Power Cable (XLPE}

-Manufacturer, Country
-Type designation
-Applicable standard

-Number of cores
-Insulation material
-Cross-section of conductor, mm2
-Conductor material
-Type of conductor
(round, stranded, compacted) ---------------------------------
-Outer sheath material
-Min. Permissible bending radius, mm --------------------------------
-Weight per meter, Kg ------------- --· --·---- -----·
-Delivery length, meter
-Voltage designation, V
-1 sec.short circuit current after
full load at 700 C cond. temp.,A ------------------------------
-Max. Conductor resistance at 20°c
DC, ohm/KM
AC, ohm/KM

(Note: The Contractor shallattach additional sheets as required.)

17.4 600 V Power Cable

-Manufacturer, Country
-Type designation
-Applicable standard
-Number of cores
-Insulation mater
- Cross section of conductor, mm2
-Conductor material
- Type of conductor (round,
stranded, compacted)
- Outer sheath material
- Min. Permissible
b, ding radius, mm
\

' _.... (..:, '·


L ·V - i ·
'

- Weight permeter, Kg
- Delivery length, meter
-Voltage designation, V
-1sec. short circuit current after
full ioad at 700 C cond. temp. --------------------------------

17.5 Controland [nst;ument Cable

(a)
-Type
-Manufacturer, Country
-Applicable standard
-Insulation material
-Number of cores
2
• Core size,mm

- Oute;·shea:h
material
-Weight per meter, kg
- Delivry length , m

(b)

-Type
-Manufacturer, Country
-Applicable standard
-Insulation material
-Number of cores
- Core siz:e,mm2
- Over sheath
material
- Weight per meter, kg
-Delivery length, m
(Note: The Contractor shall attach additional sheets as required.)

17.6 Grounding Wire

- Manufacturer, Country
2
- Conductor size, mm
- Conductor material . .-------7-- - -r--:.:·----
: 6:" · Page I80

- Type of Conductor
- Short circuit current
for 3 sec., A
- Weight per meter, kg
- Deliv erylength, m -

8-18 Maintenance Facilities

18.1 Overhead Electric Crane

- Manufacturer ,Country
-Type

- Maximum safe working load (to lift the Single heaviest piece of the Gas

Turbine component)
Main hoist, slow speed, Kg --------------------------------
Main hoist, fast speed,Kg --------------------------------
Auxiliary hoist, Kg --------------------------------
-Test load for crane, Kg ------------------------------
-Span of crane,
Centre to Centre of gantry rails, m -----------------------
-Geared Speeds

a) Main hoist, slow speed


Raising with full load ,m/min ---------------------------
Raising w ith no load, m/min ---------------------------
Lowering with fullload, m/min --------------------------
Lowering with no load , m/min -------------------------------
Creep speed, m/min

b) Main hoist, fast speed


Raising with full load,m/min -------------------------------
Raising with no load, m/min -----------------------------
Lowering with full load, m/min -----------------------------
Lowering with noload, m/min -------------------------------
Creep speed, m/min --------------------------------
c) Auxiliary hoist (where appl c?ble)
Raising with full load, m/min -------------------------------
Raising with no load, m/min -------------------------------
Lowering with fullload, m/min ------------------------------
Lowering w ith no lo ad, m/min ------------------------------
Creep speed, m/min --------------------------------

d) Cross traverse, m/min


e) Long travel, m/min

-Crab
a) Particulars of crab rail
b) Type of wheel bearing
c) Max.load on each wheel, Kg
-Power supply required by crane
-Maximum current demand by crane, A & KW -------------------

-Motors
Main Aux iliary Cross Long
Hoist ing Hoisting Traverse Travel

a) Number
b) Type
c) kW at full load -------"-------------------------------------------------------
d) Speed at full load, rpm ----------------------------------------------------
(e) Motor rating --------------------------------------------------------------
1) Manufacturer --------------------------------------------------------------
-8rakes
a) Number -------------------------------------------------------
b) Type ----------------------------------------------------------
c) Dimensions ---------------------------------------------------------
d) Lining material ------------------------------------------------------
-.Type of main girder -------------------------------------------------------
- End carriage

\ .
a) Wheelbase '·
c) Maximum load excluding
impact of travelling wheels,Kg

- Hoisting wire rope

/;r
Page 1 82
Main Auxiliary
Hoist Hoist
a) Constructio n
b) Quality of steel
c) Diameter
- Collector gear

a} Type ----------------------------------------------------
b) Rating ----------------------------------------------------
c) Manufacturer, Country ----------------------------------------------------
- Gantry rails
a) Size ----------------------------------------------
b) Material --------------------------------------------------
d) Weight , Kg -------------------------------------------------
·Maximum deflection at
Mid-span on the main girder
at maximumloading, mm ---------------------------------------------------
- Verticaldistance from lop
of gantry railto lowest
overhead obstruction required, m---------------------------------------
- Weights
a} Net weight of complete crane, Kg --------------------------------------
b) Net weight of complete crab.Kg ·---------···------------
c) Weight of motors, Kg ---------------------------------------------------

18.2 Mobile Crane

1)Truck Craner Hydraulic Mobile Crane


-Manufacturer,Country
-Type

-Model
-Capacity
-Maximum lifting capacity, Kg at ---m radius-------------------
-Basic boomlengt h, m
-Maximum boom length, m
-Wire speed for lifting, m
-Wire speed for boom, m
-TypeJ>J c'i!!:rier

l/ :;-J·. :\
.
.'
, •
·
'I,
• \ t
'. ·. _,,. '.
....... . -
-Maximum running speed, KM/hour
-Climbing capacity, (tanO)
-Minimum rotating radius, m
-Type of outer rigger
-Safety apparatus

2) 5 ton Truck with 3 ton Jib Crane


Manufacturer, Country
Type
Model
Maximum lifting capacity, Kg
Bas:c boom length, m
Maximum boom length, m
Type of boom control, m
Minimum rotating radius, m

18.3 Fork Lifter

-Manufacturer, Country
-Type
-Mqdel
-Capaci y
-Maximum running speed, KM/hour

B-19 Communication Equipment

19.1 PABX Telephone Equipment

Manufacturer, Country -.. -


Type
Supply voltage, V
Line capacily
Traffic capacily
Facilities
Extension Services class
Signals and tones
,.

(. i
Page 184
19.2 PA system

Manufacturer, Country
Type

Capacity
Supply voltage, V

1) Main Amplifier Type


Output, W
Form
Dimension, mm
Weight, Kg

Power Consumed
Power Supply, V

2) Hand Set

Type
Form
Dimension, mm
Weight, kg

3) Speaker
Type
Form

Impedance, ohm
Output, w
Dimension, mm
Weight, kg

i9.3 CCTV
System
Type
Manufacturer, country
Camera resolution
Storing System

Back up time for storage


Camera swivel angle (max.)
Distance for taking picture
5) Compatible Multiplexer with optical fiber

6) RTU (Remote Terminal Unit)

19.4 Walkie Talkie


Manufacturer, Country
Type
Supply voltage, V
Line capacity
Traffic capacity
Facilities --------------------------
19.5 Telemeteriflg facilities, Communication &
SCADA Equipment

Manufacturer, Counlly
Type
Supply voltage, V
Line capacily
Traffic capacity
Facilities

19.6 IP Phone
Manufacturer, Country
Type
Supply voltag e, V

Line capacity
Traffic capacity
Facilities

B.20 Fire Protection Equipment

20.1 HydranU Pumps

-Number of Hydrant, Pumps

for yard
for power house

.''
Page I 86
Hose size and length
(Dxl) mm x m

'\
""_f
\\- v·
. .·.
20.2 Portable Fire Extinguisher

A. 100 kg trolley mounted


dry powder extinguisher
-Manufacturer, Country
-Type of powder
-Weight of powder, Kg

B.10 kg portable dry powder extinguisher


-Manufacturer,Country
-Type of powder
-Weight of powder, Kg

C. 5 kg portable gas extinguisher


-Manufacturer, Country
-Type of powder
-Weight of gas , Kg

20.3 Auto-Release C02 Fire

Extinguishing System

-Manufacturer, Country
-Type of powder
-System Description

20.4 Fire detection Equipment

-Manufacturer, Country

-Type of Equipment
-Weight of panel,l<g

8-21 CivilWork and Building Work

21.1 Standards and Codes to be used in design


and construction No. Work Item Standard and
Codes
1. Filling Works
/ ...-·
I \ Page [ 88
2. Foundation Works
3. Piling
4. Steel Sheet Piling Wall
5. Embankment work
(See volume 2 of 2, Part A)
5. Concrete Works
6. Reinforcement \Norks
7. Structural SteelWorks
8. Road
9. Brickwork
10. Painting
11.Lighting and Power Supply
12.Air Condit ioning System
13. Plumbing
14. ------------------------------·-
15. --------------------------------

21.2 Conc rete

1) Proposed Materials -Standards:


(i) Cement ---------------------------------
(ii) Aggregates ---------------------------------

(ii) Concrete Admixture --------------------------------


(iv) Reinforcement ---------------------------------

(v) 0ther ---------------------------------

2) Proposed Manufacturers/Source/Quarries
(i) Cement --------------------------------
(ii) Agg regates

(iii) Concrete ---·--------!!!!!'!!.,_____. ....... ...

Admixture
-------------·---.:.......-------------
(iv) Reinforcemen
t
(v) Other

3) Compressive Strength of Concrete at 28t h Day


1) Gas/ Steam turbine generator/ HRSG
foundation Kg/cm2

/ - - .l Supper-structure Kg/cm2
I · . ..'\
I ·
,, \. \
• I 'i I
\ : .I
·. j ·.! ..........,,.
\ . ' . I ( ,,_
, . . ·- _ / / \

-.... ' ··:·· .


3) pile Kg/cm2

4) Concrete
pavement
5) ----------------------
6) -----------------------

21.3 · P!!!r.g and SubsoilImprovement

21.3.1 Piling

1) Type of foundation pile


a) Diameter/cross section and length, D= --------------------------m
L= --------------------------m
b) Allowableworking load of a pile, Kg ------------------------------
c) Method of driving in Piles
d) Piling Plant

e) Method olJointing Piles

f) Name of slructures,
equipment and buildings
to be applied

2) Type of foundation pile


a) Diameter/cross section and length, D= ------------------------- m
L= ------------------------- m
b) Allowable working load of a pile, Kg --------------------------------
c) Method of driving in Piles

d) Piling Plant
e) Method of Jointing Piles
f) Name of structures,
equipment and buildings
to be applied

3) Type of foundation pile


a) Diameter/cross section and length,D= ---------------------m
L::: --------------------------m
b) Allowable working load of a pile, Kg -------- .--: ·-----------

/ r v/
/ , '.
Page 1 90
\
\
-...
c) Method of driving in Pi es
d) Piling Plant
e) Method Of Jointing Piles
f) Name of structures,
equipment and buildings
to be applied

21.3.2 SubsoilImprovement (if any)

1) Method of subsoilimprovement
2) Expected allowable bearing capacity
of subsoil
(after improvement) -------------------------Kg/m2
3) Name of structures, equipment
and buildings to be applied

21.4 Type and Strength of SteelSheet Piling Wall

1) Type of Sheet Pile


2) Length of a Pile, m
3) Width of a Pile, mm
4) Yield Point, Kg/cm2

5) Ultimate Tensile strength,Kg/cm2 --------------------------------


6) Supplier --------------------------------
?) Specification of lie rods
Materials
Diameter, mm
Length of a tie rod, m

Interval, m .. _ ..,. . ......._


,.. __

21.5 Structure SteelWorks

1) Grades of Steel
2) Suppliers of Steel,Bolts & Fasteners -----------------------------
3) Methods of Welding
4) Corrosion Protection

/,. - --.. '\


' :'
' .I
' '
'· .,,,, ( .
/
(i) Method an Materials
(ii) Place of preparation
5)·Proposed Coatings
(i) Type of Product
(ii) Manufacturer
(iii) Dry Film Thickness
(iv) Means of application
(v) Piace of applicalion
(vi) Color
o) Yield Point
7) Ultimate Tensile Streng1h

21.6 Gas/ Steam Turbine Generator/ HRSG

1) Weight of machine
Gas turbine/ Steam turbine, Kg ------------------------------
Generator, Kg
Auxiliary. Kg
Total, Kg
2) Dimension of GIT foundation
Widlh, m
Length,m
Thickness. m
3) Weight of GT/ ST foundation, Kg -----------------------------

21.7 Walls and Roofing

1) Insulation Materials
2) Waterproofing Materials
3) Caulking Materials

21.8 Metal

1) Grades of Steel
2) Suppliers
3) Method and Materials for
corrosion protection
21.9 Construction Equipment and their specifications

1) Earth Works
2) concrete Work s
3) Pavement 'Norks
4) StructuralSteelWorks
5) Piling Works
6) Steel Sheet Piling Wall

B - 22 Environmental Impact

(!} Air Emissions Levels


With regardlo project air emissions, please fill out the following table:

Emission Percent Removal


100% 75% 50%
Efficiency at 100%
Capacity Capacity Capacity
Capacity ··
..

--- ------- ib/hr. --- ------- ib/hr. --- ------- ib/hr .


-------ppmv ------ppmv -------pprnv
--------- g/kj --------- g/kj --------- g/kj
------- m9/m3 ----- rn9/m3 ------ m9/m3
--- ------- ib/hr. --- ------- ib/hr. --- ------- ib/hr.
-------ppmv -------ppmv -------pprnv
co
--------- g/kj --------- g/kj --------- g/kj
------- m9/rn3 -------·rns/m3 ------- mg/m3
--- ------ ib/hr. --- ------- ib/hr. --- -------ib/hr.
-------pprnv -------ppmv -------ppmv
--------- g/kj --------- g/kj -------- g/kj
------- m9/m3 ------- m9/m3 ------- m9/m3

Air Toxics ------------------------


(list)

/ " \
.. - i
\ \ ,
,
/
a_,.,,/"
ppm is defined as volumetric parts per million at 15% 02
(bl Effluent Discharge

p4 ..........mg/e Cr......... ..........mg/e


BOD ..........mg/e Cu........ ..........mgle
COD ..........mgfe Fe......... ..........mgle
TSS ..........:ng/e Ni......... ... .......rng/e
P04 ..........mgle Zr......... ..........mg/e
S04 ..........mg/e Ac ........ ..........mg/e
NH3 ..........mgfe Cd....... ..........rng/e
CL ..........mgle Pb........ ..........mg/e
Detergents ..........mgle
Oil & Grease ..........mgle

(C} N oise level

Desc1
·iption Unit Equipment

Noise level db (A) ..................db (A) (Day)


@Facility boundary ..................db (A) (Night)

Equipment
db(A) ..................db (A)
@1 meter

Page I94
\ I
B-23 (A) Water Treatment Plant.
The quantities shallmeet the requirement of CCPP at Guaranteed full load at
site condition

The following design parameters of the equipment of the Water Treatment Plant and its
relevant data lo be provided by the Tenderer during detailed design stage:

PH meter (For WTP local & control


room)

annunciator
(The quantity shall meet the
requirement (s)

b.Hourly demanc..I. mJ

-Less than 2000

Conductivity (max.), µS em
25°C

c.

2s c
0

' \
Page 1 96
• Total minerals (max.), meg/I

SI. Description of the main design Materials/va lues Bidder's Offer


No. parameters of the major equipment
and relevant data of plant
6. A NNUAL CONSUMPTION OF MA IN
BULK C HEMICALS
a. Hydrochloric acid (30% cone.) M.
Tons
b. Caustic soda (100%). M. Tons
c. Coagulant, M-Tons
d. Auxiliary chemicals, M. Tons
e. Hydrazine hydrate, 35% M. Tons
f. Ammonium hydroxide 22-25%,M.
Tons
g. Tri-sodium phosphate M.Tons
7. Chemica l consumQtion during
commissioning and Warrant
12eriod oeeration:
a. Hydrochloric acid (30% cone.) M.
Tons
b. Caustic soda (100%),M. Tons
c. Coagulant,M-Tons
d. Auxiliary chemicals, M. Tons
e. Hydrazine hydrate, 35% M. Tons
f. Ammonium hydroxide 22-25%, M.
Tons:
g. Tri-sodium phosphate M. Tons
8. INITIAL FILLING MATERIALS
a. Resin :
b. Anthracite coal/gravel
9. A ll necessaCT chemicals for boile r
acid clearing and 11reservation
before start-UQ I
10. CLAR IFIERS
a. No. of units provided 2 x 100 %
b. Design production capacity,m3/hr.
c. Max. Production capacity of each
unit, m3/hr.
d. No. of unit in operation al a time
e. Chemicals (coagulant) used for
coagulations
f. Structure (metallic)
g. Type (vertical/Horizontalflow)
h. Inside lining to protect corrosio n .

-
, --
-, ...
\•

·
i. Life durability of clarifiers lining
material

SI. Description of the main design Materials/values Bidder's Offer


No. parameters of the major equipment
and relevant data of plant
j. Quality of coagulanl dosing line
materialslo clarifier
k. Operating PH
I. On-line instrument
• Flow meter
(For WTP, local & conlrol room)
• Conductivity meter
(For WTP. local & control room)
• PH meter
(For Wf P, local& controlroom)
m. Dosing system :
Coagulant
• No.of dosing pump 2 X 100 %
• Mode of operation of the pumps
Auto/Manual
• No.of soln. measure tan 2 x 100 %
• Capacity of measure tank 100 % capacity
• Insidelining of the measure tank
• Life durability of inside lining
material
Auxiliary chemicals :
2 x 100 %
• No. of dosing pump
• Mode of operation of the pumps
Auto/Manual
• No. of soln measure tank
2 x 100 %
• capacity of measure tank
100% capacity
11 SA ND FILTERS
a. No. of unit 2 x 100 %
b. Filtration process (by gravity/pump)
c. No. of unit in operation at a time
d. Filtering chamber (double)
3
e.Production capacity, m /hr. /unit
max
f. Filling material
(anthracite coal)
g. Bed volume, m3
h. Bed height, mm
i. Height of the vessel, mm
j. Dia of vessel, mm

Page j 98
k. Free board, %
I. Strainer material (metallic):
m. No. of manhole provision
n. Location of upper manhole (Top
and Body)
SI. Description of the main design Materials/values Bidder's Offer
No. parameters of the major equipment
and relevant data of plant
o. Production quality (Turbidity,
NTU/JTU)
p. Local and On-line instruments
provided
• Flow meter :
• Pressure meter :
• Others (if any)
q. Type of filters
r. Inside lining
s. Life durability of lining material
t. Filter pump
• No. of pumps provided 2 x 100 %
• Capacity of each pump m3/hr.
• Mode of operation
Auto/manua l
u. Filler back wash pump 2 x 100 %
• No. of pumps provided
• Capacity of each pump m3/hr.
• Mode of operation
Auto/manua l

.:---:--
/
-- -...........
' r _.;:\"- -:1·:J i }/::
! ' •. I :ifra ··T!19'"\'f!
\ \ ,_,,.. !!18. I 1\) I. "·
.. i .
. ,. .J. . ';."'.,\
·...r. '
/
(/ /., l'l "ll,_!lor r o,.1r• .:.-/ : \

I Page j 100
1
'"JS,>'-.....:..: _,.,../ : ..-;;
QI
* (' :·-
. .
. ·/·
;;."'"

regeneration m3
37. Totalregenerat ion time, hrs
38. Internal liningin the vessels
(Vulcanized Rubber linings)
39. Resin bed support
(platform/without platform)
12 ION EXCHANGER UNITS: CATION ANION MB U NJT
UNIT UNIT
40. Local and On- ine instruments
provided -
a. low meters
b. Pressure meters
c. Conductivity meters
d. pH meters
e. Silica analyzer
f. Sodium analyzer
g. Others(if any)
41. . Production quality - Arter Anion After MB
a. Conductivity, µSiem
b. P-Alkalinity Unit Ur.it
c. Silica ..

SI Description of the main design Materials/values Bidder's Offer


No. parameters of the major equipment
and releva nt information of plant
13 DECARBONISER UNIT
a. No.of unit
b. Design production capacity of eac h
unit m3/hr.
c. Waler storage capacity of each
decarbonized water tank,m3
d. Internallining material in decarbonizes
column and storage tank
e. Material of decarbonized water flow
pipes valves
f. Life durability of lining material
g. No. of decarbonized water pump 2x100%
h. Capacity of each pump, m3/hr.
14. Treated Water Storage Coagulated Clarified Local Main
Tanks water tank water demineralized make up
tank water tank water
reserve
tank
a. No. of tank provided
b. Capacity of each tank,
m3
c. Struclure made of
(metallic)
d. Internal lining
(Vulcanized rubber)
e. Life durcibility of lining
material
f. Instrument provided (on·
line) -

. Level indicator
Flow meters
•Olhers (if any)
g. Installation style
(Vertical/Horizontal)
h. Type of the roofs
(FlaUElliplical)
i. Installation level (ground
level/on support)

SI Description of the main design Materials/values Bidder's Offer


No. parameters of the major equipment
and relevant information of plant
15 HYDROCHLORIC ACID STORAGE
TANK and MEASURE TANK

a. No. of tank to be provided


3
b. Capacity of each ,m
c. Structure (metall c)
d. Internal lining
(vulcanized rubber)
e. Life durability of lining material
f. Material of acid flow pipes and valves
g. Installation style (Vertical/Horizontal)
h.Transfer syslem from transport to tank:
i. Acid Transfer system from tank to
service tank (by gravity/pump)
- 1..: Level indicator provided
. ,,..
:.

Page 1 102
(Gaze glass/float) II
16 CAUSTIC SODA STORAGE TANK and Materials/values Bidder's Offer
MEASURE TANK
a. No. of tank provided
b. Capacity of each ,m3
c. Structure (metallic)
d. Materialof acid flow pipes and valves
e. Installation style (Vertical/ Horizontal)
f. Transfer system from transport to tank
g. Caustic transfer system from tank to
service tank (by gravity/pump)
h. Caustic soda loading system from
preparation tank (gravity/pump)
i. Level indicator provided (Gaze
-
glass/float)
'--

\
\

:. ' '
(b---
a.
·1 WASTE EFFLUENT Regular Boiler vvaste
NEUTRALISATION FACILITY cleaning Effluent
chemicals Neutralization
neutralization Facilities
facilities from over all
plant (WTP,
Power plant

-+-
a. Type I : neul1aliza ion
vessei of -4- - -1-
& others)
-'-

(Tank/underground pit)
b. No.of unit (if Tank)
c. Volume of each tank
3
(if more than-1), m
d. Struclure (Mild steeVStainless
steel)
e. Internal lining (Vulcanised
rubber) :
f. Life durability of lining material i:
g. Mixingprocess(Ai rcouringfpump)
h. Neutralized effluent quality
(while disposed ott)
• pH
• C0nductivity, pSicm
• Others (iiany)
i. Spot instruments provided -
• pH meter
• Conductivity meter
• Others(if any)
j. Final disposed off system
(Gravity/pump)
k. Filling system
(pump/operating pressure)
I. No. of filling pump :
m. Capacity of each filling pump,
m3/hr.
n. Height of the filling point, m
o. Flow meter
p. Level meter
q. Internal lining of the Connected
pipes & valves
r. PH of neutralized effluents
Before disposed
s. Disposal point of neutralized
effluents (directly river/via pit)
I. Capacity of each pit, m3

Pag e I 104
SL D
No. p
of
in
19 I
a.
b.
c.
d.
e.

f.

g.

20 C
a.
b.
c.
d.
e.
f.
g.
h.

21 W
S
1

2.

,-- ·-
/ "'\ \
.- I .
lw ' •
I

\
·-...... '·- ..-/ /
. .......
21 WATER STEAM QUALITY Values Bidder's Offer
SPECIFICATION
3. Feed Water
a. Conductivity, µS em. at 25°CWithout
resin column After resin column
b. PH
c. P-Alkalinity
d. Hardness
e. Arnrno nia (NH3)
f. Hydrazine (N2H4)
g. Chloride (Cl-)
h. Oxygen (02)
i. Iron (Fe+2)
j. Copper (Cu+2)
4. Bqiler Water (Middle Section )
a. E. Conductivity,µSiem. at 25oC
b. PHMax. Min.
c. p-Alkalinity
d. Hardness
e. Silica (Si02)
f. Phosphate (P205)
g. Chloride (Cl-)
h. Iron (Fe)

5. Boiler Water (Blowdo'Nn section)


a. E. Conductivity,µS em. at 25oC
b. PH
Max .
Min.
c. p-Alkalinity
d. Hardness
e. Silica (Si02)
f. Phosphate (P205):
g. Chloride (Cl-)
h. Iron (Fe)
6. Saturated Steam
a. E. Conductivity, µSiem. at 25°C
Without resin column After resin
column
b. pH
c. p-Alkalinity
d. Silica (Si02)
e. Ammonia (NH3)
7. Superheated Steam
a. E. Conductivity, µS em. at 25°C
b. Without resin column After resin
-·:·--;: :-.......
,.;''\ ----: • . olumn
.r '._ .",.\ ·•

' ,....• ::.:_-,


'/:;:_ ..-"•r . \ •'• \ --)
:;. \i•J . '-: I Page 1 106
I ...,,
I u3 ·"" ··(')\ / _. 1!
.:-.
-: .,r v,-,i.·._.,,,·/. . ':· '
<·,·.) - ' '
il
21 WATER STEAM QUALITY

Ammonia (NH3)

PH

22. LABORATORY INSTRUMENT, EQUIPMENT, GLASS WARES, REAGENT GiRADE


CHEMICALS AND SAFETY EQUIPMENT:

All necessary instrument & equipment lo be provided by the suppliers.


Detail lisl of 1he necessary laboratory instruments, equipment. glass wares, chemical
reagents and safety equipment shall be provided in which the following essential must be
included:

a. Instrument and equipment :

SL Name of Items Minimum Bidder's offer


No. quantity
required, pcs
1. Electrical weighing balance 2
(Capacity 0.00001- 100 gms)
2. Rough weighing balance 2
(10-1000 gms)
3. Conductivity meter 3
(0.05 - 1,00,000 µSiem)
4. PH meter (Range :0-14) 3
5. Photoeleclric colorimeter 3
6. Turbidity meter
2
7. Lab.Oven
1
(Temp. regulation facility must be)
8. Lab. furnace (Temp. up to 15000C)
1
9. Refrigerator (Min. 8 Cfl.size)
10. Hot plate 1
(with Temp. regulation facility)
3
11. Distillation, healer
(with heating nest and Temp. regulation 3
facility)
12. Water bath (4/3 points facilities and
electrically operated)
13. Orsa! Apparatus (5/4/3 points) for flue gas
3
and Hydrogen gas analy sis. / ·-i r ·:\_?'"<.,.
er-)'-_fo
_r_I_.E
_._, ,__
1___ . ft J.......;.......::=:=.:...-
'---'-1_4_
.M
_ic_ro_s_c_
o'p-e
_..:(_h-i'g:..h
.._m
_a
_g:...n._if_
yi_
n'g--p-_
o_
w _J ..........- ,,...,

'/ ./ ·_: .

/, \
\ · .-'·. 9·,'jJpl,·.'. II": ' ')" :_: )
t

··.·
,. I
/

f' '.-=·.-i)
......···-\.·_ ,.. -·. J ·r>......,-:
·
SL Name of Items Minimum Bidder's offer
No. quantity
required,pcs
Resin structure examination.
15. Centrifuging machine (electrically operated, 1
4 points facilities and with sufficient
graduated conical test tube of capacity 100
ml) for determination of water content in oil
(Method :ASH/I D-1796)
16. Distillation apparatus for the determination 2
of water content in oil (Method : ASTM 0- 95)
17.Viscometer (for the determination of
viscosity of oil) 1
18. F,lash point tester (for the determination of
the flash point of oil) 1
19. Moisture content tester (for the
determination of presence of moisture in 1
transformer oil)
20. Equipment for the measurement of the
calorific value of fuel oils. 1
21. Equipment for the determinaticn of sulfur
Content in fuel oil. 1
22. Hydrometer
(different necessary ranges) 25
23. Thermometer
(different necessary ranes) 10
24. Stopwatch
25. Platinum crucible (50mlcapacity) 3
26. Modern laboratory furniture 1
27. Others (as per necessity) Sufficient as
necessary

Page J 108
b. Glass Wares
All necessary glass ware lo be provided by the supplier.Detail list of the items must be
provided in which the following essentialmust be included.

SI No. Name Of Items Minimum Bidder's


Quantity offer
Required Pcs
1. Automatic burette set (with pumping ball 25 Sets (Each
and reagent vesselfacilities, capacity of size)
The burette - 1O and25 ml).
2. Ordinary buretle (Capacity - 25 ml) 25 Pcs
3. Volumetric flask (Capacity - 50,100,250, 25 pcs. (Each
500, 1000 and 2000 ml) size)
4. Graduated pipette (Capacity-1, and 2 ml) 10 Pcs. (Each
(Capacity - 5, 1O and 20 ml) size)
50 Pcs.each size
5. Volumetric pipette (Capacity- 5, 10 and 25 15 Pcs. each size
ml) (Capacity - 50 and 100 ml) 25 Pcs. each size
6. Graduated measuring cylinder (Capacity- 25 Pcs. each size
5, 10.25 ml and 50 ml) (Capacity - 100 100 Pcs.
ml) (Capacity - 250, 500 and 1000 ml 25 Pcs. each size
7. Beaker (Capacity- 50 and 100 ml) 25 Pcs. each size
(Capacity - 250 and 500 ml) 100 Pcs. each
size
8. Titration flask (Capacity - 250 and 500 125 Pcs. each
ml) size
9. Conical flask (Capacity - 50 and 100 ml) 25 Pcs. each size
(Capacity - 250 and 500 ml) 100 Pcs. each
size
10. China crucible . 50 Pcs.
11. Wash bottle (Capacity - 100 ml) 25 Pcs.
12. Glass w eighing bottle 25 Pcs.
13. Reagent bottle (500 ml capacity) 50 Pcs.

14. Plastic sampling pol (500 and 1000 ml.) 50 Pcs each size
15. Plastic beaker (Capacity - 250 and 500 50 Pcs. each size
ml)
16. Gas burner 15 Pcs.
17. Stands and clamps 15 Pcs.
18. Specula (Plastic andmetallic) 15 Pcs. each size
19. Tons 15 Pcs.
20. Others (AS PER NECESSITY) Sufficient
Quantity.

l \.J.(,'_1 ..'.
\ '
.. _ ,//
C. Chemical reagents:
All necessary chemical reagent for 6 years consumption to be provided by the
supplier. All necessary items as would be required for minimum 6 years consumption to
conduct the analyticalwork of water, oil, gas and different chemicals involved in WfP
and proximate lab according to the standard test method. Detail list of the items must
be provided in which the following essential must be included

Name of Equipment

1. Xtlene

5. Potassium Dichromate
6. Sodium Chromate
7.
- 8.
--· -
9.
Sodium-Potassium Tartrate

,_ 12. Sodium di-hydrogen phosphate


13. Bromocresol Green indicator
14.
15.

Benzene
20.
Potassium hydroxide
21.

24.
25.

Page 1 110
c. Safely equipment

All necessary safety equipment to be provided by the supplier. Detail list of the
items must be provided in which the followings essentialmust be included.

Bidder's
Name of the items Nos.
offer
1. Gas masks : 6 nos
2. Face protectors 12 Nos
3. Hand gloves 30
4. Safety goggles : 20
5. Lab. Aprons. 04 sets
6. Gum boots : 6 pairs
7. Helmet 6 Nos
8. First aid box : 1 set

23. The Contractor shall guaranty for the production quant ity of Cation. Anion and
mixed bed filters under its design conditicn of regeneration level (chemical
consumption) and design Raw Water quality specified in the design data sheet.

24. The flow diagram to be provided showing the water balance scheme of demi-
water plant.

25. The Contractor confirms to supply the necessary kinds of initial filling materials
such as resin and anthracite/gravel for all ion-exchange and sand filler unit as
per t he quantities (by volume) along with 3% extra for 1(one) year make-up.

26. The Contractor confirms to supply all necessary commercial grade chemicals
(viz. hydrochloric acid, caustic soda, coagulant, auxiliary chemicals, hydrazine
hydrate, ammonium hydroxide, tri-sodium phosphate, boiler cleaning chemicals
including inhibitors etc.) as would be required for the commissioning and
warranty period operation of WTP.

27. The Contractor would be submitted the acceptance test methodology before
performing the tests. The Contractor will be confirmed that all equipment and
instruments would be handed over to the customer strictly in accordance with
the design data and information as furnished in the data sheet and show their
operation capabilities and performance as specified in the same data sheet.

29. . The Contraclor shall not change the major design data/or the number
of equipment without prior information to and confirmation by the customer.

r?f 1 '
I
SCHEDULE-C
DRAWINGS TO BE FURNISHED WITH THE TENDER

Drawings I diagrams as menlioned below, but not be limited to, will be furnished by the
Contractor during detailed design stage, after signing the Contract. The Drawings I
diagrams require to be approved by the "Engineer"/ Client as per Contract: -

1. Drawing diagram of CW Pumps showing pump house,


water intake arrangement. The wate r intake arrangement shall be such that, it
shall cater the needs of Waler Treatment Planl requirement, cooling waler
requirement of the complete Combined Cycle Power Plant by means of hybrid
cooling tower.

2. Drawing/diagram o complete circulating water system showing Hybrid Cooling


Towe r, CW pump house, Steam Turbine Condenser , all closed loop cooling
system.

3. Drawing/diagram of complete electrical single line diagram showing Generato rs,


Step-up Transformers, Station Auxiliary Transfo rmers, Unit Auxiliary
Transformers, Batteries, Rectifiers, UPS and auxiliaries with proposed protection
schemes.

4. Drawing/diagram of complete Water Treatment Plant (WTP), HRSG water


conditioning and Acid cleaning/Alkali boilout as mentioned hereunder: -

• Installation drawings of equipment, layout of equipment & pipelines,


process diagrams, functional diagram, and local protection and inter
locking conditions, assembly drawings of the following it ems to be
provided:
• Central chemical laboratory and proximate analysis laboratory - process
Part
• Water pre-treatment plant
• Water demineralization plant
• Regeneration equipment & process
• Clarified water supply system
• Cooling water supply system
• Waste wate r neutralization plant for WTP discharge waler
• Storage facility of chemical re-agents

• Ac id & alkali storage facility,loading-unloading system, preparation and


supply system

Page I 112
• Alkali, coagulant & other auxiliary chemical mixing facility, filtering system,
preparation and supply
Dosing system, drainage system, ejector system, compressed air system,
sampling point.

H
R
S
G
• Feed waler correction plant
• Boiler wate r correction plant
• Proximate analysis laboratory - process part
• Ammonia & hydrazine storage facility loading-unloading system,
preparation & supply .
Trisodium phosphate mixing facility, filtering, preparation & supply.
• Drainage system, ejector system, cooling system, dosing system, sampling
Point.

AC ID CLEANING

• Neutralizing and harm Lessing plant for discharge water after acid
Cleaning/Alkali boilout of equipment.
• Mixing tank of reagent chemicals for chemical cleaning of equipment
• Chemical cleaning solution storage facility,preparation and supply.
• Acid and alkalifor cleaning equipment storage facility, loading unloading
• System, preparation and supply.
• Complete sodium hypo chloride (NaOCL) generation and dosing system.

5. Drawing/diagram of complete HRSG Feed water system showing De-aerator,


Feed water storage tank, BFP with hydraulic coupling, etc.

6. Drawing/diagram of complete HRSG and Steam Turbine steam system

7. Drawing/diagram of GT and ST lube oilsystem

8. Drawing/diagram of GT I HRSG hydraulic operated Diverter damper control


System

9. Drawing/diagram of GT and ST lube oilcooling system

10. Drawing/diagram of complete Sampling station (For HRSG Feed water, ST steam
sample test ing System)

11. Drawing/diagram of Turbine drain and HRSG drain system.


12. Drawing/diagram of Condenser Ball cleaning system

13. Drawing/diagram of Effluent and Wastewater neutralization planl.

14.Drawing/diagram of complete Fue! Gas system Showing Gas Booster


Compressors, Fuel gas conditioning skid and Fuel gas inlet to Gas Turbine

15. Drawing/diagram of complete Liquid Fuel system Showing Fuel Forwarding


Pumps, Filters/Strainers, Piping, Valves, Fuel Oil skid and inlet to the Gas
Turbine.

16. Drawing/diagram of complete Liquid Fuel system show ing arrangement of main
Fuel Tanks and D y Tanks at plant site with all relevant Fuel Forwarding Pumps,
Filters/Strainers, Piping, and Valves.

17. Drawing/diagram of complete Liquid Fuel system Showing arrangement of Fuel


Tanks at Shambuganj Rai way Station site with all relevant Fuel Forwarding
Pumps, Filters/Strainers, valves and Piping from Railway site to Power Plant site.

18. Drawing/diagram of Condenser air extraction system show ing Vacuum pumps,
Steam Jet air ejector

19. Drawing/diagram of auxiliary steam supply system

20. Drawing/diagram of Gland steam/ Steam sealing system

21. Drawing/diagram of Fire water/ Fire Hydrant system

22. Drawing/diagram of potable water system

23. Drawing/diagram of GT Control system

24. Drawing/diagram of HRSG and ST Control system (DCS)

25 . Generator Capability Curves for the three Generators.

26. Drawing/diagram of Instrument air system of the CCPP.

27. The following curves, which are necessary, shall be furnished by the Contractor.

• Variation in barometric pressure


• Variation in ambient temperature
• Variation of generator efficiency with Power Factor
• Variation in pressure loss from atmosphere to compressor inlet flange
.:-:, ';:.-..;.- -•·':' Variation in pressure loss from turbine exhaust flange to atmosphere
t/':
-.er · "' '
; (; ..:;------ -,;,.·>·
. . . ·'1 \.
n..h• · . I:--

(j7-
':';",'.. / ":
.. .' ' Page 1 114
'- /< ,.._,,.......\. 1 \ •)

'
.;r:,\ , . I'· ' ) \ I
·or
.;..-J·. '-- ....·
"'I; * ('! : :-..... '- .,,;:.·
• Mechanicalflow diawams

• Heat rate curve


• Heat Balance diagrams
• Flow diagram of steam, condensate and feed water .
• Inlet temperature Power correction curves
• Inlet temperature heat rate correction curves
• Start ing andloading curve
• Max. Operating limit of GTG, HRSG & STG units
• Major Control& Protection system
• Generator capability curve

• Generator "V' curves


• Zero Power factor saturation curve
• Power output vs ambient temperature/ cooling water temp.
Curves
• Major piping connection
• Turbine, generator and auxiliaries foundations
• Control building layout and section
• Cooling water supply system layout
Exhaust duel damper drawing
• No load saturation curve
• Synchronous impedance curve
• Turbine generator unit equipment arrangement
• Layout plan of cent ral control room
• General arrangement of the switchyard
• Foundation,loading and support information
• Dimensioned Outline drawing of major equipment offered
• Detaildrawings and descriptions providing a complete Understanding
Of the equipment offered
• Other drawings specified in the Specification.

-J.. ; '
For the purpose of preparation of the Tender Proposal,the following
indicative maps I drawings I image are attached herewith as a
ready reference to the tenderer. The Drawings I Diagrams I Values
I Parameters shall be dependent on the Tenderers Detail Design
requirement to implement Mymensingh 360 MW Dual Fuel
(Gas/HSD) CCPP Project.
Maps I Drawings / Images List:

1. Project Location with respect to Bangladesh


z. Proposed Mymensingh 360 MW Power plant area
3. Seismic zoning map of Bangladesh
4. Proposed Mymensingh 360 MW Power Plant Equipment Layout
5. Single Line Diagram of 132 KV Connections for Mymensingh 360 MW CCPP
6. Load Flow Analysis of PGCB

I
Page I 116
SCHEDULE-D
DELIVERY TIME

Time required Time required Time required Time required


from Effective from Effective from Effective from Effective
date of contract date cf contract dale of contract dale of
lo shipment, to arrival of lo Completion contract o
FOB material at site of Installation & Completion of
(days) (days commissioning ICO
(days) (days)

1. 1.Gas Turbine
Generating Unit and
A nci11ary ------------------------------------------------------------------------------------

2. Heat Recovery steam


Generating Unit -----------------------------------------------------------------------------
And Ancillary

3. Steam turbine Generating


Unit and Ancillary ----------------------------------------------------------------------

4. Fuel Supply Equipment---------------------------------------------------------------------------

5. 132 kV Switchgear & Protection,


EquipmenI -----------------------------------------------------------------------------------------·

GTG Step-up Transformer and Ancillary------------------------------

6. STG Step-up Transformer and Ancillary --------·-----------------------------------------

7. Gas Booster Compressor Station and Ancillary -------------------------------------

8. Hybrid Cooling Tower and Ancillary -----------------------------------------------------------

9. CWP, BFP and Ancillary ------------------------------------------------------------------

10. Reserve auxiliary Transformer and Ancillary -----------------------------------------------

11. Crane for GTG --------------------------------------------------------------------------------------

12.Crane for STG ------------------------------------------------------------------------------------

13. Station Electrical Services------------------------------------------------------------------------

·,
\
SCHEDULE - E
TOOLS AND APPLIANCES
The Contractor shall list below all special tools and equipment for operation and
maintenance including the following, which are included in totalContract Price.

.-

Page I 118
No. Description Q'ty
Industrial Fiberscope: (Manufacturer country: Japan/ 1 (one) no.
USA/ England)
Specification:
Optical System:Field of view, Direction of view, Depth of
Field. Illumination system:
30°, 60° ,100° Degree convertible by means of optical
adaptor, Forward/side viewing convertible by means of
opticaladaptor.

Insertion Tube: Distal End: Rigid distal end length-25 .5 mm


Bending section: Angular
range:UP 120° , DOWN 120°, RIGHT
100° . LEFT 100°
Flexible portion (tube) : Pliability-Tapered
Flex tube.
Max outer Dia: 11.3 mm.
Working Length: 2000 mm
Total Length: 2250 mm
Light Guide cable Length: 2000 mm
Photo Documentation:Still Camera with suitable
adaptor Specially a digital stillcamera wit h suitable
adaptor is preferred.

AdditionalEquipment:
Camera: Camera with suitable adaptor preferably a
digital Camera with suitable adaplor. Or a special Digital
Camera with suitable adaptor
Viewing adaptors:
1.600 viewing adaptor 1 (one) piece.
2.900 viewing adaptor 2 (two) pieces.
Note: The Borescopic set should have other standard
accessories like rubber eyecup, objective end protective
cap Instruction manual(English).
The above specificatio n is furnished for reference. The industrial
Fiber scope to be supplied for GT unit.
2. Primary Currency Injection Test Set, 1 No.
Manufacturer country: England, Japan, Germany/Italy/France I
USA.
Specification:
Input: 220/240 V ac, 50 Hz, 7 KVA.
Output: 0-1000 A, 0-6 V
0-2000 A, 0-3V.
3. Secondary Current Injection Test Set 1 No.
Manufacturer country: England, Japan, Germany/Italy/France I
USA.
Specification:
Input: 220/240 V ac. 50 Hz, 1.8 KVA.

'. ;.,_·
5.

Note: the contractor shall att3ch additionalsheets as required.

Page I120
SCHEDULE-F

Spares & consumables during Warrantee period

The Tenderer shall submit a list of spare parts with OEM Part No. and consumables (lube.
oils, greases, air & oil filters, chemicals etc.) to be necessary for day to day operation and
maintenance of the generating units and ot h·er plant equipment inclusive of emergency use
that takes place in t he course of operation (according to the Manufacture':; recommendation
and guideline) during the Warranty period (24 months) . During the warranty period of 24
months, the Contractor shall supply all necessary equipment, spare parts,
materials/consumables including normal wear and tear spares etc. at his own cost and
whether it is listed or not in their list. In preparation of the list the tenderer have to consider
plant factor as 80%.

Detail list of Spares & consumables including wear and tear spares for the whole plant
during Warrantee period shall have to be submitted by the Tenderer with its tender in the
following format:

SI Description of spares/ Specification Manufacturer's Quantity


no. consumables part no.

Note:If any additional spares,consumables, wear and tear spares are required during
Warranty period (not included in the above list) shall havelo be supplied by the contractor
w ithout any additional cost to RPCL.

Spares & consumables for the schedule inspections of GT

In addition of the above Warranty period Spares & consumables, the Tenderer shall, also
submit separate lists (from GT manufacture r) of spare & consumables required for 02
Combustion Inspection and 01 Hot Gas Path Inspection (If proposed GT manufacturer is
GE), 01 Combustion Inspect ion and 01 Turbine Inspection (If proposed GT manufacturer is
MHI), 02 Type A inspection and 01 Type B inspection (If proposed GT manufacturer is
Alstom), 03 Minor Inspect ion (If proposed GT manufacturer is Siemens), 03 Minor Inspection
(If proposed GT manufacturer is Ansaldo). Contractor shall supply these spare &
consumables under this contract wit hin their quoted price. These spare & consumables will
be used only at the time of scheduled inspections of GT during warranty period and after
warranty period. These spares and consumables cannot be used against war ranty claim or
as wear and tear spares for installed GT components.

Indiv idual list of Spares & consumables required for each schedule inspection of GT
(Combustion Inspection, Hot Gas Path Inspection, Turbine Inspection, Ty pe A inspection,
Type B inspection, Minor Inspection; as applicable for proposed GT) shall have to be
submitled (from GT manufacturer) with the tender.

' - f. '-
( fS\F
/ /
Detail list of Spares & consumables including wear and tear spares for the whole plant
during LTSA period shall have to be submitted by the Tenderer with its tender in the
following format. The Contract to be signed between RPCL and Manufacturer for LTSA
period willbe outside of EPC Contract:

SI Description of spares/ Specifiction Manufacturer's Quantity


no. consuma bles part no.

The Tenderer shall submit separate lists of capitalspares required for Major Over-hauling of
Gas Turbine Unit (from GT manufacturer) and other essential auxiliaries of the 360 MW
•::ombined cycle plant during LTSA Period.

Individual list of Spares & consumables required for each schedule inspection of GT
preceding the major over hauling work, as applicable for proposed GT during LTSA Period,
shall have to be submitted (from GT manufacturer) with the tender.

Page I 122
SCHEDULE - G

DEVIATIONS FROM SPECIFICATIONS

Note : The Tenderer shall attach additional sheets as required


SCHEDULE - H
CIVIL AND BUILDING WOR KS

The Contractor shall be reminded that this is Turn-key Contract in which he is entirely
responsible for every aspect. No additional costs will be considered for any item which the
Contractor has overlooked,but which is essentialfor the proper completion of the project in
every respect so that the work fulfil the purpose for which they are required.

If the RPCL or the Engineer requires minor modifications, additions or omissions to the
scope of the Civil Works during the period of construction or maintenance,adjustment to the
Contract Price will be made on the basis of the rates entered in the following Schedule.

The rates entered shall include all costs and expenses involved in the proper construction of
the work, including overheads, profits, supervision, accommodat ion, insurance, t ranspor t,
duties, all risks,liabilities or obligations etc. but excluding design costs, which are covered by
a separate item.

The rates will be used to evalua!e RPCL's or Engineer's minor modifications, omissions or
additions to the works. Rates for any item not included shall be based on those quoted or
analogous thereto.

tern Description Unit Rate


Taka
1. Foundation Pilng
1) Mobilization and Demobilization
(items shall be specified)
2) Form of pile type and capacity stated : linear,
Type : m
Capacity :

2. Excavation
1) Excavate to reduce level and remove and deposit m3
where directed on Site - include for timbering,
de-watering, etc. (measured net sizes as
drawing) m3
2) Excavate to form pit, base or trench as prev iously
described.
3
3) Additional excavation beyond net sizes for m
working space to fix and remove formwork and to
3. backfill

Concrete work Un-reinforced m3


{ grade of concrete shall be specified ) m3
m3

Page 1 124
4.
Reinforced Concrete
( grade of concrete shall be specified )
---------. -------------------...--------------...

5.
Reinforcement Kg
1) 16 mm diarne er and upward mild steel bar or
round reinforcement hooked, bent and fixed
including and necessary tying wire Kg
2) 12 mm diameter as previously described Kg
3) 10 mm diameter and ditto as previously described m2
4) Fabric reinforced weighing 4 Kg per square meter.
including fixing Kg
5) Extra over mid steel rates for high tensile
reinforcement (allsizes)
6.
Formwork
1) To sides of foundations, bases, etc.
2) To sides and soffits of beam -
3) To wall
7.
Structural Steelwork
(grades of structure shall be specified)

'
. ._ ..I ". ·.
m2 m2

m2
100x
Kg
SCHEDULE - I

LIST OF SUBCONTRACTORS

The following is a list of subcontractors the Contractor proposes to employ for supply of

Materials/ equipment and for transportation, erection and civilworks.

I
No. Description of part or equipment Manufacturer's/
making reference to specifications Subcontractor 's
name and full address

3.
>-- --
4.

-

Generator Switchgear

19. MV & LV Equipment of Electrical 6.6 kV Switchgear


415V PC & MCC
220/110/125V Battery & Charger and UPS

Equipment erection Sub contractor

Civilworks Sub contractor

Page 1 126
SCHEDULE - J
DESCRIPTION OF TRAINING PROGRAMME

(1) Overseas Training

The training at the Mariufacturer's factory by the Contractor including:


- 50 (fifty) round trip airfares from Dhaka,Bangladesh to the Manufacturer's facto ry.
- 100 (one hundred) person-months of training.
- Localtransportation, meals,lodging costs etc
- Pocket expenses .(Pocket expenses @ US dollar 150 per day per person).

The Contractor will arrarige OEM certified training for operation and maintenance for
the trainee. Moreover, the contractor will provide all maintenance and operation
manual, drawings relating to all the equipment to each trainee on the first day of his
arrivalalthe Manufacturers Premises.

Contractor shall provide the details of training offer and eligibility criteria for trainee
for each training program.

Travel insurance for the trainees shall be as per the provisions of the overseas travel
insurance of Bangladesh Sadharan Sima Corporation.

(2) Training at the Site for 0 & M

The RPCL shall make available, free of cost, to the Contractor the above-mentioned
personnel (total 80 persons) for the purpose of on-the-job training at site during
installation, testing,commissioning and initialoperat ion of the plant for two (2) month.
During warranty period, it shall be the responsibility of the Contractor to train them
adequately and properly in a planned manner so that these member of the RPCL's
staff could take over the responsibility of operation and maintenance of the plant and
equipment independently at the time of handing over of such plant and equipment as
well as before issuing of PAC.

Note. Detailed Training Program (including subject, duration, place of training,


tr aining methodology and schedule, Trainers' qualification{ experience) shall have to
be mentioned by the Tenderer.

.I '··
SCHEDULE - K

MOBILISATION AND DEMOBILISATION SCHEDULE FOR CONSTR UCTION


EQUIPMENT

The followingis the specification, numbers, purpose of use and phasing for the mobilization
and demobilization of construction equipment to be used on the Contract.

.'
Page j 128
SCHEDULE - L

METHOD OFTRANSPORTATION AND UNLOADING

The following is a description of the Contractor's method for transportation lo Site and
unloading and installation at Site of the equipment for the Works.
eindependentbd.com

R URAL POWEJt COMPANY LIMITl::D -


House: 19,Road: I/B, Sedor:09 wmfW'I.·
Uttam Model Town , Dhaka-1 230.
Amendment
TI1c Last Dute for Subml$slou aml OpcolnK of the fullowin Tentler has been
re- chetluled:
L Tender Name: Eninct·.ring. Dc1 in. Marmfoctllri ng, ln pclion, Supply,
lnr alltinn, Em:lion. TcMi11g & nrn1111ir.kinit1g of Myrncn. ingh Jlill MW
Dual Fuel (Gas!llSD) Combiacd Cycle Power Plant Project on turnkey basis.
.2. Tender Ref.No. PUR: 020 (FWIMYME:"SINGI I J(lll MW/0TM)l20l7- lll.
D:itcd:J 110ll20II!
3. Stlh•dulrd Dl<'l 22.03.2018 (ll:OO PM BST) & 22.0J.2018 (12:JO PM BST)
4. KNchcdalcd l>ale:23.f.M .20111 (12:011 t>M tJSll & 13.04.2018 (12:3()1'1\1 ns·n
(Md. Salim Bhuiyan, PF:ng.)
Executive Director (Engineering).

,,
.. ·--'- (.
I c
'\ . '
·,. ... ' I
.)
8 8
.
:.a- im:'.:.io:. . .
t,'ll!"I ""1f.'I 8¢11>
v..w"'·itlrm.i cc.rn.
•,
- r...-. - . . . . ! . . , ._ .. • - . .
· .. : . - .-·,· . :•

;
! • r·-····--·--- ···rt:". ----Tl"f'i!'"'"
• •-r-.-:..-....., ,, .. ..

RURAL POWER COMPANY LIMiTED •M<*li.-1"1


tL Ifouse:)9, Rom:l: 1rB, Sector: 09 : "'"""" ··
:· ,... Uttara· .odel Town, Dhaal730. ·. . .' . · . .. : ..
· · /\n1cnd1ncnt
The Last Date for Submission and Opening of the.following Tender has been
.re-scheduled: ..
1. Teildr Name: Engineering , Design, Manufactring, InspeLion, )upply,
lnslallatj.on, Erection, Testing &, Commissioning or My1ricnsingh ·J6Q MW
Dual Fuel (Gas/HSD)Conbined Cycle Power Plant 'Project ·on tum key haSis .
2. Tender Ref No.PUR: 020 (FW/fy1YMENSINCiH 60 MW/OTM)/2017-18.•
Dnt00.:31101/2018
- . . .
3.' Sd1etluJed Date: 22.0J.20J R (12:00 PJ\f BSl) & 12.03.2018 (12:30 PM BST)
4. Re-scheduJed Date: 23. 4.2018 (12;00 PM BS1) & 23.04.2018 (12:3Q PM BSl)
(!\'Id. Slim Bhuiyan, Eng.)
. · Ex. ecutive Director (b1g. ineering)- .
, · - ;·' .
..... < •
; '

'
·
Corporate Office :
House # 19. Road # 1f8,
Seclor IIO!l Ullara
1ei '1T81ffif ft1fitci315 ModelTown, Dhaka-1230.
Phone :IJ8.-02·1914Gl8. 46957952 iPABX)
HURJ\l POWER COMPANY LIMITED Fax :88-02-7913229
Web :www.rpcl.ory .bd
E-mail :mcl@,pc.org.bd
Memo No :27.26.0000.003.07 027.15.301 Date: 2 5.03.2018

Subject: Amendment and Clarification in response to the Tenderer's queries against Tender
reference no:PUR:020(FW/MYMENS1NGH 360 MW/OTM)/2017-18.

In response to the queries received from the prospective tenderer wit hin the stipula ted time and
discussion of pre-tender meet ing held on 05.03.2018 as per the tender requirement, the
respective amendment and clarifications from RPCL end is attached herewith. These amendment
and clarification shall be treated as an integralpart of the Tender Document.

Thanking You.

-.C. 6
"'
(Md. Salim Bhuiyan,PEng )
Execut ive Director (Engg.)
Phone·02-7911201,+8801748397S94
Email:edengg@ rpcl.org.bd

Copy To:

l. Managing Director,RPCL, Dhaka


2. Executive Director (Finance), RPCL,Dhaka
3. Office Copy

Distribution To:

1. All Bidders who purchased the tender document


2. RPCL's website (www.rpcl.org.bd)

/
-- ......

-.t>.\.
("-1.J.
I
'fW;
.
i
::"'I.i:.
···. ·
' .... - ,I
. I
,.- -r·. If
f

.J I . i :
·)
-rr :j

- l I '
· _ _ (/.II· ;--- :
.,.----·- , "t L
./ I
,
/ I r '
· -·
- -- !-f .1. .·'
:..: ·l co•.torr L :J' .
;,J ••,:., 1 1·'..-4."•':i •·1tf •1·rl

RURAL POWER COMPA NY LIMITED

Amendments and Clarifications

FOR

ENGINEERING, DESIGN,MANUFACTURI NG, INSPECTION, SUPPLY,


TRANSPORTATI ON, CONSTRUCTION, ERECTION, INSTALLATION, TESTING
AND COMMISSIONING OF MYMENSINGH 360 MW DUAL FUEL(GAS/HSD)
COMBINED CYCLE POWER PLANT PROJECT ON TURNKEY BASIS.

REF: PUR: 020(FW/MYMENSINGH 360 MW/OTM)/2017-18;DATE:31.01.2018


r SI No. Vo ume I Sect.ion/ Clause Pate Num!x?r Tender Specifications Clarifications RPct's Clarificat ons
Sought /Amendment s Remarks

Sidder rcquesuEmployer to confirm th<ll The Rurall'owe• Company td


Vol of 2 I Section2 TDS If,,
1 43 (KPCl) 'ercl>1·
General,1n 3.1 The source of public fundsis: At least 8$% ECA/ Buyer's Government of 8dnll.'.ldeh
willprovide confirms that he Governincr>l of Bangl.idesh will Credit f in.'.lncinr. Bioder i
--
and Maximum 15'% RPCL's own fu11d. Sovereien curantee for EC \ / Buyer's Credit r>rovide
Sovereien eu<1rantee for ECA I Bllyer's
Financine. Crt>dit ftn ncic g.
vol 1of 2 I Sectio" l TDS / C. ThC' Tenderer shall provide the manufacturer's Bidder rcqusts
tmployE>r to prov1dE> mc:ntioned Pl<>ase 1eler to the Form i>W7/1-4
i Qualification Criteria,1n 46 uthorization,us ngthe form hdcr <·ctio" of Tender
provided in Section 5 ll1ddc1·A
for111 for manufactur er's authorization.Section Docume.,t Volume· of ).
19.3 [Bidding·Forms: including supply record) S:!lidding F orm is not
con:aining the s;ime.
. . ., Financ al Anil ysis for fuelcost and O&M Cost:
''\
Considet'Ed plant factor: 80%
· '\
1 f PO = Annu•Igenerated energy at Step-up tr<insforrner RPCl.confirms the formula Tender terms R
.
/
' Vol1of 2 / Section 2 HT terminals at Site Condition in Kwh T2= (1"2 i:as x 50%) + (T} HSD x 8%) Bidder
/
TDS F. condition will p"'vaildocument.
"- -- -/ lender Opening and 58,60 :PO t;as x 24 x 365 x 0.41(wh (CC Plant <unnin on Gas re<1uests E1nplr>yP.r
to confirm the above lormul Evalu<Jtion,ITT 60. ,60.2.
fuelilt Plf of 40"/.o) lo derive T2 T2- (T2 i;,1,_ 50%) > (12 HSD x S%j
60.3
" PO HSD x 24 x 35 x 0.4 Kwh (CC P
lant
runn ng on HSO
atPLF of 4)

12 (T2 gas x 50%) I en HSD x 8%)


BindPI' A
litigation (ITT Cause 13)
Vollof 2 I Section 5 I ?W7A Information
pending lonnon-perfo1mance of.contract
itication furnished in PW7A- 12
and
-:1. TendererInformation. llidder rl.'qllets Employerlo provid<:> the rtease ee tl..<lcl cd
Ant1ewrc 1of Amend1iicn
4 122, 126 itigation [IDCause 13]
PW7A - 3 JV mentioned Form PW7\·12 / PW /-12. lor rw?A·l2lorm.
Par1.ner Information 011non performance
Information atcontiact and pending
B.ddel' A
litie.:itionfurnished in Form
PW7·12
4 .Pvment of ocal Currency f\s. pef the refeircd poy,ncnt tfm5., there is no I
(llangladesh Taka!:
<•dance payment of local Cllrrncy. For
Vol l<>f 2 I Section 3 CCC / rnobili7.<ll'ion and start or construc!lon b·f local
80% - Prorata 11eain5t monthlyinvoices
Please follow GCC &9.3 (5ectiM·'1,I/cl 1of 2i
COl"\tra ctor, advr.tncc oaymer't to local
5 .. Clause 69.3 - Paynwnt to 107 10% ·Upon PAC 'Pa·ment to rhe Contractor' reg<ffding f>.:iyment
' j\ ·. ...
Contractor 10%- Upon FAC
contractor1is
'S ,,.-- · ' : ;. ,.- necem1ry.Hence,Riddef requests tern·"under ECA Fi11anch1e. I
Employer to r.ons der payment of
aclv;incr, (10%)
,5., \
: j
- :;:
<-\ tor loc..:1l currency "s well in line with prevailin13
pract ice ;,,BJnglddesh j
'
ri RithJ<>r I\
I
I t
J
,,-, _:
* _ .-·-. .
. ->·:,/;'- Pdgel of 107
77 ·::/
0._,
.' .:::
·ri
. : :.I ' -
>-·\
i'.! I
,.

o:i
'-., I < I
/
0-
INo -- z, sect on / Oause Page Number Tender Specifications
.;:) Remarks
-;:_;/ ::.:'.'/
,' ··»·\-'A
i...-·.. ,
'· ,,
l If the plant foibto .ichieve such net power
Cdpoutpula1
on Liquidated Damaee 011 pL>rlorn1mCl

- \lte condirion in S mple cycle mode or


i1cleMIV specifrerl.
!
!

comb ned cycle


Vol of } iSection 3 GCC I mode as cuar;;nteed by the Contractor
rnG'J<1ra11:c"'
6 Clause 76.1-liquidati>d 112/lB $c;hedule,Heat Rate lll'!f1·r to Annexu'c - 2 cif A mnr.cmc11l.
04lmae, for Pericrrnc1nce If the "ct hc;i:r.lle of thr!plJnt Ieither simple Ci'Cle
01dd£>r rC'QuCS>S r=m1)kyer tlJ COM!. df'r cap f)I\ LO
mode or combined cycle mode)
for
exceeds the guurantef'd
i value for liSO nd Gs fut-I..... perform.met:
hortfall as
10% of
Co111r.ict
Pr ce.
! Bickler /\
Hiccicr rcquc:sls extensi.:in of tirne for

La<t date of Tender


su1Jm1S>11>n:23rd
Apro ,20:8 (12:00 hr.
BSl)

meuline nd amendme"t {if .i11y t l!sull of Pf'c


I Tcndr meetinr,. tlicldi'r A
Vol 2 of 2 Edir..ble copy or tedmlcal chectulP: endc>r
Part..(-\
...$) 8 S lo 126 Tec!inicISchcciule Rcou.,:ing EmolcyNlo provide e1ht 1hft•rnpv tif document: Vol-2 of 2. rart
Schcrdule J\ w
B, wi1: bc- wov ded to IItedrnirnlschE>d11I!'. the Tcndc
Sr.h.:-dulc. L
1e1,who purch scci the Trrndcr
doc.:Ul1lent. Bicid<:r A
-- RequestingF.mploye1
Document Volume 2 to prov1d.:the.- wi11c! row Pl asc t cfer l<I the Tender
9 lA/l/l.1 2 ClESCRtPTION OF fHE
PROJECT prevalingat site. ol 2 par'. fl, Sectio11 ,Pag 2 s;ddl'I
A
·-
IJrawings furnished along with the tender
10 2N23/1\nnexun:$ 1-20 370 APPEND
ICES: AMexures 1-20 dornme"t are not legib
le.Bidde r Leaibl!i' CODY of drJwi11s Jri<l P&ll) w;ll be
requests
provided.
idrawings nu PP.Ins
lccible copy o lliddPr /I
. ·--....,, --
Both these tender equirPmC'n:'seem
\ One { ) t•nit of He«: Recovery Steam Genertor IHRSG}
comrodictin[!as aause 5.2.1r
f.,,'to thr'PP. of dudIprt-ssure steam cycl suitable to utiliz.:- exhaust
pressure sysl 'm for HRSG while
Cl JL1.\C 2.S
2A/2/2.5 I
14 c;. s fron• th<.> g s turbine unit includine followin1.: indictes a du.;il or<.>ssure HRSG.
Number oipres;urc levels:01 stedrnc-rlP. tinfl
-.' The major con:>ionent of the
steameancr..tc:.r •hdll Ernpbycr is rt>4utcd to conl rrnif be n1111irnun1 dualpreuurc.Ifany Tcdcrer offe1s
thereis any
ll
include: .u'hspecif c requ rement for nurnbcr of stam cy111< more thJn du I ,e,sure
for bet:N
2A/5/5.2.l !)Q • s: am Drum pressure levels for ste,i1t1 cycle.Alterm1livel\'. pNfoni11nw I effic ency,it will bt accepldble.
• Complete lot of . .. for MP/ P/LP superhe;i1cr
Employer to cc>nf<rm if Biddrr i allow d to
dccidt- the p1e"u"' evel• b.ucd onoptimized
• Completelot ol...... for HP/IP/LP evupor<ltor
I
t • Complctl' ot of -·-· for HP/IP/LP cconnmiser steam cycle for ··conficurntion.
'"
i ·--.. ..- -
·---·-·--·-... l\id ..::_
_]

P ;P l ot 1 CI
if'\
wordio>&s JACIR
as
1s

Tender uocument s peci(iecJ JACIR patenled

'

condenser, b<1ck w ash


ine arrd11Jlement fo1

IS

loC<Jt
Rfv'1S and
CCPP)

......
f\ !?..- -i'.'_,,·.,._,,,. '-.·:"··
.•

'l. \<.'.) r <',, ,... • •


'·,'. ·-;;?,,_ •;..:::> '.
. J ':<· ,- .> ...
' ·. · r., :...1 ...
Page 3 of 107
•.;! _/ '":;'-.·1
\.... .;.,: ,e"-;,. ,,-, •, ;·j,
r-
81ckf('r /\ I
!'><1Z,C I of 10/
I .....-
SINo. Volume I Section I Oause Page Number Tender Specifications Clarifi<:.iltions Soucht RPCL"s Oarif ications /Amendments

,uruine vcner4llOr 1,..omoineu._yc1e rnooe nledsurcu


i' a1 I Remarks
2il/Schedu
lc- f2 (i) l tile hieh voltage s de of step up transformer (Delivery i) Combined cycle operation ' transformer.

pointas per PPA). for Gu rante(? purpose.


ii) Hieh voh1ge side of GT<: step-up transformer
& ST(; steo·up transformer.
Bickler A
.Bidder
.--- A·-
Simple Cycle power outpllt measurf'd at Gener ator
2P.iSchcdule-A/'1 ! I 3
lernlinaJ
flicldPr A
C.ombincd Cyde Power output <It MCR Measured at BiddN 1\ ·-
2B/Schedul e-A/4 (c) 4
13idcler A
Generator Term inal
Th SIP.am goncr<1torsh31f be of the forced circulation
As ment oMd in clal• sc 5.1.7.of s mc section To achieve the {llmrantee µa<' met;'s :is Iler --
'
·2 3 2A/5/S.2.1 o type .
l RSG wi l be usine either forced cirwla tion or cheuule-A of volum e 2 of 2 J>Ml B.13iddcr may
, naturnl circutcit ion. .,eie:.l uililbtc 1echr1olof l'· Bidder 1\
\ The super heater,composed of rowsof tubes in
I mllltiple passes,connecting the inlet Jnd outlet headers
'
'
.. . / sh<illbe specifically designed to meoet the performance
'
_,, requirements of steam flow and superheat
Sl1perheatcrs and ev<Jporators will be des1gne<J
temperat ure. To achieve the gu.HJntcc- par:>f!1etM' .:i per
as per OEM
.oandord pract ce.It willbe either
24 I Z/\/5/5.2.1 '90 schedule-/\,of vo
lume 2 ot 2 part U,Biddl'r m
.ry
single-PdSS or mult p<1ss as per design
A multiple row two-pass evaporator proidcs for ·.e
l ct suitable ech11olor,y .
tequirement.
unrestrainedlube expans on dur n& temperatue
swines throueh the use of frce-flo:itingreturn bend (U-
bend type construct on) at one end of the evapor.a tion.

Bidder A

Leveleaugcs for HP drum willbe b1-colou1 type.

25 2A/S/5.2.2
I ')3
S.Water Le11elGauges

Both gauges shall be of n approv bi-colour type


Levelgaur,es fo:11'/LP drum & lilrt will be of
transpare nt I reflex type.
fhis co:or codinllshallbe as per 1tlevdnt
intcrn<itioni\ s aridarcl\.

Bidder II
·-
The l>idder sliiJllen;me beacr effic;irwcy ot HRSG
Feedwater control station may be loca ed in
The outlet connections f rom the economise r shall rind guar;,.ntee parametNs 'pP.r schedule A
26 I 2A/5/5.2.4 95 directed ro the steam generator drum without any downstream of economise1 .ind upstrc;:inl'ot
Volume 2 of 2,part 8. The biudcr sh3ll prepare
drum for netter control on apµroach
-
' Ef.i; ·
intrmediate v.Jlve. temperature.
his technical proposalilccordrnly followine
ion rnation IstandarcJs Uidder 1\
·::.«·; -

3(
j(
·-rJ
9-. t1
i;: ·
3'
f\:- -=: ·,-- i
.,;
/
. t..o -3 f.' .;A
', -- ---·,j.
7 . :'.
!
!
-· : :...... ./
'

'\ '" I',.'•,y Page S of 107


. -' ··-1,. j
" '"ri
I
0 1 1••q.- ...,,, ... •'
- •··1 1 ,.
---
:·11 r,. ,. , ;'\

=-(...._; • •. ,_
!
.... .. lSf /,'<-i
\ ·- Si'fi'r-...!'.:'"Jfl
t-'
?.\ _ 01urn 11ct on I aause
-:.-;i ' -·
Pace Number Tendi?r Specif cations Clarifications Sou&ht RPCl's Oar fications IAmendments
Remarks
Ii

' .
,-
/
/'l ,. p<!r clusc no.20.l.71paC! no. 310) •nd
cl usc M. 21.3.2 (pace no 350). wind peed hJs
I

.c.•
27 2A/l/l.l 2
Pl<?as.e rd1rto nrtide nc. 1.1o
hec11 mentioned as 200
Sect;on : Wind velocity • 225 Km/hr
Km/hr.Bidder sec s Descript onolthe project. Volume 2 of 2,!art A
cl.>rihcarion regardingwind sp<?ed/veloci '( co !le I
wns•dcrcd for the civi,
Wrnd vPlocity - 7.25 Km/hr I
tructur,11designof·the
idder r J
TI1e projectland rs required to :;e filled, developed and A p' ktu5e no. 3.2
buildin / faciiitie .
--
(page no.33), designed rompctcd upto the rccordd m<txirnum w11tcr
level l·at on of the plant lnncl s 14.99

28 2N1120.1.1 308
n1PWO. [
plus 1rn. ThJt means the proposed JGO MW power Bi<!der >eeks
DtoSign £1(!v.:itlon :>f the project Lano s!1all be
l'l .99 ni;>WD
___
d<irif,c;it cn reg;.rding tht> lc!vE-1to

1-··--·
plant µr-ujec.:t ite shall have to be at a eround l vel of
15.02 mPWD.
becorrndered :;dc s e11ed el v:ion for the
plant land. Biorfer A I
,
I 1'opocraphic Surveys Please re'cr o (i) artide 20.1.7. of I
Section JO·
I 29 2A/20/20.1.2 308 Bidder requests to provide Topoerc1phy )1,1rv y (.:ivil worlr.), \.1ofume 2 c:A ), Prlrt A I
dta of exi5tings te,if any. (ii) arklc :u uf Sct on 03:Power Pl.:inl
Arr angmn11t. V olume 2. or /., Pi1ft A lfalr:ler A

\
Secrion 20:Crvil
llid1kr r-?qucsts to provid Soilltwc>tietion
?IPas ref Pr to ar11cle 20. .::! of

30 2A/20/20.l.3 3C8 Sitelnvestii;ation - orks. Volu:nc 2 C'f


data of existine s 2, rart 11
llidder t,
te,If any.

c.1e111r>0r,1rv works as necesary to construct the


pennanentworks. PrO'l Sron Of site orfic:c
L.•1for thvn .irca
Bidder requests
ydm. for cmporary wor llrcld<!1s
to provide details of lend of
' PCti rinear'c requested to visit thf' pro11os<:d 3&0
31 2A/20/20.2 311
Engimer and the Project MVV C:CPP sit anti t 11c xistirig power plar1t sitf'
Directorincluding all $er·vices, loc:a:um of laydown area with
to asc5< La.,down Jrca !or temporary works
furnishings,and attendance for the respect to s: t<!
loc.ttt!rnicrnd it:.cont.iiticn atlhc lime of h ndinti
periodrequired by
I the (llgineer but flOt exceeding one specif•1inglocation of
month ;ifter the over. laydown <Hea.
llidde r /
finalt3k ng over date. ·-
I In clau . no. 20·.6. ,the
m1n<mun1\hr ckness of
2A/ l/20.6.l j concrete pavement has been mentioned 1'\ 15
and cm;howc·cr in ciause no 20.u.l.4 the concrete 'l lca\e refer to th<'.
clauses as mentionccl, where
Mn
il
n tulll th
c
i kncs.o. of concrcl<! pavement
2N1/20.G.l.t. ave<nP.11t thrckness has been rncrit:oned,u lO two differt nt deir,n/

s:rvc:ur t'S ar(' CC'nsrclered.


c111 Bidder 1e4ues ts to cl4ri fy th<! Bidder A
mirtit'lttrM
<:oncrett' p;tvr!ment rllir.km: 10 IH! l:On$1dt-!1 ,,,L
1.MatcridlS
.
i Cement n:ld 11?111forcinr.stePI will be furn
ish<?d bv rhe It is ;itypCleraphicaimistake. fhe r.oncr<:ti- to f:p
33 2N20/20.G.l.4 30
) Contr<tctc .The concret" to be used for con(r'>te

-
< idder undf't< used for cr.>nCJ·ew
artd'> 3500 kg/sq.<:n-r. i< Ly po pavcmrmt shall be
p;ivcment shall be not less th;in'3S0Cke/sq.cm in the en-or e:1der not less
re?c;uesrs to cl -r y.
stri:nath t 28 d.ays. than 35tl l!fsq.cn11n the strcnGth at 2S days.
'
,
_ ,,; II BicJder A
\ -

Volume / Section/ Clause Page Number Tender Specifications Clarificat ons Sought RPCL's

Fl
, ,
'
The s te boundary wall shall be inst<illed around the
power station as directed by the f.ngineer.The site
d I h II u f b . k . Cf .
Clarifications /Amendments

idder requests Employer to define KPI


seclJrity and safety
.
KPI (Key Point Installationl stand;irds .re being
f d.
011 ·we 1
d"ff .
1 erent important
I ·
vita
I

1nstallat1ons w•th rgard to


IRemark s
I
I
·

34 2/l./20/20.11..4 344 boun ary wa s a eo nc wa11 with RC rame 1n stJnd rds. considerat ions.
accordance with l<PI Standard and 2.40 m high 1nd 0.2S f
· on thickness. Biddersare r· quested to allow the applic.ible
Ba11clad€,ll Government KPI standards . 'dd
ll1 er /\

,/ r...,3- 5 ''- Uidder understands t hat Raw water m.;ikc up is Please refer to !'he
teclmical·1 equirement of
2A/20/7..1.?. 348 River water intak pump house required from Deep Bore well.Mcnee. River miclc 3.3.'.;, section: 03. Volume 2 of l Part 'of
c-_ wter intake pump house is tender document
not applcable.
Ridder f\

"'<.. .'; '


, \ I 1 --- I
Article 1-3..3 2nd Par1gr"aph i:s ilmmcnded as
- < < 11
Clause 110. 17.3.l not found; tender I below:
'Desie rnl cubtions,1nd det ailed drawinr,s shall
n
submitted to the E:.ng neer for approval
n accordance

, .
/ [)ezian calculations and detililed drawings shall be be stibmilted to the [ngimer for approv,;ilin
accordance with the requirement set out in the

i
35 2A/lf 21.3.3 350
with the (Cquirement set outin.Sect documents.Ilddcr requests to provide s•me. l'c!"dcr Document.Comtr1Jctinn 011the S te sh»ll

ion 17.3.'lof the Tender only commence after


ck;iwing aft' fi1ally
Documents..
.ipproved.'
Please cc the \\ttached AnncK LHf' - 3 oi
/\mendment. Bidder A

Bidder wishes to clarify that Gas Turbine control


and protection includine Turbine rnpervi ory

l
inst ruments and gc,,erator protectio11 & contml.
excitation, volt;ie regul tio1> arid
The DC$ rnu be reliiblt! ancl
unique,covering al] synchronistion systems shall be
automation functions of the power plant,which are:
controlled by GT/ST
37 2A/l l/ll.ll.l :1.12.
c Turbine control;md protection induding Turbine f'l ae follow the T..:noer pccifit:atior"
supervisory instruments ControlSystem as per OEM
f ;. C enerator protection# excitatioa'l, voltage rec,ulc1lion proven practice.
and synchronisation systems
Criticalsignals shollbe
hardwired l>etween GT/ST
Control system and Plant DC5.

GT/ST Controlsv>tem sh<ll be inte1iced with


?Iant DCS throueh
soft link
communication.

/....... --- -.:::: Bidder A


,..);
·-/ \-0::: - !
,
..,.,. {'-..) D:; , ' ,),_.•

,, --- ,sJ., Page 7 of 107


:'1'1 r N" '\'. ·
fJ>./
-.- -. · r- -- r-
n
·1
-- Page Number Tender Specifica1ons I Clarif cations Soui;ht RPCL's Oarifications /Amendments
Remarks
'z: '- I Biddc1 understands that Ste:im Turbine control
system shllbe propriet ry Control System as
. ...... ....._\ , • /)
It i$to tie n tcd tlrnt. heterogeneous solution for the \ per OEM '"pplier .
.!· ii\ \.'' , proposed control system of the Steam Turbine ,ind
l-IRSG shall not be accepted. dRSG Controh & proteC1.io11 shllbe
38 VVl "213, imrlemcmed in the CJCS, which may Please foll w the Terider
l/ll.11.l 214 not of the !.pecificion.
rhc protection system of HRSG rnd Steam Turl1nP mut sarnc make as of steam turbine co:trc:I y5tcm,
b anintegral part oflhe plant Control. however their provenproprietary
l011trol
(liddc• ::.
wnem shall be interfaced with P
dnt 00-..
Bidder requests to confirm.
1-- -1- -t +- +- --"1-- · -r --- -
I terface equipment shall be prov ded to
n Please refer to a1t1clc no.11.1. l 7.8 of Section:
facilitate communications with l°hl: Load ll. Communic.ition fJcil tics
Dispatch Centre (LOCI. ,Tender tlocu:nent volume ] of 2
Please provide the information of
Commun cation protocol a!LOC,for P;irt II.
The station's block operator •.hall. by
3!l lA/11/ U.ll.7..ll 227
usof the BCC, communic,ition with the DC!>.
have me ns of .>uthori2ing the remote controlc"nter to Plcose f ollow the HART comm11nicati0n pruiornl
r.iie/low r the demar:ded .or target power generation ·occ·&·ucc·
lI'C!Js clJrify the System
on l1CC & UCC .ore the 'Cor>trol &
elected opr.ratingunits or blocks....... Intelligent" ytems
Bickler J\

Continuous [niis,;icm Mon


it or Module
(llMp Mmh1le)
I Continuous emission monitor scnsocs shll be Continuous emissJon monitor sensors shall be

1r - ,"-..\ 40 211/ll/ll.13 provided ai bypass mick & Main st.><:k (HRSG provided l bvpasi st.?c (GT Stac<) & Main sTac.

I Continuous emission monitor sensors


' 233 (ld if for nt
-lRSGS .. tac
shall be set at
"haust position
k) ;in d Crll
I
so
. . \ 1eve1 :thMem
.,1 II l Uission lev<:I c.:in be Sta,k) and emissionlevel sli;ill b<.> rnor1 torc..J.
lSSIO!'
I · ·· . monitored continuo(lsly for fulfilling environment I f\iclcl(•r req,1e 1 ro . ed
rnorntor .
ld )

confirm 011r under5tandinc.


l legislation and mitigation requirements.
I1 I-· ·· i I I· ·---------"----------------! J_!!_der A_

· • :r DC & '.JPS Systern


fhe l•\V OC sytems arc powered via 2x100% redU11dant
We understandICMS same as
OCS pie '-'
confirm.
/
DC/DC converters. Their main5 ""'taken from the nov f.•l<:·af! rPf1 1 to 5f:"ct icn: 11, Tender Oocumnt,

'IJ 2A/ll/13 244 /110 v DC battery •vsten>s. Main consumer• of 2V DC IWe> propose to use 7.30 VAC UPS for the control Volurnc 2 of 2 Part fl. for your
ne c c '.S<H
' \"
are the main ICMS c1 . svstm /OCS end further corwersion of ]4 VDC unclern.1ndi:ie woth rcgMd to
binets.Eachl&C cabinet shall
shJllbe lak('n care of by thr
rec ive two in feed• from th CCPP control
redundarlt DC/OC control syte111
S·tern.
j
convener via d"couplrnc diodes. 1ran11facturcr.Bidder rcqlll
I
Sts 10 confitm.
1
; .L___ ---- .'.<_' -er A

P.o ee s ol lO'l
Volume I Section I Clause Page Number j Tender Specifications Clarificat ions Sought RPCL's Clar fications /Amendments
..
Bidder requests to provide
Remarks
Lyout (rlanand Sections)
drawing ol existing'Switchyard
with
Cor1struct on of Proposed
Myrriensingh-Nelrokonu 13:' PGCB recommended location
kV double circuit LINE IN, UlliE OUT (ULO)
of proposed Switchyard bJys
interconnections.
• PGCB will co11s ruct lnterconnecti to be constructed.by El'C
o11line upto the
Contr1
,ctor. Single Line Di gram of £xistinr. switchyard i.
42 2A / J / 1.1 4 attached herewith.Ple<1sc: er, Annexure ·4 of
switch•Md eantry of proposed plant (360 MW)
Employe•·rny pleaseidentify the t;;fminal Amendment.
• Construction of 4 .switchyard bay of 13?
: . .........,..., points and scope of EPC Contractor on this EPC contractor of 360 MW CCPP
- - kV by the EPC Contractor .:is pro ecr will
recommended by PGCB lyout drawing.Thisis required to cstimatf' construct the switch)'ard entr\'
struct ure of 7
\ impJct 011 EPC offer beini;pro1>osecl by Bidder. (3•4) bays, o\1t of which J bys for 360
MW CCPP
. I with !i.ubstation equipmt'nt complete in .311 6idde1- A
:1 respect . ll bay10 v1ill bP kept ,-esF."rved for PGCB's
c, ,.-c
- -:·. / all
Proposed My111cnsingl1-Nctrokc1na
Bidder requests to
provide 132 kV double detailinformation circuit LJNE IN,LINE
OUT (LILOJ inrerconnections.
CCPP Generator .step-up transformer(s) would be of exlsti11g Switchyard (e.g.Datasheet and Gt.
For aclditionill dJta /information, Bidder<. arc
connected with the existing 132 W (irid Sub-Station (by drawinc for ei.:isting conductor,Structural GA requestNIto
' contact rc,pe·ctive departm<>nt /
extension and strengtheningof conductor size of the drawings and Oesig11 ca culat ons,Foundation
' 43 lA / 1/1.1 5 132 kV s"bstation by; main bus,and transfer bus F..nlily at their own arra11gcme 1'1.
drwings and Design calculations, undereround
ystem.) through high voltage undergro.und cable and facilities und any other details required for
' other necessary electrical equipment.
interconnection). Tf'iis is Bieh e• II.
requ"ed to estimate imµact on
EPC offer being proposed
b·Bidder.

Bidder understands that LT side


of Gencrntor sti;i-u::i
transformer sh;,11 be connected
by
44 }A 1 2.] 17.
Connections to gener<.1:or powerleads and unit step up
Isola ted phase copper busduct as mentioned in
Confirmed Tender tt>nns & rondition willurevail
Dowrn
trnsformers by phase 5egregated copper bus duct.. Clause No. 2.8.2 (Page lS). Bidder requests to r.f't
i
confirm. Bidder A
Unit Auxiliary Transformer lmped;inc;e voltage {%Zl depends -
on
T1·ansformer rating ncl Bidder sllall e"sre th : Please follow \he le11der SJ>ecification
Impedance voltage:Shall be witin the range of 5%anu 1ndlatc>St
45 2A / 1/2.&.3 19
"/.5% minimum values of the same sh,lll be a IEC tand;1rd while detcnnini11(l he transforrnr
ratings.

-
iz din Tble-1of lfC 60076-5. B dder
recogn

requests to
I
Bidder A
-
·

J(ce:it.

A.
Page CJ of 107
;
:,
* '"E
--- -!"'V'<-
... :St'Jo.\ ,.J ;• I
J
:c
-z_ OSI N .!;»/' ection I Claus" Page Number Tender Specifications Clarifications Sought R?CL's Clari1ications /Amendments
,_.. ,........,•
.l....J,, c.._.•-..
S?. : @>• ' Remark
\· ', ':::· ) ·1
- .·>-::-.:." ,< 1'' 1cfder underst.mds that 132 kV Switc heear {1.t'.
13( kV
cootrolled from Central Control Room (CCR) i

through Oistril>ll ed Control >ystem (OCS) as l'leasc refer o


t11addition to the unit localco11trol Annexurc II (Plan Equioment rncntionedin Oilusc No. 11.6.l(Page
<1nd proteclon 2071.layout) of vol2 of 2 Part A for ;>ropo'elocation
;1<mels, the following pan ls shall be of new 132 kV localco11trolanit protect on
provi<ll?din the
oidder requests tc provide l<!yout (Pl1n and p,.ncls.
4(j 7.A / l / 2.9 20 centralcontru! room.
i SN.LiomJ dr;iwing of existing Switchy.:ird with
132 kV control and protection pane propocc
s. locJtion of new 132 k Vlor.Icontrol Bidder is requested tovi ir
th!!<:xistmg ;:iower
.1nd prorcction
site for panels wi
t hin 6uilding / Pof'ICJ p!Jnt and proposed 360 MW CCPP
cbm (i.e. prcfobricatcd c;ontincr) on thb furthP.r riCCf"!>.sary info1'mdt10.n.
l ayout d,41wing. rhi.\ is re:quirod to <?sthn-11(..
impact on F.PC ot:er being proposed by
Bidc!P.r.
I
I fl dder 1'
I addition to the unit loe<1Icontroland protect on
n
pan(!IS, the followlne pJne s hall be prnvided i11the Bidder understands th I6.6 kV Switr.hgcr ;ind
I central control room. WG (Emergency D esel Generator) willbe
47 2A / 1/ /..9 2IJ I con:roll!!d from CcntrnlControlRoon1 (CCR) r1es" folluw tht: tech11icI'equirem.,nt and
i
6.6kV common switcheear and
emergency die'lel
gl'nrntor control bovrds ilS pr r.,quircmcnt.
'
tnrough Distr buted ControlSvstern

Bidder requests to confirm.


:ocsl.
I
l
tender spPr.if icatlons_

I Gidder A
Unit AL1xiliary Transfo1mer & Strt-up/ Rserve auxiliary Bidder proposes -
to provide three phase, oil Bothself -air-cooled/ force cooled
transformer immcrcd type. self-air-cooled/ (ONAN/ONMJ for Unit Auxiliry
force cooierl
48 It,/J I a.i 161 One (1) no. of three phase,oilimrnered type. sell-air· I (ONAN/ON!\F) Trnsforme< & Start-up/ Reservt>
Unit Auxiliary Transformer & ;,uxol ary tninsfom1er may be ccn
coaled (ONAN) transfa<mer. J Start·up/ Reserve auxi ary idered
trnsfor:ner. Bidder ilCCC'l)l"ble
requi.>sts to accept. Hiddt.r \

'
'·.........
Pagp lO , j 107
SI No. ! Volume I Section I Clause Page Number Tender Specifications aarifications Sought RPCL's Clarifint ons /Amendments l
I
I Rema

I f\iddr understands that LV windine of JAIshall II


be star connected and th<! neutralof star

NeutralGround n& Resi•tor connec.tion shall be grounded


Low tension windinc of the station throueh J Neun.al Grounolng

transformer shallbe ero1111ded Reistor (NGR) whichwill limit the


throueh neutral:;rounding resislOf wh ch fault current to 300A for 30
is second>.Bidder
underst.:inds NGR for UAT shall
be mstalli"d
accommodatein the compartment of 6.6 kV switc.hgear.
49 2A I l / 10.1.l 19q cutdoor in the tr11nsformer y<ird ctos<.>r to UAT.
P ease follow the Tender
spccifiction The ctJrr ent ratingshall be suitable for a sing e phase to
>Carthfault on 6 6 kV circuit for 30
second and a
ma•irnum ncutr31current.shall not be e>xcP.Pded 10A .
Furthl!r,Bidder understands that LV w·u1ding of
/ . ·: _: , st..'.ltion transformer shdll be 11ar connectcl.
'' NPutralof star connection shall be -solidly
earthed.Bidder requests to confmn.
\
.. ;
..
·

' ;
+ ..
- ''

Rared normal
Bidder A

wrrent Bidder understands that current ratingshallbe


i com
n ing and bus tie circuit :2,500 A
C?edl!r c rcuit :600 A as per actual requirement duringdetail
eneineringstacc. Bidder request s to confirm. In principlr,cu rrerit rat1nt<S .ire to be
based on Bidder fl
Rated nomial detailenalnee(ine .stages complying lates1·IEC
Sl 2A / l / 10.2.2 195 current Bidder under'lt;inds that currnl ratingshallbe tand.1. rds.
a'.> per actualrequirement
Incoming:
during detail ene n ering
2,500 A 51agc.Bidder request\ to
Feeder circuit :450,200 or 100 /\ confirm.
-
Step Up Transformer Panel [for each
GTG/STGJ
CONTROL PANEL
The control panelshall br. equ pped Bidu r understands that mer Protection
with th<.> follo"'ong items or Transfor
protection,but not limited to:
Pa11cl1(tor·GSUT,UAT,RAT) shall not be p.:irt of
Throe (3) Overall differentialrelay Ple<11c follow TechnkIrequir ernnts
L.32 kV Control & R!flriy panels.There shall bri
52 2A / l / 11.&.2 197 Three (3) Step up transformer primary over-cl•rrent
relay olt he l
eparate 132 kV local control antl protection fender.
I
panels fo1132 lcV equipment protecion amJ
One (1) Step up transformer neutralover-current •i!lay I
s\o:.tcm control.
One necessary auxiliary rel vs.test terminal b ocks,

-..."'"
,7;:\\\ -Ci
/ .. •l,,,\)
1
-
lockout relay>.etc. shallalso be provided.
Bidder A

I/1*,, --- \,I',.. ,- ,


,.....,
l-J 0
"Tl · <';,'\ '
. ._, .· C"T ,.4,•;,.\:
;:::::
7
i:'O
- · C. ) ·.:<"1
o.. I- - .,:
<
. I • ,!\. ••
t..J
... ...
=5
i::..-
:;:...1.f'""''"'V
!" •• •

..: . /'
.,lt;17 p·'\\'V/ Page 11of 107
r,
nem;1rks

I
S4 '°"'"""'""'"'""'•h"!be ffi•b<Odod <o mm

1s

<c>l ectrir. cr<ine


eoin1ple11•

'I,. protC?ction
tall<>tioll.PIC?asc y

BuldN II

GT r11
<:

Pce 12 of
107
SI No. I Volume I Section/ Clause I Pace Number I Tender Specifications I Oar fications Sour.In I j Remarks
RPCL's Cloirification• /Amendments

I f •
t ccovery Steam 6>ener.itor {HRs-GJ
0ne {1' un.it o{ I
I
Please confirm that triple pressure rehedt type be
I ""m"'"'
p" ""k "f ITT "
'
" "
"""'

c1ir111nurndualpres)urc. If any TPdPrer offers o dual pressure? steam cyc e suitable to utilize exhau)t
f he .
better. HRSG can be uscl.I. steam cycle more thandual pressure for
gas rem t gas turbrne unit . .
performance f clliciency, rt will be acceptaole.
Bidder 13

P'lea<e clar fy the temper a1urc ranee of Plesc


n3luratfollow TechnicIrequirement s I
The pl nt shall require centrifugal type cas booster pecifications of the Tenrli.r anci performance
cas al the terminal points. Please also Sj)Ccify
59 Vol Volume 2 of 2 (PART A) 17
compresors of inteeralscar des gnas gu;iram;oe conditionshall b ba">ed onsite
the supply the emperatur!' and pressLrre of cJmb1ent condition For f\1rther in(orm:ttion d
pfessure of naturdlgas is in the range of 80 ·lSO psig to naturJI gas at
'·- the GAC inlet. the terminal point for plant my be 11C"c "ary by the biddar. pl<?ase contct
perforrnJnce
\. guorntee condition.
'· the Gas Compny.
)Bidder G
\ Super heater outlet on heat recovery 5team generator

Vol·!Volume 2 of '. (l'ART A)


.shallbe fitted with asafety valve, non-returnvalve,by·
35
for 1+1+1 confii:uration, bsed on the OEM
pass valve and header shL1t-off vatve..The bypass
I i

designs,there is no non-return ve1lve and heder


system shall be pfaced in operation alstart-up when the• shut-?ff valve in the main steam
µccikatioM nf th" Tnder.
SV)tern.
motor Op<?rated shut of va veis opened.
IB;.Jdcr B
Based on OEM designs, geoerally therr. s 110 Please lo!low the ·k'Ch11
6! VollVol.m1P. 2 of 2 (PART A} 37 Gland seal emergency.spr'ay calrequin rncr1t) I
&land sealemcrr,encv spr.'.ly in the condensat• IBidder ll
pccification.1 cl the Tcnct..r.
systt-m. I
·-
lnstrnment air system shall be provided consisting of
two(].) full·capacily reciprocating.iir compressors each Reciprocati11s ir r.ompressors are en ·r.:illv r.ot
with 11eccs•.ary ;iir filters, after cooler and receiver. usedin power plant recently bedusc of its In
62 Vol·l Volume i.of 2 (J>ART /\) pri11r.iple,lristrwncnt I Proccs air' syst m are
43 "oisr. and complex mc:intenallce wo k.a5 well > to be bdsed on the tcchn c111 'equir('ment of the
Service air system shall beprovided its low rel ability.Screw type.ir compressors are! 360 MW CCPP project. Bidders shall
conistingof two a1>PIY bP)I
(2) full- capJcity re<;procatrng a;r recomme11dcd. cnf i11PC!1ine pra.:tices complying 1;1t l!st
·compressors e h lnternt r1n<1t st<lncl.ird'in se1ecting
dpproprimc
withnect>n.iry air filters, aft.er
cooler nd receiver.
instrn(!: t Jir ano 11rocess <iir s•1stern. Bidder B
The es turbine unit shall he equipped with an Please clarif•/ f the gJ> turbine include
c;3 Vcl 1Volume 2 of 2 (PART A) I 83 instrument air supply systemwhichincludeJinstrument instrument
airtomp1cssor. llidde1 _B
aircompressor.... .
In compliance with Baneladcsh Grid •:ode. the
Generator shall be capable of generatine its rated reJI
The Genera tors'hall be desip,ried and c;ipaole of
power output within the frt-oue'lCy rani;e of 48 to 57
147 The requirerncnt is not co11s:ste111. Please c ;,rify.j eenr?rtang tl\ rated
H?.
It ba so mentioned on Par.e 114 that the unit shall be
rc;il pow r output within the
fn:qunc'I rnc of '17.5 to ':.>2.S Ilz
dl?sien<'tl 10operate safely at 47.5 to ll1cJdcr B
52.S Hz.

Page U or 107
,
•C? Page Number Tender Clarifications So1;cht RPCL's Oarifications
/Amendments Remarks
SpecifiClltions
{\\ • ·.1 1--J
\,,· ·
.. HVAC systems shall be des gned to maintain the indoor :'leae clarif y thP •HvAC Crit1eria Tab
le". I
53 condition sli ted in the HVAC Criteria Table unless not1J 11. table mimtlonedis 1iot found ;,, tender , The bidder shallfollow:he requirements ol
otherwi!>C herein. document. ' HVAC to maintain a11plicable room
temper<iturc
Hea\1r>g Ventilatoni; and Aio fo• individual Equipment I Mar.hinery areJ
Bidder B.
Conditioning (HVAC) -··----! accordl11g to the manufa tllrf'r design.1ncl
standards.
Vol ) Volume 2 ·f2 (PART A!
The HVAC s t<?m shall have coohni:capacity I
Technical ventilation capacity cf 120% roted c1pi.JCi tv
The des1 n cri eria ta!:ile below indicates the levelof
66 Requirement Pl ase required for the totol ystern.
3.3 Combined Cycle and redunc.:!onc'( for HVAC equipmentin th 1nd
icoteo oreas.
63 clarify "the table below".
.ncillary (qu ipment
P
HC.ll•ne VentHatine. ;1nd Air
Bidder 8
........ CondWonlni: (liVAC)

-zr Fi rm Commitmen tletterin favor of RPCL from


the financial agency / Lender backed bl'
Firm Commitment letter from the financial agency / ECA/Buycr'scredit nnancin& (As stated under
lender in fovor of the £CA/Buycr·s credit financing (As
stated under TDS: tn 24.3 (d i,Vot 1ol 2 of TOS:ITI 24.3 (d),Vol 1of 2 of tender .
IT tender documnl).Commitment of financing less than
67 I Rejection of Tenders (oj document). Comm
itment of financing less than 85% of 3S% of EPC cost will not be accepted.The
Pa1;c3 EPC cost willnot be accepted. The owner's portion of owner·s portion of the EPC cost will be paid in
the EPC cost will be pa din the followine manner: the following
/ 1
I.S% upon issuance of PAC II. 10% upon iss1Jance of manner:
I AC !) S% upon iuance of PAC
I
i
If ) 10%uponissuance ofFAC
\ I

I
I Pay Order/B<mk Draft/Irrevocable and uncundition;d
Scclion 1.rrr bank guarantee mun be issued IJy any schedde flank nf I
68 I
lO Tender Serurny f "'riglad<.. h or ;;my toreit;n b;,111k endor s:ed by locf.JI
schcdul" bank payable with f ull responsibility in favor of Plco'c coniim whether we could understand thP
RuralPl"Jwer Company Limited,Ohak•, S..ngiadP.>h.
M_
. J Tnder Security ccm be ls.sud by ;:tny rc pt.1table

!"" "-

?,ir,i. 1.4 or JO 1
SINo. Volume I Sect on/ C
lause Page Number Tender Specifications Oarifications Sought
internationally toreign bank and adv"ed by ,
I Remarks
"'"'"""'"'"'"'' '"'m"u \
36.L The Tendi?r S,.curity shall: Pleilse follow t he tnder Tcr111s and
Con<litions J .
I (11) bein the formof an irrevocable
correspondent Bank locatdin BMcladesh in with 1c1:ard
69 Scct o" 1.1n
Bank Guarantee issued by anin
to tendNor.cu1ity favor of RuralPower Company limited, Oh.ok•,
ema\lonaly reputable Bank whidihas a sanc:l.idesh.
correspondent
idcsh,in the Banklocatedin Bangl.-
36. ;:oon of Tender Secur ty
format (Form r>W7A-G) furnished in Section 5: Tender
and Conrra'1 Form'S;
I
-......... B
idder B
- \ \ 50.7 TEC may recomrneod increasing the amount of the
Pt>rformance curity .:ibove the amount> as stated As our
understanding:
.i Section 1. Instructions lo !)"' .not E!)(Ceeding twenty five( SI percent of
under ITI Sub C!.iu<e f.9. but not <>xceedine twenty-
Pleill.e refer tCJ the Section 2:Te11dc r D trl Sheet
. . o." Tenderers
/ 60.7 five !2Sl pP.rcent of the Contract Pr ce, ifln the opinion...not
the Contract pric.e..should be chl\tif:Pd into'" (TDSJ, I n 69.2 rcsard;ng the Jn><>unl (Jf
exceeding twenty fcve(2Si percent of th!! f>erform;ince Sec urity
ofTEC, itis found that the Tender is sicnificantly
originalPerformance Security." Because if
unblanccd as " r<>sult of front performance security incrc 1sed 25% of the 13idder £1
loading.
Contract price,then the Contri!ct
69.3 The Employer may Increase pnce wilbe· increscd 250%. This
thl! ;imount of the
' Performance Security above the percentage i> too high. Eve•'
amounts as stated
if itis "not exceeding 25%of the
' under inSub Dause 61.2 but not
price"it hould
Contract
be"25%of the or
Please refor to thl?. Section ). :h11der D;!la ShCCI
exceeding twenty fivl! gi11.ilConlrct
71 ITI 69.3 @ OC!rcent of rhe Contra 11ng:, ifit is found that the
price". 2)"increase"should be chan dinto
(lOS).in69. regardmg t he 11mnunt of Tenderi> sienif cantly
below th otfk
ialestimated cost ..r evise· PcrlormancP Security
or ur balanced as a r ult of front loading as stated
P eas"confirm.
under llT Sub Clouse 60 7. Bidder B
A::cordine to normal
Bangladt!Sh tax and VAT
practice, the reQuP't is as follov1:
lhe Employe r shall bear alld promptly pay .111
Th' Contractor shall be entirC"ly respontjble forall kind custom and import dut. es as well a> other lor;,I
Plca c follow GCC 18. (Section 4, Voi1ot 2) Section 3 of t i.cs, dut PS, fees. levies,and such other charges to taxes like,e.g.,a
value added taxiVAT).imposed
72
GCC, A-18.1 be paid under the Applcable Law imposed ins de and b,··the? aw of tl1e
country wher tho? Site is
outide Bi>ngladesh located on the P ant speicified in
Taxes ;in<;! r.>utie>, 1cr,ardini; appliCiJble T,x &
e Price Schedules and that are to
beincoq>or.1teci into
VAT.
I
the Facihtie5.
l.\.•. L.. >f'., - Bidder B
..

r;
'I .
· ..,
I ·\....,
1
::·<
"'".,",

Page n ol 107
,,.... I V.J
l - \" I ,i /

'\ ·):\·\s.(_$..,.T'jl-i' on/ Clause Page Number Tender Specfficat .:ins Clarifk;?t cr. S::iu::ht RPCL's Clar ficat ons /Amendments
Remarks.

'/,.: 1<\-:/J On completion of the whole of the Work!.,the ------·


I ":,.;: f , • 1 '- '../ Conlr,lCtor m.ly ublitu\l• Jn unconditlonJIB,111k
- Guaran:ce an intemJtional!y reputable Bm . k wtiich has
Secti<;ll 3.Grneral C:onoition' --------
· .·-
-
· --- ·. The "Form PW7·ll" not found ;n sction s I
73 fC a correpontlent Ban\< located in Bangladesh In Ille · Plcuse folk•w
l1c form PW7/\-9. o oiitruct 75.3 format as socrified !Form P\"'7- ) acceptable 10 the Tender
and ContrJct Forms. P!:,ase clarify.
l'mplover for the second half of the retention'"'oney as
>lilted under GCC Sub Cluse 75.2. Bidder a

t- -1-- -+ -1 +- -- -t '---;
I '1 Terms of payment
:-i. 1>.ay1nel'lt of foreign curre11cy:
CIF Part

74 Section 'I PCC(GCC69.3) ) Hl".4 (Ten percent) as an ad·ancc paymcn:aca nst ...
... linG to the Sinosun.• Policy, at leat S"I.. of
t\ccon
; tnsllat•on <ind service (forl?ign current·; ponionJ thl" Contrd<.. Pritt> should be pil d by RPCL·own Please follow GCC 69.1(Section- 1 , vol::. of 2)
fund as the 11dvance pymcnt. Please clMify 'P;iymcnt to I.he Contr.1ctor" rC!JMdin& P.1y:n11t
<1) 10% ('Ten percent);is ;inadvance Pil'(mCnt whet.!1er the advance payment will b!' made by trnu under ECA Financing.

I RPCL'> own fu11cf_ l dl'.!P.r B


-
·
-
8.If offered credit amount i 90% or higher
of the EPC contrnct mount (for botl1Foreiitn
currency at>d oc;il
75 ction 4 PCC GCC6'1.3) currency), advance payment of foreign currency will be
I5% instead of :YX.and in that case PAC
PCCpaymnt will
[GCC 69.3). 1 B'd I "
bC' 5% instead of 10% specified in 1 < er "_J

REPORTlf\IG, CLEARING ANO SHIPP NG DOCUMENl'S Bidcl('r B


_, - ·-, REPORTING OOCUMfNT5 _jBici<ler 13
I. , ." l. Sh' .. .
. wec1 1ca1101
1pp1ne
1
Plc-asc dC!i nc the shippini;: specification,'"ii 1----
mean' the "Gener<!Packing"? Please clarify. 8idr.ler e,
i--- ' l------+------
CL_
CR_AIN_
G _D
_O
C_U
_M
_E_
N_TS
_ -1------------- B
iddPr ('.

" .•.,..
u c Con1ractor- sha11 forward tot he R
.p\-..L t h h
rcup. :ht-ir
Con1dcrint: the ac.tual demdnu time for isu= j
bankers not lilt:Nthan sever.(7) days from 1he uate oi or !Jillof
ladinr,from shippine companv. w"" I
sailing for thi! purpose of clcarine; the ca1go at the . slli;gest:· .
·. cl . . . _, . l, f or creak-hulk vesel:Not later than l days:
P 1 o1 ?1 t. 1'l:t. 1o11ow int;uocurn« nl'S
om t 1nahon
j 2, For ""l.Ji111 w>eL Not later Lh 111 10 dys <!_der (l
1
P:•ce .1:.1)f J'l7
--
SINo. Volume / Section / Clause Page Number I Tender Specifications Clarifications Sought RPCL's
Clarifications/Amendments
I Remarks

c, !> ease d(!line the shippini:


76 Sedior1 PCC(GCCti9.3)
ShippingSpP.ciflcation specifir.;ition,orit means the "Genc- 'lcaclollow GCC 69.J (Section-4,Vol lof l.)
ral i>ac.king" ? !>leas clarify. Bidde
r B 'Docun1ent;itio11 for Paymen1'
Please 1dvise the meaningof
"Chaner Party",
d, Copy of the Charter P;iny docsit means the shipping
company? Anti wh.-.t
1 kind of document is needed. Bidder fl

i>INS'! clarify.
.... . - ......_ (If chartering has been permitted by prior arranger. ent Addit onal10 above. kindly pleae clarify the
'
'\ withthe Soard) meaning of this sentenc.c. Bidder fl
! if the shipping documerits for customs de•rance
I have to be subm itted to tha
4'" -
Employer.d()(>S it
rneans that ctutoms cJearancc and au
•Additional
importation formalities,includine
allexpenses. I
fees, port chargesis undertlie
scope of the Employct? Please
clarify.
1··"".
Accordinc to PCC (GCC G9.3),
"The mounuof the ;idvance
Sectio115. paynient c:uJrant" shallbe
progressively reducPd by the amounts repaid
77 Bank Guarantee for Adv<1nce Plea;e refer tothe form PW7A·10
Pyincnt (Form PW7A ll) and as evidenced b•1Receiving
cum Inspection eport." hall be
add \nto the form of •dv•nce - Biddr B
Pyment Guarantee, ple se
Section 5. Ple;ise follow tht> tc:nder terms
18 Bank Guaramee fl)r Advanr.c "This guarantee is valid until..'' confirm. rnd condiriont

"Thisguarantf!eis val d unl l..."shall


be chance into "This guarantee hall
tx• effective form the
: PJymerit (Form PW7A-10) datewhich advance p<1yment
ha•b""" received form the Bidder B
Contrctor;md valid until...''
Section 5. 'Tender anr:I
Contract Forms For per1oron;ince security, plea\ follow the
Thee are twuform\$ ot·Performance Security.
Bank Guarancee for rw7,\.q s gvenin the tender document.
79 P caseclarify VJh ch of hemis
Performnr.e The lorm "Form of Pcrformanle Security"
Security [Form pplicab e?Is th t s!'lall

/,
r·.
PW7A-9J&FORM OF
- PERFORMANCE SECURITY
.//; • :-r •
-')\,.!.:..::,
mean we could cho e one ot them toisue?
not be recwired.

Sidder understa:id tht "S:.ib. ontractor" means Ple-a'ie fo11(.lw the \Ctldcr terrnc; ..Subcontr.actor"

'":l

::-:

!.. v/ - ;.· s. '" '"


• o i:c t Forms,Sp1 cialist "Tr11; Form should h" completed bv eash SubC.9!'tf."-f.!.Q!, the majnf nl\lnufacturcfs and s:1bconrrac:t orc; <is mea• th£' rn1jor rr.anubCtlll'P.rs ano

'.ir- 9:'m
preferJbly on its Leiter-Head Pd" listedin page of 46 inTDSin the tender suhcontr;Ktors as listedin pace of 46 in IDS 10
c::-: u._j
PW7A-'4) document. the tender tlccumcnt. Bidcer
C . c.
- -
1·.-i.\;::.::::: - -
r "

-. ... 't-.J ·-'.'/


"-'! I: ,-,
· ·, Page 17of 107
' ...:.
- .•.·
.
' 1,...-,.., ,.; .'·"I;
--.---- · ..- --,
Page Number Tender Clarifications RPCL's Clarifications /Amendments
Specific:itlons Sought
Remarks

".'>
1 ect O<I 2 Tender Data Sho>.et.
ITI 19.3
'.. the Tenderer shall
pr:iv1d•i
the manufacturer's
authorization.usinr:
hc form p<ovided in Bidder did not find lhe fo1111 as Plese refer to the r 01m
m nlioned. 1W7A·1Under Sectioi:
1

Sectio11 5 IBiddine ot Tcnde< Docum nt Volum"-1 of 2


PleJSC daoify.
Forms: ncludine
81 upp!v
record),showingth;;;
the Tcndcrr has been du:y
uthori ed by the
muruf<icturer or p1ouuccr of
tr.e related plant ;111d
equipment or
component to
suf)ply andinstall
l that item
! j l - .-
in the Emp
oycr'scoulltry. Ridder S

1
the oages M Sto 164 wi thin spe
1\s there i> no specific Section 6 Bill of cifi
82 f PC fnd UsPr CP.rtifie<itr rcqL1irc:mcnt lo Ill<? E'l C" End User cat
Q 1antit e ot Tender ion
Certificate in the tender to
Documenl. The unpriced
document. Bidd r will submit the
OOQ shc:lllbelolledin or
photocop es of the
added (where
orieinalcertificates. Ple;isc
confirm. appl1r.blP) w1thcut r:rice
Volume 1of 2 In Technical Prnf)o I.
83
SPclion 6. Bi ll of Quam:it1P
Bidder understands that the Gillof quanties with
price'hall w onclutli-.tlin
"BOQ" shall be deemed tobe the
the
tables f rom Schedul ·1to Financial Propo s:il.Pleas
Schedule and the Summary of e kindl ·confirm.
Prices.cowrin£
Bidder noticed that there os no
Tenr.1 r rerms. & condition w;ll pr v 1I

Bidder B

Ple>P. f ollow the Volume·of ?..


Vol11me 2 of 2
Pa rt II and \loll•me ; of 7. Par lB

Bidder I
Volume l ot 7 •) I 1st of rE"coonmended spare partsincludine the recommend<?d sp
rf:' p n in Vol11rru•;of 7
3 St>.<:1io11 2. Tender DJtJ Sht-et description.quantity,unit cost,totalcost for <' 1ch itl'.!m, (Par. J\I, while it s Bidders art! requ<'.Stf!d o 1>1ovirtc I
slill required and h'ted in th'! th!:' li t of Bidder E _j
ITI 211.2 U) d"<l lOtdl cost for all items I IT 74 .2 l:). Wheth r hdll !llr.lder ;>tovtde: recomm, 1 <led .spare pOJrt> to he t\':ctUrred uftcr

the list

Polee 16 or tC7
SINo. Volume / Sect on I Clause Page Number Tender Specifications Clarifications Sought RPCL's Oarific;itions /Amendment s
Remarks
Vo
lume 2 of 2 (Prt /\I, 5.3.2 of Reromnu.>ndt>d S1• rt> Pi'lr t<? IIyes,ple<1se <»piry of he warr<1ntv per r0<J.
85 Recmmended Spare Parts "Oelctcci" provide specific requirement.< to it •nd advie
(Deleted) whether the p1ice oiit should beincluded in the Bidder B

It is difficult to collett all equipment rrlformation


Volume 1of 2 r) Mnurac\urcr'sinformation of all equipmerit at thi stage.llidder waJ provide theinformation
81) Sction 2. Tender Dlitll Sheet includirlf! construction detail.materials ntl special of major equ ipment marlu(acturer's information
in24.2!i) features. ai i•tedi11 p ee of 4G in TDS in the Tender
docuenl. Please clarify.
der _
'
· I Bidder would liketo advise that the detailed

,
,· \

Volume 1of 2
' .:.:> ,,' ' M:v) Ut of sources,quantitieo;. :r:1nd unit ccJsU uf lnfounation of items li)lcd in xvL xvi),. Lind ><JC) Tcr,dcr terms & co1·ufition v1ill pr ev.1il
_/
·Construction materials will be provided before or during project
tcvi} Local material delivery schedule execution according 10 mployer's rc.>quirement.
87 Section 2. Tender Dta Sheet ...... It is very drfficuh to wbmitted thisinformation
ITT 7-4.2 (j) xx) A ltt of plant euq
ipment. material etc. whic h the althis bidding Stilge since the mrkct condition
contract.ori'1tend to re·export or sale inBangladesh and environment may alter a lotill the nc'-lr
after th!' completion oflhe contract. future. The informat on may be adjusted during
project P•e< ution.Please clarify.
BiddcrB

Tender shallsubmit withit Tender the followini:


doc.unients inthe technical propmal:
i)..
.. h• Bidder undPrstands that the firm com1111nnent
V()lumelof 2 xxiv)... letter without terms and conditions from the
88 Sectron 2. T"'nder DJt Sheet Financi;ilunit I Lender bout Tcnderi.,r· credit lender term) & condition w1ll 1>r v:iil
iTI24.2 (j) "Finn commitment letter with terms Jnd conditiom financine shill! be enclosedin Technical Oller. ;
f rom the Financial unit I ender Jbout Tenderer's credit Plea5e confirm.
financinG shall have to be submitted with Proposal at
the time of teonder submision,other wise th" Tender
sir. llLt' wnsidered non-respo"ive."
flidder ll
'
Bidder undernand that th table of Tow! N<!t
. ,r - Volumelof 2 Present Value olRep1ymcnt amount is just an
,
,/ \: -;. '·, ci0n 2 .Tender Data Sheet Ex<1mple of Fir•ancl I<1nalys15 for Debt scrvic.ingcost expample to how how the owner to evaluate
.. ·· ' l.

,::._
¥ -' ....
,. -1.60.2,G<J.3 Hnancial
. /;_;., Proposal Evalution
..... the kbt •crvidnt; .:Ost (Tl).Therefore, tl1is tdble

=-,. , is not need tn be filled or providd by the


-l
\ .-.. ·- : Bidder. Please clarify.

\
I _.., -
1
_..,
f:S .... •:
8

/1
Bidde r
r;iee 19 or 101
;-\..
1fij,k
*/:o :- '-}."•'
\ v4.! ,... '\· ...,1
·lr1 J i\,l '...-
.
.-..;;::. _ .....
* ·:
;.;,G
I -D :._ ,_ _
c-
-. \ 1:I .., I
-
·
i!:J
:p.-..---
:,
' t - -.
. , o. . )
·>.:"IS• / .; i
ectjOn I Clause Page Number Tender Specifications Clar fications Sought I RPC 's Clarif cations /Arncndnienl
,:.. I
ti•·
't \\"',............
_..,...
Remarl<s
c . ... ·
I.
.1ofVolume Example of r-inancial analysis for C::<>bt >crvicingcosl How will hl'tJ P! ase followlhP Tender 1e1ms
7. culation of DT change if lhe
':---
r--..,_,90 . 2.Tender ata heet -·-··· Creelit portion isincreased? Is
'""'= there any direct
,60.2. G0.3 Financial Hence, l>T=N-1+0.15m bonus ddt'd tor.valuation 1f l1C!
. ..... Bidder ll
Cretli\ portion fmposalEvaluation is incrc.:mx
l? Please clwfv.
-
91 for preµaration of the finan,lal
propos,-il, according to Ute
rcqu st fromlhc !:l.,k. Employer
is kindly reQt1ested to providt>
the
financraf statements of last thr (3) years. ilirider I
I PJnels related to GT and its ou11 lial'ies
shll w
I placed in Central Equipment Roo"' (Ctl),
ant.!
30 Clause 2.20, Contrnl- Local unit Control Qpcration >half be done from Opc:ratcr Vlc.rk

39 Clause 3.1, Controls of GT/HRSG/Sl Stiltions (OWS)/HMipl ced in Centr IControl


9
Ples< fullow the Section 11of Volume 2 01 /.
75 Clause 3.5.2. Controls Room(CCR). Part /\
7.09 Claue 11.2.7.Ownlocal contrnlunil The• e is no p•nel plilC !d on the loc I.
RPCL to conflrni.
Bidder C
Alongwith PLC based control
ystem for w11tcr treatment
packages.DCSbased coutrol
ystcm
b<:: allowr.tl.
This !.httll cre"le zi seu1,,lc\s inl rface b'?lwe.en
v;irious sub systems ensuringeffective
intcropcr, bihty ;ind v,1rious advantages of
9 54 Cl use 3.3.13, Water Treatment control PLC!Msed
PieJS(' follow the S<:?<.liun 1.1 nf Voi 111l1P. 2 of 2
unified utomatiori. Pan A
Further,control of llVt.C.Chemotill Dosing
"1;il1
be DCS based. Control of
Compressec! Air sys:cm 5hall be
Microprecessor ba5ed with start &
5top
I from OCS.
I RPCL to confirm. !lidder :::
Listed meteringparameters shall bE' imhcaletl
2l3 Clause 11.4.3,Remote mtt rinG on OWS/HMII'd not on harrlwired bAr:k up
Pie"" tc11Jow the Scction 11of Volume 2 ot 2

119
Clnuse 1l.11.14, Nocon.,cntional control desk panel P.irr
, ilicld I' c
<'.Quipment RPCl tc c:onlirm.
- -

Page )C of 10/
/.-,/.'
./ :.;:< -
\
/. ·
J / .::._. '
i' h
-( ?
7 1 ,.. i
-- ---
\ ,,,,,!
,\
.. ..
.,.... ,,.,
.
. '>
·
y ·
' ""
I
· l.\\ "·p'·""
-'_(t-.·.-
Page :A ._.
s1 No-.,·-,_vf}Lm ./:secrion / Clause --·-- Tender Specificat ons Clarifications Sought RPO.'s Clar fications /Amendm ents
• •I(.,_ ..: i'""' ,,,,.,· Remarks
li1tegr;1It··pe-Starterswillbe provided for
electricalactuators.

Bidder C
Motor OperJtor V;ilvcs (MOVs) RPCL to Teiider terms & cord
it on will prNail
tCJnfirrn.
, . !CMS detai s are not furnishedintendt't
101
I !CMS Please follow Section 11.VolumE! 2 of 2 Pari /\
document. RPCLto furnish. Bidder C
>---· -
Ple:i<c clarify whetherindian
10?. ' 5;int!arcf/Ree;ul tion 1t ndards/regulations cnbe followed. Pleasf' follow lnf.cmtional Stimdards
--- I Bidder C
10 -· I

-1 .
t
P&ID's/Flow D
iagram are not rcadahle.Kind y
P&IO,/il' ow f)iagram fumish readable version of:he same. Pleas.- collect reJdabl<.> copy
from RPCL Bidder c
Voh•me 7 Part A Sec1ion ?. 11-20 kV XLPE power cables dre not required . Pleasn follow the
technical re<1uireincnts o! the 111'i (Seep.- of Work) Ci no. 2A M I't-70 kV XLPE power cablc.>s One i Ior as required
Since? output of generator 1s conctcdto
Elt•ctr caly em UAT/GT/GC3 t
e Bidder C
throughIPB. n
d
: e
r
I VCJlum e 2 r> 1·1t A Section l Voltai:e ratio of transforrner at ftJll
10) (Cl. 2.8.2) Hl Voltaec 1'.'.llio of tr,msicm11er at rull lod 11-20 kV lr.V
load 11-20 (or(or
aas per Gener,.tior'I V olt(lel Tender terms & condition will pr vdil
rr;in,ror:i1er amt
. AIOC illld EquipnPnl( per Gene>r Jtlon
Voltaget I 137. kV /MO kV to Cilter tovoltge regulation
I gcncratc-r transfor<ncrs)
Bidder C
'e----j Please riote that pf!rcenl llPimpednce of
I Vo lurne I P;H'Il\ SeLl on!r•oocdarice
).
(Cl. 2.E.2) 1

I 18
voltge :ShJllbe withinthe rnnge of 15% transformer shallbePleuc followdur
i:lec1ded thengtendr Specific.:ition and latest
detailed
IEC st andard while determin i g the tr<msformer
rans!ormcr ) J11d
l'.smciated Equipme'11I and 18% engill<'erinc Inlne with
transformer ratinc ;ind r
f.f.•11t:ir;;t or h t1cfor rur) $y$tem requirement. a Bidde r (
t
i
n
g
s
.
Volurne 7 i>.:lf1 /\ $ectl<.m ?.

(Cl. 2 8.2) ' Please nott' that eenc.r:itor ( GTG/Sl'G) has \VR.
llj7 18 1ap ChdH/er On load at high tens on winding :::8 x 1.25'!!> there i> norequirement of OLTC for gas /ste m Tcndcnc1ms &
rM•fOr<r1C'r< and condition will prevail
mc•atcd Equipment I turbine teneralOf tran\fromcr.
---- zent"f" H:or tri1nsforme) Bidde•.C
...
,.
.,,,,. ··· ' \,
. \
Please note tha ratedvol agc on Rat!! low vohaee 6.6 kV I
RJted low voltaee 6 G kV
H13 LV side of U.f\T
I
shall be 6.9 kV.
'' /
Bidder C

nof 107
"fl('
RPCL's aarifications /A
mendments Remarks
No trmper aturc tra1u111itters are envisaged.
flTD shall heusedupto 250 Dee Cand
,
"" ! 216 Clause
Thermocouple (Cr..AI.K type) shallbe used
above 250 dee C and upto 900 deg C.
.
2,TemperaturP RrQto confirm.
' Bidder C

0Jusc 2.Control Valve-


Flanr,:!-!d
718 Clause 3,E/P
Converter B
idde1C
-
Vol- 1-Part-A
:ontrolRoom drawingis a
separatedelverable andis
representation of pane
s/operator work
<tllt ons. llfter finalisat on
orthis drawing
e er:ricallghting drawings will be prepared.
97 ;!23 Cl """' l l.11.14, Control Room 1)$1 n Rcv:ew 'TP.ridec terms & condition w•ll prevail
Hence,Control Room Drawing s11alll1e
submitted as ai separate drawing.
Lightinl\ .:ind HV/\C drawlnP.\
745 shall a so be submitted
seperatcly.

, _] Bidder C

98

Cl.use 13.0, 8 VOC: udtlC•Y & charecr for 230 VAC UPS supply sllnll be considered for
cornrnunicolion facilities communication system.
·Cl1use 17.G, 230 V AC U PS supply fo• conwnunic"tion Bancry back up hall bc of one (.1) hour. which is
Tender tcrr11 & condition will prevail
foc:ilitlcs. suffic.i.,nt for the safe •ht1t:lown.
Th ba tter •!c<1pcity shalbe r;itcd fer npe•ation ol t r ps flPCl to confirm.
f or .:i rnlr.1mum of nve (05) hours without AC. powc:r
Bdde-r C i
, ,;·,- i;·.:. """ :.;:.i•-', '· f .' :. :-.•
;;;:f) :\.,,
'I ·( %-,
1
\? ·j ?i ·.

(1.r
'I\ Jf. Page 2l of lll7
O;· .'·,.
. !,:j-;
.)
".I/, '":.
... ..). ,,. .--
.. ·,;,;-.1. "";°':'..
;1v
t ..; ( ;::-' \.!' \

51 No. \'f<\o S: on I Oause F'aee Number Tender Specific:ations I Clarifications SOtJght RPCL's Oarifications /Amendm eng
1 1·,·..._' Remark

v l.;n."
.,; .,,.,
- - .......... _/
7 Parl A Section 7 !'lease note that percentage impedance of
Please follow the tendei Speciricatioo andlatet
t (0.2.S.4) S:art up J Reserve Impedance voltage Shll be within theo r nce of 1!>% and trlnsformer shall decided curing detailed
1 20 I EC standard while determi ning the transforme r
Tramforrner nrl ,'\•.scc1ated J.!\% cncineerinr, in line with transformN r;itin(: and
rat;nes.
£quipn1en1 system requirement

t---t ' Current injection teslSP.t, Megiter IHV: 2.5 to 6KV, tV:
Bidder C

!
I '
isov.soov, 1ooov).
Multimeter, Level Gauge {600rnm), Mega Ohmer (ZC·
I 258), Portble tA illtammeter (RMA·l), Millivoltmeter
l l3MV·l), Wire Buffin fvl;irhine, Hand Shres, Hydraulir
Please darity followine terms :
(i) ZC-258 for mega ohm meter ;
(ii)BMA-1 for portble millimeter:
Pres {5 Ton). P11ctJ1'f1Jtic.:. Grc&isc Gun* High
il Presur!l 'N<>tcr Cleaner, Bcarine Pu ier Kit, Bearine
( ii) BMV-1for Mimmiv o tmeter .
Bidder m<1y propose ulvalent product
; Vo)lume 2 r>;irt A sr.tion : heater, Pistol Drill(medium), Temperature Probe, Power and
lt6 !(Cl.2.lS) £ 1ectrical workshop Met.er Set
flrrther .Kindly furnish the details of following
items-
shall design t'lectrical w0rkshop and supply
i tools 23 (Include: rha1e Rotation Meters. AC&OC Am11'1et ers).
(1) Drawing
equipments as talt>d in Volume 2 Part I\ section
Micrometers(Small, Medium and 2 1c:.2.lS).
(ii) Consumable
l.nrge),Hydrometer, Tacho111l:!ler (iii) Work benche
.Hydrdulie Cr rnpers, lnsu alini;OilTt!>ler, (iv) Power frequenc·f LV

Heat Gun,Portable Airb


lower, Portable Vacuum
.I Clener, acider IMdium). Ora1.ving, ConsumblP,
II Equipment Storge (JbinC'ts (suitable sizes), Work
nenches, !land Eqmpmcnt Trollty, Power Frequency LV, Biddf!C «.:-" .. ......
I SF6 G'l)cteClor. los Factor Mtf:r', Prima1v Cum::<1t
· Protection Injection test Set etc.
GG
Electrical system interrupt
ng capacity Oil p;ige 157 & 193 three phase fault ll'velfor ' .. /
·· - '\
In this soccifiLdtion. the -;vstc:?m nd eQuipmenl r'1tines 6.G kV switchgear is specified as 40 kA ( rms). \ .
and ch11racterio;ii art': based on the iollowinr.
Volume 2 Part Further .faultlevel for 415 v switchgear hall be ITender terms & condition will prevail/ latEst 1f:C \

preliminary data :
f,Section 3
I (Cl 3.4.l} • 132 KV swrtchger :40 kA SO kA ( rms ) asspec.ified on P-195. stand;irds. '-......
I ·Gener Jtur switchgear :100 kA For Generator switchgear faul ! I.eve! hall be M
• 6.6 KV $Wilchge r : l7.5 kA per ct11al system requirement.
I
• 41 V switchgear :lS kA Bidder C
f

I! vo:umc 7 ?.'3rt ,. Scrtion 7


(Cl. 7.3.l) Gcnr.1,1tur 1$7.
Th•? gcncn.Jor r.ircuit breciker, Volt,1ge transformer,current transfromer &
i olator5................... ...r. blc termination facilities >h.Jll surge protect lvl' equipment shallb $Cparate Tender terms &
switcht:c.:ir ( t:C!llcral) be provider.! a11d il shall be prt of lsol1
. tcd phJse busd uct. condition willprevail Bidder (
m:
i
f'":"24 nl Wl
r-
Sl No. Volume/ Sect on / Clause Page Numb1ir Tender Specifications Oarificart ons Sought RPCL's Clarificat ons /Amendments
-· Vo<umc 2 Part A Section 2
Remarks
/

[Cl.2.3.3) Un
it
'\ux1hry lmpedanc.e
r3nge of 5% voltJge
nd :Shall be within the Ple.w:? not<? thi; t rerccntaf(c Please follow the
tender
lri'.Jnsforniei-, Station impedance of Specification
nnd la, st'
JO Transfoni er,Start-up /' transformer shall be decided during
IF( dct
<T ibl
ndard while determining the transforrnr I
19
7.5% eneineering in line with
Reserve Tr. ratines. , I

nsformers and
I transfonner rating and
/\ssociated [quipmen!( Unit S\ em requ rc:mcnt '
uxiliary transfonnersl

Volume 2 P:irt t.S ction 2


- ,_ ,._, Bidder C

(0.2.8.31 Unit J\uxiliary


Tr;,nsiormcr, St.Jticn Plea<e notPl.hflt irn·Unit auxilliary transformei,
llC Tr.mfon11N,Start-up I 19 Tap changer Off-currenl 011 high tension windini;: 5% 1'rmder terms & condition
will prevail OlTC is req1.1i r!L'd to conhol 6.6 kV bus volt 1ge.
Reserve
Trnsformers nd
i\ssociate:i Equipment
(Unit aux lary Bidder C
transform<:rs)
- --. -- -
Voluine 2 ?11rt A S'< O'.ion 7.
I (0. 2
.8.3j Ur>ill\cixiliar1•
iransfornlcr. s1.1. tinn

I 111 I fr.1nsformer, Stan-up I


Re9:'n.·c- ir::-.nsforrner!' and
19 Rated low voltaee 15 V Rated voltage of LV s de shaf1 be 433 v. Tender terms & condition willprevail

'" ociat(•d f.quipmcn:(


! io'1 Bidder c
·ransformersl ·-

Vok11ne 7. 0drc ;;Sect on 7.


2.8.31
{Cl. lmpednncr• voltaee :Not less. th:. 'l %but not mort P!"rcentageimpeclance of station transfor:-r1ers Please l'ollo\oJ the
than i'.S %. tender Specification anci latest
Unit1\uxdi•1y
<hll be G.2S'X. for 1000 kVI\,e % for 1600 kVA l!:C '\\ftnd11rd while dctcrnlininc the trc:tnsforme,.
Transfotm!"r', St.1tion
11 ier, Start-up I
Tr nsfom 19
Rese:ve Tran\formers ilnd •nd 10% for 2000 & 2500 kVA . ratins.-
Al\ocrt ..d fqu;prnent (
St non trJ111formcrs)
Bidder C
\!olum I l'<irt \ -·
Section 2 (CL l .gA) Bidder propoe Rared low voltage
St;irt up I Reserve 6.9 kV.
l13 Trarisfom er and A"ociled 20 R.'.ltedlow voltagf'6
.GkV Kind y confirm. Tender terms & corldition
willprev.'.lil
i F.riuipmen
Vclume 2 Part A Sect.ion i -- Bidder C
I This ; two winding transformer.Thcrr:is rnme

L_ -- (Cl. .8.4) St3rt


Tr;iniormPr and ip/ Rc>eM!
Assoc ated 20
nO-dl
l error 1n th Vl"Ctor gcoup <pecilied. Same should Please followlhP.latest IEC \tandards.
,.. ... .- .

EqL1i B
idder (
pme
nt .. ...----·
. -- .\''\
\. '. / :-....
be YNO-ynO. RPCL to check & ronliim.
··\

'. '

t-1
\ µ:,· :p.\ \) \.:-. 1,;;" -.f
\\·:/1,_--r- :, " ..\/1
\,:. ,.'
(z· . C\-\\\'
( /f!f.-i' ' -... ./ \
-··
._).
I,/'; ·'!- ' ' ' • • ''-' "' ..:"\_"
(l)P!£1 rn.-('-'.,_-, '·

.-' '·1 '\. . ..... -......


- .•

' ·..... 7 ,,·:.:.'." / ': /1-·1


"
.: J. enile!" ifications Oarirications Sought RPCL's Clarifiat ons /Amendments
-- .
1 ..::_ - - _,;....--
Remarks
SI NJ." ',VOiume /,Section I Gause Pai:eNumr
--
.
l'"
VolLJn«.' 2 p,,..1/\ {ch S) cl. no.
8.3.:1 St;it on Trnsformcr 169
The impedance vcltage shall not less than 5 %, hut not
morl! than 7.5 % on the r ned tapping(6.GKV/ 415Vl
Percentageimpedance of trantonners hall b Please follow thelender Specification andlatest
G.25% for 1000 kV/\,8 for 1600 kV/I and 10% IEC >tarvJard whi!e
determining the transformer
ivpc Ara' Ratio and shall be guar nted by the Contractor. for Bidd
-
2000 & 2500 kV/\ . ratirlgs. er·C
Volurnc 1 Part t.. (ch S) d.
Nominal no load ratio cl celta star conneclion hall be
m; IJO.S.'1.1. Unit Auxili 11y 170
l-20 kV / 6. KV (ONAN/ ONAF). Rated voltage on LV side of UAT shall be 6.9 kV Tender terms &
Tran founer Type \n<l Ratio condition willprevail S
idderC
Vnlun1e /. P<irt A (d12) r.I The connection sh ll lie arrJncemen t according to ICC
1;s no 3.tl.1 Unit Auxi:Jry i70
Neutrnl of star connnected winding shall be
76- nd neutralof star connected winding shall be
TendPr terms &
·rr n formN Type . .nd Ratio coridition will prevail andl<itest groul\ded throughneutralground
r hed solidly. ing
...-------------· resistor. lEC stano:ircls Bidder C
Volume 2 PJr:A (ch 8) cl.
The off ci1cuit tap ct-anger half be provided on theh igh ? e;i e note that for Unit auxiillary transformer .
130 no.S'I.l Unit Auxili ry 170 lension winding± 5%. OLTC is required to control G.G kV bus voltage.
Tende1 terms &
condition <AOl lprevail TrJn!torm,·.r Type And Ratio Bidder C
Vvlome 2 Part I\ (ch Sj d. Thi,, 1n1pecidnCe vollag" shall not be less th.m 5%, out Plea e note that percentage Please follow th" tender Speriflcation andlatest
impedance of
t.r<insformcr shll be decided durh1g detil lcd
i:;1 110-R '1 :; Unit Auxili1ry 170 not morr th m 7 s·;
on tile •ted 1app111e (11- 20 I 6.6 IEC sund-ard while detcrminins the transformer
eneineer ngin line "N
ith transformer ratingand
Tr«m orn-1er Type J\nd atio KV} and h ll be guaranteed by the Contractor ratings.
system requirement Bidder C
I---·
Vdun r :> r>arl 1\ (ch 8) cl. Non egre:;t d busduct between tow tens on
no.84.6 Unit Auxiliary Segrei:ated phase busduct shall be prov
ided
132 171 terminals of auxiliry tranr.former and powP.r center render terms & condition will prevail , .,,,,,. ·-
1m1r.fonner ·IJ>B duct terminals instead of t3l>lcs may be acceptoble. between LT si1! or UAT & 6.6kV witc.hgear. '

(Cl1f?iJP.t )/ CABLE BOX B tlr


Volt1m!' 2 Part A (ch 8) cl. Orie( ) no.of three ph• P.. oilimmersed ''
type, forced air
133 110.0.!:i St.:irt Up/ Reerve
Aux11i;iry Tr;:,ns,former
'l
i cooled (ONAF) tr ansformer for tepping down thP 1.3
kV Grid votwc to 6.6 kV with onload tp changer
Rtine of LV side shall be G 9 kV Tender terms & c.ondition will prev;1il \
idder t--
B
Paee 2G al101
p
Clause I
Volume / Section /
Par,e
Number
Tender Specifications C
larifications Sought RPCL's C arifications IAmendment

Remarks
,.

fhe short time thr'C phase foult


I
levelr.11ngfor ooo Volo11•< 2 '.irl A Sectio117 serond of the
switchgear •hall be of 100 A (rms) The
119 Cl nno.7.3.2 lyr>e l\nd 153 Contr<ittor shallcheck the system fault currc11t 1.,•cl.If Plea\e note tti.1l fault
curreo1tlevel sh llb<' as Tt>nder terms & condition will prevail/ latest IEC., Rating f.:iult lcvIis
higher,switchcear with hieher fault level per actu;:il vstem requiremPnt. stndarcls.
_J_ 'h Ulrnve tu be provided Bidder·c·

120
I Volume = PMt f, s.,ction 7
, Cl. nno. 7.3. Circu
it br eaker :54 lntO'(flJ(lt ng Current sl1all be lnl<!rrurting currefllt hall be JS per actual lender tern"& condition will prevail/ iat
OOkA (nm) 't lf C
'WS
lem requirement for generator circuit. standard•.
Bidder C
vc,lume J. Part t, Section 7 rhe volt.
ce transfonners shall be of Voltage transformer shall be pan
the hor umtallv of is:ila ed
I"'· (!. nno. ?.3.6
Voltage 1S5 wit hdr;iw-out type nnd shall beloc<tted on top prH of phase l>usduct not ger'!erator switcheea1 It >hll Tl'nder terms &
""'"
condition willprevail
lr<1nsfonner each unit switchgear not be draw out type. Bidder C
Thr<'c p 1ase,oilimmersed,se f-cooled I forced ir
Volurnc 2 f'ilrt A Section 8- c.
cooled (ONAN I ONAF). outdoor use Please note that eenerator ( GTG/STGl has AVR,
122 no. 8.1G nerator Step-up 161 thl'rt!is no requirement of OLTC for aas /steam Tender terms & condition
type for stcppine up the voltage
from11 20 KV to 132 KV with on load willprl!Vail
TrJr sformers
t1ansfrnmer. t:ip chan11t>r having uniformin5u at on. turbinegenerator
Bidder C
·---·-. ..-. .-
123 Chpter S·c. no.&.l lGl nrr circuitt.:ipchaneer Plcsc not<! that fo r Unit auxilliary Tender terms & condilfon,v;11 prevail
(2) Unit tr;uufonner .
flictder C
.:.Ux !iary OlTC b requ
ired to control6.6 kV bu$ vQllG"·
TrJnsforrncr

There will be no circuit br<."aker


berwccn tap off from Generator
Volume l. P::irt A- /\nnxure output & UAT HT side. Ratr
circuit ureaker shall be provided as
part of 6.6
kV •witchcP.ar (
l2•l j 7 Sinele ln,.Diatir,,m- 1-20 410 Circuit brf'aker hA s Ileen shown on HT side of U/\ T
t/C feeder) on UAT L7side.
Tender terms & conditionwill prevail
Funher,c rcuit breaker prov ded betweenstart
. kV
up/ resc-rvc trJnsformer and 6.6 kV switchgear
1hall be part of 6.6 kV .switchgear ( l/C feeder).
Bidder C

Vnlu1ni.> 2 Pnrt A (ch 8) rl. no. Nominal no lo.:ld r.irio of delta $tar connection shJll t>e Rated Voltage of LV side of station trar. former
12'i fl.3.1Staticn Transformers 169 Tt'11der u•nn & comhhon willprevail
(;.G !':V t 0.415 K V. !hall be'133V
Type A nd Ratio B
idder C
r---
Volu-r.e 7 Part f\ (ch S) cl. no. n.e tra,-,sfcrmen $halll:e of th.-ee (3) hase, oil Both self-air<ooled/ force cooled (ONAlll/ONAF}
12G S.3 l Sr.ition Trnsformers
Typl' And
169
&.::..:· :-;., .;;-.-.·
\ . i1U:1.{'
ir coo ed (ONAN) typ.
OfV type transfromers may also br allowed. for Stat on transfor mer mav be considered
accepta
f(atio , ·. 1
hle. []idder C
.(' ':,.;...------- /•"
... , . ,11 ....... . .,, , .....""\._ ·...
1 '.:_',. ( \,r t-1.11\,! J., <:"..}'
1 _,-:,\
...J ;.1...
....y-.
or Biu(.21

C :1:\1"\-"\ t"•.•*
SI No. Volume / Section I Clause Page Number Tender Specifications Clari ic tions Sought RP< L's Clar fications
/Amendm<?nts Remark

) A lpar,e no 1G9 ,HV windine of station


trart fromer Is rne1,tioned as f).6kV ho.•Ncver
here its mentioned that G.6Vis ow tension

:-..... \ windine. We understJnd this NGRis meanlfor


unit aw;illi ry transformer (generation vol:gc I
\ 6.9kv ). Please clilrrfy. Fu11her, Ncutrill of st;ir
I
Low 1e1"1Si. onwindingof thestation tran former shall be connected LV of
o##" 0 ... - •
0 ,cl.
,. Volume 2 Part A ch1 station transformeris solidly grounded through neutralgrounding resistor
which is groundl?d. b) Neutralg•ounding resistor sh<1ll
6.6 kV switchgear

earth fault on 6.6 kV c rcuit.for 30 secondsand ii layout. c) Max mum neutralcurrent s


accommodate in the compartment of 6.6 kV switchgear. not be acconiodi'lted In 6.Gkv <wi1ch1 ea1, i r sh ll Tender terrn"S. & ccnd1tion will pr evail Qnd 1.atc.:st
'l3V 10.11Draw out system of L'l4
Thi? current rating shall be suitable for a sinele phasl' to b_e pl ced near transfram1>r intrn.isformer 1yrd IEC stndards
maKirnum neutral current shall not be eceeded 10 A. mentioend <is lOA,it seems thJt nt>utr.al
i;rounding is required thorugh a
high impedance grounding. in
case af high impedance groi;ndi1>c
SHEL offers 1A instead of 1OA. ElsP as per
BHEI. prJctice, neotr,.Igroundingis
donelhroue:h ii low impedance
resistor with 300A current for 10
sec.

Bidder C
Volume ?. rart A ch 12 cl. The wbles shall be rated 600 volt for installation in Please nnte!ha:t cable
135 238
12.ZA 600 V Power Cables
,1111 not be iristallecJ ir. Tender terms & cond,tion will prl!vail/ latest IF.C cable trJys, conduits and c<1bl1? ducts.
Bidder C
Volume 2 Part A conduits, conduits shall be used for wirr;only. stJndards.
ch 12 cl.
Please note that 3CX 2.S & 2C X 2.5 sq.mm hall
T nder terms & cond1t1onwill orevail latest IEC
136
12./. 4 GOO V .PowerCabh: 238 The minimumsi e of powcr cable 5hall beof 10sq.mm. lso I)!' put of powe r cables, the sanieis nwan :
starlcf.:1rds.
for va!ves and ac1uators. Biddt:?r C
I
Volume 2 Part A ch 12 cl. In eeneral,controland instrumcnt cables shall be rated Please specify details ofinstrurnenl' ca:, e.Sitmt: Tender terms & co11d1t1ott will prevail!l<Hest IEC
131 12.2 .S Cor1trolAnd 238 600 volt and shall hJvc copper conductor with either . "f d . I '(I .
rs not speer 1e 1 anyw 1ere rntie tandards.
h1strument Callie> PVC overalljacket,
unless speer rcat1on Bidde1 :
Volume 2 Pan /\ ch 12 cl. specified othcrwi5C
12.2.S Control And
minimum siw of control cables shall be
·lS follows: for for CT circuit 4 sq mm cable mayp
lea e be
138 238
Tendcrterms & condi11on will prevailIlatest lf.C
CT circu t :G.O sq.mm ar.ccp1cd in line with our •1anditrd practice. standards.
1ns1ru.,,cnt Cables Bidder
,- 2 Part A ch 12 cl.
Volume PVC nsu ated andlacket Cables i'leasp note that these shall not be part of
Tender te11n & condition will prevail/ late5t IK
139 17.2.S Control And 239 Crosslnked pol thy eneInsulated Cables control c:ib e•.Controlcables sh11ll
be PVC st;ind11rds.
instrument Cables MineralInsulated (Ml) Cablt S insulated. B'dder '.:
- Volume 2 Part A ch Raceway shall be rovided for all cab
le.and these shall Plea'.>!? note that cable shall not be rocted in fondl?r te1ms &. condition will prevail/latest IFC
140 239 conduih. Conduit shall be used f ror rou in of St.,11d.irds.
be rigd conduit metalth1oueh type cable trays.
12c .no ••M r f,....,, lf ,..h;t..,.,.. ...,,,., ...1;,...,,..;,....,.,..,.. .,, .....1 ,...,..."'» ,,...;,,._,. R1dde: (
12.3.l R::icC'way

l....A
e/._l.N(' Pae!!Uof 107
· ...::::::::
..,.) J

/
_ _ - , - ·/. \
.'!:..1'
' " t
-. "-·': ._ {
. ,. \ _, y
·
§o,/fc
=:!( ,"' ' 1-'',,l '.°.'I_
Wl
i ,...,' .. . ' L.·" J• .,
· -......:
·
-
,,.-·•, 'r·' \\ 'J r'\\_j;,J ,,,),...., }
SINo
.
'

Number
I

\ V. um/ction I Clause Page


'

-· _
. . :• -
P
'" d/ :-., uations Cluifico.t ons Sought RPCl's Oaritica i.ms jAmcndmenu
! ........J "' " "... : ; :- • l . . - • .
· ,,., Rcmarl<s
Volun1e 2 Part A ch ll d.no Raceway -· -include all fittings, jun;:lionboxes, flexi:ile shall be u::.e:I. Jur.cticn boxes shall be used in
shan
fTf crn.1011!) (1110 ICOl 'Wll l.:

Tendr ter;ns & condition will prevail/latestIEC


141 H.3.2 Racemv f.ithngs And 240 J\tachmcnts.raceway support hardwore, etc. lighitng applications. standards.
Aiddc•r C
Supports
Cbles:rJy shall be ot the for>t grad!! -
pl'rforated Please "otc that :addl'r type culc trily> liJll TeruJ.,, t<-rrns 8.
1'2 Volume 2 Part A ch conciition·vii prl'!vailI !:>test IEC
z,10 CJlv niscd steel withlolded side
l2 cl.no al10 be applicable. st<m•:i.lrds.
'.2.ll Cabll! Erection members and
supported on steel work or masonry is reou:1<-..d. Bidder C
nu desiiin of the cable tr.,y system 1hllmake du,:,

14
I Volom•2 P•rt A<h H <I. "
:2.4 Cable frt-ction '.'10
zllownce for the Supp ied hy others : Kindly clarify olt•er; >lamh
for which ai;ency. If there is any speciti
wi!lprevnil/ litcstIEC
future 1nstalliltion of at least 10 percent spare CJblcs
Tendc1·tcnn& condition
nandartfs.
reo.uin:1nent, -sarue m;\y please be intim,1lc<l to<
3 ;1111.l cables
a so forsupplied
theinstallation
by of
wnsideratinn.
I others.
81'.'low
Bidder C Vol.imc 2 P•rt A c:h 12 ct no ilGroundinc wife for itround rid - Hard draw11 Opper
i;round conductor for eround grid I earth
14 T1mde1 terms & ccndition will previl/ l.ites;:lfC
.12.S 241 :.tr;)ndd ---··-----i.uea : i.oo q.n'n' m.-11 shall be of 200 sq.mm bare stran<Jed standcirds.
Grouodine;
4

coppe1 conductor. IJ dder C


·
I >or .ibove ground equipment erthinc, its run
away co1 ductor shall be lOO sq.mm.Annealed
l4
S Volume 2 Part A ch 12 cl. no 2111 2) Gr.:iundinwire of equ ;iment - - · --- - -· -· strarded opper conductor I wire.Howc:ver, Tender tr.rms &
ccndition willprev;iil/ ltes1l'C
.12.5 Grounclinr, rea :.100 sq.mm, for i11divic.lual equipment earchin{I. th si nd
rcb, condunor siTI' h;ill be as per its equiprne11\
---·
-t-' r..ring. ,Public dciress 8idder C
Anione comrnun ication Sy$tem;
146 Volurne J P.:in A h 211'1 The 48V DC system sh;ill system sh,111 be fed from 230V r.-nde1 l'-""'s & concJition will prev<iil I latest IEC
UPS powe1
13 d.110 provide power to
13.0DC /\NO UPS SVSH MS comrnunnatio11·'Y1tAros.
supply. st ndan-15. Bidder C
Batteries hallconsist of single cel s 220 v DC b•ttery •:s. tnCilnt for safe
ronnected
provide to
the appropriate -· -·--Battery c:apa<ity shall shut down,
,Volume ]. Prt A ch 13 cl.no duty cycleof 50 mi11 shall be provided for the rendi>r term &
condih011 will prcvJ lI :;Jte r lfC
L47 I. no DC AND UPS 144 be 1atcd for safe shut down ( .\afnP.. st;1ndJrds.
SYSTEMS inclvclinc emeq enr:y oil
f.Ul"10< •nd barring jtE'ar ).- - --- hour< wi llout s r.c
po'vcr. Clic1der C
---i
14 245
The battery room shallba equippedwi hf.icilities for We undemJnd that apart from NiCd b.;tteries .
Tender terms & con<1it1cn willprcvni!/ 1,Hest I (
.13.0 DC /IND UPS SYS:-EMS the safe handlingof battety acid Lcd acid bJtterie$ areaho ilcceptable. standards. Biddcr C
I l3at.1.ery cpacity shall be 111il•\Jly dcratt>d to ,llOW 'for
1-:<J I
Vulurnl' 7 Prt I\ ch J 3 cl. 110 ace1ng factor.temper.iture. and matnte11.1nce fa,tcrs. Please note lk>t
f d ac;d batteries. nolender terms & concl11ion w,IJ prev2il / liilest lf:C 13.3 B.1tt< ry Pedl)rm
.1ncc /In ageing factor of
o at ie t 12S% .hall be used In the <1&cing factor is rcquireti. sta11d;ird..
rl capucitv calcul<otion. l>itldc1 C
e
a
Volume ). PartA ch H cl.no
.H.2 LIGHTING /\NO SMl\Ll The distriblltion boiJrds shall be either <Joublc pole ond
Plea,se note thalli1;hrn1g dl ribut:ort llo.ird'hall fender term & <-
lSO
.ondition W>ll prt•·1til/ l e<t IEC:
POWER SUPP "< ( 1)1>1rillullon 250 ncu1ral types ,1s requ
ired ancl sliall be equipp>ld with
lit!three pol ncul1 .ll typ. stan,-!ard .
Boarcl ) mr. m to provide overload protection to
" l3tdde1 c
ech circuit.
\

Prlr /8 ot i!7
Vo ume I Sect on I Clause
SI Nt>. Page Number Tender Specifications Clarifications Sought RPCL' Clarifications
IAmendments Remiilrks

All cabling associ<ited with


thelighting and .small Allcabling asoc:iated with the liglningand smal power
power socket oullellservices shall be stranded
Volurne 2 Part A ch 14 cl. no s.ocket outlets services shallbe.stranded anne;iled ;innealed copper conductor, PVClnsul;itcd
copper cor.ductor.PVC insu ated galv;mised steel wire galvan sed steel wire or steelt.:ipc armoured and Tender terrns &
conditio'"I will prev;iil/ latest IEC
151 •250
14
.3 LIGHTING AND SMALL or teeltape armoured and PVC sheathed as PVC sheathed. stnd<icds.

..-_ '-.
;' POWER SUPPLV ( C;ibles }
rpropriatl" or mineral inulated copper sheathed calJli.' Use of " rnir1eralinsul<1led copper healhcd
'\ cable depending upon the sel'\licc required" is
I
I
l not dear .RPCt to clarify.

· ,-· - Jolume 2 Pil•"t /\ ch l cl.no a. PowE!r Generatine Area Terms··lux levelinside of acking " & " inside of
l.ux levelInside of packingexcept control package 100 Tender terms & ccnd1:1on will prevailf latest IEC
1:5 .14.t LIGHTING A ND SMALL 251 Ins de ol control packaJl" controlpackage " ilrc not dei'r. Kindly specify sumdardo;.
POW(R lux level building/room w
ise.
l:!iddt-r C
I
Piea'enote that 500luxlevelis too hgn andin
control room/office 1t shall create lot of glare
a. Power Generat
nd al$O haw prob em invlewitle LVS d"
ne Arc
Volume 2 Parr A ch 14 d. no Lux levelinside of control package 500 shall
to reflection.
required !orFurther
500 luxnumber of fixture'
shall be Tender tcr rni
toolarge and & condition
mondards.willprevail/ latest lfC
153 .14.4 UGHTINC. AND SMALL 251 c. Buildings
POWER Control Room soo
Office 500 there all not be much space
avilable for AC
diffusers in the room. Lux le,•el in Bidde1 <:
1·a11ge of 300 ·
350 inay beaccepted.
Vo ume 2 Part A ch 14 cl. no ThP rigid steel conduitpipe$ shall be g<1l11an sed and
15 • 111.5 Miscellaneou\ 253 have a minimum thickness of 2.3 mm and min mum Please note that thickness and cfra of conduit Tender terms &
materials( conduits) imide diam;?ter of 16 mm. condition will prevail/l<>tt>st ll'C Bidclc • C
shall be as per rclcvnt l C tandards.
" mixing console to combine and modify
Volume 2 Part A ch 17 cl. no A PA system mayinclude mu tiple microphone$ or.other multiple
155 sources"•s no!clea1 . Tender t<> rms & r.ondilion will prev<Jil
.17.10 Public so.,ncl sources, a mixingconsole to coml>ine and modif1· PA system shall be conventionaltype-
273
/\nnunciation/Ad multiple Sl)urces, and multiµle: arnplifiers and page/poty,analoe/digital type with a centr,11
dress
Syotem loud•peakers for louder v\)lume or wider distribution. exchange and distril utl!tl
amplifrer s/handse /loudspcakers. Bidder (.
J.55 Vohimc 2 P<1rt A Cable tray support systP.m
I Pleast spetif1• the type of cJble trn\'suppor l
fmkr terms & condition willprev111I
' elded or bolti!blP.
sytcm required·llJ
Biddt> r C
Volume 2 l'art A Section 2
157 Cl. 2.16 Lilborotorv 22 L bor·atory !:qu pm<?rll.(Testing (lench)
Noli>l 101 El ctr ic.JI l...luoratory
equipm<!nt has
Equipment (Test ng Bench) ·we,mders.t<ind thot only the
been spec.ified. rer rh•r t rrn' & r.ond1lior:
Elerical Labitem specified under E ectrical will prevail
workshop tools ( P·Z3) has 10 besuppl ed.
Bidder r
·
l'aee 29 of 107
, ----
Clarifh.:atio11s '.;ought RPCL's C
l.irifkations (Amen:lments
Re-marks
Pltifi"! specily t:1e- li. t..rlliun u R1v:?f watf!r tr.t4'kt'
I Volume 2 Prt A Section l I 348
158 iver water lrrt:ikc I-louse p11mp house if applicriblP. Furth"''·pl a>e o::Jn!y Nol
Cl.no. 21.2 (a)
electrical >cope of work related to aine. pp
lkabl<:. Bidder (
--- ·---1 --t
fi_rc seal:ng system has not be
n specified
anywherein the Customer
specification.
159 Volume 2 Part 1\ Fire> >e<lline systc,in Tender t\!rrns & cor1dition will !>revail
Theref ore, we llndcrstand that SHn>e is nol
app icable. Bidder C
Volume 2 Part A rhc AC emergency lighting
Section 14 l'ht> Contractor shlldesicn DC/ UPS AC
sh;illbl'fed frorn lender t nm & condi1io11 wr !I µre11<iil
160 I Cl nn. 14
.5 En ercency I 252 emerecn(y li&hting
Emerccnc:-.y OG board.not from UPS • per Bidder"
'1

Lightine starul;trd pr;1ctice. Bidder C


Ammenced a follows:
Kinc.lly confirm.
Emeri;e'1C.y lighting- tlie lir,htint •.hall be consi5ts
·1c(i::er.cy lehting-The
En li&hting shall conist of cf,for DC emer ency light CFL l mps & for /IC
Volume 2 f'u A Incandescent luminaires causc
Setion 14 signircnt encr·cv los s and are not
advisable for lighting.F-or DC
161 Ct no. 4.5
E:nergcncy 7'.>2
incandescentluminaries. emcr&cncy light ,CFLl;imps & for AC emergency emeq e light,flouroscent l mps. l.u¥ shou
.cy ld be
Lir,hting
I
light flo11roscent lamps may ple 1se be ccepted. as specilit•d inVolrn11'!2 Part A S!, ctrcrrr 1'I Cl. no.
l.5. l)jddN_
C' ,

One set of emergency dieselgene1


1
. trng et
We und!!rstandthat only One (1) no.d
iesel
Yolme 2 Part r. Se<tion 2
152 Cl. rro.2.E>.S Erncre<?n<y 16 ..............EOG synchroisins facility with generator setis Tt!tl•.h•r term'& conditiO"I
- Oidder C
Di!"P.I Genernrin St:"t 0.4kV li,•e bus rs rer:iuircd will previl
Jlso rcquir<!d. Kindly confirm.

.
.- ....., : - 163/ Poo t-A, Vol-2 I 34 .Cl. Hybrid coolinglowPr
ThHe i a lim'itat o11 to draw 1:1 ound water for the
I
Con>idcr ngBangald'!.h ,,;,., tropic!condilion\, plant wat r S.(tern. A> s:rc ,Hybrid
3.3.1
type cooling
r We propo:;e to cr.visni:e convento onalwet tow"r hJ> been >Per111ed r n tl"or tender
rlornmnt. ifl which l ss amount of mokcup
co.:rline.tower (!OCT) instedd of ired. 111e bidciNl""""'ci on the
v: tr1 will be requ
hybrid rnoli'1g
tov er for safe & rp!ia!:>lr? pcdorrnano:e of p,lllll.
conditk•n of wat<>r valli:.ility at me. shall dl"sir,n Bi:Jder £
1 Vol- ;>
Pan-/\, 37. ti. 3.3.5 Hybrid cool ng tower . Biddc1 C
the pran1wter >ystcm accordrne y.Ground
f'Mt A., Vol-]
6 38 Closed cvcll' hvbrid cooling lower with PH( Kindly confirm. w;itf!r for ni>k<?u p should be 12.S·l>O rn3/hr
Prt-f\,Vol-2 39 Clos<!d cycle hybl'id coolinf, tower with cool Bidder £
4 rh1s model of the VK with hybrid d<•s1gnis used when
lGS
166
- - --
!:l dd
er C
167
_._ -
--
Part-A, Vol-2
I
-
------·-
I 'l -, the coo ing loadis to be dischareed air cooled at coot
ambient temperatures :
;
IBu-Ider C
.

PJ;;c.lo cf 107
SI No. Volume I Section I dause Tender Clarifications RPCL"s Rcm'1rks
IPace Number Specifications Sought Clarifications/Amendmenu
2S % addional crlls as standby
168 shall 11cre;ise the over llsi e of

/, . .- ----- P;irt ll. Vol-7. 37. CL 3.3.!i Additional25% of cooling tower cell T.:?ncler terms & condition
to be keptas cooling tower and there is spvce will prc•v, il
standby. constraint inlayout. We propo'e tn
Bidder C
envisae IDCT with l No. standby cell
as per srandard practice follO\ved in
all executed pro1cts.
llowini;information for cooling
tower is not
Fo

'.s ·. \
1
'-.. 169 ,,,./' Purt- A. Vol-2
34 .Cl. 3.3.1
(1)
The total net base rated output of lhe powe1 stiltion Jt
s te conditions
mentioned in technical
specification but
nec<?ssarly required for
pleas<?' ref c-r to tJw h1ndcr document VolunH · 2 of
2 pJrt B. Sche1folP. 11,2 (iii) :Coolinc Water
technicIoffe<:
a) Design wet bulb temperaltrrt!
b) Desien cold
WJtCf
tempcrJturc
(3!> Deit C.. 1.0B b:ar , 98% c) ny Umit;ition on hot.wate< intct t mperalure Icrnperilturc
relative humidity) to cooling tower.

IGndly furnish ahove inputs. Bidder C


""\ 3X60 % C<lpacity pump shall be ovNdesien
condition and there shall be
nigher auxiliary
170 Part-A. Vol-2 37 ,Cl. 3.3.S The synem 5hall r.on ist of 2 x 100% or 3 x 60% capacity Ipower cor.sumption due Tender term; & conditron will prcvarl
to overdesign whichis coolingwater pumps. not
recommended.We.propose to envi.age
Grotmd wter /XlOO %or 3XSO % capacity purn1.1s for CV·J
willgenerally le usecl system.
as raw w.iter RPCL to Confirm.

Water requiremen t for 3&0 MW ;ippears on lower


Pan-A. Vol- 2 The.Ground wter intake for makeup water should be
171 33 125-150 ni3/hf.
side, same shall be as per syW?m design requ
rc.>ml'nt .in:.i shall be inforrnedin technical
offer.RPCL to confirm.
We undtrstand tilat raw water shall be
dr.avm
trorr.groud through ldtll'rC
deep·,.ell l;y pum;>s Jnd
no
There is a limitation to draw ground wat er for thl'
;ilant water svstem..As such,Hybrid type
cooli11c
tower has ecn specified in the
tender document,in"hich les. amount
of m;okeup
wter will be •<"q r 11r '"'- l'he bidder IJJ ed on the condition
of wall?r dv<iilibility at site, sl ;illdesign the plant water
tooling syst em accor dine;ly .
Ground wnteor lcr r n.lkc,1p hould be 12$·150
1n3ihr IBidder C
There i• a limita:ion to dr;nv eround
Woter f()I' tne plant water ystc1n. As
such,Hybrid typ oolirre towc1 has t>e<m
spec flerlin the tndP.r
document.in whichless amount of makeu:i
38 <;0ur'ce for plant water system to water wilibe equired.1l1e brdder b<o•ed on the i
river water intake shall b<?
produce demi w ter. makeup water appficJble K ndly conditio" uf wter availibility at ite.shall desi1n
for cooling tower oasin and to dosed the plant wate1 cooling system accordingly .
confirm.
loop Ground wat<-r
funhf"r the follO\.vinc input neces rv rPquired i for maeup
not mentionml fr\ technical should be 125
6%-· specificanon: 150
rn3/hr B
idder C
Pai;e 31of 107
J
I ·· I
\°'::. \
:!!:
S. • "
i.{J1
1!3:
t
I
..
1_ .1 1 \ l,,J ' . ,,\i':.\'1•'/ ·
,\

'.; '• _:/:;;-'.•/ I _-; \\_;:.'v;-.'' /,


SI No. ,ol q.ll t on / Clause Page Nu bet·_ \.': '. > ' ert Jpecifications Clarifications Sought RPCL's
Clarifications /Amendments
-....:......--_.., \, / ,,-... .·<":),, . Rcmar
1,·;.i" •- a) Raw water an.llysis Please tallow tht> specifications of the!
fonder
!;:': - IA d D IIp b) COC to be considered for :::ondemer coohne, document. If any add tional data is required, th
173 Par1-A.Vo1-2 337, Cl.2c.9
.S ceµ-we I n eep-w ump
"' ilter system Tenderer is requ<'sted to arrA nee the data
at its
c) Minimum depth of bore well own arrangement "ictder C

Control & Act111inistra iv e buldinr,, Fire Fl&hting pL1n1p Kindlyi rovldc above input>. l'or
•ddit•o:"tal information mquired l;y the 17 Part-A. Vol 2 3'18, Cl. .21.2 house, GBC house>.
bidder, he &hallarrange the same at his own
mcrg •ncy Generator house, River waterintake home, arrangement Bidder
i:

We propose to envis 1ge Motor operated liFV for


CW pumps di hirgeinstcad of mami;ilvJlvt' rM
I• mariu;1loprated butterfly valve snall be pl'ovidecJ;,t 1':.sc of opcr tion &. controlthroueh control
17 Pilrt·A. Vol·2 3& each circ'.Ulating willer room. Ter:cier terms & coridltion will µn,v;11I
pump disch rc tlnd suetton. for /\CW/DMC\V pl.nip.si...ction valve 5hall be
manualtype with limitswitch.
Kircily confirm. Bidder C
I

-·) 176 Part-1\, Vol 2 36


)
, Bidder c

in Part /\. Vol·l A motor operated reversing valve shall be provided !o1 tube cleaning system (COLTCS·DCS b:>scd) for Die>« folow the technical requirPmenl "f the
38
condenser bac.kwash purpose c eanini:of condenser tubes as prov ded o n T1mder document.
, ]X660 MW MaitreP. Bangaldesh project.
_ '' RPCL to confirm. BiddN
c

k 3X60 % ca acity pump shJll be overde' :-· -


rond
ition and there shall be higher auxiliJ1y
. . powPr consumption du to ovrdesisn whir.h 1:- .
• P·
V A Thf" sytem >hall cons1nof 2 x 100% or 3 x capaatv . Please 10 low thr, technic;ilrequirement of the
111 0 3 36
17 ar1· , o1·2 , . .·. ' cooline water pump>. not r!'commendecJ .We propose to env1s1
, e Tender document.
8 ,,,,,•"'"" """,••,..",,cw ••,
DMCW syst•m.
RPCl to Confirm. Bidr:!cr c
P
a
g
e

3
2

o
f

I
O

I
SI Volomc I Section I C ause Tender Specifications Oarifications Sought RPCL's Clarificat ons
No. IPoce Number /Amendments Remarks

; Thermocontrol valve is neither required nor


Thermo control valves sh11ll be provided on the outlet of 1 ecomrnended for
ovtlet of each cooler. S
·) stem Nch component requiringwolingso that
system flows shall be desrened b11sed on the
water
rcquirc1nent of ec:rch coole1 and Presur-c
179 Port-I\, 2, Cl. and pressures can be balanced. Tender t<:rn11 & conclition
b<llancrng shall be done by
Vol-2 :J.3.6 Make-up water sh.Jll be supplied from will previJil
meam oloriiw plate (If req).Thisis
the condensate svstcm to the
as per standard practice followed

\t
, :-
7
coolingwater head tank.
nall c•ccuted
projectsincludingongomi; 2X660
Bidder C

.. ' MW Maitree Banflladch project.


' ·180 ,/ , Part- 49, cl. 3.3.14 Potable water WC!. uudcrstand th.lt pot4lble Wilter sh•ll lift

A.Vol-2 drawn from existing unitand service \\later !>hall


be tapped from intermiad ate stage of water Bidder C
treatment plant of proposed unit.
Following inputs not
Ground water will ecmernlly be used as rJw water spe1cifiedin tch111cal Tender term-;; & coiiditior1wlll prevail
5ource for plilnt wat@r syst@m to produce demiw<iter, spedflcation:
ntilkeupwater for cooling rower basin and to closed
a) Potable w;iter tank c;piKlty and MOC (RCC or
carbon steal).
181
Vo·
2 Part-A. 38,d.3.3.S
I
loop cool ne water systems fter appropriate chemical b) Service watP.r t.lnk capacity and MOC JRCC or
carbon steal).
treatment ,service water,
unforeseen demand etc. Kindly furnish above inputs or confi1m tht the
sam shall be as per bidder's technical offer.

Bidde1 C
we understand that raw water alte1 c!Mificr
?,idcer shail design aml estinr illC thr. relcv<>nt
Complete BillofMaterlals {e.g. aw water tnk, demi shall be stored in filtered w<Jt er tJnk. Cpr.ity K:
pl:lnt et1uipm ent as nec:casarv to e>:ecute r:uHJ
132 Pnrr-A, ,,7 wilter tank, semi- demiwater tank, f11tercd water MOC of Filtered water tank 1s 11or spe1cifl <.Iill
li!l<! the 1>mject on turnkey basis as per
comp
Vol-2 storage tank, chemical storge tank,condente t.Jnk technical specification.
tdmic;ilrequir ement of tloc tender
RPCllo confi1m lhe same.
llidde-r c

The firelighting water mains hall consist of buried I


W1.undt r1.;nd that
lur ed cw pip" >hallbe ptp1nR of at least 150 mm diameter. The underground
provided with wrapp1r1ri & COdting or with aoiti-

'=
Part-A, Vol 2 2GS, Cl.16.!l.2 pipewor shall

be provi
approved noned.with an
·corros ;ipproved
ve materia . protectie\ I erossinetape
coirosivc
roacl shall ot
b"'4.0 n1m ascu
-.:on<rete perlS-
lv<>rts
Tender term & condition wrll prevai /latest
-y(,'.\ coating un ess
';;2 ., , the pipe is
manufactured
fro 1
0221/A NFP
ma WWA- A
n 203-
93.Howev B
idder c
er CW
pipe
under

RPCL to
ronlirm.
"")(.' 1''/'fl;: 4'1z'-r'/"/{ . · .
.A ' 0
'
/.,_ .J-7. \j\\,·
1 Ji. Page 33 of lll7
""'- ..-
' ;- \n[ ;;iia>;;::.... \
'I
-
.
r
7 t•' .
·-..., · "
-. \

' f_t _.' r.v·i i\\\ \\


{i 1
p:\,,_\{?ur._8
,. .(
,
;,.\

1[ )/ ·•
Page Number Tender Specifications Clarifications Sought RPCL.'s Clarificat ons /Amendment>
Remarks

Junction box is not applicable tor


Submersible sump pumps shall be submersible pumps.
complete with J Submersible
dedpumps shall be prov
withlevel
184 Part-A, I 57, Cl. 3.3.17 iw;iterproof junction box, discharge piping,control\, and TendP.r terms & condition will pre\'a•I
!W'1tch
VCll-2 all aCCPS\nries required for
forcontro
l,control pane ,dlscllilrge hose
proper opc.>ration.
pipe. Dcsi;n & testingstandard for submersible
pump 'hall be a'per BIS.
Bidder(
All the reutri ll&alpumps shallbedesignC!d in
accordance with ANSI/HI1.1-l.'\, O<?sii:11 & testing5tar.dilrd for centrift1galpurnps
lBS Part-A, Vol 2 $1, CL 3.3.17 Tend. r terms & condition
Arreric<m NationalStandard, or ISO and motors shall be
,1$ per 1:115. will prevail
equ valent.for Eli dde1·c
CcntrifugIPumps
standards.
WP. understand that this is the
Twin con1prtmQnlHrainer. (if
strainer to lie
applicable) shall be so des e;ned so provided at the upstream of Plate h1oi\l
that each c mparttnent has a passage exchanger in ACW ystem (Auxiliary cool ng
186 Part-A. Vol-7. Tender tem1s & cond•t1on will
area of not les lhan twice that oft-he water) fo1not allowiiie partical to p. ssin l'lll
pipecross sectional pr.:?vail
59, Cl. 3.3.lS I • pl.,tes.
area. The st rainer v;ilves shall be so arransed thnt he1
We propose 2Xl0U % Self !lidder C
sectioncan be iso ated and removed
for cle.:in 1at any cleaningstrainers ( KS ba,ed)
time whilst nor>erat on. for upstream of the PHFin ACW
rhe bidd<'f may collect h
side. 1eadable copy from
37 1.Anncure· Drawings enclosed as annexures are n<n
reclable due
qualit1y.
0 very poor scan
Kiiidly
1 Part A, Vol-/. Sect on 23 (APPENDICSI
. 8, 9, 12, 15, 16 fur11ish dl:!ar drawings l
8/18 . .
either·in pd! or l\uto c.ad format.
7
I, No Mar1d<1tory spares list is a·1ai
lalile in the technicJI
A
C
spccific.:ition.K ndly prov de W
the list or mandatorv spares
' ' P
to be suppli d for tlic
follo'A ngitems:
u
m
IW CL
p l iddor C
s

2
. Bidder
Dsh.ill prov
Mde list of
nindator
Cy spares/
Wequipmen
t/
cons•Jma
Pbles as n
u cesry
m durine
the
p warranty
speriod at
3. his own
Servi cost
ce P
l
e ase
refP.r
wate
r
pum
p(f
applic
able)

:1
't
.


\

}
4. PIJte neat chanr,
e
5.COLTCS
6.SCS
ers

7.Any orher centrifucal p(1mp


l the
o
Clause
no-22.0 Vol-
11
of I,PJ11
·A

applkable tor
water system B
idder c _

f'.iv,e 34 vr 107
I Volume/
S Section I Clause Page Number Tender Specifications Clarifications Soueht RPCL's OarifiGtions
/Amendments
I Remarks

N
o
.
Selflapping screws willbe used for
attachment Volome-11,part-A, CIJuse no. Studs used for machmcnt ofinsuiation shallbe Nelson of in
189
ulation & shall be offered with cquivalt nl
61 t<11nfess steelstudsin lengths suitable ior the insulation stainless steelmaterialas it appe<lr!that
3.3.19
TenClt'r terms & condition will prevail
Lhickness. "Nelson stainless steel stud" pertains to some
!pecifi( brand. Biddr (.
All the 1o<nts/11aps will be properly filledw
ith
llolume-11,part A,Clause no. All block insulation shail hdve joins broken and pointed loose wooltken from mattresses. oose woo•
190 61 Tender terms & condition prcv;iil
3.3.19 upwith plastic insulation. provides flexibility for pipe
expansion. RPCl to BicldQr C
-----·
review.

\ 'L " \
1.Autocad verion of plot plan to he arr ngP.d.
\ 2. rower evacvat 1on corridor to be marked on Bidder will designp
l;int equ1pme'1tl.iyour
;it his
plot plan own arrneernPnt_
ume-II,part-A, PLOT PLAN
.,]9y ·, Vol
381 3. Approach road to site access may he marked Please tP.fC?r to <lrticle no. 1.1of Sectio11 1:
ANNF.XU
' ! RE-4 upon plo1plan. Description of the project,
.. - -"
Volume /.of 2, Part A
4. Wind rose to be provided Wino velocity - 27.5 Bidder C
Km/hr
For the required output with lGT•lHRSG+lST
Numbe1of 1>res1Jr"l'lev I> fo, >lt!a<n
confirguration. gcnerally.llRSG and ST arc triple
192 Part-A, Vol-] 1'1. Cl.2.5 H't .'.>t Recovery Steam Gene•ator (:yd<' shell be minl•num
pressure rchet type. Whereas, t specifica11on duIpres$urr.If any Tedcrer off""
calls for dual prl.!ssure stt:amcycle. steam cycle more !3<cld1:r C
RPCllo review the same. thandualprC$Sur for better
pertormJnte I eft<cicmcy,it willbe
accl!ptilble.

As the net comb ned r_yclc output sh<ill b<!


for cla• 1f c;it on
onmeasuring point for Nel guaranteed.Hence,separate cuarantee
fo
Cl. 4.
power output:
193 P;irt B,Vol-2 Guarant combined cycle power output i) High voltJge S>dc ol GTG step-up
ees t cenerator transformoer.
Schedule-A t rminal'(i.e. r.ross combined cycle power ii) Hich voltaee
side of GTG 'tep·u p tr,nsfnrmPr
output) and uxiliary power are not
required.
& SrG'tep-up van former.
RPCl to kind y r!!'lirw and c:onfim1the same.
B
idder C

\ J -;-,;:
ri \·.'v" ·· -'. ,
· ··-vi ;
<;,_ , n · · <-
\;\fYJ:\\f\ ;i,01' ·: :_ \\

Pag1> 35 of 107
sc.n.: v1 r'
reciprocating ir compre sor

compressors
2.Minir.1ur:i oil-ca.-ryover
lnstr1tmP.nt air system shJll be provid ed consisting of
3.
two (2) full· capadtv

i
/

Vol-IT, Part A, C:olusc Rit1c1er


cc1gineerini:
or

<1ir

not mentincd pecihcat1on_ CCf>? hal l


S<!rvicc:-
th!." details of dryer c.ity nd practices
pressure.I'>,

8idt1er C

Pace :J.6 of
107
SI No. Volume I SectionI C
lause Page Number Tender Specifications Clarifications Sought RPCL's Clar fications
/Amendments Remark5

In principle. lntrument / Process


We propose to offer HOC Twin air system arc to be based on the
One dual tower,desiccant type air
197 Vol-11 ,Part •
' 50 of dryer shallbe tower/Rotury drum type air
technir.cJIrequirement of the 360
43S furnished with the MW CCPP pmject. Biddersshall
I drying plant to meet air
system. apply be5t
requirement. RPCL to 1ccept Bidder C
engin1!e611g practice coniplylrlg latest
the s;imc. International stanclards in s11lett1ng .JppropriaT<>
instruent air and proct>ss air system.

198 Anncxurc-7, 394 of 435 Flov. diagram is not egible . RPCL to furnhh
Flow Oaigram of Compr.csscd Air System
The hidder may collect the reJdab e copy from
readable drawing. RPCL Ridder C
·-

. ---. - . ... • if tingequipments shall be


.. . [\ . provided only for handlongequ
pments havin11 weight more thn
500 Kg.
• Upto 2000 kg, manual hoist shallbe provided.
\
' · • Above 2000 kg,electric
hoist shallbe
.·-... "".......-:", / provided.
• Crane/ Hoist capacity shallbe decided with a
,. .'i99 Clause no-18.6.3, Vol-IIof II.
Paee 283 of HO
IST margm of 10% 0•1er heaviest equipment to be Tend"r terms &
Part-/\ 428 condition .,..,ill prevail ifted.
• Cranes &.Hoisl!. shall be of MS
duly & Class II dury respectively a.s
per Indian standardfcodcs.
• Cranes & hoists shallbe
deslgner:I, manufactured &
test<?d as per relevant lndi;in
standards/codes.

Bidder C
Mndatory spares lst for Electric
Hoists & Chain pulleyb
locks are
Cl3u>E> no-2.7.1. Vl'>l- 1of II,
1
not listed in customer'i Bidder sh
,111prov1de list cf m.1ndat
orv spares/
200 Part rage 211 of 428 Spare Parts and consumables technical specification.Customer is quiprnnt/ COfl')umaiJles c l'leCCSSary dutine,
I -A requested tu
provide list of Mandatory spares tobe
I
tht' wdrranty period at hi own cos
.Please refer
considered for [iectric Ho
im& Chain pulley Bidder C
tc the Clause no-22 0 Vol-II of ii,Part·'
Clausi. no-22.0 Vol-IIof 11, f>age .68 of b!ocks package.ThE< aine is required for the
Pilrt·A 42S SPARE PARTS
purpose cf estimation. Bidder C
I 201

The bide!er may conduct w•ter r>lese 11ote th;it the water nalysis (for d!!sign
an31ys sif deemed
purpose !needs to be conducted throughout the
necessary at his owncost beforesubmiss on o! the bid. 6itlder f'lJll collect all artr11t1on
.1l 1nfonnatiOl'l a.1
seaons. (year) to kno"v the var"iation of wat. r
PMT·A 45 However. alter signingof Contract the w<iter analysis at
r\ r1llJff ):·
,.
t.1fj,'J' -
\:.... ,i:-. f l. '\;;
H1P. l.CJSt or thP Contr actor h mandatory for dP.lailPrl quafity and accord i
n ely the desi g n water <>nalysis his own
r Jr <I' "'"'.\ design of Water Treatment Plant rran111ement is derived. RPCL to fu1n sh thP. detailed design
I/,.<:4/'.fl7J I .,.,.
J' "/ I ,. ,,.....
··;:- :'\ wate r '°'n:\lysis.
iclder C.

\ P/.'\ .._ 8 . <., l/J.,t;\ \ :·_..-. \h


ld1,1/ j

..:..::..-
Pae :ix of 107
rl Volume I Section I Oause Tender Specifications Clarifications Southt RPCl.'s Clarific;,tions /Amendments
Remarh
SINo. IPage Numbt?r
The technical parameter !Job size, technical
detail & capacity} for Eq:Jipnient is not
211 A 22 Pillar drill machine> mentioned in tender document. Rl'CL to lurnish
the echoic.ii paramete1 of Equipment.

Bidde' C

The technical parameter (lob size'. tC'cnnic;il

,·[ '\. A 22 Pillar Grinder


delail & capacity) for Equipment 1 not
mciitioned in tender docum(:nt. RPCL to furnish
the:echnical pMametcr of tqlliprnent.

ll1ddcr<:
. --- ./1"
The technical parameter (Job sJZc.Lccch nical
_./ detail & capacity] for Ei:iuipm P.nt is not
22 Surlacr!Grinder mentioned in tender document. RPCL to furnih

1 "'
.
The technical pr;imC'ler of fquipmenl.

idder c;
B

The technical pJrameter (Job size. l.echr1ica l


detail & capacity) for Equipment is not
214 /\ l7. Universal millr?r machine' mentioned in tender document. RPCL to furnrsh
the technical parameter of Equipment.

I Bodcler (
The technic;il pMan1eter {Joi.> ize, te(hnical
detail & capacity) fo1·Equipment i\ not
22 Shaper Machine rT1entioned in tender documenl. RPCL Lo furnish
21S A
the technic.ll pMameter of Equipment.

£lidcter (
lhe technic;il llramcier (Job ize. technical
detnil & capaci ·) for Equipment i not
2.16 A 22 Power sav; machine mentioned in l ndP.r rlocurnenl..RPCL to fu1 nish
..-::::=::--- the tech nical parameter o'f EQL1irJ111ent.

I I ' _;
Bidder C

Page 39 of 107
fJvf
•. ""·"-. ' ..\ .
'-
-· -
\.._ sr1to.:...:
. :/.!'.-:/.
Page Number Tender Specificat ons Clarifications Sought RPC!.'s Oari ications /Amcndment.s
\..J •
.Yctaon / Cluse Remarks
.\
',
. - ..... .. _ The tcch<Jical par;i111etcr (Job si e. tcchnic I
': ' ..
, I
. , detail& c?.p.:ocitv) '°'Equipment I> not
·ii7===:
A 22 Hydraulic Pres mach 1 e mentioned in tender document. RPCL to turni\11
thr technic;ilp•rameter of f.q11ipmen1.

!'tease sec A nnexur<' 5 in the A mendment. Bidder C


ic alparameter {Job size.lcchnrcal
Tne tPchn
dctil& capacity) for Equipment I nor
218 A 22 Welding machinf> set "'"ntioned in P.nder document.
RPCL to furnish
the technical parameter of Equipment.
Bidder C
·
-
The te<:hnic1
:. 1parameter{Job izc,tcc:li111cal
detail & c.-ipacityifor Equipment isnot :
219 A 27 Rolle1 machine mentionedin tender document. RPCI to furnish
thetechnicalparameter of Fquiprne11t.
£Jidder C
The techn cal pRrameter (lob
si2c, tch11icJI
detail & capacity)
tor Equipment is not
!'-. 220 A n Sl1<"Ming m.lcJ1ne mntioned in tender document. f<PCL to furnish
the tcchn cJIparamete1 of Equipment.
Bidd<?r C
r:e(hnical p<11ameter (Job Sile, tl!chnlcal
7.<l A
22 Boringmuchine I Th"det;iil& C fl3City) for Equipment
is !101 oned 111l<•nder
document. RPCl to furrilh
menti
'
' I the technicJIparameter of [quipment.

l f3iddN (

I
I
Th 1echnit.JI parrneter !Job i c. tcc:hnocal
det;iil & capacity) for Equipment isnot
n liydrauli P•dler kil r.oC'ntrorwd on tendP.r document.
,,, I RPCL to furni h tloc technical
paramt?tP.r of Cciuipmcm.
I 13idder C
I ------ - ·--· ------------- · -·-
Paee40ui 107
SI No. Volume/ Section I Oause Page Number Tender Specifications Clarifications SougM RPCL's Clarifications /Amendments Remarks I
1he techn cal parw . netcr (Job $iZc, technical
detail & capacity) for Equipmenl i not
223 A 22 lai>Ping lllachine rnHnlioriedin tender document. RPCL to furn:;h
the technical parameter of Equipment.

Bidder :

'lhetech<lical paraml'ter (Job size. tcchnic;il


det l& cap.ici y} for Equipment is not
224. A 22 Air rnmpressor me11tiom
;di11 tender document. RPC.I to furni h
/ '·
the technic<tl p;ir.arncter or equipment.
'
'
' 4
-
>
\, Bidder•:
, \ ·; I ThP. technical parameter (Job size, teclmicJI

\ '

"--22s _
_..
.... '- """
,/
'
A 22
Trolley mnunlt>d transformer oilcentrifuce machine
detail& capacity} for Equipment is not
mentionedintender document. RPCL to fur nish

' the technic;:il par;imete'f of Equirment.


Bidder C

The technical parmetN(Job size, technical


detail & capacity) for Equipmentis not
726 /\ 22 Trolley mounted luhe oilcentrifur,e machine mC'ntioncdin tC'nder document. RPCL o turnish
the technical parameter of Equipment.
Bidder C

tI may benoted that mandatory spar s tor l>iddt>r shall pro111de list of mal'dato1y spares/
workshop equipmentis not appllcable and we equipment/ con5umables as rlccessMy cluring
227 Mandtory Spores have not provided any mandatory spares under the warranty priod at hl.s own cost.Please refer
II workshop equipment head to any dicnt so f.lr. to the Clause no-22.0 Vol llof II.Part A
t Bidder C

22S A 28 2.30 l'.urnishinsollntcrn.itionalStandard Documl!nts


We will design, rnanufncturP. and tested
workshop equipmenI!. as per relevant Indian lcnd r terms & cond1t1onwrll prevJit
St. ndard /code .Rf>CL to accept the s1
. mc..
Bidder C
II
·-
-
,V-'... .I., "
The project land is required to be'fillC'cJ, developed;ind RPCI.to corilirm the finished ground levelof the
compacted upto the recorded maximum waterlevel plantin terms of reducedlevel & fur-Jier confirm
A'«hoi I '•rt Design Elt?vationof the projtict Land \hall be

;:r ;;,:l'\'·"'.;>, .
; • ":l2 9 .•.::.) • q uiremcnt).Section·
Clause no 20.1.1
30S plus 1m. That means the proposed 360 MW power
µl nt project site shall have to be at a ground levelof
th..- posiblily of terT;,ccd gradinfor
optimization of tile earth work inlevclling, anti
l'l.99 mPWlJ

· --,. -.
Ridder C
,- ..
-- (\ ,,
15.02 mPWO. r.radine.

.y. .
·.:
C::.:-: ) _,..-'·)
_: ,
• '
,,'- ,
v._;
.:.
...,..· :,, ) ;.
·.j t.
'l/:1r1· 1 :\{.'"/ Page 41 of 107
'-h'
t::i§
*
0
\·:
\'

"'

Page 2 o: If)/
)

.2

2S

Tendc!I IC?rms & condition prevail

Bidder C

pc:-r
ll1ddC'r C

IBilldr c

1Thu<imum wdter le1Jc l ptu That means the

propost'd plant i RPCl toalsoh:rr.hh the


mPWD

Pag£> 4 3 of 107
Page Number Tender Specifications ' Oarifications Sought I RPCL's Oarifications /Amendment
Rem..rks
- 5it<? Work$ :Site cleilrance.e.cavation ilrtd f11finr. ot nearest higf1w y level.
'= ol·'Part-A, Clause no.20.J,.
24& f W k
the Site to fomiatio11level (0.8 meter above Hieh flood
310 levelor LO meter above nearest Highway which one is
I Design E iP.varion of the project Lnd sh;;IIbe

S:o;:>P. 0 1
IVI or s. 14.99 mr>WO
· hiehcr) tnc1ud1n ;t runnint surp!us xcavatcd maH rial"i
Bidder C
-
- - ·
- --I
Bidder lM:I clc>ign a
l the relevant plant
Vol 2 of 2 P<11t A (TE'chnical The ContrilC\or slMll prep,.re the dr.iwing necessJry for
247 requir<?men1J,Sect on· 311 R!'Ct to furnish the drnwings. equipment layout and dr<1V1ini:s <'1$
h s construction purpose
20/Clause no 7.0.3 1
ba ed on the attached drJwini;s and the neccas.'l•Y to execute Jnd
speciliC<lt on.. complete the project onturnkey
bosis as per tc hnical requ rement of the tl'n<icr
jBiddcr C

Vol 2 of 'l P rt A (Technie<JI


Thh is a EPCcontract, hu item r te pJynient Please follow 'he tcm5 ilnd cond1t1ons spec1 1ed
248 rcquirem,:,nt)/CI.No.20.3.!> 313 Me•<urment And Payment
(l}& (2)
>hall not be va lid.RPCL to i1' tht" tl"nder' reg._1rding you- que,.ies
clarify. Brdder C

I Vol2of 2.Part A (Technical The bid price for piling she.II be lu mp Thi> is a EPC contract. thus item rate IJH 'mPnt I Please follow tli c tern Jntl condi ions specified

sum and shall remainfirm hall not ue Vdlicl. Rf>CL to cl;infy. 11i the? tender regrdin(; y.;ur
I queries Bidder (
irrespective of the type of desicn.
'"''''""°'""·'" >OA.2 "
'
All tound;ition shell be designedin accordancu
All found<ition stulllbe designed in C'cordance with the

i 250 I SectiQn··20/Clauc no 20.4.J I 314


requirement as laid down in CP2004:1972 Found r on'"
or other .1pproved Standards md Codes of
with the requircav.nt as 1'1iri down in Indian
Sta1idard. flPCL to confirm
Tender terms :i. conditio1i will prcvJil
Bidder C

Prcticc/0NBC.
Stand.Jrds of desicn.mater als, and workmanship shall

25J I Sect•on-20/Clalist:no:rn.s.1 21
he in conformity with this Specificat on,ACIStandard or
other internationally accepted Standards approved by
Standards of des
i:n.materials, and Tendr terms & condition
l
the Enp,ineer. wo• kmnship shall be -carried out a> per Indian willprevail B
f-----+·
-· 'andard code. RPCL to conf i rm.

(
J
!lidder shall designall the relevant civilworks
ihe Contr.:ictor shall furnish
illdesigns and construct
icJthof roads in different
Kindly specify the w and drawincs as ncccasaf)' to execute <111d
,. 252- · l, ection-20/Clause no 20.G 32. the roads.v•rds, 11aths, surfaing as necessary for tbc I
area and shou derwidth ifdny. complete the project on turnk v basis as per
I ,.-...I ' 8 proper f unctioni nc of the pOY1'. l'r station.
technicI rcquirc•mPnt of the
tender

lause? 20.6.l Minimum thickness of conc.rcte


As per C
253 fuicn-70/Cl ue no 70.G.l 328 & 330 p<1vement: lScm and as per Clause 20.6.1.4 concrr.tc
RPCLlo specify the minimum thickncs of P ease refer to theclaue< a I
concrete pavcmcnl. mentioned,v.herc
pavemen t thickness shall be /Ocrn or as dcsig11ed.
two diffen•nt desic11 i structure BicldP.r C
Voll of ?. Part /\ (Technical
are consrclcred.
25.J I rcU\lirement)/C
3/ Pa: e No 25
I.No. 25 Plant apµrcldch road.incl all internal roads We under>tancl that Roads outsi<.ll> the plant
bouncl;iry Is not in bidder· scope.
1\pprnachro:ids ot:tside of the
plant 1s bid<.lt'r's
scope
. 1 .•1 __ j Biddcr C I

r•1cc 4 ul 107
·--...
SI NO. Volum«i> I S«?ction I Claus<? Page Numbl?r Tender Specif cat ons Clarifications Sout:ht A

2S5 S1"llio11-l/Cla use no 2.242


'
( ·! \

,...
...
I
,z_ ·
:-- 2SG ,·Section 20/Clause no 20.7 .2
h«i>s

257 Section 2l/C. ause no 21.l.l


0
......

1 258 SFtctior. 21/Clause no 21.5.9 361 Flo.or layint:


362.
l.>asi<

RPCLto specify the


259 Section-21/Clause no Wall and
21.5.10 ceiingfinishes floor/buldinc/area, here the
n1shing system tc• be
applied.

lndi n )tandards from Bureauof lnci11


309 !'>tandards And Codes 01 Practice Standards are proposed to be used for Ci•iil
c!eien ?urpose.RPCl 10 confirm.

Bdder sh.ill UeSit)n ,3r1cJ COrlStruc:


IIlhc relevant standJrd permanent
261 Vol of '). P<trt A 310 mind.Jrd permanent jelly fur loadine jetty for loading & Unloadin ar .riv<
{Teclmical & Unloadinc at sicie as neccasary to exec11tc
requirement)/CI. No.).0.2 (b) riverside ,
and complete the project on
- turnkev basis as per
technicalrequirement cf the
tender
- 1\ t; ,.",':-"-"""' Bidder :
-w-
-
ti \:' i. -<;.>'.·\
\':I-rn
I
;--;•':I\ _c.N,,.,
,. . . . t -
c;
r-_:i
\.';" ' r
:.:.. ·

c;:;,
:7
··:: •

Page 45 of 107
I .....-..:: ·
-- : ·
.
' *;-'..
,\ ....,·.·.:,
·,( /··""r. ;
!··
-.....""- l', r • ·
'•
Size of the brnld1ng, .>nd oth?r <.pccif 1c
Guard Rooms

7.64

<Jf

I
or
l.OO>c

h9

P.11l' •16 c.f I 07


SINo. Volume/ Section I Clause Pace Number Tender Specifications Clarifications Sought RPCL's Clarifications Rema.-ks
/Amendments

Vol 1of 2 ranA Unglazed Vitreous Ceramic "liles ,The tilr.s shall be plain
270 3t">l and of manufacture 1.1nd colour .;ipprovcd by the Thickm!ss Clf floor tiles shall
(Tech11ical r
be furnished Ter dco term; & conditicin will µi evail Engineer. Biddi:r C
equirement)/CI. No
21.S.9
271>.., All th glass usedin the following rooms shall be tinll'cl n11rknrmof the wired [!ass shall be p1ovidcd in
360 wire
in fire prone elass.l\uxillary room and cabde spreJdingroorn
areas. Tender 1errns e.. ronrlition will 11revail rn"nt•oned areas and <ilso
Vol 2 of 2 p,,·t A
(Technical
..'
requirernent)/CI.No Warehouse and workshops Store RPCL IO confirm. Bid:ler C
21.S.7

I
I/Vol 2 of 2 P;irt A
ITechnicaI
rcqu;rement)/CI. No 21.5.6 360 lhickncss of shutter of Alun1 ni11m swing door shal be Atttialthickness of Ter'>dCl term & condrtion v;ill pn?v<::eil

"· __.,. ' ,- /

d
( the Aluminium door shutter more than 45 mm. tor
swingdoor 5hall be mentioned.
O•dd Pr- C

l
Vol2 of 2 Part A (Techn
ical
...... 273 1equ1rementi/CI. No 21.5.6 359 Thickness or the Sleeldoors shallbe 80mm. Smm thicness shall be considcrd Te11dr.r t erm!;& rnndition
(a) for the steel door ,RPCL to will prevail
B
idder C
confirm the acceptance.

VolJ of 2 Part A (Techn


ical Waterr.roofinc for reinlorcetl concrete
RPCL to furriish I.he de diled Tender te>rms & condition
flat roofs shall be
2.71 rcquiremcntl/CJ. No 21.5.4 357 of lime concrGte.TheminiMUr'rl specification for will µrcvad Bidder
tl\ickr\css of lime water proofing.
(2) concrete shall be lOcm.
Vol2 of 2 P.irt /\ (Technie<il The damp proof course shall be provided atjo1nt and
275 m..nt)/CI. No 21.5.4
l'CQUir 358 intt!r'sect ons laid ona bed ofcem1mt sand (l l.), bedded RPCL to furnish the '
th1ckne. s of DPC. Tender tenns & condition willprevail lRirlder C
(4) in and coated onthe upper surface with liqu d bitumen. I
Ri'CL to furni1h the Geotechnical l1WC'Stiilf1 io11 lliddcr sh 1ll collect all additional
276 - General information oll I
Report of the proposed plan!are,1. his own ammr,eomrnt Bidder (
Tenderer shall submit toecther w th hh tender the Outlined dr.awincs and calculationsheet
I
lJU!lined Urwines andsteel-sheet
C<llClll 1CiOnsheet OnCernin(l the concerning the design of the steelsheet piline
I Vbl2 Part-I\ Clause no. design of the
be sullmittl.'d piling
with t.encler as no wall.I I c.>n not
wall
277 20A7. Steel Sheet riling 320 '!'enderTterm'& condition will prevail
Wall The contractor shalltake fullrespons bility for hE' dt:'sign Sldf;I'. Sdme
datais available at this i
l
e
suitobility of 1tcr?Isheet poline wallpro;:iosed for use in shall 1:>
considered dur ne detaile<l eneineering th project. ;r
riquired.Rl'Cl.to conlirm. Bidder C

The enclosed plot p an 11 no\ legilile.RPCL to


381 Plot Plan Riridt>r m v r.nllect h
reAdable copv from RPCt BidMr
fu! ni>h t w plot plan dri:;i11 Auto Cad formal. -
I/ _:""-\ .\Tp
· ' ",' ,
·''-':\
IIc:._ (

= ..(';
<;_;
,, 1\
,'\..·. ,

.,, ..., ,
' iC •.... .....· .::. a_.....n
()
.
'... .,,
\ .. . - ")
-
9
<
<- .
'
; .-j "
I :.5:
-..·... .·. -.....:-
- 1
Pace 4 7 of 107
<'! --
, _:;- .
--:- - .
./
: .'.-. , ·:-;r \ \ :- ./
:::,.=7. -'-_ .._
/.·. _ ,,
.. ,......------.:..:. ;...:--·,, -'........,

1 /: iK " --.- .-:,,,rp:


:\\ ..
·
\:. .\.._ r- ' /.f::; I '
H ..,,_..,.. . ..
· ' f
'
-

SI
No. 'V "fJ_, :t/:'--s- ..e@. on I Clause Page N ; .
. (' ::.-.::.:.:-: .... i'J
_. (;:,,
'
r Spcof t.ations aarificationsSought RPCL's Oarifications /Amendments
Remarks
I
-- -· ·--· Desii;n of founadtion system and Net safe
bearinc: capcitu shall be 'per pprovccl Tender t( rms & condition
279 General
willprew1il
Gotechn c l Investigation
Bidder C
Report dliring contr;ict --

The controlpa,,el$hll be equipped enl(ineerinc:.


with the lollowinp, items of I

protection.but not
Vol-2 Part A. Sect 1on-l. limited to: We
unde1»tdnc
rhalonly Relay
panels
beareto
280 Three (3) Overalld
ifferent al re a•1 Tt'n<ier tenn & conditicn will prevail
Clause 11.6.2 considered.
Three (3) Step-up transformer
primarv ovC!r
c11rren: rcly
One (1) Step-up transformer nel•tral ove.r·currt>nt relay Bidder C

Sin13le Line Oiai:ram of Existing switchyrdi


I attached herewith.Please ee l\nnexure - 4.
EPC contractor of 360 MW ((f'P
prnjl'rt will contruct the:
switchva1d g&ntry structure'! of 7
Protection requlrcn ent of these bays i 11ot (3..4) ba•/>.OUL of
Vol·J. P.1rt A. Seclion·11.
whirh 3 bays for 360 MW CCPP The SLD indicates 011 line Bays,01 tartupTransformer. mentionedin thelender
specifiction. l<lndly with substatio1' equip111eot compl
te in all
Clause 11.6.2 & Dr awing SLD-
01 01GTG & 01STG Bay. clJrify the scope ar1d furnis h tht' protection repcct. 11 bays willbe kept
. reserved for PGCB's
,
.
' required. Proposedl•ll\•mcnsineh-Ne1'cikoM l37 kV coublc
'\ circuit UNf.IN, LINE OUT(ULO) interconnecllons.
.<
\
"1 For addition<ll data /informat on,l\idders arc
requested to contact respective dPprtment I
\ Entity nt tl>Pir ownJrrJngcment.
'·- ,,. ' llidder 0:

Requirement of Prot-cction for Generator, Gl &


282 Vol-2 Part /\,Scctio1 -ll G
·lnrrtor Protection UAT not specifiediel the spec fication. Kinclly Tcnoer terms & condition -,,ill prevail
furnish. Bidder C
I
Bidder shalldes c" cornmun;cat on protocol for
Communicat on protocol or Re.u µort (EthC'rnet relevant equipment as
··d
11cccas.ir1to exPcute
253 Vcl-2 P"f"t A, Scctio11·1l or RS-85) in Numericalrelay not spccincd in con1plete the project ontucnkcv
b<1s1s as per
' the sper.tication.Kindly furnish the details. rcchnirnl requirement of the
tender followlne

I k tCt int.-,m.,tionalstandards
Oidder C

P,11w F. <J I J Ol
The delt.Jge systern provided as µer

tr::onsformer.

St<tel as IS ;>nd

Bidder C

!Bidder C

Appro\l<?d Vendor List. NFPA

f.)<
gas booster
nece<tSary valves. etc.)
tl1P, CCPP a1liase
!.UCt.:C:l'$.

os

..

"l
\ -:,_
- \. ._/'. , ' -)-_, l--- ;,1 W)
{;,_, '_
0 _.,.':· ':_..._
. /.., Pai;e 49 of 107
'f"'

...;.._ * ,... 'I. ' l'


J i,c'
,• ' I
;;" I
/&-\'••\ .
..

' ....

i
v (('o . .....-.. ..,.,, . <
;;- ; ··,_. ; .:.
.-;-_
L·... : :. i
.

: , . ,;......'\ -3_·". ,..... ,... . ·- l e-. - J


·.,.,.... ;3 ..'f'/ '
·
\ :.1,,-;if/.c
·.JJ •.•
SI No. '11{!__li/: ctlon I Clause - --- -T er ttlf!r.Sp 1cations Clarific;,tions Sought RPCL's O;,rifications /Amendments
Page Number .---·
( :-.
" \-#. ·>·
- -- Rcm,,rks

rollowinr, B tery lionit porarneter $hall be


furnished for fillinn thP. HSD StorJp,e Tank. lliddcr shlldesign the liquid fl1i>Isystem as
Hm SpecillcationlFuel
ZG4 The llquid fuel oilwstcm "1all have t c necessa1v liql1id • F:ow rate(Min.Normal,M
29
1 -1 re<iuireo 10 put thP. 360 MW CCPP at base loocJ Supplier:BPC) fuel oilstorage
tank. • Pressure (M in.Normal,Max., Oes•&n!
.i ter successfulc:ommiss<
.
• Temperature(M•n.Normal.M ioningof the plant.
•.. Design!

We understand 1h.lt Nos ot 000 r.u.m and ")


- -,
llidd r C .
l

Li uid fueloil>ystem 86 3(Tiuee-) 5000 Tons HSO


292
fuelstorage main Nos of 7000 cu.m H.SO foe! st:>rage ranks >hall br. Tenderlerll's & condition
t.:ink at Pl nt
will prevail
>it.,,2 Pwo) 2000 Tons HSD fuelstorec t•mk
supplied by the bidder. RPCL to confirm.
- Bidder (
Flow-meter and rotaiize to measure
fuel tranfer I
consumptionat ditteren1 Kindly indicate the quantity of Howmcter and
293 Uwid Fuel 011>vstem 87 Tendc1 terms & condition
del very po nts totOJh?.crs.
will prcvoil
Bidder (

We request RPCL to also accept


Centrifugal fype
Voi Part-A-comprcsscd 24/'13!>
Ccntrifug;1l type Gas Booster Compre.ssors of in1cgr I Gas Booster Compressor of Beam
type desien geardeslen Bidder C
PlcJst,follow Technicalrrquirement• / Cl"sc No.:2:1
ir1ce a am type compressor are provenfor such pccific;itions of th Te"der.
rotingand aoplication worldwide.

We understand that minimum <Jmbirnl


temperahire is 5 deg. C. Please: ronfirm nd cil.o
!
furnishits coincident Relative Mumiditv ('Yo). Please follow the specifications of the Tc
2Q<; TD_l\1VJnens 9/435 Project Description 11der
1111h·360-MW dccumen . If any <1dd11onal data i
required,the
Vol--Parr-A-compri;sed We understand that maximum r.1bier1t Tenderer is requelled to arr.:i11ee
the d.1 0 dl its
, temperature is 45 tie& C. Kindly (01 firm and also own arrang!':t1Pn1
'' fumi1hits coincident Relative Humidity (%).
-- I
Bidder C
29G . .,. 19f43S Bidder C:

'
Vol ?·Part-Abut
297 ,. requiremrnt compressed
TD_r..:ymcriw1gh-
no1Less than O m for GTwith I
Fxh;iust System(Vertic.if)
Clause
90/435 S indicates bypass >tack hPiEhlas
whcrca5 Clause 4.3.7.10indicates
height<10 m not be less th11n 50 01.Kir:dly
should
E•haust stack (as µer environm<?nt.
3&0 MW·
byµ.. sstack lprotrttion
29 <·l;ir fy. bypJs damper and 50 in for HRSG]
8 BiddN c.
TD_IVymensi ngh- - .
--
3GO-MW- VoJ.2- 20/'13S ControlCompartmcnt{For GT) We understand that ocal controlcompartment Tender term & condit:on
Part·A -compressed willprevail i!> t equited for th G:urbine. Kir1ell•1coPfirm .
J
Bidder C
- ... -

JCt: 50 of 107
SI No. I Volume / Section I dause \ Paee Number Tender Specificat ons Oarifications Sought RPCl's Oar fications
I rRema k
I I
/Amendments

I Bidder man11factu1e:s GE delr..11


TO Mymens1ngn-3f>O-MW· Gas turoine. Kindly dari(y
?leil P refE'r to the section 22.l
number of schcd"led inspection and 22 2 of
299 31/ll35 Spares& Consumables
Vl-2-Part-A-compressed I (Cl.HGPt, Ml) spa•es ane tcnd E.>r vol 2 of 2 (part A}
conumables to be
supplied f or the G.H
wrbinc.

Biddcr C
We understand that services i>rc require_d for
/ TO_Mymensingh- on y those scheduled inspections
33/435 ServicP.s for Scheduled Tender terms & coJndit on
360-MW· Inspections of Gas turbine whichwill be will prt.>·1 11 Bidder(
' / \ Vol-2-Part-A-<:ompressed
carried out durlnc warranty
I
period. K ndly coolio'm.
I Please note
!'IOIthat s te clt?vation is
\I
--- . . I I I matching
with the barometric pressur.
'......... ,
./
TO Mymensineh-
3&0-MW-
We shall cons der he.barometric I Tender tp1m' & cond1.t.1on willpre'la:!guranrel?
301 - 40/'13!'>
pressure For
performance euarantees instead of site
"
' '
'\
I Vol-2-Part-A-compr<-ssed

elevation. Kind y confirm.


schedule I\ o'f tencler vol 2 of 2 (pan !l)

IB1dderC
DLN combustion v1em offered
can ment emissionlevels of 25 Pl,,<JS<' follnw thP latet
TD_MymC! nSingh- E><haust System ppmvd@lS'Y.0]with e;is
3 90/435 £CH(Enviro11nw111 Con1c1v;ition
36() MW·
0 Vol-2- fuelwithout any injection 11d 6$ Rult:) of Depa'1me11t of
2
Part-A-compressed ppmvd@l5%07. withlqu d fuel with
EnvironmPnt (DoE) of Ban1ladesh and
w.3\!'1 injection. Bidder C
World 6d11I: Guideline for
Kindly confirm.
cr.vi1onnicnt.
TO_Mymcnslngh-
360-MW· We would lii<e to orft<r ventilation syHem as per
303 91/435 Unit E11closure OEM pl losophy whichIs wPll proven .Kindly TE.>noer terms & conditionwill p1C\'olil
Vol-2-P<irt-A-
confirm. Bidder C
compressed
Jnd
The LTSA period star ti <1fte1 expiry of the \ii:ne
TD_Mymen!>ingh- warr 1nty per od. d
360-MW- 376/43 Kindly clMify
30 (onlriltl 'or LTS1\ will be seporateiy negotiated befor
Vol-2-Part-A- onpriullof T$/..._ e
comµresscd
expiry r,f the warrant

Bidder C
Kindly furnish th(' specific eas composit on 10 be 1 Please rclr?r to pdge 58 ,'le SCJ of volume lof 2 for
calorific value of gas <•nd HSD.
considered for gu arantees.
3iJ5· 1 .·"'· ymensini:h-360-MW-
421/'135 G:is Spcofic>1ion Also clarify on the pressure anJ tern;:>eratu1e .ctt
For furtherinformation If necessary,p
lease
,.-_;-- "Ypl· :.... rtrA•comprcssed tont<1ct with the 1cspective author ty {TITAS·the
/ s- ,""-. ,_· Y\ which g.ls supplied at our tl>rminal point Gfts C:omp;\ny & 6;>ntJl.lcJcsh Petroleum
! "" .....). ·..:.. \ '·:·.
(·.::.-.: '-. ,.=:n'f -. -:·.
Company) Bidder(

1 :; -: ' _ _L__
".·';\- - .':,. } :: •; a>.J Q_ewt
"-<r .'3 ,-..:
• . • ..
'.,:.l;sv"·
. j .'
Pace 51of 107

· */'.:·-..:.. I ,\,"•/,
\. ;,., ·""1"\ \\ '.' I
"'- :•!ff ,. I
·1 .
·
:-:-
-: ; -
c=.·-"·.::::.:'\
' . . , . ... ,.. ·.

.....>
fu -.
Z:-P>.
.......::::--
- -...

:
. .'r
-
-; \ v -- - .
' ..---..- ... ;

SINo. \ Lim) I Oause PageNum 'i:-" - Jecifications


J Oarifications Sought RPO.'s Oarifications /Amendments
Remarks
!..:__•_-_.:.. 0
n / "
\, : ._ , ....:,;-- TI ..
--·- - --.... -.·• - - Kindl•1funushCoolin& wtcr temperature i0t .
TD...:Mvmensin:;h·360MW·
• /H" .I f . fendertc1ms & condition will
prevaileur.intee
I 30t> Vol-2-of-2-·Part-O 4 " Air H2 watcr coolers ( or GTG & STG) w.r.t. schedule A
of tender vol 2 of 2 (part ll) .
Ambienlat various lead condit ons Bidder C
307 Ger1eral ! 'ndly furni h Sincle line dia&ram for GTE & STG.
< P ease
cotll! 't readable cop·1 Bidder C
1 -1- -+ r-- -+ +- -j- ·
TO lvlymei -of-
singh .3GOMW -
.Pan-B 154/435 willffer'Cd Geera
be lS.7:,, tor (GTG
kV aearnt & STG)
te11ders rat d vult
require111 ••&e
1:>11t of Tenc"r.ter111'& conchtmri
. ..,..,.11 prcvJ1I.
308 - Vol-2
11-20 kV. SicldNC
2
1 +- --t-- r-- -+ -t- - - · --
309 rD_Mymerlsingh-360MW. LS4/ :IS Offored Genr.rator r.Jted power factor wiil
he fonder te•·m"& concfiticir> willprevi il .
Vol 2 of-2-Part-13 ... 0.8'.i lag instc.ad or Q.8 pf l1a. 61dclcr C
Grculation w.:>l(.'r Inlet tcnipcrilt ure seem!i to be
. .
C1rcul t1on w"termlct temperature of 38 d"" c . !l"' I c·
• • M

31.0 Vol 2 of 2 Part·A 128 1· Te'1tlc-r terms & co11c;! 1011 pr vall
h•ch. Please recon 1rm. ....'::.' -
31 ol 2 d
T . pA
& 128
,. . Veloc
. i
t y of water in condenser tubes shall not
. exceed Vcl<lcity of wa er in tubes depend'rmtube
I
l V ot 2 an· l.S . en E·r terms co1101t1on B'"d C
wi 11 prcv•1 1 -
. mate
m sec rial. 1u e ·
. f p Thi! condenser tube shall be material suitable for the Kindly furn; h thewater
317. l/oI2 o 2 ilrt-A 128 chemistry for cooling .. .
Tender ti>rn1 & co11<huon w111prevao1 . ·
_ _ spccifil'd Hybrid Cooling Tower basin\vJter. water. Bidder C
1 Qi, r practice is to weld tube >heel towater be•.
3, Vol). of 2 Part-A 128 Wte1 bo•es shallbe bolted to tt)e tube sheet..... Waler box need not be removed for clr.ar. ne Tender term& coni!it1on will p1 evall
lubes. B dder S:
01Herential expansio1'1nonito1111g wiH not bP
. Rel<ttive expan!>ion of rotor to Ca5ing {differential i:rov ded due to the
standard desien featur(' for , .
314 Volume-II/ ?art-Al Seccion- 6 116 . turbines of this model. Tender 1erms &
cond tion will prevail expansion)
However we confirmthat casingand rotor
ab olute expansion monitorin&is prov ded Bidder c

The turbine shall be equipped with an AC & DC motor· /.. Hyu1o·Motor is


provided at the uca1n turbine driven turbine sear to be front for
the Turninc of the STG.The motive
315 . Volume-II/ Part-A/ Section- 6 119 used for turninc: the turbine shaft while the unit i being ff uid for this Hydro-Motor b the Lifting Oil from Tender terms II. condition willprevail
,• ' , started or taken out of the lifting Oil(Jackin Oil) ?ump. 1No. AC and l
,r l '1 SP.•vice. No.DC JOP is r.omidP.rcd dS per Bidder clesip,n. Biddi!r C
.c.... - .. --- ·
.D .' The turbine shJllbe equipped with an undefended rwo sep.irate electronic Over Speed l'rott,ction
sJfety devic inthe form of an emergency oveHpc•erl Devices (with 2 out of 3 loeic),one Lhrc
·16
· V1 II/ ., A/ _. • .,, r,ovrnor. h s h llbe mounted on the turbi•1c sli.:ifl electronic Governor ,md one independent over .. . .
Tender tcnns & cond•t1onwillpr va1I
, o uni - r<lfl· >ect1on·t> ', and shall be rrneed to actua1e,at a predetermined peed protr.ctirm
i
dev ce arc provided.A
speed ii trippine devic which willtripclose the tur bine oneclvmicJI over speed prott'Ction device oci the
steam valves. t•Jrbine shaft is not providrJ.
. --'- - '-• &odcJ· r c•

Pa c } or 07
SINo. Volume I Section I Clause Page Number Tender Spec ficat ons Clarifications Sought RPCL's Clarificat ons
IAmendments Remarks

I
I

Lub(• oil
system with tilnk, shft driven
317 Volume-II/ Part-A/ main luue o l
Section- 6 15 pump.AC auxiarylube- oilpump

Number of prss\Jrelevels for st<?am qcle shall


51;CTI HRSG three pressurelevel(triple pressure)is
be minimum dual pressure.If my 1ederer i:>tfers
ON l:
18 OESCIUPTION
Sl:CTION·!:> proposed for optimal 11li11sat1on olexhaut
OF THE
/
:-...., PROJECT cnerBY from GT steam (ycle rnor'I han dual prc un' for
GENERATOR better
. AtlCILLAHY EQUIPMENT
performance I eflicienr.y. it willbeacceptable.
Bi<ide1C
SECTJON-5
' ,-
319 _, Tender terrns S. co11d1tion will 1>cev.;.11I
_,, GENERATOR
..
ANO"
Bickler C
The s:eam generaloohall be of the The proposed HRSG is natural
forced circulation circul tion type
and hence circulation pumpis
'\ not pµlicable
type. It shall be the function
320 of the circu ation wil er pump to Tender terms St conditionwillprevJ1I
maintain a positive water flow
through the
evapor tlon section of the steam
i:ener:itor at all
operatingconditions Bidder C
91
Water Wall :Water walls shallconfirm 10 specified code As stem generator is HRSG,Water wals Jrc not Tender terms &
324
condition will pie·ail rf!quirP.me-nts applicable. Bid:ler.
Bi
ddC!r C C

Or11in and Vent Valves: The valves willh<>ve two valves Two vJlvesin series will bi! provided or HP
322 99 in sc,.i"'' •md shall be located in approved positions for circuit and for lP&LP circuit onevalve for dr in Iencier nrn1s &
condition will prevail
convenient operations. and vent solat onis enough. Bicider C I

S1rucluralsteel:Desien methodology (combination of


100 LoJd) shall be followed as per sectior1 2 7 of 8NBC lructure will be designed for IS code.
Tenc!er terms & condition will p1evail
IBi!ngi<ldesh natioOdl building cocle1 Bitfdc• :
Tende1 HBDs. f'&IDS and drawinr.s are not
Tel\der HBO.P&IOS and diawines
readable, kindly furnish readable drawins.

--\· ·-··-!· .. ;, .
;;:;:,..,
'::" ·:) "S :
! * .·...n s:;:.:.\ /',,\'
I((," ; '
i!£-.J ,... . n ):.·'·\:
' ;:.: .j - I ( ¥f1
11.' ·" • . ·t "I" v ..'i D

'\ ·.;..
:: Page :.Jof JOi
,"':>' -....) ·:<} ,,.,A)
:<://
. ,;;.. j :. .'.",;;,
:- ..
:::-< : ·: : ' i.. :.: '
·· >----.........- ·
... ":·."\\

;.-C> '-:.:"
, - ,.. -..,. . ·.-J ' , ... ..
·!.,.\. ·;

··"
Pa
,,.·<ii ,'Seation I Clause
SI No. 'lo_ lu..m .&, _ _ .......::

T he bidder sbilfollow the


requirements of
to mint;iin applicable room
tcmper;itvre
HVAC
HVAC fer individualEquipment I
325 Mach nery area accord nt:to
the manufacturers design and
standards.
The HVAC vste1·.shallhave cooing capacity I
BiddPr C
ventilation capacity of 12 0%
ratedcapK1ty re4uirec1 for
HVAC the total system.

111e bidder shallfollow the requirements of


liVi\Cto maintoin "PPlicble room '
tempt'rature
fo( ind1•.1irlual fQlJipmcnt I M:Jchi1ierv lllr'C.l
32G accordIns to the manufacturers
design and
srandards.
The HVAC y.stem sh;;lll1ave ooline capacity I j
ventilation capacitv of 120% r.ited cap:icitv I
ruirec for thC! total sytem. •B
idder C

The bidil• r
shall follow the
requirement ol
HVAC 10 ma1nt;;inoppl cablP. room
tcrnpc:r .ittirP. for indiv1c.Ju al
Equipment I Mar.hin<.>ry mea
328 accordingto the mcnufacturers designand
327 HV
AC standards.
The HVAC syst..m snail hvc
coolni-: c>1p<icity / ve1'til•t•on C.
B
idrl r C
'""' capdr:i1y of l20% rated cap;icity
r'?Quirec forlhP tot.;lsysten1.

HVAC
P ne 5 of i07
SINo. Volume I Section I Clause Page Numllcr Tender Specifications Cl;irifications Sought RPCl's Clarification
/Amendments ·-
Remarks

The bidder shall followlhe


requiremenuof For Meas required m11ltiple 1plit ACln+l) 'WAC to
maintainapplicublc 1oom ten•peratu1e
configurat on shall be provided. Where nis the for
indiviclu;.It:quiµmPnt / M;,rh
inery are.'.> I
329 63 IWAC number of workingunt to avoid interference of accordinf! to the manufacturN
dcsig1> and
indoor un.t of spl t AC withother standards.
equipnient"s/cables. The HVAC system sh.lll l>,...,e r.ooiingcapacity I
Please confimo. vcntilatior1capacity of l20% rated capacity
'
rnquired for the tot!system.
\ llidder C
. .......... )_., /
I
Th bidder hall follow t he re<iuiremenl< ot
HV \C to 111mntain .1pplicable room tcmperatire
. dc1·cd f1,r
.LO ai r changes per hour· .sh'1ff be co1i:H
.'ll Equipmc- rn/ fvl u:hinety rea
for indi1Jidu
Ventilation system only not for Air according to the 111anufactu1ers design anrl
conditioonine
330 64 HVAC wstcm.AC
'Ystem shall be cfosicn as per the
ASHRAE. TheliVAC system tandards.
shall have cooling capacitv i
I RPCLto accept the s;ime.
ventilat on capdeoty Of 120% rated C.lpacity
: rl!qui1ed for the tot<>Isystem.
Bidderc
Thc- bidcler shall follow the requirt>ments of
HY/IC to maintain ;:ippl cablc
roomlcrnµer<iture Foo \WithB<'M room, vcntilatron sy P.m sh;i\I be
331 65 HVAC fo1individual E4uipn11mt I
Mchinr:ry ;:irCJ
provided, "ir condition nE systern is not according to the
manufocturers design arid applicable!or switch e;ear rooms
stondards.
RPCL to accept. ·n1e IWAC. system \h.:ill have r.ooline cap;icity I
vent lat onc.ipc1c1ty of 1l0% rated capJcity
r·quired for·the totalsystem.
I !lidder

IC
I The bidder shall follow the requirements of
HVAC 10 maintain applic;ible room temperature
For CCR wlit air conditioned as
l>cakup/redundant system hall not tw
m 65 liVAC eowisaeed, asstandby chillP.1 shall be pro11•cled
CCR. RPCL to
for individual Equipment /
accept.
Machinery area w::ordirig to
the ll1Jnutac1urcrs design md
standards.
The>
HVA(<y!>t<>m
hll have cool
!lgcapacity I
\'e11tiation capacity of 120%
r<1ted capacity
n!.qu red for the '.OtJI 1ystcm.
/ l\':\ / --
!Biadc!r C

I* -r; ;.: .::;,'.

'ii )' >:'.


. \ ...: ) ,.;_;_j
- ·.\·0 ;:.; .-.
....... \_... Z:. , ,-
\',..,,,"'-. ... ,. ..!
.. '· --._ " ·1 Paee SS uf 107
'\: "'t· I .,,.· :_,.·r///
v
-o I
''DH ''.·l,l
,
\'.
'

BiddN (
--

PJjlC SG or 107
SI No. Volume I Section I Clause Page Nuimber Tender Spedfic<>tions Cl<>rifications Sought RPCL's Clarifications
/Amendments Remars

Duelo 1pace, ayout and system capcity it will The bidder shall follow the requirement of
not he po>sible to 11rovide evapor ted l-IVi\C to m;i i11tni 11 applicable room temperatw e
ventii;Jtion stem for Electric equipment room. i ualEquipment I Machinery Mea
forindi•d

337 GS l·IVAC Mechanical type ve1 tilation shall be provid,.d accordingto the manufdcturers
desip,n and
forthesame. standards.
furthe1 air conditioningsystem shall al.obe no The HVA( system shall have woling capacity
I
a(lplicable tor the above area. ventilation cap.•<·ity of ll0% r.ited cnpacitv
·-..,. RPCL to ccept. r.,quirecl for the' totals1-stern. Bidder C

I Tl1c bidCer slMll follow the requirements of


• 1 lo,alcontrol room, attendance room test
) ' "i'JAC to m.Jint. in ilpplicable room tempcr<1turc
_·:_. _,,, # l:abor.atory.experimentallaboratory, in-irumcr1t fur individual Equipment I M chiriery \'lrea
_ , ./ maintenance room ancl process 1r1it room of . h d .
·ilnd..,. ;iccorchng to t manufactu re1 s es1gn
,,3g 65 HVAC other auxiliary system In plant site sh<11l all tie
. standards.
provided with verllilati_on and split Acs as per the The HV/\C s•istem sh<ill have cooling,p city I
' vcnt11.lioo c-apacity of capacit
.
requirem 120. rated
ent.
D
'Ir'
;F'
Chillt>r type AC shallnot be applcable. . df I
reqoiro or th!! tota >Ylem. Biddr C
r- -i- -r- -t t-- --·
- -
The bidder shll lollow the
requirementsof l'IVAC to maintain
applica b le roon1 temperature
As most the equipmcmt are OEM stand.ml item for ir1dividua l Equipment I M.ichinerv are
l'IVAC for AC ndventilati on syystem.RPCL to occcpl according to the manufdclun!rS
design and
339
6 the lndi.in standard and other >tdntlard also for standard.
5 designing the AC nd Venti ation system. The HVAC system shall h ve coohni;
capacity I
ventilation coipacity ol120% r<1ted capacity
required fonhr. total sy.>tcri1. Sidd;>r C

The bidclr sli;11! folio"" t he


raquireme, ts of HVAC to maintain
applicable room tPmpernture f or
irad
iv1duIEctuipmcnl / Muchinery
rea
34C General HVAC Kin<lly furni<h tnc dctailad spcification for according to th
manufacture•< desien "d
designine the AC and Ventilation systern. tandard .
The 1-IVAC l'>tcm shall hve cooling capacity I
ventilation capacity al 120% rated capacity
- required for thP total sterr..
Biclder c J
._,,,,. . . . . . ._ ·--
-,
/.'/ : I· ::- - ,:-.'\ " , .
/,G
_I. a· :-:
" l \ ::"' \\
'1 t ·!\ L
;:":'.;l ;
.) \.::'·.,\l I \ 0&_(>-/}
,_N ---"..:: -c·_.·;; )- :.;,·I
l'gE' S'l o!107
·.:: .'· )
l
I", , :,..:? : .
,
. ..:...
">.-
- :-:-...-..."'.... . . - 1/
v
. I .r::i \_ ,_ -. '/-;-.! ,
;. iSl o. - ;
Sought
' \ ·:
ll...t¥ °'·'
":: '4
:V
] ·.'
ction I Clause Pai;:e N11mber Tender Specifications Clarif cations RPCL' s Clarificat ons /Amendments
Remarks

\ - '. :. ·.·/ Inspection and testingof pipingshaIIbe pc: formed in


.. I
. '
;iccorc:ance with the requirement of the applicable Law
and codes and 111 nccord· nc with the followin;i
'
'"' I criteriil. Complete pipinc synem will be hydro tested at
341 Volume 2 Part A S7 of 43S Pressure testing ofp
iping assemblies including sitt' alter erectior:.l';o pneumatic test or
In· Tender terms & condition •.- di prevail
hydrmtat c, pneumatic and
In service eak tC5t·lnf,shall ervice leak test ng willbe performed.
\Je performed on the systems a.
sem·blles upon thP. completion of
crcc1 1n.
Hidde (
Tenderer sh;1ll supply documents of all relevant 5tandJrds mil'/ be verifie<l at shop durine, Tender terms & r.nnclotion will prevail/late.5t
)42 Volcimc 2 l'<>r l I\ 35 of 435
International5tilndards (ISO,A5ME,ASTM, IEC etc) execution of order. standards
Bidder <:
All!;ink floor jo
ints hall be tested by V;,cuum Box Weldjoint .:ire 100%1 votumeu itand surfac.e
343 Volume 7 P<>rt A G3 of 435 method.... Wall joints may ;iho be tested by Vacuum NDT te•led and furiher the tank asscmbl1·" lOO I
Tender terms & co"ditio" willprevail
Box method.
iping is proposed to be as p!'r llH[l
Supply ofp
% hy·dro tested.
I Bidder (

344 Volume 2 Pa.-1 r, 15 P1pinc i• factory treatC'd,prefabric.-.tP-d in ship-pdl>le mode of


Tender terms & condition -
:;g suoµly attached he1ewillo.
a<.semblic.s...... Please confirm.
.ill prevail
'Bidder C

Kindly clarify the followlne :·


i)meaning of "stre•1gthcnine of
condutor size Tender terms
of lh<' sub·station" ·does this imply & condition will
charoginr.of existing overhead prevail.
Single Line Oi.:1eram of f.xi ting
conductors present 1n C?xistin1:
switchyard is attached
I sub-station. 1r so, k ndly spccif1y i c
h•rewith. Please: "'" t\nnexure
of cxislor 1e. • 4.
overhccl conductors and site of new conductor EPC contrctor of·3b0 MW
CCPP project will I to be prov ded.
Power ourpul from the 360 MW CCPP wilibe evacunted construct the switclward gantry structure of 7
I
i)·nci ssoci<lted 132 kV transn issionline" ·
to the Power plant's em tine 132 kV {3+41ba'/S, out o( whicr' 3 bays ior 360 MW
((PP
175
Wf!. u11d!'rstnd that any 132k\I Transmission
34S VO!.l Of- 2 Subst.it on by way of bay CX\Cnsion and strengthening
with substation equipment complele in all
lineis in f'GCB Scope & not biddc1 seep<..
of conductor size of thl' sub-station and associatt!d 132 respect.A ba•1s will be kept reserved for PGC6's

V Uanr.mission li,.,e.
Thercforr. strengthe nioe of conductor i1e of
Proposed
Mymensingh-Nctrokona 132 kV double Jsoc1ated 132
kVtrammiss\on line is not in
circuit LIN IN, LINE OU r (LILOIinterconnections.
bidder scope:. RPCL to c.or1firm. ror 1dditionaldato
ii) fochnicI>pccifiCiltion meiit /information, Bidd..- are
ons Tubul r Bu· liar o be requested to cont.:ict respel:tive
provided rnextens or• depilrtment I
Entity fit t h1;1r owl'1 arr;:a1lze-1nent. .
1ub·statio1 ,
th.,rdor" kindly confirm how l!.1ddrr C
conduclOr s1Ze ran be
>trengthcncd since conductor is
not
iJppl cable for tubul;.r bus.

P"r,e 58 ot l07
SINo. Volum<' I Section I Clause I Page NU'mber Tender Clar fications Sought RPCL's Clarifications
RC?marks
Specificat ons /Amendments

Single Line Dii:ram o<


KincJ y confirm where these 7 switclward b;:y of I Existingswitchvardis
ttachJ he.- rew1th. Please see Annexure ·4,
F.PC contrnctor of 360 MW CCPP project will
constnJ( t the switchy;ird gant1y st.udure of 7
131kV are to b" constructed by b1dde1
bys,ou-rot (3,4 ) .in rh 3 bays for 360 MW CCPP
whi

I with substation eqm1m1('nt


Conwuction or 7 switchy<lfd liay of 132 kV bv the EPC existing l3lkV switchy:ird
175 c:omµlete in II respect. 4 bayswill be
346
VOLl OF J Ccntractor.
olexisline, R'CL power-p
lanl or in kcµt rese1v"d for PGCH's l
Propoed Mymensingh·Netrokona 132 kV double ·
ara eaunarked for phase-II cirwit LINE IN.l.INE OUT (1.11.0i interconnections.
expansion under prcsern tender For additional data/inform. tion.Bidders arc
scope 1mitlP. plant bc::iund.-1ry requested to contact respective dep;>r'tnie nt I

unly.

\, ,. Entity .at their ow11 arrarigC'mcm.

" ' -- /
C\ ..
B
idder C

Mymcnsingh 132 kV Substat on at


We understand th.t Mymens" ngh
Kewatkhaliis
connected with the following Transmission HPCL & Mymens1ngh - Netrokona
I VOllOF 2 175
Transmission Linf•s will be LILO by Tende1·term & conrli
347 Unes:
PGCB at 132kV RPCL Switchyard 1onwill prevail
rt. RPCL- Mymensin&h 132 kV
Transmission Une etens on.Transmis on Lines shall
C1I Kishorceanj ·Mymensingh 132 kV Transmission Line
M Mvmer.singh-J.-imalpur 13i kV Transmission Line
bC' in scope ot PGCB only . IIB•tf<ier.c-
H?Cl toconfirm.
l!l M•1mens1nr.h - Netrokona 132 kVTransmission Line

Single Lin<> D1 r,1am of f.i> ting swltchyarri i\


attached herewit h.Pl1?<1Sl see Annexure. 4.
In ce power output of 360 MW EPC contracto• or 360 MW CCPP project will
CCPP shdll b" evc:icuated thmur,h construe! the sw1tchyard g.intry structure of 7
RPCL Tangai l 3} kV
Transmission Lim:, lndly confirm wtiether 4
Conwuct o;i work of proposed RPCL's 132 KV Sub· ,0 I · L" n. L INM t 1(3 •4lbays.out of wh1ch 3 biys for 360 MW CCPP
110,. u g01ne 111e u.1)15 viz.. 111e ymensing 1 confirm whether thew 4
175
tation to T.lngail 32 kV Transmission
3 l OF 2
VOi I,Line IN Mymensinah· ll,Line OU r
4 une i in pr·ozress through which,power
Nctrokona-1
8 output of 3GO MW CCPP cal\ also be & Lil1(' OUT Netrokon<1·ll shall be
evacuated. req1Jircd to be constructed.Kindly
w sta t ete nall resrer.t.4 bys will be
i tio kept reserved tor l'GCt!'s
n c P1oposed Myrr.ensh13h-
t
h eq o Nctrokon.J 132 kV doul.JI"
circuit LINE IN,LINE OUT LILO
uip m interconnl.'ct1on,.

u m p
b en l
/ (N r;1r,. outgoine fines lireto be- q"101.ed in ubi<'et
For additionalata
. · i;.:.': ''.;J". tender bid.
/inlonnatlon,Bidders ilrl'!
!Ir-.·-:- ; '\-:..'°- rcqu.,sted to contact re>pective
department I
Entity <JI theii own arr<1ngemcnt.
, - I 0 :r ...
/ 1 .)
,"':' ..; · IBictder C I
!Jr-r ; I : ' "

,- Cl - ,,
- '·
· 1-..' ....: .'i\.. y
. :1 ·
;-.' .-. I . ._., Page 59of 107
ri.;1/ .... .... .o I •

··:.r,·.t>-1 ' :.. j


\"
·- . . \ ' . . . ,,
''. c..;, \ \'(,-i ·.,.,/
\
:;:; 1 N\.
.•
.J · '
\ <:if!
-
· ion/ Clause Pac-e Number Tender Specifications C
larifications Sought RPCL's C arifications /Amcndmenrs
Remarks

" ' •.;'


..,- ·. ·
.- · f": ' , I
·
i) Please note that supply of mainswitd1yard Single Line Dia1 ram of Exist1ne
wirr.hy.:ird is
equipmcnts appear in iten1' D-6 to ID- O of ;rtt<icbd hor;,w th.
Please sae Anr>t'xure - 4. sul.ijcct prlc.e schedule; Ihen pl<>ase d rofy
what EPC contractor of 360 MW CCPP
1>roject will
10-6 132 kV SFG Clfcuit·[lreaker
(one) lol needs to be quoted in supplyitem ID-J) · constn.ct the
10·7 132 kV Current l'ransformer 1(one) ot
swrtchvard gantry structure of'? "Construct on of Sevn(07) nos of
149 10 S 132 kV Voltace
Transformer I(one) ot 132 KV (3+4) b ys, out of which 3 bays
10-9 132 kV Lightnine Arrester for 360 MW
l(one) lot
<witchy;irdbays· (cne) lot.",since 1mur. CCPP with substation equipment
349 VOL l 0 2 10-10 132 kV.solator (one) lot 'witchva1d eQuiprncnts arc already c.overcd in {CS,CT,PT,lA,lsolator,re av
equipment etc.)
items lD-610 ID-10. complete in all respect.
ii) We Lmderstand t ht con,truction ('f l)/C. <1b;oy< will be kept
reserved for l'GCB'• Proposed Transmi$sion line & LILO works in
"Proposed Mymerisrn h-Ne:rokon;:i 132 kV
double circuit Mvmens ngh-Netrokona 132 KV Double Circui:
LINEIN,Llf'E OUT(ULO)interconnections. fer
Linc in Line out {ULO) nterconnection"!io additioMIdata /inform<i ion,Bidders
dre
PGCB Scope. requeWd to contact respective department I
Gidcler C
Proposed Mymensingl1Netrokona 132 KV OrJuble RPCL to confirm. Entit.'/;it thei1 own arrange:me-nt.
-D_ Circuit Line in Line out (LILO) interconnection.
t 150 Construction of Seven [07) nos of 132 KV switchyard
ba ·1(one)lot. Bidder C
....
'\ Single 1.,ne Di f.rm of Existc ng switchyardis
\, ttachP.tl hPrewith. Ple se sc Anncxurn ·II.

·l EPC contractorof 360MW CCrP project w ll


construct the swit chy 1rd gantry structure of 7
(3+4) bavs. out of which 3 bays
for 360 MW CCPP with
substation equipment
3 ·0 VOL 1 or 2 lS!il Powr·tvacu.ition facility Foundatio11 IIOne) lot Kindlv clMiy meaningot "Power [vacuation
(CB,CT,PT,LA,lsolator,relay equipment,etc.)
facility FOlmdation' as sameis nnl d · complete in allrespect.
4 bays will J>" kept reserved for
PGCffs Proposed MymN S•n1 h-
Nl!trokona 132 kV double circuit
LIN( IN.LINEOUT (ULO)

interconnect•ons.for
additional data informat
on,!lidder5 11rt> requestcl.l to
co11tact re<pcctivc department i
F.mity at their own rr.m1\ement.
- lidder C

Paee GO or 10/
i
/

!B dder C
--

<:-
0-.' .. -- 'l;f
t - .,,.

it >-:
• 5: J_:"
./' '·-v·-'· -.. --
I
/!
n(on:" 2;1.. ·.::
-..
-.'
·f . ·::;-:;1'
I, \ ., -;•j \_ "
\;y '"N <:-:.-:> · ·,,• ·j
.. ._.
\\ ,, \ <:." ,• .;,. CMil
,q?,
/ l' :-.: ·-.. J' Page 61of 107
. J -

·····
_.J

17'1:._ ._.A_V-.\.'
tt --;_·. 11 ;-'!
,.!'.: ·l'.\N¢c-i' ' -·· .""· .,,. ,Sect on I C ause ?age Number Tender Specificat o-ns darifications RPCt's 04rifications /l\mendments
Sought
I \._..) ...... , p; , . :..>i Remar
.."··----.-- . '",
I : ':;. ,.
"7
':>),,"
.-;:./'
i] Kindly confirm whether t runa Bus made of

overhead conductor c;in be


Busbr.s.Conductor\ And prnviclccl for 132kV m<1ir. busbar
Connections · Tubu!ar bu5 conductor of eten5ion bay' (7 nos.] imte<id of
354 VOL 2 OF 2 (PART A) 172 shall b.e used tor 132kV bubar tubu ar bus.If strn ng bus is to be
<in1J wpporte11 by > 1·on pot in>IJl tor. provid<!d, kindly furnish
Tubular Bus Conductor technicalspecifica ion vf
ov- rhead conductor to be used. Tentler terms & condition will prevail
ii) Incase
tubular bus
conductor is to
be
AluminiL•m used shall be of grade 63401WP conforming provided for 132kV
main bus-bar ,Ki11dly furnish to relevant IEC/BS St ndard.
si1.e (3" or 4" or 4 .S") of aluminum tubular
conductor to be provided inextension bays (7
nos ), '
ll>idder (.
-
i)Kindly confirmif e><istine

Proposed Mymen 11gh Netrokona 132 sw1tc.hyard <IS enotigh space to


kV double circuit UtJE IN.UNE OUT accommodate seven extension bays.
(Lll.D) intenconnections, i ] Kindly confirm if 132kV Gs ln uated Bidders are
requested to visit the sit to design
VOL 2 OF 2 (PART A) 21 Const ru(.lkon of 4 switchy;ird bay a> rl'commended by Switchcear can ()c: µrnvidc:d intead of evl<ll lw1oub for >evro L<iy'at
his ownarfa11geme11t
Pnw<>r Grid Compny of
Banelad<?sh(PGCB) plus 3 nos.132kV AtS bays in subject
witchyard b y for project due to l•<·k of •pace Hf
powP.re11acu;ition from C(.PP. •rw).If so, pir,as" provid lidder·C
I Technical specification f or 132'-
'J GIS.

Please note that any switchyard


is not visi()le in
VO L 2 OF 2 (PART I\) 3lll Proposed Power Plant of Tent.H ive Equipment li•yout subjec t proposed power plant tentati 1c:
Bidder r1M'icolect the re;idbi<? cop•( from f\PCL
equipmentlayout. Kindly clJrify. Bidder C
Kindly furnish feeder rating (Al of seven nos.
Oiddr st,illl (!esign a technicalrequirernent
356 VOL 2 OF 2 (!'ART f,) .174 l32kV Switchyard Extenion Bavs feeder rating 132kV xt<msion switchyard bays and
min I specifu.,d in tender
Bidder C:
---·
----· transfer bus of subject switchyard. -·
\Ol 2 OF 2. {PMT r.) 10 ICMS ·RPCL)PGCB ·f.iber opt c multiple"" 132 kV i) Kindly confirm if there is requireonct t
4
of As pc.r PCGB requirement
357 SS(OPGW) OPGW I PLCC fen extt>nsion sub-station.tf yes, tl der C
\IJL 2 OF 2 (PMT A ) 271 Telemeterine Facil ty Kindly furnish tt'chnic.<ol pecification of the wi
·th SCAOA( PCGB) Bidder C
' -· i) Kindly confirmwhere the e 4 swittliyard ()y t.'r.der terms
/ Conwuction ot 4.swit.chyard bay of .132 kV by the £PC
[!,rnndition willprevail/ latc>slIFC
{

'
2
358
' ,V::JL 2 Of 2 {PAf\l .)
L,,
4
Contractor as recomrnend
d by PGCB

Proposed Mvmensi11&h-Netrokona
13.2 kV dolJul<'
of
132 W are 1.obeconstructed ·inRPCL

e)(istine Switchyard or l\liyemns1ngh GSS of


.
ii) kindly "xplai11one<Jnine of "as reromm·"nded
stancfo
rds Bidder C

.
· drcuit LINE IN,LINC OUT {Lli.0)
interconnctiom. PGCB
'
VOL 2 Or 2 IPM\ I/\) ((mstruction of 4 switchyard bay as
recommended by by PGC8" .. arc these bays to be con>tructed r..nder terms &
condition will prevail/ latest IFC on y alter receivinc PGCS
recommendJtion & standards
Power
phi 3 Grid Company of Bngladesl1(PGCll) PCLtendl;'r spcc.if1cation ? A.re t he c
<witch Mcl b< y for power evcuatio11fromnot .J per
CCPP.
4 b;Jys to bP. consid red in this bid !'
-
..
!liddcr C

"""i;ro GJ or 107
SI No. Volume/ Section I Clause Paee Number Tender Specifications Cl;irific.ations Sought RPCL's Clarifications
Remarks
/Amendments

·
i)Kindiy
conf rm wllcthcr existing
Generator Transfom1e
drelocated ins de switchyard.We
CCPPGener<>tot step-up transformer(s) would be understand th.it new Generator Transformers
conncc:1ed with the existing 132 kV Grid Sub·Station (by are not to be located ins de existing switchy;m!
B1ddrs a1e requested to visir existin& swit(.hy.ird
exte11ion and strengthening of conductor sin of the orinnew sepJrate witchyilrd if inyand to ba
359 VOL 2. Of 2 (PA!lT A) 5 132 kV
substation bay;mainbus andlrn er bus loc<1ted in sep.:ir.ne GT yard.
to colle ct addition ! nformation ill his own
rraneer
systi tn) throveh high voltage 1indeq round cble and i) Kindly furnish nent
route length of 132kV Cbl<' to
other nece»<iry electricalequipment be cooidcrcd between
Generator/ St:art Up
tliddc r C
/ / - '.
Tramfom1ers and l 37.kV e>etenslon w1tch·ard
bay.
\ .. .'

13,
132 kV power centre.· One (ll Set or s requircci KindIv confo m• meanonll of "132 k'I powr.r
·- / l.32 kV comro1on moto'control centre.• One (l)Set or os centre" & "132 kV common motor control
Maninr "different pl1a e follow section 2.4 of
' 31;0 / VOL 2 OF 2 (PART A) 14
required centre" as same i5 not dear from technical tender vol 2 f 2 (P:1rt ,\) Bidder C
21 a. One (1) 132 kV power Centre. specifications. Bidder c
i Kindly confirm wh
) ichloads of
switc'1yard are to be provided
with DG back-up.SLO of the same
361 \'OL 2 or 2 (PART A) 16 Emergency D
ie5elGenerating Set mav plea <! b furni ned. Biciders shnll deir:;n sen iol auxil aries o1the
power pl<1nt to be connl:!cted with the F OG bus
i) We unders1<1ndthat
separate OG is not
required ror switc·hyard area. Please confrim. GidclN (
I

Single ine Oiai;;ram or !'.xi tine switchymdis


kV Switchgear Equipment
2.8.1l32 attached herewith.P\eae see
/\nnexur.- - '\. l) Six (6) sets of 132 kV tircut breaker It may be noteci that quant ty of
362 VOU OF 2 (PART A ) 17 132kV 1bays willbe kept r2served for PGCB's Proposed
2) Si (6) Sets 132 KV Current Transformer Swichy;ird rnaint'quipment is not Mymen ingh-Ne11okon;i 132 kV doui>lc circuit
;;) Two (2) Se.ts 132 KV Voltage Transformer correspondine to qu<intity required for seven LINEIN, LINE OU I(LILO) 1nterconr:ect1ons. For
4) Two ( 7.) Sets 132 KV Uchtnine Arrester nos.bays. Kindly clarify. aciditiC'nJI'.lat a /inlorination, Bidders are
10) Eight (8) sets of 132 KV Isolator with earthing blade requested to contact respective departrnent /
f r.tity lltheirown arr,.ncement.
Bidder C
----
·' ;;
.'1 ."\'J • LJ.C'r.
'

/
;f * ":/ ,_ ";
!()( 7:1 .. ....
-- 1 -5 \ _..,'\

-.\i,
" -'Lr !\;'. _l _ : :.·. I
T ·. . ·.'
, - ', c_ ·' - / <..-n
./ 1: .:.1
.:\/}. . ,· Pace 63 of 107
\ '\· ··
17."\- "XW '/'j
"·r · :. · ·
..:'\
·::-: ·--,.::: -.
,',) ......(;;/;;..,.<<- \; ·.:..)'(._ ·;s.·:\ \:j..<:;. :
"o"' .,.... ":-- '' \ ., I {)yr'
.k
\ :r- (.... .. ,
. ",.'.,. ., ' " - ' :- -
{;.
'A "F·
'v·luiti
. '
--

I
c:ction / Clause Page Number Tender Specificatior>s Clarificatiuns Sought RPC\.'s Oarifications /Amendments
Remark;

/
; It rnv be noted that technical specrfication
mentions thal 132/llkV rransfonners are to be
conned to 132kV witchyard extension b1'ys
2.S.2 rraruformers •nd Associated Equipment via J32kV cable.Howev'!r subjct clause
3G3 V-ll 2 OF 2 (PART A) 18 Termination High tension s de ·Outdoor bushing foi mentions fermination Hi::h tension side Tender terms & condit on will 1Jrcvail
ovcrtied Outdoor uuhin for 011erhed
cond"ctor. Kindly
clarify.
We understand that 1t should Lie trnsforrnr.r to
EHV Cableintetfilc". Bidder C

Kindly confirm whether separate


auxilhary
364 VOL 2. OF 2 jPART A) 18
Unit Auxi iory Transformer, Station Transfom1e1,Start· tromformci b required to
be pro• ded ior Tencler up
term & condition will Elidtier C
I Res.crvc Tran5fon'l"ICr.\ artdpreva•I
A),soci.ated Equiprnenl 132kV !lowitc:hya1·d cKtension bays. If s.o. kindiy
fumish quantity and type (dry
tvpe I oil-filled).

We understand that any


sepilrate switchvard "'addition to the unit local control and protection
controlbuilding is not present
1nexistinc
switchyard and that all 132 kV control and
VOL 2 OF 2 (PAR! A) 18 panc:ls,the following panel.s shall be protection panels for :switchyard extrn on llay' !ender trms & cond tion
willprevail
provided in the
central control roon1.
.ire to be locted In Central Control Room o1
e. 132 kl/ control and protection pnels.
360MW Phase-JI power plant only.RPCL to
confirm. !lidderC
366 25
Ac.ldi ionIfillng and development of newly acquired S kindly mark 1he "newly acquired 5 acresland"
VOL 2 OF 2 (PJ\RT A) Deleted
acres land on plot plan 360MW power plant.. llidtler-----

·' ......,,\
I ..

--..f
P :: &tl of 107
·
-
SI No. Volume/ Set1ion I Clause Page Number Tender Specifications Clarificiltions Sought RPCL' Clarifications
/Amendments Remarks

Training
a) The traininr; to be Imparted by the Contractor <1t the
Manufacturer's factory. Kindly furnish br<>akup of the
following for The Contractor hallbear the cosuof following
switchyard scope of subjed
t..ndcr -
expcnse.s:
- SO (fifty) round tripa r fares from Dhaka, [langladesh iJ no.or pprson-months of trainine req11 red fo•
367 VOL2 OF 2 { PA. T Al 26 to the Mnufocturer's
100 (hundred}factory and return.
person-rnonl llPCL personnel andon
of training. particularly
whichfor switchyard scope
topics.
·Costs of
·Com of local transportation, mea s,lodeing / i) Costs of localt rnsportation, ineals, odin I
accommodation. accommodation • for how many RPCt peonnel
.Pocket r.•pensi>s @ US dollar 150 per day per person. particularly for switchyard scope nd f.:ir what
·- bJ ocdl on job trainingfor 80 (Eighty) RPCLstaff traiingduration.
iii) Pocket expenses @ US dollar 150 per day per
/ members.
person- for how many RPCL personnel
particularly for switchyardscope and for whI Bidder·C
(l) Ov,,rscas Trzoining
', tmininv,duratio.n.
·1he tr.1lningat the Manufacturer's i g for 80 (E
rv ) localon job train ighty) flPCL Stilff
i
fadory l>y the
Contr<>ctt>r in,ludine: rnen1bers ·how nnany l\PCL personnel
·SO (fifty) round trip airfares from Dhaka, Bangladeshto
368 VOL 2 OF 2 (PllRT B) 127
particularly for switchyardscope
the Manufacturer's factory. and for wh.1t Tender terms & condition willprevail
- 100 (one hundred)
person-rnonths traininK duration and on
of training. whichtopics.
·Localtransportation,rncals,lodgingco
sts etc
·Pocket eicpenes. (Pocket expenses
@ J,JSdollar 150
per day per person) Bidder C.

Kindly confir m whether Mild Steel Rod c.ln be


used for earth
ing of switd1yard (earth-mat) and TcndP.r tP.r ms & cond1t1on wrll pr<:Vdr
/l•t 5t l(C
369 VOL 2 OF 2 (PAHT A) 140 Ground
int: Mi d Steel flats can be used for earthing of
stand rd
switchyard equipment inslellc! of copper wire,
since MS r'Od i more cost efft>eti11e solution. Bidder (
J 32 kV POW(d (ables v'le understand that 132kV c ble sh:ill bl!laid on
Under-Ground Cable from 132 KV side of Unit rack> (not trays)ins de a r failed undl?rgrnund
370 VO/ l OF J. {Pl\RT AJ 236
TenrJr terrns & co11dit or1
·i.\,S ff (' .... Tr<1mformer to 132 KV Substation Bay shall be pro111ded ralJIP. trench havine llCC sl<1b on three side will prc"1 :l
with RCC slab on three ides. RPC to c.onfirm. B1dde1 C
Cable Ere1
t ion .. ·
-
We undcrs and the same is to be ollowctl lot
Sing e Core «•bles shall be laid up in close trefoi l 1-
l ;:j!il -:: 0 2 Of 2 (Pl\IH A) 240 132kV (HV cable also & not flat formtion .Rf'Cl Tender ter1":1S & c.ondition w ill p1evail
!( . ;.: ._"
,\ phase eroups and erected in separa-rf! noa-rnaenctic
n' .
) 0....;... -
. -'-
.,
· to conli
cl<Jmps lO the appro11ol of the 111. Bi<1der C
r".=: , .l EnRineer.

.S , :-
· c-.r.i_
• :::_ 1. • •

I -;:,
. ..-* n.--/-<\
P;;ge &5 o
l107

; --·
/·•"' ,..
·:::/ ;"-- ... iv....
}.'·;. ,: ;:- ;;
..,... . ..._ !
I' . . · ,"!J_.
I::>
::-t,J, . '_'I:":\--' .:-..J.•.·""1"'.. ,i·-·-/'
\ "'"' .:w I .: ,.<= , ,_ - _,, ... .,

'
' .
\: '
Page 67 ol 107
frpp ..
---
....., 't-f ." ;.

:.
',_::
....;
'
S o.\. Tend r .Specifie<1tions Clarifications Sought
'-._ /
\:
...... : - - . "... .// i) Kindly confirm if pi ingis required for
1witchyardextension scope ar<?a.
iii Kindly furnish
So1l1nvestii;at1on re;xirt &
contour mp of subject Tender term.1& condition
switr.hyJr d cxtc11sion willprcv;iil
377 \'OL 2 OF 1.IPART Al 31 Piling
scope irN for estimat on purpost'.
iiiI Kindly confirm whether Cuttineor filling wcrk
i rt.t be executed or not in 5,witchyard extension
Bidder C
;.rea.

I I) Kindly confinn if gravC'I s


already laidIn
S\lJ'ilchya1d C!')(t-cnsion 4;COpe are.;J.
11) If not, then kindly conf rm depth of cra• el
378 \'OL 2 OF 2 (PART A) 334
I
II
Gravel S1irfuci11i;.
fi?hog fCquired in switchyard c1ttcnsion :;cope

area & size ot ravel to be usP.d.l rnJy be noted


that i:ravel laying inswitchyard shail bf' limited
Tcnef c• te1·1n & condltlon . .,..;rr p1 v'l·'.111

I to switchyJrd extens on scope area (seven bay)


only. Bidder C

- \
-----
Kindly confirm the
followinc :-
i) I' m1rale wil,h'(arcl control room 1.iui dini:
a!rcady present in existing 132kV switchy<ird

- . aica_ Ifyes, then kindly furnish


r---' layout.elevation otthesame.
, ii) Whether this exhting swi
chy:irdcontrol room buiding
need to be e><tended for
\\1bject project scope.
iil) Whether Air-conditionin /

ventililtion of this ei< sttn


building needs to be augmented.
If
379 vOL 2 OF 2 (PART •\) 3'18 so.details of exist ng Air-conditioninei
Scopeof Building Wcrks /\ pN Section 21
entil tion of this existine buildine m;iy be
furnished.
i11) If no existing switchyard control buildi:ig
present, tllen kindly conformif'"PM<l!E'
switdlyard control room bwldingis required to
I
bP prov ded for sev en nos. witchyMrll!
emion
bays.
I v) Kindl\• ur.ish layout,elevation of th $<!me
and number of stories & roorn reqL1ired to be

I
L I provided in new swltchyJ1d controlr oom
building. S1ddl!r C

P,;ge 68 ot J 07
I

Bidder C

'
;i:

c:i.se

CCR
VOL 2 OF 2 (PART A) .:111d

<".//,.\ \ CfI '·"


• ·" ....• 1.-. /-
; : "_,,.'.-,,
:/ :'
!1 ;:..{ t
J
!::,"i } ' _:
\'

\
·1 ·-
.>f -\._
· f-l.; . . .
.,.,
/ .:_-.'/
(ti-/)
P;ri;e 69 of "107
\{ -:','- /.":
.
- ',/i . . '.\ -Y
v - ........
IPage Number Tender aai!iations RPCL's Oarrncations
Remark:.
Specifications ·---- Sought /Amendments
•C
/ '
/ l:indly conform the fol owi"G·•
.....-: iiIs Su >-1ta1ion Automatin
System required to be provided
for switchyard extension
scope. IiiKinrlly furn ish make &
model of ex1stin11 AS installed
111 existi11g switchyard.

i K ndly confirm iihardw


) ired backup control
3S3 VOL 2 OF 2 {PART A) 207 li\2 KV Switchgeilr Control And Tend..r term &
panels ar reuiqred to he!provided
Protection conditionwill prevail
in additi(ln lo
SCADA controlinswitchyard
Px:enslon seaµ.:..
v
i ) Kindly conf i nn th t existing Bus bar
protcctio1' ystcm has sufficient capabilty for
t'xtension of se•1en bays & no Jut;:nentation of
l>idder C
the SJme is required.
384 liOL 2 OF 2 (PMT A) 290
132 KV Switchgear Equipment We art' not considerine type testine of any
switchyard equipment/Items. We sha:I submit
Tender tC?rrn & condition Bidder C
only vahd type test reports.RPCL to accept the will prevail
.same.
i)Kindly fur11ish nun1bor of runs.cros wctional
size of 132kV EHV XLPE cable to be provided per . d 0
'I/I ICC
d' . .
1 en C!r term'> rw con 1t1on w111 prPva1 .atst .
385 VOL 2 OF 2 (PART A) 236 132 kV Power Cables phase of each cirwit. st. ndard
1 1
ii)Kindly confirm whether Aluminum or Lead

'-- sheathis to be con idered for 1321<V XLPE cable. dder (


--

/
/ .
' ,
,
· .
-....
l'agP 70 nf 107
i)

'/OL 1.OF Z (PllRT A) 236

Bidder C

VOL 2 OF 2 (PART A) Raceway trom equiprnent to trenches, shall be PVC

I
pattern type, unl-:!•S specific design conditions dic a\e
Bidder C

Pos tionlndiC<JtOr will be provided for V<1lve


A

/..:"'.:· . Vol Par\ A

- ..:,

. '.;:---;:';:':? ) "· :'·.J .,I


::
ry. - r .. t-J -.· . :':I
..:.·//_..... ';. :· : • -
.
P,lr,C 7'J o! 107
.
.,, v,I i- ._, -
" !·;;;·f1 i\ '5 'j'...
/
/
.,...,.\
If;/·/ -/:.-').<'';\,:
,,
...
.,
<¥"'
\; . '" ./ l"ll
SI No. \ ::<, uul1)e/ Ction I aause Page Number TenderSpec fications Clarifie<itioosSought RPCL's
Oarifications /Amendments
,.;s,...,
' :..-; .;!:;'-"1 Remarks
-
Safo?ty valve des gned and s 1ed
An "pproved nun1bHof safety a perASME with
valves.of approv' des go MaoL1facturer's test certificate 1endt?r term'& condition will prevao l
392 Vol 2 Part fl 97 and capac ty shall be furnished s nd thirct party inspect onshall be
required by the provided.Code
relevant Boiler Code or ASME
stamping on s;ifety vJlvesis not
furnished Inthe tende'specification
and henceit s oonsidered

Safety valve shall have a blow-down


I lhut the unie is not required.
Bidder C
Nowdawn is adjustable a01d 11shll be as per
which Ci'tnbe
3S3 Vol:> P rlf\ 97 adjusted independently of the set prt!ssurc to any Tender tern1s & condit
on will pre.,::111 f1SME code requirements
des redvalue Bidder(
-
Our siencers are
of Insertion t ype
Unlc•s otherw se specified,provide Sicnccri.e.
tht? inlrtt pip is in -c-rtcd directly into t.ht
394 Vol2 Part A GO steel f anges tor inlet .ind
s lencer without having the need of
outlc1connect ons_
tlani;e connection. Hence fl<lnge
The silencerinlet nozzle and diffuser
conr1ectio11s will not
shall match the connecting pipin& be providedlor 5lcnc1m. Tcr1der tc:nns & cond t on
si1..e and wall thickness. willprev;,il
Since the silencers are of lnserl
on type, silencl'r in et and diffuser
sizcs ami11dcpcndant or
! connecting pipin size and wall thickness.

Bidder C
.. Our Silencer helis made up of f
'
c;llowinu
thickness:
\ For 0<1tcr Din Upto and
lnclucilng 1500 mm -5
mm
I l'abric<lt the silencers with the fol owingm1n murn
fo Outer Dia Above 1500 mm ·5 mm
shellthicimesses:
300 to 600 mm·3.2 mm
The provided thicknessis structurally rit:id.
• 395 Vol 2 Part A 60 Moreover. more than 5000 <,ilcncers have been 'Tender terms
& condition will prcvrl 550 to 1650 mrn ·4.8 mm
1800 to 2,SSO mrn ·GA mm suppied for the 11a'14 D des by us to a
i.700 to 3,GOO mm ·7.9 mm numb(?r of Power andIndustrialap1>lication
(includint: 210, 250,SOO MW High pressur!'
Boilers) withthe above desien and they .ire

h '· 1" '


·.·

, •
'.-.
"
l llt?rfcrmingsatisfactoril•( in all the imtallt?d
locJtions. Bidder C

: .. '-::,
'/ ./ ,••. 1 ;--r-· ,,.... ,..." .'"" . •·• ,,,
1 .it. ,;•.\ .,It LI• • H.. ':.J • • ;. i
· C n · ·, . it
or bJC\ -.'.'·/b
C /J
I-:l \'i ?-.
;:::,- - -,;.:::. -

. e l'2 ol 10'/
P1
We 1>1opose ValmP.t DNA based
PLC

;:i

Th<> CCR
\

'
I
RPCL.

DNA OCS
DCS HRSG, STG,

Mark Vl(e) Gl Control Sys-tt>r:1.'

: ...,-14/'}·;.,.·.; ,
/. ' ,= ,·;:.,\
7
I()-t' --:) ""
. -....
::j • .. ' ' \

0 '-1
, .... :::::: .:r .
_.. 'd ;, ;;: ! I t.j}J'J._,...,.

t Pap,e 73 of107
/;<-.:, -
/; '/::.- - ,l f ;.0;?. --·,- ' \
...:::-
,. _ _ ... _.,.,'\• .. _ .· --:::..-
:>\
.,..- . .;...:.. ' • '' r '
- ..
\• ..,,s /.""/ S :\_ !:'or ,;:· .' L! / ,
SINo. 'r:'. \.!QJiiiiip,'f\cction I Cause Oarif cations Sousht RPCL's Clarif cations
................:_!;
1cations Remark:;
1
C'::. !..::..:- Amendments
Oecriµlion uf On·li11e Perforn1<s11ct-
monitor-ing
volume 2 of 2, & Oprimi1Mion ytem and lso to
Pan O interface with DCS

Mcasurernanrs hall ba taken tor pl11n1 RPCL i requested to fumish spetifira


·tion of
400
opera tion.Jnd C(Jntrol,<md ior heat "Online Performance Monitor·1ng & Tt-ncier terms & condition wllnreva1I
balance and equipment'>
Optimization !.ystem>J.
Volumc-2, Par A performance & efficiency calcu a-tionsincluding supp y
of software on on-line pl11nt
monitorine and opromizat on I
ointerface with OCS system Bidder C
-
Plco:1se teler to arudc no. 17.7 17.8 of e:ction:

l7,Communicatio11 facilities
,Tc:onder dotllment
Interface to
provided equ ipment
facil shallbe
i-1ate ish the interfw details to 1.0C.\•ohm1e 2 of 2 Part A.
RPCL may furn
Volume-
2,Par! /\
: communications with the oad Dispatch Centre (LDC).
stance,protocoletc)
(d PleasP follow the M1\RT commu11i dtior1 po

otcxul II
System for appropriate intcrfacine with I.DC
Bidder C
Bidder is intendingto propose',
Th<> OC and UPS system shall derivine 24V OC power supply from
.W2 Voiumc:-2, consist of: proposed 7.30V AC UP!> ystem
P;:irt-A inslead of pro-posingstandalone
• 24V DC
24V DC
Power sup-p y sy1tcm. 1endPr terms & condition
will prev<iil
,- , • 230V AC UPS
RPCL is rec;uested tu confirm.
'
(3itJder C
Bolling System
--._ I
RPC is requested to elabor.:>te on EIE'ctricity
403 Volume-7., A b :ing system must be Billing system to be pro-posed. ot1t of the cross Tender terms, conditiDnwill
Par-A pn•v.oil
incorporated with the OCS
.• syst<!rn to monitor the total <!lectricity
een-cration and
A
correspondinr,Elraridty bill.
quate numl er of dome typ!! camras
power
with fa<ilitic generJHd. OidderC
40,l Volume- .. l'art A l•ke Zoom,pan,tilt etc.would be provided atvarious RPCL 10 provide detailed OOQ of CClV
system. BiucJN willdesign.
operat ni;areo:>. Bidder C

1" 1<: 14 of 107


by
oe Contratt for l1SA will be. scp<orate ly negCJtiated

outside of EPC Contract


$CADA system
·

&.

u1n('.: .2
(RTU)_

cl shill managemt'nt,control room opera-tors and

.,, ;'!-' ,Pl ..


,
:\"
Q'
!
. • . - ,' j . c . ., .
\..,.\ \..:.; :_,_, ·· _ ;, ,
l

\ 1 /1 ...
.. .') ,-; ,..··',, ..-.../,"_., Pa e 75 of 107
_,,,,,,_....,,,,,,,· '/
11 : .\\
/ :;,, :.\ l:- ·:

.. ons
Spedtic.,t
SI No. Vdle ..·
-
-;-SC>te6n
u . I Clause Pi>ec ,,_
......_ _Number- -.
Clarifications
-'l Sought ---render
RPCL'5 Clarifications /Amendments '
"\ -·-:._ :_._..,/· ;, ·-"-. ..:;;/"" 'I•
RC"n ark
!,

The Employer rr.ay require Tenderers to provide 11101c


Vol 1 ot . information abou!thl.!ir subcontrating Jr(ang"mr.nt.It Bidder L1ndcrsta nd
2.S<!ctionl,CJ;1use
that Spccilist Sul>· contr<i<Lo1
' any SpeC1ais1 ubcontrac1or Is found inelir,ible or need to
provideinlo1mation under Form PW7A·
i
19.3. Page 17
unsuitable to cJrry out the subcontracted tasks, the -1. w,11 GT OEM, ST
OEM clc. (but not limited to). Employer mav request the Tende(er to propose GT plus Gen.,ralor OEM. HRSG
\ Bidc!er C'
an bcomirh rnd s speciali t sub- OEM. ST plu5 Generator
conWJCOr ? OEM,Step-up Transfonner'i,
acceptable sul.Jtitute Generator Circuit Breaker,GJ>
£loost·t", DCS/ICM and Hybrid
A per form PW7A- I\ and
Cooling Tower
1ndduse S.spHi lisl sub
mJnufocturNwill be ccnsidered as
contracor need to nteeleligibility Spec alist sub
criteria as
i•e• "'t"factory t.o E:mployl."r Kindly clJrify
contractor.The s1>ecidlis1 sub·coritraclor ns to
whether ma11ufJcturingfacilit y/factory oi
Vol Iof 2.Section i. fon<J.,rers shall provide such evidet1ce of their ;:>rovidc .ltisfactorv proof that it 's in.1nufc"lc\l1 rine
specialist sub-contr:actor need to meet the
Clauo.c
Page 12 continued
Employer, as the elie1bi ity satisfactory to the rar.ilit1/ tacmry h.Js manufacrurro the
40 S.8 eligibility Cfiteria by provi1\g that it h.l!.
refor.,nce<1models.
mplo
·1cr willrl'a. onably request
manufocture?d propose?d model of speciali't
itcms/ oquipments inlast 10
(ten)years period and theitcm
s/equ
ipments arein satisfactory
operation?
Bidder C
-
""' Vol 1o!2, Section 1,Cl.:iu5e
5.12. riaac 13
These ilbovc rerquirements for eligibi ity will <!l!nd,
•-applicable to each JV partnl"r and Subcontrcator
proposed bvthe Tendorers
Tc-11der t·erins & condition
willprevail Biddt>r C'
Voll of 2, Form PW'/A-4 1.3 ubcontractor' legalstatus
l.3 Subcontractor's -
[Special st Sub:onlractor Page 29 registered address 2,2 Name of contract
and Year of Tender tcrrn5 & rnndihon will prc·ail
Information E•ecution Bidder C·

( ' \
nit<! /(, ol I07
.-- -..- .....,r- -- -.- ....- -.- -- ·-··
SINo. Volume I SectionI Clause Tender Clarifications Sought RPCL's C
larifie<ltions
IPage Number /Amendments Remarks
Specifie.'lions

rlfrered modelof GT
r::eneralingunt shall bt· '"ithlnlhe
C'Volut1on of frame. Evolution of
'• frame

2-j)
means,J GT which is monufctured under ame
Gd Turbine Generator P ckage {Ga frame nuniber/cl s but show belter
performanc:e from it'> prtov ous mudt-1(under
Turbine plus Generator) - (i) Must be in smc f rame /class) by ir'l(o•porat1ng m
inor
.. the relevant munufotturing business technical improvement which do not requirer;;! ·
410 IVol1of 2, Section 2, ITT 19.3 Page 46
certific.ition or re-vJlidation bv c:;r OEM dnd by
withinthela$t Ten (10) years; ( i)delve
red at internationaltesting authorities. i
lea51 t\vo (2) units of the proposed model (Proposed Kindly darify th" interprelatio11 ul Evolution of
model shallbit withinthe " olutioro of fr .,me) (iii) Must. fram<>
A GT whi1h 1s mdnufactured under
/class btit show beuer perfaorma n e from 1t'
demonstra.-e proven t rack record of dualfuel Iboth gas
previous model(under sarne fr.line /class) by
ond I-ISO) operation (iv) must h<1vc at east two (2) years
incorpo•atint.: majnr change!.in the turbine hot
reiable operating hstory of the proposed r.as pan flow system (hke ;:hanging of blade
model numbe" d compressor/ turbine '.>'t.l::tion.rhanges of
cross sectionalarea o-1 the tu1I.Jin<'/ cun1pres.sor
P.tC.) thdt fC!Q (Jire re ·cerlification 1>r rc·v alic.i1ion by
GT OEM and by intC? rnation ' testing.1t1 ho11ties
wi lrequire cv1dl'nCC of prove:nness.

>-------------- ----------- 1B-id;..d.._er C


--i
Pl sc refer to page 58 & 59 uf
volume 1of2 for
c.ilofific valueof gas ind HSD.
Vol 2 ol 2 (PA RT A) /lnncxul'C For further 111fo1111ationif J\l'C ><Hy, pl1'i1SP
· .19 Page 1115 HSD Specifrr.at on quite r,eneric. contact wit h lhe r< soective Juthorit•1(TITAS-
the
io bring Qll bidder's 1n <i levelpl1ying field, we Gas Company &.Bangladesh Petroleum

4U --------1-------t-----------------------1request Emp oye1lo define the fuel composit on Compa1'y) j Bidder D I


for both NaturalGas and HighSpeed D
iesel Plc:)>c re e1 to page SS & S9 of volume 1of 2 for
including specific calor'1fic v;i uc s calorific value of gas and HSD.
Vol 2 of 2 (PART A) Annexorf' For luri111> rinformation if necessary. plcJsc
Page 414 NG Specific.ition qu
it e
- 19 cont <1C:lwit Iithe respective authority (TITAS- the
eeneric
Gas Company & Banglodesh Pt!troleum
" "· n
. I Company) !Bidder D
I f '.
'{ ci1 1 \\
· § I}
/ <i
,..,.-.,...':':--.....:..>" · s·, Paec 77 of LO7
V"/,.._ "''' 1"' .l•
l,/ / '!f)
" ''\"-".''/
I I,
\ \,,/
--a• --
'
to ,_.. / [ I'\..,,\
;:::_· '!-JI ol\ t1
/t/ ·, ::: \
.) J..!.: . ·=:.' / -,. !
'- $f'o: .:\ioJn /section I Oause Pai:e Number Tender Specifications
/Amendments
Clarifications Sought RPCl's Oarificot ons
. ·. ' ,,,_::i-...1:,.,.. / Remarks
·j--_ ; ·'. 'C:i)' __ ,... the contr.1ctor shallguarantee t he starting rcalial>ilitv of
:::; !ht>
l/ol 2 of 1 (Pf1RT Al - 4.2 73 units i11cludin nclllary equipnient...20 conseculi< e f f b
Of t'f"ed modelo GT must be capa 12 to operte
S\Mt of wh
ich 19 shJll be succe.sful Gl rcqui1ed to response oload de1n,u 1d faI f Th d .
III .
and start up fa•t. und_er u oad a .s''."Ple·Cyc1e mode. e t'S•en Uidcer '.)
GJS turbine geJ\C'rJti11g unit Opcr t an mode ,, based 01 the GT and 1r md1v1dui1Icomponents llke
• . .. . L >rt UJ> s1•stem Ifor example lube oilsystem,
12 v I l of 2 (PART A) 2 ., 10 lo,1c1as K111d ly clarif1y does this mean t SC operation, . I . . 1
o . ·' well as peakload GT should be able too erate without WSC tum111g gear.s1at1c 1requency converter, interna
P . blade coolingsystem etc.but not hm1ted to)
Bicder l)
(Water Steam Cyde) be operational ,
(3) 0peratmg attern - s·1rnp1e eye 1e mo.v.e :BasC? 1oad a
p should bP. Cllpablr for .ast sta11-up
and should be Jble to cope up
with fast load ramp or d··load.
i/0:2 of Z (PAHT A)-3.3.l weklll d
as pea o;i
34
0JcfC:lcn D
1-- +- -1. --i -+- +- --
The ge11e1ati11c units (SC. CC) shall e wclJ.proven
desien <>nd offered model of Gas Turbine Generating
Vol 2 of 2 (P,\RT A)-3.3.1 P1
, ge 34 unit...offered modelof HHSG, Stem Turbine, ..shall Tcntf"r ter111s & condition
will prcvnal
have provenand sat sfactory operating expel"ie.1ce
cutide manufacturing country lor at least two year$ Uidder 0
K ndly tlil:ifiy If the oom b1na1ronof the 1>rcpsi:d -
·
,13 ......_ The $tenm turbine u nit shall be sizd to accommod,11e I rr:odel of GTG acid STG (and ot11cr sir.am cyclE"
nts. s a nn cc: av1
· steam lrom the hedt recovery steam i:enerator :ilh workin CC mode
cxhamt heat
,,- ·- Vcl 2 of 2 l'i i\Kf l\)·3.l Par,c 31 collected fom1 the Gas turbinr. allof these componP.nts Tender terms & conclitinnwill prcvur l
shall be selected to providelow capitaland oµcratoni;
7-_ \ co<" for mid-range or base load app icnt on.

-- ' 13idder D

- . . WP presume thrsis a typo[traphical euor. 80 Pleast: follow t he latest ECR(Environment


The em1ss1nnlevel of exaust Is less rhar140mg/Nm3 for mg/Nm3 corrcsponse to 40 ppm. Kindly confirm . • f .
14 Veil 2 of 2 (PART A) -.3.2.10 a3 g s fuelopl'ration andless than 80 ms/Nm3 for 11 n 11111with HSD application W<>rld hank/lfC Conscrvilt•On Rulei0 Ocp.l. rtmcnt of
· f:1wi1onment (DoEJ of 6.ir1elddesh ,111d World
operation nandard of 74 ppm {lSD meJNmJ) Nox 1...,,et will "cl . f .
be iccept ble B.1nk Guo ehne or envomnment. Bidder D
I ace 'l3 of !O7
SI No. Volume/ Section / C1<1use Page Number Tender Specifications I Clar ficat ons Sought RPCL's Clarificat ons/Amendments
! Remarks

Si11ce gas futl compositionin fuel


pecifir11tion of RFQ is sp<!Cif ied
;,1 min/m•• rane. Bldclcr would
like to follow gas fuel composit
onin
' reF<1rcnce heat bal11rice diagram ill page 383 of
'
i RFQ, as below for specific euanmtees.
Please confirm th<1t Bidder can apply tl',e below Please refer to page 58 & 59 of
volumelcl2 for
: co111;>0s tion orInform exact eas fuel r.alorific v<1IL1 of eas and HSD.
·
415
plear.e Vol 2 of 2 (A) 383 composition for the plant to be cor..,dercd or for furthl!r 111formationif necessary.

- .- gu;arantee$. cont.:aclwith Lhe f'espec1ive authority (TITAS the
Gas fuel compo51t1on per reference HBO, Mol% Go Compnv & Bangladesh PC'tro
eum
- a1,o.9676 -C2H6 Company)
:O.OlS -CJll8 Bidder F.
:0.0039 -nC•IHlO :
'\ 0.0017 ·nC6Hl•l:
0.()003· -N2 :0.004
-C02 :0.0042

Vol 2 of 2 (A) 414


-
Since LHV fo1 liqu id fuel s not """crly
pecificationin fuelspecification section of RFQ,
Bidder wculdlike to consider LHV of liqu id fue: r1ese 1cler tu µi:e SS
& S') of volume 1of 2 for as following. tHV c.Jlor lic value ol ca•
Bidder E
and HSD.
.a17 Vol 1o12 59 for liquid fuel as$umed by Bidder :17490.53 For further informa1ioniinctc>$of\'. please

btu/lb lt w<is contaclwith the respec11ve


authority (TIT AS-the converted from fuel calorific valu<? i111ender
(;as Cm111>J•ly & llanlJl dcsh f-
'etroleum
data sheet assumini:"' •p.g1;ovity of 0.32.Please Com11anv)
confinn orinform the LHV to b
a:.nsidered for guarantees.
18 Vol 7. of 2 (A) 415

.',_.,'c.>'-1 i,.,fr..
,,,..,..,, ', - ·/;·..: .
. ' .l ...; ., ' -\
..i.-
0 ·
. -1 "1 . ·'
I
t '.=2· Tj- ·:ii
••• -.. \
.I-'. ; . CZ .;, : • JJ
\.... ·-· ·/ M..J"v
\' ' 1..._;;::, "::-."'
- -:':'::--.'> .-,:-.;1
- .•.
Pag!' 79 of 107
.1;) -;1.1· .-'\ './
'i l1.\ :_ .•
·,,,,.,,._,,,,.
SINo. Volume/ Section I Clause Page Number Tendr Specif cations I Oarif cations Soucht RPCt's Cla; f cations
/Amendments Remarks

In;:iddition of the above Warranty period


Sp.ires & C0•1'u111;1hles. the
TPnderer shall, a so submit separate
list< {from GT Manufacturer) of spare &
consumJblcs
I reqllircd for 02 Cla11d Ol MGPI (If proposed GT P!.ease refer to:he section
manufoctu(er·i MHI) ,02 Type fl inspcction ancl 01 Spares requested 22.J;md 22.2 of
during schcchi !ed insp@ctions tender vol 2 of 2 (part A)
Tup;> Rinspection (If proposed GT manufacturer is are not u"' form
across OEMs. Some- OEMs it•'e
Alstom). 03 Ml((If proposed GT manufactureris Jsked to provide high cost
sparesin combustion i
419 Vol2 of 2 (A) 3GS Sietn<!n>) 03 Ml t(lf proposed GT manufactureri< path <ind hot gas
path a11d some OEMs arc 1101.
Ansaldo). Contractor shallsupply these >P•'"" & ReQ1Jest to modify
lids rt•quirement suc h tht consumab es underthis contract within their
quoted sa11wlevr.I of pares ilf' re1;1l1ired to bequoteu price. These spare &
consum.Jbles will beo used only at by all OEM.
the time of scheduled inspections ot
GT durine warranty
period and after vwarranty period.
These spare &
consumables cannot be usedagainst warranty claim or I
'"wP. r andte r spares for installed GTcomponents.
Bidder E

From the date of commencemen t of initial


From t he date of commencement of initial operation ol operation of the maier
eoqu1pmcnt,the tht? •ndjor equipment, the Contractor shall d1sl)<ltd1 Dur1tion ol the training by
OEM supervisor at Contractor shalld isp;itchmnufacturer's
420 Vol) ol 2 (A) mnufilcturer's supervisor (s) who shallbe technically site is not mentioned. Typitally this traininr.on
SllPCtv1S1 r (s) wnn shall be technically competent, factory trained,
epericnceu in the O&M ;,part of onsitP trainins wh c his for n competent. factory
trained,experienced in t he
op(!rat on and maintenance of the equipment to the week.l'h
ia.<e contirm our under5\andinr, ooer<itlon and mainten.Jm
:c of the quir>m nt to

/ site the site. Duration etf this tr.1inine on O&M is


part
ingwhich i lor four we,-.r..
of onsite trJin
r"°'\
z_ Bidt!er E
·rhe World Bank IFC norms for Combu tion
turbine is 51 mg/Nm3 (2S ppn1l·@ 15% 02 on
' If arty emission or other stam a1d parameter (l related Natural gas fueland 152 mg/Nm3 (74 pprnl @
to environrnent i not foundin the ECR-1997 15%02 on liquid fuel (HSO).DOE ECR·1997 has
Pl<'!aSP. lc>llow thelatest·ECR(Erwi1onment
1121 Vol 2 of 2 f A) l3 (Environment Conservation Ru e) of Depanment of only the NOx emi sioncuJrnnteelimit ol 40
Consc1v;ition Rule) of Ocp.-inment of
E11;1 ronmenr {Do£) of Bansladesh.IJtcst edition o ire. ppm on 7.00 to SOO MW "Gas Fuelba<ed power Envrronmcnt
(OoE) of B.!ncl.,dE•sh and World
World Bnk Gll deline for envir onmnt will be plant". ThP.re is no limit specify for HSO
bl" ninr,. Aank Guideline for environment.

/ -
.. , ... . , v.-....--:-:-
// _..._ / --
:-::-.:..-. .:.
. '\
prevailed. Bidder would lrke to consider
World Bani< IFC 11orm for both
Natu1al as and HSfl. Plt'Je
Bidder E
/, <- .\ - '..; \\ confirm .

--·- - · - ./
?age BO of !07
-
SI No. Volume/ Sect on I Clause Pai;e Number Tender Specifications Clarifications Sought RPCL.'s Cluifications
IAmendments Rem.,.rks

The World Bank li'C norms for


Combustion turbinei\ .5lmr,/Nm3
The Emisionlevel of exhaustiless than llO (25 ppm) @ 15% 02 on Nat
mg/Nm3 .raleas fueland 152 mg/NmJ 174
ppm) @
15% 02 on Liquid fuel (l SD). j ECR· J97 has on y Please lollow the l test l:'.C.R(Env
ronment
an lhe NOx enils ios\ cuarantee limit of 40 ppm on Conservatior\
Vol Z of l (A) 83 for NOx fol gas fuel operation and less than 80 me/Nm3
Rule ) of Department of
200 to 500 MW
13antllildesh "Ga
and s Fuelbased power plant".
Work' Environment (OoE) of
fo r HSOope1ation.
.
. ''
There is no limit specify for HSD bus nirii:.
Bidder would like nr.onsider World Bank IFC
Be\, nk Goideli11e for environ1'1u nt.

norms for both Naturalga s 1nd


/
HSD. Please
confirm.

.' -- - . , - The gas fuelspec11lcation prov ded in the tcrnkr pleose refer to p.:ice sa & 59 o(
·Bi
-ddN-- E
vo
lume lof 2 fo.
/
has 2% vol maximum H2S contPnt. Ridder has c lorific v;ilue of gas anrl HSD.
Vol 2 of 2 (:\) 414 not eperienced H2Sin naturalgasin recent
423 Gas Specificat on(fuelSupplier:Titas)
For furthCf information if necessary.please
Simeladl!.Sh projects Thus Bidder would like to contact with the respective
authority ITJTAS thc
consider Nil{zero) H2S present in the i;as fuel Gas C.o:npanv & Bangladesh
Pc>trn1£>um
' rcAm.Please confirm. Company)
Uocider·E
Request to provide a detaled liqu d tuel (HSD) Please refor to page
58 & 59 of volume 1of 2 for specification w ithinformation's on
4211 Vol /. of 2 (A) 15
calorific value of i;as and H
HSOSpecification{FuelSupplier:BPC)
O.
contamination (like odium, potassiur.1, ead, For funlu:s informat
on s inece.s<ary. plca$e vanadium,c 1lctum.etc).particula tes (to access
contact w:th the respeciive authority (TlrAS·the
the cleaninesslevelper 15011406), clorific Git Co1npany & SiJngladesh
Pet rnleum
value,etc. Company) Bidder 1;

r·he Generator •hall be deigned to guarantcP. that M1nisnum short Tender terms lJ, condition v; llprevailI ale\t IEC
corcuit ratio as per lfC 50D34-3
425 Vol2 of2 (A) 148 normalshori circu1t 1atio is notless than O.SS accordin:;: andIE EE CS0.13 is 0 3S.looks 3 typingerror. st<tndrds
to ICC 34.1 Please check and coni rm S
R requirement
-- - llidder I'

R dder understands that


requirements li edin 111 section
quoted are relevant for large
transformers sucha GSU,UAf
.Stat on
426 Vol 2 of 2 (A) 152 ICl.167 Complete section transformers. PleJse clarify if tl1ese Tender terms & condititJn will prevail
requ rement:; needs
considered for to be
-·'/
•' .. < ,·,•-.....::
f:xcitJtion & 5fC transformer which .ire smiJllcr
ran formers(Typically around S o 10 MVA).
\;' '· d-/p
'- B ddf!< f
/ - ,,.. '\.-, -·°'
<

)
yfi ;\\ !_S ;;f
1
Temperature:- Hise

Bidd!!r E

S<>.
185
idder E

211'

HF

I ()idder I'.

431 2lS

.ff -- ; - :· .
J ·I' .
-· •..,.--
,:
......•• ....·
.. ·,
i. :S;;.
J ·' )..
) " ' !;'-1';:\·-.:;- ' .:\
•:J ·..;r : Zi..I
I," ' ·;, .
1 ;l k--
ll(L
.:.... '.-,...._ '-1...IS
.':rJ. ) ,';,- · ;........,•1.
" ..£......-.-/ ..,,-'/
',t_t,,r,;J.x'= ' '.·.'-.•' ..
" ·-4

,.....
I'..
I
!

Pa&e 8Z of 107
SlNo. Volume I Section/ Oausc Pace Number Tender Specificat ons Oariflcations ought RPCl's Oarifi t ons
Remarks
/Amendments -·

In ccordance withthe tender no:ice. The


.- ,... elii;ible Bidder should have
, - experince as f PC Contractorin
construct on wmks of at least twu
(2) contracts each having minimuni?.00 MW
\ capacity Power Pl.ml,successfully completed It i mmended JS b<.->low:
within the last 10 ( cen) years, out of which Those power ::>lams should hav bel!n in
'· -· . ; l(one) contr.:ict of ZOOMW Cornbin cd Cyde continuous commercialoperdtion for
.
.;· Power Plant on Turnkey b. s s. min1mu"Titwo (2) years. End -user Cert1fici1 CS
One of these
1hose power plants should have beenin cont nuous h;Jvine twn years satidactory perforrnant in this
projects has to be outside the tenderer'
commerc aloperation for minimurntwo (21 years.End·
Vol ol7 country.Thus the bidd"r under<tanos that
regard shallhave to be submitted.
432 44 user Certific..tes (for both Gas and HSD operation)
1n 14.1 t enderer havingone contract of :?. OOMW
hl4v,;ng two years ;itisfoctory performance in thh regcvd

shall have to be submitted.


Con blnied Cycle Power Plant (gas turbme) i a The: ccrtilic;ites si1ould either be (<l)
notarized or
must and shall be acceptable no ma1rcr lantis (b) mothenticated from the
Chamher of
f ieled with gils or HSD. So the Bidder request Co1nrn<,11:e or (c) attested l o by an 11ppr opriat

Owrer's confirmationthat the Bdder having authon y o n fnglsh


version foom thl'Tcndc1cr\ one (1) End-user C.,rt iftcat (Gas Based or
HSD COllntry.
200 mW at le;ist CCP? Jnd one ( ) End
Based) of
user Cenificate (fuelbased) of
Power Plint outside of B idder's
Country shall be pre- 131dder 1:
& Hybrid Cooling Tower (iJ Must bein the qualified.
relevent m.:>nufacturine business
withinthe ast Ten (10) years;
433 1 46 (ii) deliverd at INSt two (2) units of th!? proposed model rPniler tcrrn & condition will prevail
(iii) must have at least two (2) years reliJble operting
history of the paroposed model. 11is bnormalthJt other c111ployer would iss
1 the End-usP.r cernficates to onanuf.,cturer of Bidder f

. ,/ . \ :"f
-- ·....;::;:.., .', ' ·!--"-.i'L .I I ·;..
!
'. ·i·
/-::: ···.·\,
I.: ( ._ :.·:1w--i
·- 1 -· '-' - ,
\\·;· \ - - \ _o••; I
\(· \ -1'-J ;.. :. ·
:{- .r
·

\< .;-.--: -i·'\·;:;-.;·-:;;' Pi:e 83 ol10"/


Page Numbt::t I Tender Specifications Clarificatiof1s Sought RPCl's Clarifications /Amendmeng
1- -· - -jRemar
l',:<,:j.': :.:>/,' The genF>rating units (Simpl Cycle,
Boiler Feed Pump IBFP),
Cirwlatinc Cooling Water
Comt:ined Cycle) Pump (CWP) and Hybrid
Cooling
shallbe of well-proven desi&n and the
offered modelof fowcr {HCT) . The Bidder promise
Gas Turbine Generating un t (offerd the'e equipments supphcd to the
modelsllallbe within the evolution of en1ployer wm:lcl bf' high qi:ality nd
2-Part-A
" frame),offerd model of HRSG. could meet the rcquircme111 ol the Tender term & condi io" willprcv :I
1 SteDrn Tllr bine. G@nerator,Generator Sh Employer after awc1rding.The
3 p up
Tran>formers.Gas Booster End·11ser certificates of !:IFP,CWP
4 Compressors,Bf f',l'WP, aod 1-ICT are
34 HCl'.OCS fTIJl)ufctured by the relevent manufacture•
)h11r: h<1VC? proven a•ld satisfactory oper2ting cxpril!nce
'
l nnecessary.so lhe Bidcl.:?r request to delete the
outside manufacturerer's country for at least two (2)
requir ement for tnd-user
CP.rtitic.ites c•f BrP,
years. Tendc-rer shall'have to submit separate cnd-usr
cerlificate in thi respect,otherwic Tender sh111 be
CWI'and H(T.
!"ejected
I R
- i ldr F

Vo! 1Section 4 PCC e) 10% (Ten Percent) of the totalor pro ratd value of GIF Gener.ii:•{ Fir>al
GCC 6!> 3 Acceptance Cert.ticate [FAC) is cost for the supply of Goods shallbe paid
TNm> of Pymen1- CIF Part as per terms isueel to the EPC Contractor after 2 years
Md wnditions of Lo.in agreement w thin 30 days after warrantv period. But the last 10% of the total or
or finalAccept.a nee certificate ug:Jinst
iSSlClllte pro rto value of ..:ontrac.t amount need to be
submission of unconditional& irrevocable B1 , nk paid to the contractor before wMrar>ty period.

'K
guatantt>e (val d up to 60 days b<.?yo"d the end of 02 So tile Sid.tier •mdersi;rnds that the f AC To be di cuss.ed with financce
years warranty period) of equal amount acccptallle to aforementioned need be replaced by Takinr,
1.0G
and technical
PCl and sL•bmission of invoice duly verifil'!d by proj.:> ct Over CNtifictc '(lOC), plNc confirm.
office & certified by the Engineer,countersienC!d by the department
Project Director, RPCL and approved by the comp<.?lent
Authority of RPCL
r
Vol 1
GCC 100.3
Section 4 PCC The rules of procedure for arbitration proceedings Shdll Please cl<irify that: I u
l
.l) thevenue of arbitration;2) be s follows:{i) In the case of a dispute between
e
the Quality anc con5titute -0f .
rbitrator; 3]
436 114
Employer ilnd the foreign Contractor.All disputC!s TendN
tcmm &
/ 1.·9 "
arbi
ra'tionimtitute ari5ing in cormeclion with the present
conditioriwi
ll prevail
Contract sh;;ll be #
f na!ly settled under the Rules of Conclliation ;rnd
Arbitration cf the lnternation<>I Chrr>b<!r of Commerce
b'1one or more arbitrators in ac:::ordanc.e with tht: se1id
llidc!cr f'
Bidder
f

\ ol lSection c;, lc<1rlcr and


The BJnk suggests to add a
... Contract Forl'ns. Bank sentrmce at the ktst of the Elank
4 132 h_1:drr terms & condition will prev 1t1
Gu;;r3ntce for TP.nder Security which
shows as below:"Thi'guarantee is
subject to
Guftrantee for T€'ndcr
the Uniform Rulr.s for Dem1nd
Security (Form Gurantes.ICC lflidder F
PWJ/, 6) Publicdtion N o. 758."Ptease confirm.
l --
/-v -----(,"/_,.:.\
<: ·/· ;:' \<.,
[ ·"·''.
{ }..\ ;"_-'.. Page 84 of 107
\ • !;''
:' : !; :<; ./i/
51 Vo ume / Section I Clause I Page Number Tender Specifications darifica tions Sought RPCL's Clarifications /Amendments

No. Remars
i
Vol 2 P;:1rt A SECTION 1 1.1D(SCHIPTION or. THC P110JECT: 3.Equipping/
?11'.'ase providl! the Construction Drawinr,s or
438
DESCRIPTION OF THE
PROJECT
st•engthening and Bay extell!>ion or exitinc 132 '<V Grid Sub-Station, the Bidder need I The bidd nr is tercqucslcd lo vhit the prnposed
Power Plan1's calculate and design for equipping I arltl ex1xting >ower plant and collect all the
2 existing l.32 kV Grid Sull·Statiori for Power Evacuation strenstheninc and Bay e'.<tens on additional data at his own arrani:ement
3iddcr F
. ... ....
;:; -

.\ Th<.>reis .:i hmit;ition to draw grovnd water for he


plant wat<:'.r system. A such. Hybrid type cooling
' i tower has been specified on tiw t..,nr!r
' I VOl.2 part l 3.3.5 Cooling Please larify if Hybnd Coolrng ower is
document, inwhich less amouril ol makeup
439 I . Hybrid Coolin& Tower nece1sary, or we cJn use Forced Dr ft Cooling
,, 5ystem w ter will b req1.1ired. The bidder b.Jsed on the:
Tower
condition of water av.:iili ity ,1t so re. hall design
the pl'-lnt wa tP.r syst em .accordins: lY Growd
water for makcllp should be 12S-l SO m3/hr
Bidder G

RegMding the motives of rej'!ction we would


like to know if point o) about the firm
commitment lette1 could be relaxed.Due 10 the
tricl deadlir1es that we have banks will strugglP
to provide us with a flrm commitmentlclt.crs
from their credit committees. Th4' credit
440 l/Oll I TT 24,3 (di Tel'ldr terms & condition will prevail
firm commitment letter from the committees will sk for a pre-duc diligence
Financialunit roccss which willtake more time than the one
that we have for this tender. For th
is reason. we
wouldlke to as if we cou d p(l!Sent o complete
credit proposal andletter of supportinsteud of
the firm commitmentletter.

!so dder(,
Volume-01 Erlier
Completion Plese clariy ol there i an'f Bonus ii
BQnus Tendr•r terms & conditiOl'l will prcn1I
441 the Completion of the whole of the
Earlier Complet on Bonus. Work is ('arlier tl'l<.ln the l11tended BrdCler c,
Completion Date.
time C>ttlldcd 23.'1. 18
lume-01
l'or a corrcc1 Study of the project
·1
. ,..!1 r•J
Time Extens on. and to optimize the µower phmt
we·require an extensionof time
Bidder (;,
.. ( .::.'i

' J,
p •

t. ·.·:;, to prepare the tender of at


:, 1 ,:_, ;)' least 1month.
*-," . :, . :-, .j
'
,,; /':;;:-; : \\::%
,# ' • 'I •

- rt 1 \\"\ "'
.h
Page 85 oflr>7
·.-·
{'\ -..' ,• ·i
.\.'1''
' l I · ' ·.
';;j!;.J/ ....... . ........'. ..'\
c.-:" \ ,•• "'· .... . '• ••

--::-. ·-.' ' '

,. . ,;-· . .
. ·\
.1
-
·. "(\ ' "'•v •.. \ .
,'

.' .-... \,.·, W.-., ,...i/i


r / ; /\ _,
r.,e(' 80 oi 107

••• •., ..:0 ··


__...../'

( 2 [;.-. I..,,'\ ;"" ·· .


I "'"' '
I IT""'I

I ::_ •. 2.3
J , ..
. .,.;. '
I

,
:\- '."/, -, :.·I -
·. / -- i
. \ ._... (' . I
Page 87 of 107
:'. i ·::-·;"

f;; · ....----....."·.: ..>,


f / c/ \"'::J ' " . _ : ;
. {

2'
·.- .
{ .\ ''• '"
\
<".. ..s;..NQI ,__ :Vl,ru e ;s#on I Cl<Me Page Number \ Tender Specifications Clarifications Sought RPCL's Clarifications /Amendments
.... . -....... .\ 1,... /1 Remarks
•, . . plN1 e refer to page 58 & 59 of volume 1of 2 for
..::: ""
Please specify the actualvolum calorific:vu
of each ue ot gJs and ISO.
For further information if neCC5>ary.
please
45.3 VOLUMF. 2 OF ? (PllRT A) 414 component of the fuel.Only the
m2ximurn cont.K l with:h... respective .:iuthority
(TITAS-t.hr. 11olume is given in th fuI spccif1c011ion. G<.1
Campny & Baneladesh Petroleurn
Companvl Bidder H
. 11RSG of dualpressure steam cycle... d) Number ot pressure levels for
....Circulating Please contirm the type of HRSG.We consider
14 team cycle shall
wJter syatem for the HPand LP drums HRSG as Dual
Tederer pressur e with HP/LP anet NOT
offei; be min imum duillpressurP. Bidder
Iiany ii
454 VOLUM E 2 OF 2 (PJ\RT A) Complete Lot of heat transfer surface for the llP/IP/LP
90 triple-pressure with HP/IP/LP Tender terms 8. steJrn cyclr. 1nore
thandualpressure for bett N
condition will prevail>pccification. pC!rlormancr I efficiency,it will be
Bidcler H
cceptable.
396 superheater, evaporator, ..--·- Bidder H

econom iur.
flow l)iagr ni of HP-LI' Stearn a"d Byposs
) Is Ground water refers to the water cxte;:icted Then isa Jirnitn tion to draw ground wiltcr for the
1
from deep-w<!ll? 21 lsitmeam pldnt water system.As such,
Hybridlyoe cooling Groundwter will be used as raw water source for·plant th.it Ground water will l.Je the on y
source of rJw tower h;is beenspecified in thetender
VOLUME 2 O 2 (PART A) 38 w.1ter systf'm to pro-Jide demi water. make up water for water? 31Wlitth.:1 the supply
4SS
documrnt, in whichless amourl\ of makeup coollne tower b sin. lhe Grnund
water capacity of Ground water will il<' sufficient for all water will be required. The bicdc1·bsed on the
intake for makeup water should be 12S-150m3/hr the conumption?'Tht' river water could l>c
condition of water availibility at site. hall dsign
considerd as the supplcment.irv raw water the plant water sy•tem acx:ordingly.Grovnd
"""!F'\ ource? water for '" cup shou d be 125 1SO 1113/hf
Bidder H
....
Equ1pp ngjStrengthening and Bay
3.
Et<?ns ons of
VOLUME 2 OF 2 (PllRT /\) 2 Pow<?r Plant's existing 132kv Grid Sub
·Stition for Power layout Plam of E<ist ng switchy;ird Jnd proposr.n
Evacuation 360 MW switchyard arc Jttachcd hP.rewith.
BicluNH
Pleae provide EPC contr. c1or of 360 MW CCPI> project will
1) the position and rutine ol 132 kvincomini;
construct the witchyard Rantry structure of 7
and outeoing line; 21 the
(3+4) bays,out of which 3 bays for
single line diagrams (SLD) of the 360 MW CCPI'
456
e<istingSub-station. with substat ion equipmentcoinplete iiiilll
CCPP Generator step·up tramfarm.aei; (s) would be includingequ pment respect. '1 ba·i willbe kept reserved!or PGCB's
I
parameter and conductor
•',... doubleconnE:ctecJ with the cxi«ing 132 kv Grid Sub-Stalion (by size;
5 Proposed Myrnensinllh·N trokona 132 kV
'' '·\ I e"tension and strenctheninc of conductor size of th 3)thc circuit LINE IN,UNf OUl' {LILO)
iitercoiine.:tio1 h.
sectionaldrawii1g and layout nl the
! ("'-., 132 kv Sub·Sttion bay existinc Sul>-Station (Including the occupied
0 f'cr acldit 1om1Ida tc1 /information,Bidder arc
area. Soy widthand qt:ant1ty).
< /
retruetd to cont.Kl respective dep rtm nt I
Ent< t'{ Jt their own Mrangcment.
' --- Bidder M

Whether it i that only t he DCS manufactuni'


Distributed Control System (DCS) (ABB,Germany.USA. listed in Tender
Document cou d be selected
457 VOt U Mf 2 OF 2 (PAl<T B} 69 Singapore/Foxboro, USA, Singaporc/Siemt'n. and applit'<l? Or other DCS manufacture> which render terms & cond;tion will pr<'VJil
Germany/AIHom, Fr.anr.-e/GEJ meet the requirement oflht!specificJtion nnd

...
i .;., j
"
/. '\l.i .·t. j'
pr.1forinante could be tc11idP.r.,d?
-
[)i\Jd er I I
--

\ :·\c,- /..;.c,J
·'. '<lCl! S8 of 107
SI No. Volume I Sect on I Clause Page Number Tender Specif c;itions Clarifications Sought
RPCL's Clnrifications /Amendments Remarks

Please note whethc r tl1e fence .it


thejunction betweenthe new-
built plant and the existing plant
is shared.If so,p ease provide
the detai s
458 VOU..av1f 2 OF 2 (PART A) 3TI Project L;ind
layout of the existing plant's fence details (drawingor Tencli>r tNms & condition will µrev iiiI
other materials). l) P e se nO\C
purpose of the narr<>w region lthe ea>t s cie
_ '· 1382.44 meters) for plannin!:· i:liddCI' H

\ Pleae define thelocat on and cool'dinate of the


· .. .. . newly ocquired 5 acres land. We assumed that
1VOLUME 2 OF 2 'PART A) ly acquired 5
1 dd1t1onal f1lhng and development of new h c d ... b I .. Del d
25 acres 1 at

.• , an WOU•v e ocatcv
; · ' acres land. t e ete
,,
... - :/ Sh mbhuganj Railway Statior\ nnd bt' userl fo,-

Fuet Oilunlociding .ini.I storai;e. Bidder H


The bidder !Jl,111 des gn as per requirement and
volume 1of 2 158
temporary 1etty ptantform tor unloading of equ pment Tender terms & condit on will prevail and
The bidding docum.er11s havelwo difleren.1 i•iternationdl > anddr d> B dde1
11 ' 4GQ. 1---------
---1-------1 --------------------- dcscr1pt ons of lheietty.please c!anfy which type . "
stand<trd pefmanenljelly for loadi119 & Unloaoin9 .at . . The bidde"shall design a per requoremC'nl of ar.u
t
provide. .. . . 1etty the bidder should be
, volu1T1c 2 of 2 (PART /,) 310 'd b Id' . Tender t< rm & rnnd1t1on wallpreo;ul 1nd
nvcr'!;1 e. u1 rng,equ1pmenland strudures intcrl'ationalstandards iBidder fl

The i:lidclcr h.-11 visit the site and collecr all th


Consuudion !ant.I area of jelly (wa er ;uea. land f IT pp riat
area) necess.iry 1 n orm.i ion om a rop , e
authority <it his own 11rran ?merit Bidder H

I The bidder sl.:ill vrsit the site and collect nil the
Flcodlevel Please prov de the OO-year flood levelOf hL.,;tory necesso1rvinforrnatior.
f1o•n appropri11e hrgl1est levelof the propoed srtc
uthorrti• at his own arraneenienl
462
Bich..ler 11
(",eo ogical Repor. Flca$e proviue l1e TIH!bidde1 shall 11 it the ic nnd collet: II th
Geolo91calre ort of \he necesar{informat onfrom i1pprop1 ate
1
proposed site 1 ow:i a:-fa:ieeme111 Bickler rl
I u1'hciriry 1·
4&]
provide site waler qu.l,ily onalysis rcporl The bidder sl1<1ll v1Sit the sit nd collect
Pl all th•?
Water
e Quality Analysis Report (including surface Water & Ground Water necessary 1nfnrmat1on lromapproprn>te
a
s
e
.
l' . . - •
- B
i
d
d
I '1
' - --= v .
·-.,
:;;( j \ · -·\
:-:\u· . --; 1:··'.; A.)J }.o

. ) ;:. ... ./
;. : :· <6&t..J'I Pil&e 8') of 107
::.,V,:.·.,.--·- ·1, .,,/
,· ,.. ' l
't 1 i :\ ..
=----
-:: 'fT --:...
('\.) t. ' ... .. .
·

.':"

. .' ' '--- .__ •. - -=;1


" '·. ·-11

.,,.

,.,, Remarks
-
. SfNQ. '.vti m( . n I Clause Pace Number Tendl?r Specific.ations Oarifications Sought RPCL's Clar fications /Amendments
.. ......
...:,_...
d. Exh usl Mack [as
:
-
. '"/
pe1en111rrmmentalproteclion require-
men!but not Less than 40 m fo1 GT
with bvpass
I dainpN and SO ni for HRSG]
Exha1Jst stack [as per environment<I
µrotcction
& Please clarify th.HI.he height of bypas.< stack i
4G<\ Vol 2 Patt \ 12 & 83 rc:quire1nf•nt but not
Less than'lO rn for GT with Ga:> turbine unit sh311 be equ pped with an e><hausl duct not les than 40m 01SOrn
bypass damper and 50 m
and a rn taLIP by pss stack (notless than SO m) with for HRSGl
hydraulic opcratiecl diverter dmper for prolonr,ed
continuous simple cycle o·peration.
Bidder H
Hybrid cooling tower is not
easy to m 1intin.
Orculatinc water (Condenser cooling wat.r.1 .cmd r.oollns he bidder suggests that common w l
465 Vol :t Part A 37 wate1 fo1 cloe<l loop heat PJCChangers) will be cooled by mechan cal-draft cool ng tower also could be Tl'nc1Pr terms & cond
ition will previl
Hybrid Cooling Tower. lLSCd for coolinc the circulating war:r. Pfensc
corrf lrnl. B
idder 1-f

3.Equippine/ strengtheninc and Bay


extensions ol Power f>l nt's layout Plans of histing switchyard
existing 132 kV Grid Sub-Station for and pr-npos<'d 3GD MW
Power EvJcuat on. Plese clarify whether equiping I
strengt hninr; switchyarcl am 1tlaclic-d herewith.
EPC contr ctor of 360 MW CCPP
- &
<1) CCPI'Gt•nerator step-up translonner(s) would be
of existing 132 kV Grid sub-station m11<1m the project will
brcder need chaneesome parts of existinr. bay
466 Vol 2 Part A 2& 5
ronstrurt the switchyard
connected wit hthe existing 132 kV Grid Sub·-Station gantr;s ructurt>
of the sub·station.If so,plcae of provide
I sorne
(3•4) bays, out of which 3 bay lor
360 MW CCPP (by exteni onand strer1gthening of conductor ize of d taindudine the drawing of the
exis\ir1 132 with <ubtation equipment
complete in all the 132 kV sul>station bay; main bus and transfer bus W grit.I sub-station. respect. '1 bays
will be kept reserved for PGCB's system) throueh highvoltag underground cable and
Proposed Mymensingh-Netrokorld 132 kV
other necessary double
electricalequipme111t. rircuit UN[ IN.UNf OUT (ULO)
1nterconncctions. Bidder H ITue bidder considerswhether the spacl? for
For adcition<ild t / nformation,Bidders
are
3. £quipping/ strene;then ng and Bay extemions oi exten ion all new buH1132 kV bay is enour,h.
requested m cor11act respcc\J•e department I
467 Vol 7 Part i 2 Power Plar1t' exist ng 132 kV Gl'ld Sub-Stal.ion for ;ilc sc confirm.Ple s.e provide. the
relcvent Entity :;rt the r owrl arr.:inecrncnt.
.
, - Power Evacua1ion. arraneemenl drawing indicates the sace for

new built bay. fl1dder H


-
1..} ..-;: ;<::'.\
\- , .
,;; ',';''
\ - -<-;;! ! 4li(--'
'" t/

, p,c 90 of 10I
J>1
SI No. Vo ume I Section I Clause Pace Number Tender Specilie<1tions C arificatioM Soucht RPCL'> Oarifications
/Amendments Remarks

The bidder reque,ts thatisol<itcd


phase bu5 duct of l rge current c1 ,
'rying capacityIs rn<1de of
aluminium (or reasonsas below:
A.The mecl1;inical strength of Cu at
hicher
temperature is lower 'th11Al.Mechdnical
1. Two {2) Sets of three phase step-up tr<1nstormer with
strength of A l is th!' 1nost suit.;tble tot short
ssociated equipment having c;ipacity to
match I.he circuit withstnd capab ility. B. Al is much
468 Vol2 Part A
power output of Gas Turbine ighter,easier to handle & machine
Generator/ $team Turbine thanCu, also modern Al welding
Generator (1.1any ambient tcch11iqucs make the
temperature) with the followine
feature:low tens on s de:Isolated &
. insulated phase copper fabricotion works with Almuch easier and
bus duct.
<heapcr than with Cu. These above d<:scribcd
\ advant.:1ges. for Al h<.wc ben token into account

by most of the IPB manufacturcres dll over the


·:.. /• I worlcl and it is a fact that almost all hir,h cpocity
-·_,,/ /
/ of IPllD areprovided withAlconductor.
:"" ·-- ·
According to the project practice and regvl r
Bidder I

l ) 9. Sk d Base:
foundation of t1d11sformeri11 Bangladesh, rhe
bidd<'r <"011sider that the skid ba...1111 fout
Theu;msformer shall be provided with a skid base with
wheels I< on y ror generator step-up
4 167 four (4) steel wheels and necessary j<>cks for setting and
6
9
apropnatc de 1ices for lockingin positiontransrorrners, unit auxiliclry traris.fo1mcr Clnd
!
of it
start up/ reverse .:i11xil.;1ry tr;ins orincr. bulit "
foundation.
not suitablefor station tranformers.!'lease-
confirm. Bidder H

The bidder suggt!sts usingthe dry


tyoe LV station au>ci ary
transformer instead of oiltype
transformer for the reason as hr low: 0:1 type LV
stationauiliary transformers will increase thl'
tramfornwr nccupationJrt>a.Mor.iowr. oil type Bothsell·Ji• tooled/ for ce cooled
.;:
(ONl\N/ONflF)
4 8.3.1The tra11sformers hallbe of three (3)
7 l 2 Parr A 169
phas.,,oil transformeris not convenient tor maintenance for Uni\ 1\u•ilia1v Transformer & Star t-up/

.- ...r
0 immersed, sdf-ait cooled (ONAN) 1ype. Reserve auxilial'"V tra.,former be considered
and oper;ition. Also. r.lry-type LV station 111:)v

. V auxil iar rransformcr will bearr;ineed in power <1cceptaiJle.


,,.. . .' ..
·r·:.'\ --\\ o distributionroom.al01'1g with lV cubicle.II n1<1y
it's what bidtler hs !lone in practice fJroject, and
' .\ ·· :/ :; occupy a little more sp.1ce in the buildinc.but r
, ., ·
: \o; .I\ the biddr b"llcvcs it's .a proven bettr de lgn.
I '°'1 ._.. . !Bidder •
'
-· --
r"\
' _.. - -
:,-_-\,

'" .
:;\• \t.-,':i :"<_,J
)' ;
.-
"'
->, .':;..- • .<:.::,/
... .......
/ Nv>v
77:'7.: <. ::')'} Pdge 91of 107
' ··1:/·',.., '··
. \ ,) II

"' l\
'?. (f:..,J - .,=:-.
'l'<:..\'·\'.I-
,,
" ' ':' ....
.......... ., ·...
....,
;;I ·'.-,.·...... '- .'
\ . ...
\ ,.'"'-·<:-: ..., '·. ...:\
l () . ,·:.. ·_- . -

SI NO.
' \ ''•
.Vi>l)Jme
. ..f ) ·'<,Jc Page Number Tender Specifications aarificat ons Soucht RPCl's Oarificat ons /Amendments
fS'ectioiy, Clause Ren1ark
. . 1, .• - "" .::,./

·· -···-·
2. Outdoo1 Conductor C.:le;mmcc
Minimum clearance between live metaland edrlh:1900
The outdoor conductor dearance of 190() mm e,
mm
300vmrn Jrc the data for 230 kV
Minimum clcar:mcc betwel!ll live
metal:3COO mm Mlnirnl!m safy c level 1ulhe1 than 132 kl/ le•el. As
earance between ground and the per !EC 61936-l-20lll.for
nl.'arest poo nt net at earth porentialof a<'I nsulator: 132.Vlevel, minimum c earance of plm to
earth and hcse to phase is 900onm or llOOm m ·render tenm & conclilio n will prevail/ latest IEC

!
71 Vol2 Ptt /1 l 74 1900 min
Minimum afety cleranc"'
or 1300mrn. therefore the biddr sur.ests tht standards !
the relevant vaive shou
ld compl'( with !EC
betweenground and 1he standard wlthOllt marein. Otht?r\ .iuc l.Ut;,l*f
nearest live unscreened conductm de.;ranci; may increase the 132 kV sw1tchyard
(SS 7354 'SJfety Working Clearance'):1900
mm Minimum insulator creepgc
distance (at rated voltage
I betweenphases): 25 mm/kV occupation space. Pledse confirm.
Bickler H
Please confirm the OC source of UPS supplied
472 Vol 2 Part A 67 Separate DC system for inverter/UPS shall bP. provided. Tendf!rterms & cond1toon
from unit 2ZOV DC systemis doab e.
h'\ willprevail Bickler H
fable l:Terminal Points andlntedaces
The bidder c:onsidcrs that Remote fire alarm
Vol2 Part /I 4
Item- Termin,d Po nt-lnterfacine Body -Detlil
telemetry indicates Fire alarm panelloc.necl n Tender tefllH condition
willprP.vail
16·Remote flre al>rm telemetry -RPCL- MPS main fire
CCR nccording to the bidd er's generaldes•r.n.
imlic.ator l)<lnet BiddP.r ll
Please provide the cenerall;iyout drawin& or the
attach d
eJ<ist ng powerp
lanr. Oldder H
Ihe F Class combined cycle Unit usuall•t U$eS the

three pressure stec1m cycle accordins ro the


Bidder's experience in Bangladesl .It has the Numhcr of pressurelecls for
steam cycle shall
One (J) ui'it of He«t Recovery Stc.lm Generator (HRSG I
lower ciihawa temperntllre and higher thermal be rniriimum dualpressure. IIany Tederer offers
47S Vol 2 P rt A 14 of du;;Ioressure steam cycle suit-.ab eto utilirn (•xhaust
eas from the gas turbine unit
efficiency than dualpress11re steam -ycle. steam cycl more than dualpressure for
better
So the B dder suggests. Employer use the three performa11ce I efficiency.it will be
acceptable.
pressurestenni cycle in this project.

, Bidder H

/ """":1 ;.:-....'";....
I·.>; . . -. '": ?·

. · ·-c ·.
·
-
" ;g ' /
\
• -l
\ ..;. \ j -,
:
.'-:::,_i:_ ;:>

Pace 9]of 107


51 No.
Volume I Section I Clause Page Number Tender Specificat ons Clarifications Sousht RPCl's Clarifications
/Amendmen s Remarks

The Bidet"'comlders external


l"able l: TermiMIPoints andl11terfoces t<!lecommun r.<itions;are
telecommunications Item- TerminalPoint·lnterfacine Bocty .J)etail outside
power plant boundary,so thesP will be
47G Vol2 Part A 4 17·E•Lem 11 tolecommunic:.;itions· RPCI.·As per EPC 1other contractor· scope rather thin EPC
scope. Tende;·te11111 & condition willprt'v"li
- - design So lhe externaltclt'communications would not
be dcsisned by EPC. If not.please clarify what is
\
the scope of
l1•dde1 H
externaltelecom111u11ications.
I'

.... ·- --;-::.
/
I

proposdc<l
BiddeH'"" n!q <Je ted lo visit the

4 f7 Please provide the generallayout drawingof the Power Plant site.md the
existingpowerplant site
c>e.isting power plant. to collc:.:t necessary in[o1rn.1tion cltl1s own Bidder
an-angement H
·
-
The r Class combinc:d cycle Unit

f 478 usually uses the lhree pres.sure


Heam cycle accofding to the
Bidder's experienein Bngladesh.It has the NOJ mber of prE"ssurelevels ior team cycle \hall

Vol2 PartA 14 of clu I1-1reHure ncam cycle suit"ilblc to utilize exlMLI!.l lower exhaust temperature :and hlnher thern1JI be minim um
dualpressure. If dny Tedcrcr offers
One 11) unit of Heat Recoverv. Steam Generator (HRSG)
gas rom the gas turbine unit efficiency than dualpressure steam cycle. team C\'C e more than dualpressure
for better
So the Bidder suggests 11sc the Lhrce E
performnce / efficiency,it. will be acceµtable.
m
p
l
o
y
e
r
pressuresteam cycle in
this project.
llidder H

The Bidder considers external


Table 1: Termio1alPoints and lntcrfoces telecommurncations an•
telecommunications Item- Tei>n inalPoint- Interfacing Body -Detail
t$ide power plJ11t bounda<y, so these will be
479 Vol 2 Part A ll 17- External 1elecommunie<1tions- RPCt·As per CPC other contractor's scop<! rather than EPC scope. Tencler te1n·s & c.ondition wlprevail
des•en So the external telecon1munications would riot
be de5 gned by EP(. f not, please dariiy what is
the scope of external telecommunicnlio11.

Bidder H
I
lhe construction ;md Camp ared aboLJt l idders are requeted:o visit the proposdeo
40000-50000n12 shall be considered. Please Power Plant .>ite and the existingpower pl;int S!te
<180
kindly provir1e- the possible locations far this to collect neccs .-.,. 1nlorm,1ion al
hi\ < wn
nrea. :.rran ement
Bidder N

. .(
·/-Nr,1.·.
" L•t; r .I
'

L::: :
...
'../, .• ' \

.C?: - \.<\
',.1.., I t,:-:l :.-.. \ .,
·· c. , :.:· "
' :/\ _ ; !
_;: }'-_.. :
.1 .:'..:../ Par,e 93 of 107

; .- .
(,:- --.. .
' .
I '' ,·..:, " ,,)
.c7{;::-r··- ,
(;X
,,..'..:-- ····.,..... ..,
;; " · :·,,,...._ ,: \ ,.
-

;•
.

!

.!
• '
.
proposde<.l
' .....
.' .
••

--01C e
...·. " '/;s j}" I dause
";:: • • t .;
Page NL.Imber Tender Specifications Clarifications Sought
Ple"'c' provitJe RPCl.'s aariftcations /Amendmcnts
the delgn documents of exist ng Bidder> are requested to visit he
Remarks

:·--·,. .·,\ ·':;;)!


I . -..... _
·.· ..... .. :'-.
.·- l\lymen ineh 210MW CCPP piJllt of RPCL Power Plnt site and the
1181 eKist ngpower plant itc as be-low: to coil neccssar·1imorm.ation at
his own Bidder
arrangement
·-- H
1182 Ocs en Dewiptiom-

Gen ral Plot Plan,The Elevatiori of theTender


rlant anctem1 & conditionwill Biddeo
prevail

1-1

Design De.cropticn S
i<ldcr 11
Ti!nder term & condition will prevail.

4S3 The Gcolor;kISurvey Reportand Topogrphic For adcl:tiomolinform.::ition required


IJy the
dr wine b'dder. the bidc!P.r sl illl arrance the same ar his
cwrt o;1(r'anr;em1.;:nt IJidder r :
The detailed Jrrangement and construction The bidder h<1ll deign followine
internation<1I I
484 drawing for Pilinc works. st;.nndards •nd Tender terons & condition will ;
poevail Bictder tl
r :.i Clidder shall design relevant µ!ant
The detailed layout drawings for undercround
C!QuipmC!nt as
necCC1sarv to execute and
s complete the project facility suc:h ils pipes,cables, trenches etc. in the
power plant site
on turnkey ba i ii) per technical requirement of
includiroe layduwn area
the tender lliddeo h
48G Any other drJwincs and Descriptionsif availa!Jlc.
Tend<>r l'Nm< & condition will prevail Bidcler H l·:1c11·eal l>i:oeram
Bidder 1-.
I i\s the 132kV switchgear need connect lo th"
exl line 13kV switcheear, t
i1necessary to receive all the
dr<!wings of thP rxistine 132kV Bidder may collP.ct from Rl'Cl
switcgear, cspC!ci<illy includinM
section and
rt87 iayout drawings of the GIS
building, the l yout
/ ;:
outside the plant th11 routingol""'oil ·foiled

andinstallation drawines of the overhead


,,. "- :ransm ission lnes and towers within«o d
\
cjbles from seuz 10 the exiHingGIS
.
I
'
.. steel laaory
sub:;tation
+
, '

'

- Bickler H

II. P eaSl' provide the rounding materials and Billders are requested l<I visit thf>
-
propmded
'188 the corroion degree of the e•is 1ing sit<:, 1toe Powerl>i lnlsite and the cKist ne
power plant site
.. ..,- --- .....
_ .......,,..
.
m<tterialspecification>in this new project arrangemeont
BiddcrH
;I::(
'\ • "f. \
·-
.
..\
. :J
,. ('·.
\..,., .., -' J./ l
'.... ·· _.\,,.,.
'I -- '-'' /
P<lr,e 94 of 107
:: ("':J-.:_::
: . ' ,, _ _

.- . ;.
:;\ ,.... . ·.

....,
·..-_ - . .... -c..'
,.......... , \
:,·,:_;:. \
\ r.;\0 <" •
:_ -' :_ .
·.
..; .AM\-JJ
\..q& "1'-'.\:::..;;/ P cc 95 of 107
·h··
> .. . ..
''
... ---::..
fl:.''c,! ·-<·;,, '·-' '.·.·_:·-.:-.
.
r-- -
; I
,-/ . •' ...--'\*

-........,. '\·
·- · - . . ·. ·\
_

Js ;·
No.''1 •."lf!l.J".,:;" n / Clause Page Number Tender S·pec fications Clarifications Sought RPCL's Clarifications /Amendments
--· ...·/ RemC1rk.
•?
\. .. Bidders are requested to \' sit the
"-:._ i .
'.;
.•. >..· l .·O'·/';'::f/ I proposded Power Plant site and the
---. -- I\·l32kV line ;>rotect•on channelrequirements
existing power plont site to collect
(such as the use ot optical necess<1ry inlormation at h s own Bidder H
fiber or carrier ccrnmunication arranccment
mode).
rlease kindly provide Project license dOl lfllt!nt (lilfders re requested to vis t the proposdcd
I
Jpproved bv local Authority such s Power Pl11nt itc .;ind the existing power plant . ite
4 EIA. PPA etc. to collect neces$.:')r"y intorm'1tion at his own
9
1
arraneernent
Bidder I"
(;:NUUI. ·- Bickler I
-
-
"
- Codesand Sti>ndard> for
D1:>ign,Manufacturinc, Erecl nn,
tn•pctionDnd tnstall tion.
492 Chin<! e National Standards rnch as GB.DL shall
Tend•!r term' (>,, conditionwill prevail
be adopted due to procurement sourre from
China.
,,..._ BidderI'
Ple;ie follow the latest ECR(Environment
< il d requirement for Noise> fo1 Couinrnent's
OctJe ConsPrvalion Rul J of Dep<11 ment of
J'ld Plant Circum.<tance. Environment {DoE) of Bangladesh <>ncl World

Ba11k Gttideline for environment. ll
dder H
Please follow thelatest ECR{Environment
Sox.CO.PM (The published Tender Oocumcnl1s Conervation RuleJ of Department
oi
49
missingthe specificationsfor thi porti Environment (OoEJ of 6ani:ladesh ancl world
S;rnk Gu deline for environment.

Bidder 1-1
Det;,ile:l requirement ror Ille Ga emi 5ion - follow the
Please latest
ECR(Environment
regardini;Sox, CO,PM (not mentioned in Con. rvation Rulrlof Department of
495
Client' ri1 P) · Environrnent (DoE) of B;ingladPsh;md World
Ba11k Guideline for cnviro11rncn1.. Bidder
H
Tne Seo!)(> and Proced1ire for desicn a)lproval

4!16 I from LocalAuthority. The Tend2r term! & condition will prevail
requirempnts for Ce1tificorns
"
or l'crmits from locI Aulho111y for Bir.Ider H
.. - . ...... Contructions and Erecrions
W \ n;lSOt 'H(" •:.WA TEI{
.)_ \
SI' 'l'l.Y AND
t)AT..\ Binder H
'/
' ,.,...-: ;"":·· - ·--·

,..; zc
t• ·.

\ ......
' .

/.
;.

: ,;

.:::0/ Page !lG of lff/


!
SI NO. Vo
lume / Sect on/ O;iusc Paee Number Tender Specifications Clar ficat ions Sought RPCL's C arifications
IAmendments Remarks

497 Pleas<' confirm the·raw water source comes Bidders are


requested to visit the proposdecl from the nver close or lJndergrounu
wa er? Power Plant site andthe
cxlstini:power plant site Please confirm the raw wa ter wurce comes
to collect necnaryinformation at
his own
from the river close to PP sitr.. Jrrangemeri t
(lidd<•r H

l If the make-up water ystcm out11dc of hc

. power plant. iincludedin the EPC ContrJct Jr1d Tend..r term &
concHlion will pre •Jil
.. '\ intake cnnnatural water source.the following
data should be: supplied: Bidder H
' ' ..
,,,,, I a)The h ghest water level at the frequency ot
.... .- -- I
...._, ... .:..- /
1% and the lowest water level dilhe guar.mteed Bidders 3re reque>tcd to
visit the proposed s1tl' frequenc ·of 97% M1d 99% i 11 the? specified area
<u1d apprClpria·te.w thofi1'1 for any
ndLlitiional
The perenn almonthby month hi&hest. ;ivcr.1ge information at bidder's own Mran&ement
and lowest water level. Bidder H
·-
b) Provide firm smallest Oow at the r,uranteecl
?.ic:Jders arf! reque;tcd to vrs1t the proposed
frequency of 97% Q nclud ng the flow recul.Jted
,;it<>
by reservo r). he percr>nial month by month
and appropriate
authority for a:iy atJditiooal latgest,avcrngc and smallest water flowD
infonnation .it bidder's ow1•
Something about the flood andlow water i5 arr11neement
neces.lry.
B
idder I
498 c) The surface s
lope of the intake section
is
TendHterms & conditton
necessMy. w·i11 p1·evoil Bidder H
-
.. ·
d) nvest gate the river bed of theintake seciun lndtuterms & conditron
will previ, land Bidders how to evolve and the e:>tchange rule of
scour ;ire requested 10 viit lhe proposed
I site nd
and silttion illabout a yi.;11 ml year after year. appropr ate author tyior rlny additional
Estimate eeoloeical tabi ty of theintake SPC: on informa iori at bidder·own
(
:rdngement
the specifiC?d Biddc H
e) The perennial month by
monthl.:>rgest,
<veraee andm.1llest indqu mt ty of Bidders are requE! ted to viit the
per volume water.sand proposded Power Plant sit<'! and the
diarr•eter gradingand the existing power plar1t site
,;,.- . 0,
/ .»;0i.... herght of sand ripple. Analysi1the
t.o collect neceswry in
arrangernent
or :nationill hi own

movement of
1· ·:cy -:.:.,_ ·r..
'.\. ,.:· moulding gr velof the river·bed.
"
Bidder H
(
!r-..:. n '°- : ,·_:

.---;;;' ;
-·1, , .:: J
!..
>
r;. '
-
I. .
' )..;
;
,"? , i.0 ';--.J:v'-
\\ . \ '-""' C-1
\ :-:.4 - •
/ " Page CJ7 of 107
I •
,,· ._ -
.-1 -

:
, " •. j·
; .. ,-:,t ,';r..,· .
.11;>-. . :;. -.::.....:.:__...... :.. . . >:,
\\\· _:.,SI..lJ,.:- :·- .yo1
\<
.m
' --. ·
\·on I C
.. ..\
lause Pace Number Tender Specifica tions Oar ficat ons Sought RPU's Oarifications /Amendments
Remades
'\..,-).'-... 0'·,"/ " · ,i. ·-.,-JJ
Bidders are requested to visit the
"',• .f1·;-_--:·-' ·-:.'
·'-,- . ,·, , ) / , '':'/

f) The perennial month by month maK, average


proposclcd
Power Plant sl1c <ind
the CKisting power plant site Bid\.ler I"
a11d minwater temper;iture. to collect necessaryinformtion at hi!.own
arrangement
I
Wter source a11d qualityfor the power plnt
<l'l9 indor term & condi iun will prevail
(Riv_ ,. water) Bidder i-:_J
Samphng Date Bidder H
Air temperature·
c Bclder K
Water temperature ·c Bidder H
Un t Content Analysisitem Un t Bidder H
mg/1 pH 1 Bidder M
ma/1 Free C01 lmci/1 Gidder l
mgt1 To1alSi02 mg11 Bidder H
mg/1 Colloid Si02 mg/1 Bidder 11
rngl1 Totalalkalin tv lmg/1 Bidder H
mg/1 Mathyt orange all<ail nir11 mg/1 Bidrler H

-"
........
2s •c. us/cm Pheno!phthalein
alkahn•tv mg/1
T"ndcr <'rm & condit•<>" will prevail
B
irlderH
Bidder H ---
........ COD(KMnO, ) mg/1 !3iddcr H
" - ---· Bidder H
mg/1 ci- mg/1 idder H
B
mg/1 S04- mg/ 1
--· Bidder H
IT\Q/1 m Bidder I
i
HC g
Oy /
1
mg/1 co,. mg11 Bidder H
mg/1 OH- mg/1 Bder H
id
N03- idder 11
.B
mQ/1
- mg
/1
mgl1 no,- mg/1 i:lidcler H
mq/1 ·----- - --
Bidder H
mg/1 SUMA mQ/1 Bidder H
I PIP.ase refer to page 58& 59 of volume 1of 2 for
Plcnsc infonn the detailed quallty dat for ca orific value ol i:as "nd HSD.
Nt11rnl G.is/HSO oil(the quality data for Natural Fat further information if nccC'ssar1·.ple.,i,;.,
!)(IQ
,,' Ga5/H.SD mntionC'd iii Oient RFP is not dcti!ed contad with:• hP. rnspctive authority {TITAS-th<'
cnoue!l ) G:is Cnmp..ny & BanelJdcsh PetTolcum
\ Compan'I) Bidder H

,,,,. ,,-.J'1 .. ........


\ <> Melcorolor::icalinform<1tion
..
Tt>nd N terms & coriclition will prevail
UidderH
·--
• ::-1 · , .
I ,-\ :!:}
\ -; " : ;'J · _,. !'age 98 ol ff/
·.· ...-;, '::. ,/
..
\
F
\

.(?")";.';·> ; !- \
--= ·-../ ._..
I
: r _.,.
'tn " > '\. :\" :·.
6;J-\
.-:.:--:!
\ .... -·
' ; : .··'·.AN

..-,r...-\";3, ·- ;' I ·-···!• I v--0


v.'-- . . / '_ ·: PJge 99 of 107
'.,r,, "'• . :· .y
. •., ... • ..
-,
.·-. .·-·-...-
·•,

- ' ... ·.
• :. ·'-.. ,

-.,! ..,,:"'"'
"? . '1.• --
--..::

\' . :i: /: ; ;· / Clause Page Number Tender Speclfications I darifications Soucht RPCL's Oari ications IAmendmMts.
Remari<.s
,.: ..---1, 1 I
:J z.: I The per cnniol average, thP mdX.. and the min.

! rJinlall. Max. and Min. average rainfallfor evc•o y


year eve1y mont h; M<tx.and Min. yearly 1 1lnfoll;
Mur. rainfall for oPe d<iy; Max. rainfallat one
Lime and thp i.J<t time;monthly rainfall tor the
Min yeas. Ca culat on result for rainfall for

. dffernt durat on at design lrcquency.Max.


continuous r,1ind.iys for one time; Mx. rain!dll P.idder> rt! rcc;ue>ted to visit the? p1oposed itc

SUS
I for 1ho
lor,10 or 20 minult'\.Provide the
rainstor m intensity empiric•I formula of the
anri Jppropri;it e authority for any Jdditiional
info1•mittion at biddcr·s own arr'-1nenient plant
Jf<M.If there is no formula, the
precipitationinformationover the ye.t can be
instcadcd; S ruinstonns or S he<'lvy rains arc
selected every year. Count the amount of
r reclpitation in various prind such as 5, 10, 15,
.:0, 30.l\S, 60.90,1.20 minutes 1esper:t111ely,
q1lculate:he rainstorm intensity

Bidder Ii
506 Ndlliralevaporation rilte of wdter surf.lcc Terlder terms & cond t on will prevail Bidder i
Gale davs. sandstorm days, fog d<iys.
I
prupoed site
I th,,nderstorm d•ys far every \'CJr. Analyse nd Bidde>rs arc reque,tcd to visit th

I 507 c.>lculate average ealc d .sandstonndY'·log and <ipp1op1 .ate authorit y for
any addititonal
dilys, thunderstorm days for year s at the pli!nl information at bidder's own arrangement
area Bidder Ii

508
T
Max.last time of the ale and andstorm for

·.
years
he re
ll
Bidders ar1!requested to visit the proposed site
<1nd appropriate authority for any addi1·11onal
lief map of the location of the power plan! Bidders ar" req l1ested to visit the proposed site
j
' 4'-·, ·-,

50

: information at bidder's own rr;ingement


Bidder Ii

-
, --i +P
__
o_
tP
__a-n'a-_
nd.:.T
_opog a phy, -·- Bidder H

\ me.sca1e..1
..50ooo-1..200000 aml ap11roprn1te authority for any additiionat
, • infor111Jtion at bidder's ow11.irrangement (lidder H

< ;J The Topocr, ph c map drawini;of the pro1cct site .. .


" lwoth <eale of :lC OO or :ZOOO. Tndr terms & cond1t1on wl Iprevail
Biddpr H
<..,,,.-
/.S&
· ·, _,
,\ ·,;,
:., \ r. ' . ·
·/
,

"
7
/.:.
I ... , 7 , •
.:.:.1
/PY
Paer:> 100 of 107
,. . . : /-,! /
.·>£::.
51 No. Volume/ S<'ction I Clausc Pace Number Tender Specificatioos Clarifications Sought RPC 's Oarifications
/Amendments Remarks

Data of hydro
loey and weather wl1ich includes
Sll date or ma ndirection wind, high water lever Tender terms & condrtion will prev1I
and waterlogged water lever. Bidder H
Terminal Point$ Locations and Data: ?tease I
provide the locations tc1minal :ioints anrl d.11a Tender
terms & cond 11onwill prevail I
I
Sl2'- for ollowine TerminIs: IBidder H
.
\ Electr cal system includ ngTrJnsmission ine,
Tenr:r t.c rms & conditionwifl prev;.11 1
Communications and Dispatch of Power Grid
, f!1dder II
'. . i aw Water Supply Pipe ize, pressure Jnd
• .5:13 Locations or River Water lntake/Outfull Tcndr.?1 tc.?tm') & ccn1j1tiorl will prev<"Jil

. locations Oidder H
' 514
/

Access roads widlh. Connection Locations. rcndr terms & condition will prevJil
·Bid·cler H
·-
Please inform the det,'liledlcrminal data for
,... 515 Natural Gas/HSD oilpipe inciudinc the locat1on Ter"lder te1 tll'i & c:or,dition willµrevetil

(coordin.ites). pressure.flo'N <1nd pipe'i>e BidJer H


_-,- lumc-01 Ea<lier
Vo
Completion llon11' Please clilrify if ·rhere is any i!Q1111s if th<:
516 l::arl1t>r Completion Bonus. Completion of the whole of t hP. Works is earlier fond<:< te1 ms & cond tion
willJ:1rcvail
than the Intended Completion Oatc.
I Bidder I
Ior a correct Study ol the project and to
opt m
ie the power pl nlwe requ re an
517 Volume-01 nme [X'tension. Time extended to l3.04.201P. (12:00 hrs llSl )
extens on of timeto prepare the tender or di
least montn. Bidder I

Regarding the motives of rejec tionwe would


... ..,,.
v
li<e o knowif point o) ;about the firm
commitment leltP.rcould be relaxed. Oue to l11e
strict dedil nes that we have banks willstruggle
Firm commitment letter with terms and cond t ons from
to provide u• with a firm rornmitment lcmrs
the Fin nci<>I unit I Lender about Tenden r's credit

J
Volu111c-Ol,TDS, from their credit committees. fhe credit
Sl8 51 fin<Jncin shall have to be submincd with Pro1>osi1Iat Teiider terms & conditio11will prt'v
il
Cl<>use- in the time of tender submission, otherwise the TC!r1der
committees will ask for a pre-due diligence
24.2(j), proce's which will take more time th n the one
shall be coasic.fercd
nonrespon•ive that we have for th s ender. For this reason.we ™""'
would like to ask if we C·ould pre5cnl. a Comple>te

;..."':


u 0t
.\>t
--
.--- : =
-·':.,..... ",:_:;.->.' '\
Credit Proposal .indtO!tt..r of "'!lPOrt Instead ot
th(> letter.
firm
com
mitm
ent
' .. - ', ..,
·
! 'K r'Y - ·-:;
J . \ "

:,(" .: s_
\\',·. .J · ·_.,' )' .
\,,.. .... -:. ,.

'\-.1\, -\ ? ·.;; ':.:(l•


'::,1.:
... :"': -. ...... , < ·.zl
P e 101 of 107
,,0·\. ·. ,.... ,
/,_):, >- -..:...:. .::·
1· .:;;:, .0L·1 \- l!1 1 J '11-\· . "- _;::;.
1' ' . ••. ...
: 'W . \ } :.;:

-v.o1un>e=i-s- cY Clausi:! 1 Page Number Tender SpecificatioM Clarifications Sought RPCL's Clar !icat ons /Amendments
"' ;I'..'. t .: -:
,, Remarks:
519 • ---· Section 4. 105 lenns of Payment Payment to the Contracror.Local Therais not considered <idvance paym,.nt inthe
Pa"licul.;ir Condi ion of C:urr.,ncy (&rnelath 1hTa ka] terms of payment'of LocalCurrency.Plca c Please follow GCC 69.3 (Scctio11
4,Vol l.of 2)
Co11trncl. CldUSC·GCC 69.3 consider to have an advance payment as per th,:, 't>aymcnt to the
Contractor' regarding Paymer t foreigncurrency part. terms. under
ECA Financing.
Bidder I

There r c 02 different tcmplate5 for ror pe rfNmance security,


please follow the
Vlume O .. Sectio11 5. flank GuaranteP. for Pcrform.:ince Security (form 'W7A- PW7A 9 i !!.iven in the tender document
52.0 135 & 1.37-138 p rformance gu.irantee.Ple<Jse
Tencer and 9) l·ORM OF PER FORMANCE SCURllY (SPECIMEN)
clarHy the one Tha form "Form of Performance
Contract Forms to be used. Security" shall not be Rictcler I
required.

(( 521
2 Votume-02, Part t1
S<!ctton-
Volume-02.
3.3.S Coo/inPart B.
e Svstern,
37
G(culatinev1.'.ltcr (Conderuer cooling w.3tcr and cooiine

water f or closec.I loop hr.at exchanger.s) will be cooled bv Plc•·1sc clarify if Hybrid Coollne Towe:r is
Hybrid Cooling Tower.Addrtional25%of coolng tower
cell to tc kept as standby. Tower.
Tcndt:r tc:l"'mS & condition will prevd
ncccssJry,or we can use 01ced Draft Coolit l!.
idder I
S

TECHNICAL Pt RTICULAltS All Data Schedule Bidder m.iy collr ct re<idable doc:1.1111ent from RPCL
Please provideif possible on Word forlYlat
fSch<lule> & D<>t<>
Sheets] ternpl<lte. llidder I
Please cl<Jrify is wateririjeco.
I SB
Volume-OZ, P.irt B,
S.:h<!dulcs
on to reduce
l Gura1 tee W<itcr injection illGuaranty test mis;ions in GT i ..ii/owed in GT durine
A, Tender terms & rnndition will prvail
- G1JarJn cc performam e test_ WddPr I
3 deg.C. J.013bar,913% Relative Humidity.98%
I
cons derine th" fact th.at 98% RHi'"'
impossib e condition at JS deg C,We wouldike
EPC to con idcr more
re<Jsonable relative
Guar<ll'1eed p rform,1nce of the Ga
524 V olumc-02,Parl ll, l Turbine genera1i11i:
humidity (6070% RHIbased onthe actual
con<htionwillprcvnil ·rend1!r terms &
uni,1t1site condit on
climatrc condit ons of che site,"'that Cooline, ncral
tower siw is reasonable for achievingr.oollnr. expe
\\.'ater tenaperntut"!:. rienc
e of
Ill 14 .1 (a):'t he minimum numbl' of vc rs ol
ITI 14 l (a):The minimum numberof ye.irs of gP.neral !Tr the
14.l (;1)·The minimum m:mber of yearo{ Te
525 Voll 44
ecner.ilexperie11ce of the Tenderer in general nder
experi<>nce o ·the Tenderer i11 power plant construction 1<
erin
works shall be 10ye;ir. c0o11t ruclionwork r. shall b .IO y ar).
con.1tnic..tion works
shall be 10 year.
Bidder I

:; h:r '·>
Bidder I _,

\ :!>.
. ' r::. ' '"
'·. \'--- .:· ./ \I
. -='5/
'--
'<-" ·-
Paz J 02 cf 107
$1No. Volume I Section I Oausc IPage Number Tender Specifications Clarifications Sought RPCl.'s Clarifications Remarh
/Amendmen1s
Pit>•>t •cld <l.s:o l4.l (b): In cost of 10<..d b1dde1 01:\'
JTT 14.l (lJ):lhe minimum spP.cific experience as EPC where the loc..tl tufily held inW"11n1um 50%.!htc 1u14JhJ..
i.:xperir1U \ nr c;1nv1111 out [V( WC'l k on TLJthlnt: b.aeo<I f)OV/1.r
5 26 Conlractor i11 unstruction works of at least two {2)

,,'), 't
pl.lnt WI 8an,.h 1n the la:t 10 vcar:l. which ino h.Hthiari
tOCMW. ha>a1Ullncd coo nd" current:'("' or..••"""· ·1endr terms & condition willprevailand follow
Vol l
contr;,ct each hav ng minimum 200 MW capacity I
"" ..... ........ .....uer Certiflc;ites (for both Gas O\.'N5Cof c>iP,:!ricni:e will not b(" rl!'qulrcd i1nd th M'C
L')lpr1tnu ot lht k>t:JI t"f'\f ty slhlfl co1.ml a\ on\' of \lh t,,..o
Slno. 32
and HSD contrad!i. rruin:"d f0t Q•i:tlir1cat1un.
operation) having t•'YO vers !.atisfactory perf ormance in
1h ({ cilrd shallhave to be
submitted.
is

.' I exure-4 to
Annexure-18 RPCL should provide cl ar Drawings or POf toles,
.- -· ',;
. Ann
/\nr1cx11rc-•I Iv Anncxun:-1 l< nf Tll_Mymcnsing,h 360- otherwise the Contractoris diffict1lt to
S2f" ofTO_Mymensingh-360-MW.
l\-l\Y--V" -2-l'a11-/\. th<-.,.c tilesare nol understand Ih mployer's BiJdt>r •w•y colhect readatlle
Vol·l·Part·A
.;t.;:!r. Requiremt'.'nts document from Rl'Cl
Bidder I
accordjng to these drJwings.

l'g,16-
One (I) 101 nf m1;d111nical
2.6.2
cquirmcnldci[?nc:Jlob.:
cumpaiihk wilh steam ystcm si ill;! ol'
needs :uni com.
1hc foll<)Wir1i;C111npnm:nLS :
h. .l x50% 1)r 2·'I CJ(Jo./...-a1>cily m\llnr dri;c11 conJ·,ns:u c
pumps.
c;. 3 ,'l;:;oult.or 2 s. ll>JJt} -.:apacity motor dri,·cn llRS<.i l\:1... l
11uinps.
c. '.l "50% ur 2 x 100•1;. capncil)' motur Jrivcn c:ircuiarini;
waler rw11ris.
L 3 -' 50.. or 2 x 100% cari:icity mu or Jri\·cn l'l'C

TO_Mymensinsh-
360-MW-
w:itcr
ptnnp,. The Confieur;>tion dre 1101 same in the I
Pgl& & Pg3'6
52 l'g.,fi· TendN term & comlitoo" will prevail
8
Vol 2·PMt-A & P•37 . :
_
. _ .rcquorem -n:

i,
""' Ihe huller le:c·.d watl!r pump ul sh.mm cn.:ralmg pl:1nl
shall b.: cumpo:-ed uf 2 x !00% 11r J x (>{l u c::1pa.:ily trlus
a lllar;:in In c l\ cr fx1ilcr swing) mO!Or uriVCll p11111f"' .
]. x I lll)% (II 3 x 6(1'!·.u c:ipacily concl<..' ,1s:11c pi:o11ps ,1111

;· -\' :.s ./.:.:-.


; ?'; ,;;::: take tli:ir su tii>ll from the liol wdl.

1 h ()( 9- (_'. \·..·: -'.


>--.....
I : ·- ">< •\ \f.'- · 0: \
I
1'1!37-
\mtkn.'ii.:r C\'el'l)i11 \\r.1k1·
(

anJ c;,lOling n;-1tcr l<n


clos..:d
1111111l1ca1 c.•• h:111 crs
i>Uppli<l hy }. x lll(Y.•;, or 3 x
(\()"/., Bidder J
l.."up:1dl)' hori.1. 'l11tal/
v.:11i<"..tL in.·ulal in;._ '"ali:r
pump
;)1);1lctl in lhc pump

". . - - ·-,v.
l1<1usc: :iJja -cnl lo
hhrid
\ .·' .- l 0<1ling
; _- 11/
tu,h.r ba.'iin.

--·, c.-..... --.-: r '


.: '\

•• .._ /\\
·--'l,·
r•
raee 103 of 107
\: _«?;_11
?
\:'..b'
....._ ·-
-

........
.. . . ' •
(''\r--:--r. - >:,-,

r {··- :::.<{}\
· °"-' - I - .
<>h_\ . .•\ ., ··- .- .
·':J1.S1?'-- -<f rpn
J I Clause Pai:e Number I Tender Specificat ons Clarifications Sought RPCL's Claif icat ons
I'• ..__ '- ,-' '-.. /. Remarks
/Amendments
"S-....-.::.: !.r - ,,\-:..-\-.··\:.::
_.,. Vij,50- -
sxiii) As C\ ;,1.;11.:c 1>f 1iruv1.:n-1icss :1s st:itcd under dausc
3.3.1 ,1·1,chn k:1l rc'{uircmcnt, Vol . 2 l•f t•fTcnJcr
J>vcumco1. Ccrtitic;u from thi: 1;..m.J user uu1id·
111anuC1clurcr's '-' 'Unlry on s.n1hfoclory Clpt:r:lling
.,:. pcric11;;.;0111siJc manufadurcr's "QUnlry for ul le •2
( two) yc:1rs fur the fi>Il1.l\\.'il'l!!C\lllip111ca1:
- Offcn:d model of (i Turbine Cicncrntin;.: unit 1.:,T"n.:d
111<1.Jd sh ll bc "i1hin lhc cvolulion of frame!;
- 011\:rcd or l1i !icr C:IJl'ldty I IRS< im;inufoctun:d k>y
prt \l\ SC:J marttirm:.tun..·r:
·Offcr J •>r higher i;p<tdl Sl.:1111 l'tlrhinc
m uHtf:tc1un..".'tl hy f"Ulll-OM.J IHelUUh•'1.un;r-;

t
• OIT.:n:<I or hii;.hc'T capaci 1y Steam Tu1uinc Cicm:r:nor
529 lD."'moo,;o•h·3"'MW- ?g 50- & How many equipment nted o show support
rrw11ufa<:lul"\;J by prup 1:-ic1.I 11rn11111 u.:turcr: Tendt'f tern1s & condition will prevail
Vol-2-Part-A Pg34 - O!li: c<l or higher curncity U.:ni.:11or S1cp 1111 filesin lhC! tender documents ?
Tr.Jnsformcrs manuf:u.'.1.un::d by prt.l{X)S(-. d m:u111fiti:lnrcr.
1
l>g'.\4
'i .1.1 . llai.: E,1uir111,, m R quirl!1n 11!s
The i,:cn.:ratiu;; uni !< (Simple <')de. Cuml'iim'\I ('yd«)
shall he ..rwcll-1m1ve11 J -sig.n :rnJ Ilic: uffon:d model of
Gll l"llrhi11-.: li1..'1h!r:·11 ing unit ((lJ1\:n:U rno<li.. I'h:1l1 Ix·
0

. . ---1· . wilh in lho evolution uf' frame). ul'li:tcd nmdd 111'I Jl(S(i,
I St\:am Turbine ( icm
;r..ll11r. (ic.:ncr:itr>r Stl.:p up
i T mnsfon11t:rs. (ias Ou.-"1 ..- Cornrn:,.-,;ors. llrJ'. l'WI'.
I
I
1lylJrit! C'vuling- l'<11>cr.DC'S m:mufo..:tun::J hy tk
rch:van1 manufa1.:11m..·rs -;hall hav pll)\•..:n and Mitisfocl(lry
, , -"l1o.1.un.ur.Jr.w1..l.j,1u1.•:.•;_,,,, >J°J"'''ruii.:ll<.l:•.UU.1.S.is.k nnm1fo111 1r1·r's s'fllmlry for Bidder J
VOL-2- 2. Final l'rn1t.n>I Eklllcnls
PART-A
l'or11ri1J '"'v" :ind tk1mpcr ad11111ors sl 1ll hi: Jll1Ct111i:11ic . ,Please clarify th t whether the electrit
530 I Pg211·
wJu.:n:11cc.:,sary, pnw idl!J with clcclrk- rn-1im:11m:i1ic· aUuiltC·r,(electric motor)can be used. Tender t<:>nns & condition
ctit1\cr1c.:r - will prevail llidder J
TO_ M·rmensingh-360-Mw . 7.3.9 Composition of Cubicles is
s:n not comply wi h
Please see Vol 2 (Pilrt A) pg.
156 cl 7.3.9.
Page 151> Gencratc•r Circu t Brc;iker Cubicle (For multi·
Vol-- the singleine diagram. GCB will be shaft arr.srige niel1t. Ol for GTG and 01for STG.J J Bidder J
2·Pnrt-A MP or two ?

. .. •...·.'·.-·"?/
/
I'
-:,,_,.., .

.'/' '·"\ ".,.,


[1.-.i
rt.ii,'
&
'!.(' J ,/·
\ "i;
iRr'
\ ;._ \..
--.•-,-·..--"/
· ".,,,•,,r- . / :.:
....... , ,.. r
Page 10'1
lllJO I
SI No. ! Volume/ Section f Cl;iuse Pa(:e Number Tender Specif cations Clarificat ons Sou(:ht RPCL's Clar fications
Remark s
/Amendments 3.4. Electricalsystem
inter ruptin capacity
lo•l • 6 kV S ·chg<!M
.1..l. I l'lcctrlc 1Isystem inlc1T1Jpli11 c.iracih· 40kA lot' GKV circuit breke1
,. . •
10.2 HS V Switchgear And IO. I Ci.b k \I Swrlclrg..: ir . Tender terms & conditionwill prevail/LatestIEC
532 Motor Control Cen\rP.s IO.:? ·115 V Switchg.c"r /\11d Mo1or Co111r.il Cc111rcs SOkA for CJ.4KV r.ircu;t l)r.,ker 5tand.irds ·

·-, . hvc dill<·l\!nt • l.juin:rm.:nt 1.- 1hc c:1racity'r"'i1d 1t-:c:ir. "it correct understanding ?
/
... of 1D.Mymenlngl1-360-MW ·
•• · tlol 2-Part-A Bidder J
..8.J3 Stati on Transformers
, - '- Type.'>,nd Ratio
-· ·t4 Unit Auxiliary X 3 Station Ttanl'1n1lCrs 1'ypc J\n<l R;,lil)
nd1t1on will !.ates!lC
t
ing Resistor
Ground .. . .
hn\'c t.hl1crc111 n:q111rcm1;nt h'l the 1.;arthmg mdll<"H.I.
ofTD_Mymensingh·360-MW
'-
\. Bidder J
' 8.4 Unit Auxiliary
Transformer Type
And Ratio
• U IR 8. Unit Auxiliary Transformer Type And Ratio-
8.5 5,ar, p serve
. A ·.. Tf 3.5 Start Up/ Rt>.seo·veAux illary Transformer lender tPnn< & condition will p1·cvJil/L.:itc5t
53 IEC1
4 ux11ary r<"t ns ormer Cooline method soould be clarified by i'l.PCL ·
.•ldnd!ltds
hi!ve different requirement to tha cooling method .
o( TD_ Mymen 1ng • . MW
Vol-2-Part-A
Bidder J
ITT 3.1The source of public fundsis: f Rural Power Com;:iany Ltd (RPCL) ll(?rl:!by
. . . Pll!ase clan v the SO'Yereogntv Guarant e from ' .
535
·r
Sec:1on.<.
.
. de11
D P.rS .:ita heel' At le:ist 85% ECA/ Buyer's Credit Financing and f 'l onlirm
Government of Banf:laclesh willbe 1h1.11The
Jailab c or c,ovemment of Bangladesh v11JI
,
Maximuni15% RPCL"s own fund. . provide Sovereign guarM1tee for ECA I
. Buyer s
the l1nanc1ne. ,. d" F'
'-re itin:tn Jnr;. Ridcler.f
1

/
... ..
f'-. t'/..--'--
l. . *''/';,.
,I ; .·;
"
r ·r 5-:. .
J ( '"'!") ;'\. .; i# ·'
j- f .... :. .: \ --::-'. -
', \

z· ... \ to :::,--..
'
\ ····.
,f :;
' /_:.,I
. "
v./' . .. _ ,
\\ :"''. a; <..:.... _.- - .. ,.
Pf!e JOS of 107
'6,,''/j.,tj··f·/ l\
•'' ·.' .
::;....·--·---:::--"="
.....11r
. \·f \ ·'
r· ,
.'•,..
: f - I .:.. •("-,, -
' • j.

...... .
. . . :- ...
· ··. ,


-
"':'

.
:' -: ' • "- •I.1.' '"1 1' • - •

- ---·
· --

. /

. ; .-:-::-:..·.:,..
/,_:.-_, -"[, :"\\-,"..·\•

\,:::.\ 'J·?
: · r l

72.0 The
SI No. Volume/ Section I Clause IPage Number Tender Specifications Clarifications Sought RPCL'> Clarifications /Amendments FinalAccept<Jncc
Ccrtiicate(FAC) wilbe
r.v<>n
Remarks

by the RPCLlatest twenty-eight(28) clays after lhc Kindly cl;ir fy that exact condit onof FAC.
expirtation of the r,uarantee priod or ifd ifferent Accordin(l to clause GC 72.0 ;ind 2.0, ii is 1101
guarantee periods shall become appl c.lll e to differe11t ea'y to dE>fine P.xact tim o1ocw1. ncP_
prt1of the work. after the t-xpirtion of the late>t of Is word of wr<intee period in oiii) is sam11d S
Vol of 2: GcncrJI
uch periods and as soon as any and allwork co lie clf mtion ofWarrantee Period :n xxi )?
Conditions,72.0 rinal
mi>de goodis competed to the sati faction of the What docs meaoine of guJrantee ofiliod io
538 I Acceptano:: Cer11f1cate Tender term & C')'1d11:on will prPVitil
Encineer and the RPCL clause 72.0 ?
Gener!Conditions, 2.0
Definitions xxiii)
·1 2.0 xxiii) "rinal Acceptance Certiricate(FAC) " shall mean
the official notification by the RPCL to the Contrctor,
/'
/

'- . . . .r- :. /, ·
l'--; is.sued nt the end of t he l!,tar,ty period which indictes
th t the Contrac tor has comple.red his obigiltion under
the Co..,,tr'Ct.
Bidder!<.

l:.;..-/: Dorine warranty period, trippine/ unscheduled We would request HPCl. to recon;icier the cl.1use
nw penalty durine w.1rranty p<'riort to modify
,...._, shutdown of Plant due to contractor's foult or
cquipmer1t/ system(installed by
of
and remove. flecause Bidder shall guar;intee

539
Vol of 2:GnerI
contr;ictor)........... ....if totaloutacc: of the plant I
their equipments .ind systems properly durinc
exeed:. more Ulen 120hour)/yea r......addiaonal penalty the wrranty pi?r od,the Penalty seems Please follow Anne urc - ]in th<> Amt>ndment.
Condition<. 50.01
will be 0.005% ol tctal contract price for every enormous burden additionJlly to bidder. Also.
additional outace hour. Unexpecred fou ts duringoperation stage willbe
hard o fieure out who has responsi bilitv.

r- -i- --j t--


The Contractor shall prov de One Ope-ration Eng
ineer, -+
Kindly clarify whether dlspalched Eng
ineers h;is -+- - -;Bidder I<: -

540
Vol of 2:General
Condition.50.0
One Electrical Maintenance and l&C Enginef:!r,One BoP 1respons1bi ty same as the contr.:>ctor of
Mechanic;il Maintenance Engineer, One GT opcrJtion Jnd m.:iinten;incc or ju5t bein;:a
Please tollow VC'I2 (i;:irt A) cl:2.24 pace: 26.
.
Maintenance Engrneer, One S r&Hl SG Maintenance technoc.;I ad• isOP/. II
Enf:incr.
,-
iBid der K
GCC . {qq) rhe St. rt Date sh,li ll>e the el fectivc l
Vol of 2: Section 4:Section date of conlract. The effective d.11e ofcontrdd !
GCC i.l(qq): The Start Dale shall !:e the ef.ective dat(!
541 itions ol
4. Puticular Cond 102 (EDOC) sh<1U mP.<ln the. date o!contract ien
ine or!
of contract
Ccmtract site handover or the date of 1cri1ne of loan IRPCl's
ar,ree1•rnin,whrr.h C•>me later . [
Anlenc1rnent
-:- -+ -+ --- --.
CIF Part (c): 20% (Twenty percent) ot the total or pro
- - Vol1of 2 106 Irata vh1e of thE' OF cost ol the supply of Goods sh llbe Addition to OF Part (c):13ill of Entry tor CIF goods,RPCL'$
L-_rL pJ1d as _...... by the competent Authority of RPCL has to be provided to the owner's Amendment
.,,_,,...... --.. · .I ' . '
. .- '543","'.. .... , Please se amended Summary of !'rices rorm I RPCL\
/ * ;_. <· / .\Voll of2: 1G4 \Surnrnarv of Prices
from A1ir'le>cure G in t he- A1'n!"'r"ld1nen·t. Ameridnient
,-... a > ., ..
11\ \ .-. : ·.., . \
1,,...... o
- :-_l ·' - \ ,,
"'._ - MJ.IP?

/- .........,
.1 - ·
Page 107 ol ff/
..- \-.:> <:<:· / • . :/

,..fl,,. --.·.'.>
.,.:,.
"" "
. >,··-'
c;.. ; , J,
Annexure - 1

Historical Contract Non-Performance (PvV7A-12)


iTl1r1hllowi11g table ,\/,111/ lwji//ed in.for the> :I11plicw11 a11d/i;1· ead1 pe1m1a !!f a .loi11t f!•nwrej

J\pplicam's L\':ga l Name : [inserlj11ll 11amej


f)4H : /d:l ·n!l11:)yf
Joim Venture 1>any L al Nam.::/ i11.1entii!! 11mHej
!Fr :\o. and titk: finscn !Ff 1w1;;hcr and tiile]
I'age (i11st•1'/ 1•age 11111nbe1} oi'/i11sert {Olaf n11mb('l j page

Non-Performing Contracts in at:cordancc ll'ith Quali fication Crit..:ri:i and Rcq L1il'cnmns
D Co11lr•1c1 11•,m-p.:r!hnnancc did not occur during !he ji111!llb1!1} y,·rs speciikd i r1 (>lmliticutior1 Criteria nd
Requirements.
0 Co:m;ict\S 1 nm pc1fom1ed <luring th<' (m111;/x:1J years spedil.:d i n Qual ilication Criteria and
Rquiremems.

\'car Non Contract Identification Tomi Contn1ct


performed Amount
portion of {cuncnt mine)
contract
-- · ------- -·-

/i1p:c.:!'/ f i11.,fft <!!1;011111 ·Cont rncl!dcmitkiion: /i11dic' ll!!cm1111/'!I.! cn1:n·ac1 nc:111e · _f.·.-;rH;or·- r:1 ('JrY
_1,•:tr/ end 11·t enU{ci ; nttntbcr. end c1i\.' otht·r idc:} !fff!c:arit11!] 1.kl!lC 1 1lJ!;i?f •(\;m.u.:
f in:;e-:1;unount]
cquin:tlen l
1\dd ress or Ernplo;•er: [in,;r/ S/l'tW!ci ):- ·r::111tr1'}
:Re<1so11(s) for non pcrl(11rnance: fi 11di,·,-11e 111ai11 '"'"so11(1jj.

:Pend ing Lit igation. in accorda111;e \rith Qualiiicaticin Critcria and Rt:qu i remcnts
0 l\o p.:nding li1ig11iio11 i11 ac:wnJa11c1; withQualification Criteria ;;nd Requir.:ments.
0 Pc:di ng litigation in accorda11i:e \lth QualilicJtion C!'it-::ria nd Rcquirerm.'fllS.

' Yl'lll' T Outcon as_; ____ ConIrace l<lcnlilicutiou i Total Conli-aet


P.:rccntage ! :\mount
of Total i (cu rn·nt va lu e)
Assets ----- _ L _ ------
(i11.<er1 I [i11se.rt ,- Contract- l d<.'ntilirntion : [indk t<' cornpkte cnntr :ct 1 l ''> l)·(Llf'."!:lJ\ .!Pl'

1
y eo,.j ! J)i!n:c?1uae} i nmne. nttrnber. i:HH.t anv othe.r idcntificationl I Jckc nrnp11wp;2L·
i 1· ' I Name of Employer: [i;1serl/11// 11aml!} ' in St>rl amou:it J
I ,•\ddr.:s:; or Empl oyer: [i;1srl ,\/rc..:1/ci ;_r,;_'Oilll/.' )'] ' rq uirn!en l
----··---t--\' ·latt.::1J!i_9.r irc: fi1i:/i rnti!_'.1wi11)'-'llt<S in dJ.y llifi!] ---[
,L-- -1 ---·
- .. .· l _
/
Annexure - 2

With Reference to the tender (Ref: Pur: 020(FWIMymensingh 360 MW/OTM)/2017-18;0ate:31.01.2018) invited against Engineering, Desig.n,
Manufacturing, Inspection,Supply, Transportation, Construction. Erection. Installation, Testing And Cornrnissioning Of Mymensingh 360 MW
Dual Fuel(Gas/HSD) Combined Cycle Power Plant Project On Turnkey Basis, the following amendments are hereby issued as below:

,.....- ' ..- .........\


I SI Tender Description as per Tender issued - Descript on as per Amendment
vol/sec/clause
/ ,
l .. .' \' 1 1. '" '' I
Tender volume 1 The Defects Liability Period is twenty- The Defects Liabilty Period- is twenty-four (24) months calculated from
of 2 four (24) months calculated from the the completion date (issuance of PAC) of the Combined Cycle Power I

·- __';_...."
/
,
' .' i I completion date (issuance of PAC) of
Section 4. Plant Project.
- 'Particular the Combined Cycle Power Plant
Conditions of I Project. The Contractor warrants that each item of materials,equipment and the
Contract' work furnished under this Contract will be as specified and will be free
GCC 60.2 from all defects in design, workmanship, materials & equipment etc. The
warranties contained in these Contract Documents are the wa rranties
made by Contractor with respect to the design, material, equipment and
the work.If within the warranty period set forth below, any part of the
material,equipment, any defects in design or the Work fails to meet the
warr anty , RPCL will notify the Contractor and the Contractor shall
Promptly correct any defects, including non-conformance with the
specificat ions, by adjustment, repair or replacement of any and all
defective parts or materials.
? i:2
.I/ '.,. ··}.ti
I
. . / --· / '' Unless otherwise specified, the warranty period hereunder shall begin on
) ( 11 i. ·'\-"
1,2.
-:I ...., :J )··.
-

, I
• 0

t"=' -;.•
.." '. . \\

'
I
I
the date of Taking-over by the RPCL or date of Provisional acceptance
certificate (whichever occurs ·f irst) and shall end after twenty-four (24) i
-- ---
•7 \ -· c' ...
7 · -.. P<ige
lof 7
\\' ·, c
::-'.-
: /.•,. /..,
"/ft . .
' ·
months. GT unit(s) may be taken over by RPCL separately after
successful completion of 168 hrs uninterrupted operation and
acceptance testing. During the warranty period, if any
equipment/material is damaged and replaced by the Contractor,
fresh warranty period for twenty four (24) months shall be
counted for the replaced equipment/material.

During the warranty period of 24 months, dura1ion of


unscheduled ou1ages due to Contractor's fault shall be worked out,
which shall be ' added to 24 months warranty period ie warranty
period shall be extended accordingly by such unscheduled outages.

During the warra nty period of 24 months, the Contractor shall


supply all necessary equipment/ equipment parts.
materials/consu mables [air filters, lube oilfor topping up, chemica
ls
etc.] at his own cost in addition to items lsted in Schedule-F, Vol.
2 of 2 Part B. The Contractor shall pay all costs for correction of
defects. including shop and field labour and supervision

:':.:./ .(),I \ ;,! I transportation parts, supplies and special tools. The
Contractor will be given an opportunity to confirm the existence of
the i
. defect but he shall not delay the correction while making such
determination. This section slates the limit of the Contractor's lability
for
1
defec ts for which it is responsible. When it is necessary to dismant le
Piping, ducts, machinery, equipment or ot11er work furnished or
performed by the Contractor in order to obtain access to the Work ,
the
I

I .
. J_
// .
, \
c dismantling and re-assembly will be paid by the ;
Contractor
·- _ - : Con'.ractor shall ex:end the provisions o_f 1his warrant to
o
cover all

s Page 2 of 7

t ;

h
repaired and replacemen t parts furnished under the warranty provision
for a period of twenty four (24) months from the date of installation
thereof.
!
I
If within twenty (20) days after RPCL gives the Contractor notice of a ;
,----· . defect, the Contractor neglects to make or undertake with due diligence :
/
/
to make the necessary corrections. RPCL is hereby authorised to make
I
;- I the corrections by himself or order the Work to be done by a third party, :
and the cost of the corrections shall be paid by the Contractor.
--- ... l
. ::_; •_/

r
RPCL,will be permitted to make repairs or replacements of equipment
wit hout affecting the warranty or without prior notice to the Contractor so
long as the repairs or replacements involve the correct installation of
spare parts. RPCL shallalso be permitted to adjust or test equipment as
manuals provided by the Contractor or as directed
outlined in instruction
by the Contractor's Representative. During major repairs or replacement
or Cl works.respective manufacturer's representative shallbe present.

In the event of an emergency where in the judgement of RPCL the delay


r>' ..,,;\\ I resulting from giving formal notice would cause se rious loss or damage

· "\<_;, :.....-..'.\
*- which could be prevented by immediate action, defects may be
,(
•!f u--·.:o
:i c:-:3 ) corrected by RPCL or a third party chosen by RPCL withoul giving prior
::_ notice to the Contractor and the cost of the corrections shall be paid by
: ;::,'' · " '
··,,.·--(.._}
:.:.;: S-'2 · .;..11
•• . , • the Contractor. In the event such action is taken by RPCL. ihe
..
! ! to
...·.• . .. .
• • •.....

Contractor will be notified promplly and shall assist wherever possible in


·ir1,· •\\ '. -.
• <?
,,' (/;
I
'
makinglhe necessary
correclions.

J..;; L_ -------- -.·


-'--· . -·
·-- ·
---- - --------- ·-·-·-·-
:-.". -l
P<Jgc 3 of 7

('V
\
\ ,,·.:::; :.
J' ....J/2. Tender
The amount of Liquidated Damages on The amount of Liquidated Damages or in other words Delay
.. ,,. .''- ,.
·'.'"1 ..·-/'··
• '· volume of 2 Damages for] in other words Delay Damages for thei the uncompleted Works or any part thereof is 0.06
percent of its Contract
Sectio n 4. I uncompleted Works or any part price per day of delay.
thereof j
'Particular is 0.06 percent of its Contract price
Conditions per Guide to application of GCC Sub Clause 7 6 1above
Contract' day of delay.
of '
Guide to application of GCC Subl _( Liquidated da"!.ages is equivalent to an amount to be determined
GCC 76.1 Clause 76.1above m accordance with the following formula
T to = Vuw x Px n
[ Liquidated damages is equivalent
to an amount to be det,ermined in
accordance with the following Where;
fonnula
T w =Total amount of Liquidated Damages
T LO = Vuw x Px n
uw = Value of Uncompleted Works (i.e. works not having been
completed as of the expiry of the Intended Completion Date
Where; plus the works completed after the expiry of the Intended
T Lo == .,.. t t f L. .d t d Completion Date). Vuw sl1all be calculated by deducting the
'o a 1 amoun o 1qu1 a c
Damage value of the_ completed works under the Contract from the total
" " Contract price
uw =.eValue of Uncompleted
'"orks t ha ·
Works
b P
. . .
= Percent-rate at which the L1qu1dated Damages shall be
. . •• no vmg ecr . d fi d fd I
completed as of the expiry o impose or every ay o e ay
the Intended Completion Date n = No of days of delay for completion of works under the,
plus the works completed after Contract]
the expiry of the Intended!
Completion Date). Vuw shall be
calculated by deducting the ADD:
,..,,-
/ ·. .::-. ,_::: .
1 I
I
value of the completed works
under the Contract from tl1e
.
'
:">/' . \·\ : total Contract price Guarantee On Performance
\:_\ Ji} p = Percent-rate at which the The Contractm must guarantee 1"e pertonnance of each plant and I
V --· Liquidated Damages shall be equipmet as specified in GUARANTEE SCHEDULE-A, Part 8, V

Page 4 of 7
/

tI.

·
\ .\ \' .' ..
-........ : ..

. '· ·'- .- l;I_, /.• '\

!· ,,.- :;;,
;- ...., g] ·1
- • C:tl ...,.. ... . Page 5 of 7
:: C-5 ,. .:
- :2 . •,J
;,!
* .·... .; '
L\, '/
..
.....
... t;.,..")
.
.., ,. :J.
. ..

OJ
771
. /\\\\ _, .r·.%
::::::-
:""=',,..
:<}: --::
!:.·.. i. -·'-.·'",''\
.. -

- A ;I\ i"...
1 "'
· 'V · t
i h ,,
','-;:.• .....- .<r-·/
\ .-. - Ha(50) : Actual measured heat rate at 50% baseload
..... ;\'
Heat Rate Ha(W) : Calculated weighted average actual heat rate

simple cyc1e mode or combined cycle


I
If.the net h.eat rate of the pla Ha(W) = Ha1000,x .4 + Ha750.x 0.-...) + HatiO01 x 0.
_ nt (either 0 3
,o 10
mode) exceeds the guaranteed value 1 The increased heat rate is calclllated as follows:
for HSD and Gas fuel. the Contractor
. <;- 1 (''-/7
- shall pay to the Employer h (%) = Ha(WJ - Hg(W) X 100

*;f or;' \{ -=\


I
;LJ- .h:.
-::_i
'- ' \
- -··
a liquidated damage as follows:
1. US $ 475,000 for 1% or
a part thereof increase in
Hg(W)
In the application of the calculation formulo obove, if the results become
net a
...i\ -
'\
..-:. 1·-:-:-: - heat rate of simple
minus (-) the RPCL shall not be liable to pay the Contractor such value_

; cycle
' -;-r .rt-----) .::::.::.:=
, -:,. Penalty During Warranty Period :
·.\ *
' . '----' . •' -:.\\ '.: /.)
<:. • I
2. US $ 3.5 million for 1% or a part
thereof increase in ne·t heat rate During warranty period, tripping/ unscheduled shutdown of Plant due
, of combined cycle to contractor's/ machine's (installed by contractor) fault shall be
\ allowed for maximum 24 times/year. After each
\ tripping/unscheduled shutdown.
.
'
l
,
_
;
h
-
The increase in heat rate is bel Plant/unit outage time of maximum 06 hours will be allowed. If
to number of tripping/unscheduled shutdown is more than 24 t mes/
calculated by the following year, amount of l penalty will be 0 .005% of total contract price for every
formula:- additional tr ipping/
Hg :Guaranteed heat rate
I unscheduled shutdown. In addition.if outage of the unit after each
tripping/
Hg(100): Guaranteed heat rate at 100%1 unscheduled shutdown continues for more than 06 hours
(tripping!shutdown;
base rating time to synchronising time) additionalpenalty will be 0.005% of total
Hg(75) : Gllaranteed contract rate at 75 0;0. I price for every additional outage hours. At the end of every
heat base rating month, unit operation/ shutdown report will be prepared by the Project Director/
Manager
of the Power station and penalty will be imposed on the
contractor on
Hg(50) : Guaranteed heat rate at 50%1 monthly basis. This penalty will be in addition to the Liquidated Damages
base rating [as per Clause GCC 76] on account of failure to achieve guaranteed net
: \i Hg{W) : Calculated power
1' ' guaranteed heat weighted averagej output, heat rate, and failure to complete the specified supply and/ or
rate, work within the period of time stipula ted in the Contract.
\·, -
I Hg(W) = Hg100% x 0.4 + Hg75% x 0.3 +
Hg50% x 0.3 Ha(100) : Actual In the case of individual trips/ unschedLrled shutdown of the generating
' '
measured heat rate at 100%- base load unit of the plant. number of trips/ unscheduled shutdown will be
I Ha(75) : Actual measured heat rate calculated in proportion of the reduction of power to the offered net
at output. After each in:lvidualtrips/ unscheduled shutdown, maximum 00
hours will be allowed.

Page 6 of 7
75% base load
Ha(50) : Actual measured heat rate at Load restriction (pcirt1al load operalion due toindividual generating unit
tnpsf 50% baseload unscheduled shutdown or load reduction due to machine fault) will also
be Ha(W) : Calculated weighted average considered as unscheduled shutdown outage and these period will
be actual heat rate calculated in proportion of the reduction or energy (MWhr) to the offered
net
Ha(W) :: Ha100% x 0.4 + Ha75% x 0.3 1 energy (MWhr) for these period and will be penalised at the rate 0.005%
of
Ha50% x 0.3 total contract price for every outage hours.
The increased heat rate is calculated Unscheduled shutdown means .
I
as any shutdown other than for schedule inspection of
·
, follows: Gas TL1rbine unit. GBC i
'
· 1
and other vital equipment of CCPP.
\ ., . h (%) :: Ha(W) - Hg(W) X 100
'-... '·- "/
Hg(W)
In the application of the calculation
formula above, if the results become
a minus (-) the RPCL shall not be
liable o ,
1
pay the Contractor such value.

.f '.
.y
/_,/Y :'\1
' ()( 'Ji c·' ··---1\\
/:51 t;; )"{.;\ (µ
!l- 1 . C> :-'.. . ••
I\
!
\ -,
N :,._; .
-
.:
I
Pagc 7 cf 7
\" Y t.;:; .. . -.;
''.\ *
.?-,,,•,. -;>
"-<
.··}
fl.''

·
;,.. '·i'/ "1 1\\-;1>·/
Annexure - 3

APPROVA L OF ENGINEERING DATA AND DRAWINGS

I. The Contractor shall submit to the RPCL/lhe Engineer for approval, within the
time specified in the Specifications. such drawings documents and data
sheets as may be called for there in or as the Engineer may reasonably
require. Within 21 days after receiving such drawings, documents and data
zheets, the Engineer shall signify his appro·•a! or otherwise. Copies of all
drawings which shall be required to be approved by the Engineer shall be
provided by the Contractor. The Contractor shall supply additional copies of
approved drawings in accordance with the detail set out in the Specifications.

II. Approva l of drawings shall in no way relievP. the Contractor of any of his
duties or responsibilities for engineeiing. design.workmanship. materials and
allother liabilities under t he Contract.

Ill. The contractor shall. within the time specified in the Specifications. provide
drawings showing the manner in which the equipment and materials is to be
affixed together with all information relating. unless otherwise agreed. only to
the Works. required for preparing suitable foundations, for providing suitable
access for equipment and materials and any necessary equipment which are
to be erected and for making all necessary connections to the equipment and
materials (whether such connections are to be made by the Contractor under
tt1e Contract or not).

IV. Any expenses resulting from an error or omission in or from delay in delivery
of the drawings and information mentioned in this Clause shall be borne by
the Contractor.

V. The Contractor shall be responsible for any discrepancies. errors, or


omissions in the drawings and other particulars supplied by him. Whenever
the work is carried out on the basis of such discrepanc ies, errors, or
omissions. any revision of the work shall be made at the expense of the
Contractor.

VI. At least one copy of the final approved drawings shall be kept by the
Contractor at the Site and the same shall at all reasonable times be available
for inspection and use by the RPCL/Engineer and by any other person
authorized by the RPCUEngineer.
,... ) A nnexure - 4
ELECTRICAL SINGLE LINE DIAGRAM OF MYMENSINGH 210 MW POWER STATION

f,.\il("... t,.. ,p;f: 1111r:.•••'ll1"11.


.,.,,.. . . ••••1.· '.f010J : •..
Oll
.. ,.,
.-
.:. ...
,L ftJ '•U"..nl"-'·U...

"Y."v
,..
/

' ,·

f ;.)o,.... 1 ..-

t2l
hill""
Annexure • 5

Workshop and laboratory equipment


The Contractor shall provide the workshop equipment and tools but are not limited to the
owi g --- -------
I. ,
,
s .
iNo. Description of Equipment and Tools O'ty

r
Heavy Duty high speed Lathe Machine.
High of center over bed: 410mm Width of bed: 490 mm Bore of main spindle:
150 mm to 210 mm Diameter of tailstock spindle sleve:145
mm Standard tool ost: Four Wa tool Ost
I
l
!
iI
! Precision Small type Lathe Machine:400 mm High of center: SO mm
\2 Distance between center.180 mm Spindle bore· 8mm
Longitudinal movement of lhe compound rest:75mm
Transverse movement :65mm Maxim turning diameter over
Lathe bed:100 mm Main Spindle Speed:280 rpm to 2900
I r m)
; - ·-H. .Y.Y..9-.Y
.I)' Precision Small I e ver1lcal Lathe Standard size 1
'4 Heavy !)'. Precision Small type horizontalLathe (Standard size) 2
I
)
!5 Universe Milling Machine I
I
I I
Table Diameter:1500X1400
Transverse mm Verticalmotion
on request:340mm Transverse of ortable·
the 200mm'
table:400mm Dista!J JI.9i11 s indle center :145mm

,,.
/
( ro/ Page I of 3
I -
;SI. Description of Equipment and Tools Q'ty

- --- - --
l Distance from horizontal center :400mm Motor output:5.6
HP Total height: 1600mm .
- Heavy duty speed shaping Machine (Size: 550 mm) 1
7 3
Heavy duty Vertical Drillinq Machine (Size: 0-25 mm. 25·50 mni, 50-75 mm)

.
I
!9
Spindle verticaldrill machine {Size: up to 50 mm)
I 1
1 i
I
rw- Heavy duly.Jower hacksaw (T pe: Sawing range 250_(l'l _(square and round).

c--
Plate.Bar,Section shear Machine
·-
Precision bench type grinding machine Over all height:3 5 feet
Maximum grinding area:diameter up to 10i ncl1 Rectangular
4 inch to 16inch
·-
1

· -
l
'

12 !Vertical grinding Ma<'.!}ine (Size: 100, 115, 180,210_ mm) 4


13 Thread cutting Machine (Hand operated} I 1
14 Thread cutting Machine (Motor oeerated) 1
15 li pipe bener (Size: 0.5 inch to 4 inch)
Hvdrauc 2
-- '
16 Multipurpose plate bending machine (For folding, Cornice bending ,rounding 1
bending,_ sheet bending)_
1
17 Heat treatment furnace (Up to 2000 degree Centigrade) 1
118 Magnetic drill machine (Size: 2nim to 25 mm) 1
19 Rollerbending machine (Size :2 inch to 4 inch) 1
20 Sheet roller machine (Size : 2 1nch to 4inch) 1
21 Motor operated Valve grinding machine (Size: Standard) 1
Magnetic Grinding Machine (Sfze: Standard) ·-
22 1
23 Vice Table (Size: Standard\ 1
24 Heavv Vice (Foundation Bolt l(Size. Standard) 1
25 Smith workinq table (Siz:e; Standard) 1
V\nvil(Size:Standard) 1
27 Gas welding set (Size:Standard 1
28 V\rc welding set (Capacity: 500 amp) 1
--·
1
- ·30Combined
29 Arc and Argon welding set (Capacitv:500 amp)
Hydraulc Ladder (For light maintenance) (Capacity: Up to 50 meter) 1
1 Material Handlin h drauic Mobile crane Ca acit :10 Ton ' 1

ChemicalLaboratory Equipment
The Contractor shall provide a fully equipped laboratory capable of carrying out all routine
testing of boiler water. deminerahsed water. drinking water. lubricants. fuel and any other
chemical testing demanded or recommended by generation plant equipment suppliers. The
laboratory shall be provided with all necessary chemicals, reagents, instruments. precision
weighing equipment, test kits. laboratory glassware, pipettes, flasks. mixers. and
consumables covering operations over the comm ission ng and maintenance periods.

Electrical workshop Equipment


The Contractor shall havelo provide Electrical Workshop tools which shall include but a;e
not limited to the followings:
Machine. Hand Shares. Pneumatic. Grease Gun, High Pressure Water Cleaner.
Bearing Puller Kit. Beanng heater. Pistol Drill (medium), Temperature Probe.
Power Meter Set (Include: Phase Rotation Meters. AC&DC Ammeters).
Micrometers (Small. Medium and Large). Hydrometer, Tachometers . Hydraulic
Crimpers. Insulating Oil Tester. Heat Gun Portable Air blower. Portable Vacuum
Clea11er. adder (Medium). Drawing. Consumable. Equipment Storage
Cabinets(suitable sizes). Work Benches. Hand Equipment Trolley. Power
Frequency LV, SF6 Gas Detector. Loss Factor Meter. Prima;y Current Protection
Injection test Set etc.

,....--
/

.:
{ l,y--: v.(..'
\ '· /
----.......
· · ·, .......
·'/7""· . ,,, \
.t'- j
\.:,.\. ··! / J j
' -:'-.......' .:../.. /
-......:.'·., ,.·'r?: '-/
Annexure - 6

-of Prices:
Foreign Currency. T Banglade -
T -ka
Service/ ·
----!
SI
No. I Erection, Insurance ; C t Erect on,
Description FOB Insurance ICommissionin
9
-- ;
andErectio n, ' us om
i Clearance
Commissioning
,Civil&
& Freight , Civil& Transportation up Commissioning Inland Build ng works[
........_ . IBu;{d;ngwo•ks to Site ;vil &
,C Transportation
r:;, t - - -----i-- . - , . ·---- ----·--··
/

(' sch 1

\ ' : Sch. 2 Erection & I - -- ----- .


. ..
Commissionin l
1-S -3-fc-1viland Building
- c_
h • ----·
.works
i S h.4 ,services ---1 · -----· ·· ---1
Ei ! Total: :
-
- ------ - ---·

(P/
\
,----·---·-·--·· . .

RURAL POWER COMPANY LIMITED

Correction of Amendments and Clarifications

FOR

ENGINEERING, DESIGN, MANUFACTURI NG, INSPECTION, SUPPLY,


TRANSPORTATI ON, CONSTRUCTI ON, ERECTION,INSTALLATION,
TESllNG AND COMMISSIONING OF MYMENSINGH 360 MW DUAL
FUEL(GAS/HSD) COMBINED CYCLE POWER PLANT PROJECT ON
TURNKEY BASIS.

REF:PUR: 020(FW/MYMENS INGH 360 MW/OTM)/2017-18;DATE:31.01.2018


--- ·- · ·· · ··
·
Volumtt
1

;
:- -k.\; 11'-•r Clrii11al Tt1Hh-r Um·um n r l'n,.i\)uf)·Ht't:t,rd --c; r;,,1t'J AmC"ntl nien< I
< lwu ..r :'\() C.'larifk ottion --+- -=c-·-c·1:1r..if,_i1t·ul io_o_
;;:- ..... .. U--1 lfi -;7! - ) tl-C, - <';. ·Zr':.-&- ·pl . --;.d..-: ;.--;--th,• In :1,Uition of the a'H:
11',14 1 ;\I I 1'1•n:-:•in'l 1 ,1l•"' cbf1ng Wu11;nJy pC;ri4,.I ·..."\!t i1111 11 I untl 21.2 of tH'.'rf\'ld Spr,rec;; & ConsunMbls. 1tJd1..•r
!ht T,m,l,n r ·L·ll..il-m :o. 1mi1 "" p;:uat 1 rult.:r \til 2 of 2 (r-.!lt sh.:ill M1PS'I )' Si-' re'\ anJ c0t:1JmL';)k·
11...1 l:rcm fiT 1n11;1fm::11,r·1J 'f !-fllH'' 1\l 1i1r 1.:fl&...,.lnl\! m;t\!.:lion of GT :?·11)\itl
& rf•n-,111uh!., fq ;;r.:-c.l fi. r ui ("l :inti 1'pt:ra1:ng h11ur .•.q1,i...:.ik111 op;ralm3.
HI f iGl I tlt"pt11;os...,J G r ill.Hlltt:a.t111... r hour lhdJc·sJ\.Jll h3·c h• ubmH CiT
, fll Cl:uJ (it Tl
t'.:l (jF
f llKUu Jj11..1u·..y. l::
lf( IJfllp•)l><".J
(I.! l';-pc r\
\1an,,1foch1n.•r g1mk lnw f\1r ::;c;h Ju:.:-
ifl.i)1t'C'1'i.H) 111kn;1I , Jc:t:.lil li;;t of li....
(j
in:>pt.t.'Clti11:rnJ i:1 Tp · n IHp..·iio11(If \ff'fur ('l!:Ch type tlr - d:;;llui.•.
ph f1(!iCJ UT 11uuH•!t·h11c1 j, A!st,i·n'· ia!\p-:\!li n from (iT 111ult! 1cl11n·r
Ol Ml t il;irc('o'll-d u·1 m:.mJf1h Ct.r' b alont:, ,._.ith GT au:uwfaclut ...-1 :sf1·ng
S;l'•llt.'11. ) ().'; 1'tl \11' pr;;Jp,1'\1.:.l Ci7 \\tiI CT r. :>n.Jfa-=!1.r (O'.cr!r;!C'H'L'.'!".
nwm11:1drn\.'l H An·..11ffoJ C<111lmd1'V Othl!l\\isci hiJJc:l' 111ay not t..hllt,iJ• r ll11
1 :-.ktll •11pj'ly 111\M:·'r.:!n• t\'... ,·011\111P,1Mc·, f11r1hcr C\":lln",?lit•11
w·,1l'r Hd L:w11 od '";tliin 1h1ir •r:;)l d
J'W':Ct". I lc .r;\n.·,r:;. <1.\0.S1:m.1b:"" s u 11 Tl sp;).rt:. ,· 1..unsun·aM,s 1.,·ill h.'
tic u:-.o.J \)ll l'r" ( lhl·ti111c ur xd:t:J11kl.! 1,;:>LoJ t111l}' itl the li:n(' of s.C"ha!ul d
111'ii..t:I ii.f t'" uf GT Juring \\:tiM?\1)· ir,rL
·dmn.> ,,r Cil' 1ur1n!: \' 1 an1y
(1(ri1,..._t ,ll'J 1ftr \\H:-f' tnl,\ p... h..J. 'llk.•:i.! r illld l t"lo. r ,..,.3:r:1111 r.. rod
pa7... :1t1J 1.un)LU\l<J.bk (tli\llulbe U i.-.U Thi1.·:, • ri;.trl·& t:t"n') u1:1;. bh.:s l.".' an11CJl !11,,
Ul;Ji1\Sl \\ olfr.L"lly l"l3hnIOr i;}j1,.1 kJ or t.:SC'J against o.\ arranty d !im or :tt
,. ,und 1.:r sr.ln.s for 1nstallt'J CiT
_ - ---·_ _ ----- ·
-- ----- c_i:l P ,!:'..!..? _ ., •• _ _.
) ,1\\'r":l:-'.C ;\IU?..L1l con\lruLliun l f,)'1'-\'.r 1...• t\\'Dg UM ul ronlrurlit.tM U::f1C\\.·r t .
toul c1·1r!...;I raymt:nl, r""'°'"·1a.\.i (qf to• t c...1111icd p.1ynnl rl\."Civ-.-J foj
l'•lll1.i;·1 rn f:it'Clp'.._ ...s ni co.npklt'1 tr.C. r t:tlilll'Ji..:L-. in f'IO!:;l.r ...;,w crnnplc11., J uiitk·i
pul-11...'. "'"'\'{1\f for ll J11'. 'it.J as l.'lt1"..l 'l\kr publH.· "\;ti...,. ru a 1'!\:rioJ »> tt.1J ••kl..:
ITf St !> l'f .,,·,15 f(a).sulo,tulli•:«J '> rnSub Clou"'-' 15:1:1).<11>1.m1iur,•J by
l:.h:. nu.;tH i or 4
l ..t•iplS. li\"\ctl t..i St,1tc1 lCOllS) of fC11..\. ipl\, Jf\.'11·1 CJi)'
,h. .;.h.k1.I 11rnk of IJ'."lnR!a.Jt•)!1, 1:-C..l \-u sdnlufcl.J O mk (•f Tl.!'rilk · r,.1 u.:J nor
1v11 .vl11.:r t1..:1111 l\\\."llf\ cht (.'::8) d1;-., . tl1 m hvt•51.1y- i£1't t l() da:-s pr u:r
c:dii.Y
l'fl')r 1\.1lhl.' d: lf th:l\f . i . d -:ttJi1c r .. the Jt)' ()I' lhc wlgtrol ,k. fa1.c (c::r
l(J
)'!Uhm;.._.,ii,1111..f 'l'L•nd1o. 13., suh111isslon ofTt:n1k'.tl):
Vol I I orm f Ol·4 · ·--
-
--·
--- -- ·
·-- ·
--- · · foim Fin-4:
--- ·I
-
1:1r.J h'i;'..I (<c) 'llf\'C,l Hlo!\[t11crnc:n1 for Fm.'.\flClal Rc:i:()ur<:s Rt. iUUCm1.lllt\ir l
: Su"j«·.t l'CNm» t (Empl"ye '" die Subject C,1111rm (Employee
L1:;5 45 million ---·
---'- -
-
-
--
-- In I
,,-"'·"'"irv..),'"l'"J"S "-.c•c.c_...;-'-- -'·
"">

·.
. 1s.o. or:ooa. ct 111Q1

RURAL POWER COMPANY LIMITED

Amendments and Clarifications_3

FOR

ENGINEERING, DESIGN, MANUFACTURING, INSPECTION,SUPPLY,


TRANSPORTATION, CONSTRUCTION,ERECTION,INSTALLATION,
TESTING AND COMMISSIONING OF MYMENSINGH 360 MW DUAL
FUEL(GAS/HSD) COMBINED CYCLE POWER PLANT PROJECT ON
TURNKEY BASIS.

REF:PUR:020(FW/MYMENSINGH 360 MW/OTM)/2017-18;0ATE:31.01.2018


j.

You might also like