GRID COMPANY OF BANGLADESH LlMlrED (PGCB)

122
powER GRID COMPANY OF BANGLADESH LlMlrED (PGCB) DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OFASHUGANJ.BHULTA400lfl TRANSMISSION LINE AND BHULTA 4OO/230}fl SUBSTATIONS ON TURNKEY BASIS Lot-l : DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OFASHUGANJ-BHULTA 400KV TRANSMISSION L! N EON TU RN KEY BASIS(Gontract No. PGC B/GoB/400kV/ABTL) Lot-2: DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OFBHULTA 400/230KV SUBSTATIONS ON TU RNKEY BASIS(Contract No. PGCB/GoB/400kV/BHU LTA-SS) PGCB Memo No.: 01/PGCB/Sec(Design & QCy2014/3737 dated June 29,2014 Contract Nos. PGCB/GoB/400kV/ABTL and PGCB/GoB/400kV/BHULTA-SS CLAR]FICATION NO.1 AND ADDENDUM NO.1

Transcript of GRID COMPANY OF BANGLADESH LlMlrED (PGCB)

powER GRID COMPANY OF BANGLADESH LlMlrED (PGCB)

DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OFASHUGANJ.BHULTA400lflTRANSMISSION LINE AND BHULTA 4OO/230}fl SUBSTATIONS ON TURNKEY BASIS

Lot-l : DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OFASHUGANJ-BHULTA 400KV

TRANSMISSION L! N EON TU RN KEY BASIS(Gontract No. PGC B/GoB/400kV/ABTL)

Lot-2: DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OFBHULTA 400/230KV SUBSTATIONSON TU RNKEY BASIS(Contract No. PGCB/GoB/400kV/BHU LTA-SS)

PGCB Memo No.: 01/PGCB/Sec(Design & QCy2014/3737 dated June 29,2014

Contract Nos. PGCB/GoB/400kV/ABTL and PGCB/GoB/400kV/BHULTA-SS

CLAR]FICATION NO.1

AND

ADDENDUM NO.1

POWER GRID COMPANY OF BANGLADESH LIMITED

DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF ASHUGANJ.BHULTA 4()()KVTRANSMISSION LINE AND BHULTA 4()()/23()KV SUBSTATION ON TURNKEY BASIS

CLARIFICATION NO.1(Date: August 24,2014)

A pre bid meeting was held on August 07, 2014 as per provision of ITB 7.4, Volume 1 of 3 of theBidding Document. Attendance Sheet of the meeting is enclosed (Attachment-l), A list of the firms,who have purchased the bidding document, is also enclosed (Attachment-2). Clarifications to thequeries received from the prospective bidders regarding the bidding documents prior to and during thePre-bid meeting and after the Pre-bid meeting has been prepared and given below:

^t\

I

Query 1:

Answer 1:

Volume 1 of 3

Kindly refer to the Tender Volume-1 of 3, Section 3 "Evaluation and QualificationCriteria" Clause no 1.2.7 "Domestic Preference" item d where it is mentioned'ln the

comparison of bids, only the CIF price component of each bid for the plant and

equipment [which are offered from domestically by other Bidde(s) as mentioned (a)

abovel offered from outside the Employer's country shall be increased by ten percent

(10%)'. While at item 1.2.8 it is mentioned that to derive the lowest evaluated bid TEC

shall lnclude CD+VAT on CIF Prices of imported Goods and only VAT on the EXWprices of items offered from within the employers country. We have the following

clarification for your response

a. Whether CD+VAT shall be applicable to the 1100/o of CIF Prices considering thedomestic preference or on the quoted CIF price? lf yes, then it shall be a double hit on

the Bidder who shall offer the corresponding item from outside employer's country.

Please Clarify.

b. We understand that in view of the Clause 1.2.8, Clause 1.2.7 does not hold good as in

any case the prices shall be evaluated only as per the Clause 1.2,8. Please confirm ifthe understanding is correct.

(a) CD and VAT shall be applied on 100% of CIF Prices as per Clause 1,2.8, Section 3,

Volume 1 of 3 of the bidding document. Then domestic preference shall be applied asper Clause 1.2.7, Section 3, Volume 1 of 3 of the bidding document.

(b) Your understanding is not correct. The evaluation shall be done as per the criteria

mentioned in the bidding document,

Page I of50

{ of l2l

ABTL Clarafication-l d--- ,&7

Query 2:

Answer 2:

Query 3:

Kindly refer to the Tender Volume-1 of 3, Section 3 "Evaluation and Qualification

Criteria" Clause no 1.2.7 "Domestic Preference" item (e) where it is mentioned that the

Bidders may propose items from more than one manufacturer and they may be from

within or outside the employe/s country. We have the following specific queries in this

regard:

a. Does the Bidder has the option of quoting partial quantities of a particular item in theprice schedule from within the employer country as well as from outside the employer

country?

b. lf the answer to above query is yes, then we understand that the Bidder shall be able

to get the margin of preference as applicable on the items quoted from within the

employer's country. Please confirm,

c. Whether lattice towers are treated as single product item i.e. 'Towe/' or different type

of lattice towers (i.e 4DL, 4D1,4D25,4D45 etc. or 400 kV) are treated as differentproduct altogether.

d. Whether a Bidder can quote few of the towers from within the employers country and

in applicable price schedule as well as from outside the employers country in applicable

price schedule? Please confirm.

(a) The Bidders are not allowed to quote partial quantities of a particular item in the price

schedule from within the employer country as well as from outside the employer country.

(b) Please refer to the above answer.

(c) Lattice towers are treated as single product item.

(d) All of the quoted towers shall be supplied from the same manufacturer. Hence

Bidders are allowed to quote the price of towers either in the price schedule from within

the employer's country or from outside the employer's country, but Bidders are not

allowed to quote the tower price in both the price schedule. The item price of Conductor,

0PGW and lnsulator shall also be quoted following the above mentioned criteria.

Kindly refer to the Tender Volume-1 of 3, Section 3 "Evaluation and Qualification

Criteria" Clause no 1.2.9 (ii)where it is mentioned that in absence of CIF prices quoted

for the said items the EXitV price quoted shall be reduced by 4.50/o to make them CIFprices in case the local proposed manufacturer is found technically non responsive. We

have the following clarification

a. We understand that in such case the items shall be considered to be offered from

outside the employe/s country and all domestic preference and TEC evaluation Clause

at 1.2.7 and 1 .2.8 shall be applicable accordingly? Please confirm if the understanding is

correct.

Paqe 2 of 50

x 0l l2l

ABTL Clarafication-l

/dv/4-,,/ / ,t'.

Answer 3:

Query 4:

Answer 4:

Query 5:

b. We understand that employer shall bear all custom duties and taxes as applicable on

such derived CIF Price of the particular item? Please confirm.

(a) CD and VAT shall be applied on such derived CIF prices as per Clause 1.2.8,

Section 3, Volume 1 of 3 of the bidding document. Then, domestic preference shall be

applied as per Clause 1.2,7, Section 3, Volume 1 of 3 of the bidding document. Please

refer to the Addendum no.1 in this regard.

(b) The Employer shall bear all custom duties and taxes as applicable on such derived

CIF Price of the particular item.

Kindly refer to the Tender Volume-1 of 3, Section 3 "Evaluation and QualificationCriteria" Clause no 1.2.9 (iii) where it is mentioned that in absence of EXW prices quoted

for the said items the CIF price quoted shall be reduced by insurance and freight cost to

bring it to EXW level but no domestic preference shall be applicable to such item. We

would like to understand that as the items were originally quoted from outside the

Employers Country, in what way the Clause 1.2.8 of TEC Evaluation Criteria shall be

applicable to evaluate such bids on parity. Please clarify.

Since, CIF prices will be converted to EXW prices, domestic preference will be applied

for such items. Necessary corrections are made through an addendum, Please refer tothe Addendum no.1 in this regard.

Kindly refer to the Tender Volume-1 of 3, Section 6 "Employers Requirement'

a. Clause 1 where it is mentioned that the Contractor is required to upgrade the design

of existing 400 kV Towers to make the existing design compatible for BSEN angles andnuts and bolts with respect to the grade and size. We understand that the Bidders arefree to do 400 kV designed afresh and it is not mandatory to work on existing design tobe done. Please clarify.

b. Clause 3.7 and 3.8 applicable to the test reports of Conductor, OPGW, lnsulator Units

and lnsulator Sets where it is mentioned that only the test reports from STL member

Testing Organization or Laboratories shall be acceptable, The said Clause is very very

restrictive and all the tests as required under this bid may not be conducted throughthese laboratories only and hence shall not give equitable opportunity to all themanufacture/supplier. ln view of this it is proposed that any internationally accreditedTesting Laboratory must be considered eligible for acceptance of applicable types testreports. Please confirm.

c. Clause 3.8 (a) and (b) of Type Tests on lnsulators and lnsulator Strings where it ismentioned that all the type tests must be as per IEC except Power Arc Test that shouldcomply with the test procedure as detailed in Chapter 9 Clause 9.6 of Volume 2 of thebidding document.

Page 3 of50

3 of r2l

ABTL Clarafication-l

.af.dr

We would like to submit that the power arc test procedure deflned for lnsulator Sets in

Clause 9.6.6 (a) is very specific that specify that 31.5 kA Current Must be passedthrough the lnsulator Set for 0.5 Seconds (refer Appendix (9 A,2) however as perStandard IEC it is 31.5 kA for 0.1 second and most of the insulator manufacturer havethe type test report of Power Arc Test as per the standard IEC condition. The Giventender condition is complied only by one manufacturer completely and hence does notgive the equitable opportunity to the other insulator manufacturers who are very wellaccepted in other parts of the world and have the type test reports as per IEC standardguidelines. ln view of the above, it is requested that the test procedure for power arc testas specified in the tender document must be re looked and modified to the standard IECguidelines so that more insulator manufacture are able to meet this requirement and thespecification becomes more equitable to all the manufacturers. Submitted for your kindconsideration and confi rmation please,

Answer 5: (a) Please refer to the Clause 8.2, Page 8/3, Volume 2 of 3 (Lot-1: Transmission Line) ofthe bidding document in this regard. 400kV overland towers to be analyzed anddesigned as per the loading trees and outline drawings provided in the biddingdocument. Wind loading on the tower body is required to be calculated and applied asper criteria mentioned in Clause 8.2.4.3 (c), Page 8/9, Volume 2 of 3 (Lot-1:Transmission Line) of the bidding document. However, the Bidder may suggest andinclude any additional load case (if required) as per convention and standard for thesafety of the towers.

(b) Type test related criteria shall be as per the provision mentioned in Section 6,

Volume 1 of 3 of the bidding document.

(c) Criteria of the Power Arc Test shall be as per the provision mentioned in the Clause9.6.6, Page 9/7, Volume 2 of 3 (Lot-1: Transmission Line) of the bidding document.

Query 6:

Answer 6:

Query 7:

Answer 7:

Query 8:

Answer 8:

lf clF and EXW quoted price should include the income tax? lf so, what's thepercentage?

Please refer to the Clause 14, Section 8, Special Conditions of Contract, Volume 1 of 3of the bidding document in this regard.

Please provide the details site map, which should show the coordinate of site, boundaryof site topographic details, power transmission line corridor, direction of power outlet etc.

Please refer to the Section 19, 'Bid Drawings' of volume 2 of 3 (Lot-1: TransmissionLines) and 'Drawings' of Volume 2 of 3 (Lot-2: substation) in this regard. lt may bementioned here that the co-ordinates of angle points have been provided fortransmission line.

Please confirm the requirement of flood control.

Please refer to the Clause 18,4.3, Page 18/6, Volume 2 of 3 (Lot-1: Transmission Line)of the bidding document. lt may be mentioned here that raised chimney shall be used in

,+,L/' Page 4 of50

4 (rztABTL Clarafication-l @- ,/_

//*

Query 9:

Answer 9:

Query 10:

some tower locations which will be selected during execution. Provision has been kept inthe price schedule for quoting against raised chimney,

Please also refer to Section-1 1 and 12, Volume 2 of 3 (Lot-2: Substation) of the biddingdocument regarding civil works of substation.

Schedule 6, Volume 1,6-'15, 5.1, Form of Performance Security, Statement ofSpecification: This guarantee shall expire no later than the earlier of:

(a) eighteen months after our receipt of:

(i) a copy of the Completion Certificate; or

(ii) a registered letter from the Contractor, attaching a copy of the notice to the projectmanager that the Facilities are ready for commissioning, and stating that fourteendays have elapsed from receipt of such notice (or seven days have elapsed ifthe notice was a repeated notice) and the project manager has failed to issue aCompletion Certificate or inform the Contractor in writing of any defects ordeficiencies;or

(iii) a registered letter from the Conhactor stating that no Completion Certificate hasbeen issued but the Employer is making use of the Facilities;

Bidders clarifications:

The wananty period is 12 months, therefore the performance security shouldexpire no later than 12 months of

(i) a copy of the Completion Certificate; or

(ii) a registered letter from the Contractor, attaching a copy of the notice to the projectmanager that the Facilities are ready for commissioning, and stating that fourteendays have elapsed from receipt of such notice (or seven days have elapsed ifthe notice was a repeated notice) and the project manager has failed to issue aCompletion Certificate or inform the Contractor in writing of any defects ordeficiencies;or

(iii) a registered letter from the Contractor stating that no Completion Certificate hasbeen issued but the Employer is making use of the Facilities

The validity of the Performance Security shall be as per the existing provisionmentioned in the bidding document.

schedule 6, Volumel, 6-15, 5.2, Form of Advance payment security, statement ofspeciflcation: This guarantee shall expire, at the latest, upon our receipt of a copy ofthe interim payment certificate indicating that eighty (80) percent of the ContractPrice has been certified forpaymen! oron the, . . dayof . . . . . .

/'

Page 5 of 50

5 of tzt

ABTL Clarafication-l @- n- c'#"/u/{

Answer 10:

Query 11:

Answer 1 1:

Query 12:

Answer 12:

Query 13:

Answer 13:

Bidders clarifi cations:

The advance payment guarantee shall be expired after all advance payment amounthas been repaid by Conhactor.

The validity of the Advance Payment Security shall be as per the existing provision

mentioned in the bidding document.

SCC, Volume 1, Clause 14.2(C), Statement of Specification: The Employer will be

responsible for the payments of all such Customs, lmport Duties VAT and AlT.

Bidders clarifi cations:

What is the'AlT"

"AlT" stands for Advance lncome Tax.

SCC, Volume 1, Clause 1, Statement of Specification: The Bank is :AsianDevelopment Bank(ADB)

Bidders clarifi cations:

ls that means the fund source is ADB and the evaluation will be executed by ADB.

The project will be funded by Government of Bangladesh (GoB) and Power GridCompany of Bangladesh (PGCB) Limited. Please refer to the Addendum no.1 in thisregard.

SCC, Volume 1, Clause 14.1(C), Statement of Specification: VAT on EXW is not

included in the Conkact price.

Appendix 1 of contract agreement form, Schedule No. 2-Plant and Equipment

Supplied from within the Employer's Country, Statement of Specification: Tenpercent (10%) of the total EXW amount excluding VAT on EXW as an

advance payment against receipt of invoice, and an inevocable advancepayment security for the equivalent amount made out in favor of the Employer.

Bidders clarifi cations:

These two Clauses are contradictory. We want to make clear that our quotation

should include the VAT on EXW or not.

Bidders shall quote the price excluding VAT on EXW. Please refer to Appendix-1:Terms and Procedure of Payment, Section 9, Volume 1 of 3 of the bidding document,

Page 6 of50

6 oJ! t2t

ABTL Clarafication-ld-

/L*,/ L/ t-

Query 14:

Answer 14:

Query 15:

Answer 15:

Query 16:

,/4GP//u

'z t{

SCC, Volume 1, Clause 24.7.4, Statement of Specification: lmmediately after theCommissioning, the Contractor shall commence Trial-run of the Facilities or any partthereof for a continuous period as specified in Technical specifications, in presence

of Employer's representative.

Bidders clarifications:

We didn't found any detail description about the Trail-run. What is the duration of theTrail-run?

No trial run is required after the Commissioning.

SCC, Volume 1, Clause 23.2, Statement of Specification: The Employer and theProject Manager or their designated representatives shall be entitled to attend theaforesaid test and/or inspection and the Contractor shall bear all costs and expensesincurred in connection with such aftendance including, but not limited to, alltravelingand board and lodging expenses.

Bidders clarifications:

For our quotation, please confirm the total man-day for this test witness/ inspection,We suggest to limit the same as 3 times test witness/ inspection, 3 persons of Tdaysduration for each time for your kindly reference.

Please refer to Section 18, Volume 2 of 3, (Lot-1: Transmission Line) and ScheduleA, Volume 3 of 3, (Lot-2: Substation) of the bidding document in this regard.

Contract Agreement Form, Volume 1, Appendix 2 - Price AdjustmenUEscalation iii)Power Transformer, Statement of Specification: A and C =Price indices of Core (Si

Steel) and Steel manufacture/s country

L =Price index of Labour of Manufacturer's country

subscript'0' refers to indices as on 30 days prior to the date of opening of Bid, formaterial and labour. ln case of 20, subscript '0' refers to value as on 7 days prior todate of opening of Bids.

subscript'1'refers to indices and exchange rate as on 60 days prior to date ofshipment

Bidders clarifications:

(1) lt is difficult to understand the using of this formula, please kindly provide at leastone example to make the same clear;

(2) lt is unreasonable that "subscript '1' refers to indices and exchange rate ason 60 days prior to date of shipment' as- the manufacture of transformer almost

Page 7 of 50

7 of tzt

ABTL Clarafication-l

Answer 16:

Query 17:

Answer 17:

Query 18:

Answer 18:

Query 19:

finish before 60 days of shipment and the cost of Contractor for transformer alreadyfixed. Therefore, the subscript "l" should be the indices and exchange rate at thedate that contractor place the Purchase order to the hansformermanufacturer.

(3) By consideration of the practice feasibility of this formula, we suggest to fix theprice of transformer.

(1) lt is standard formula. Please follow the formula as it is,

(2) consideration of "subscript'1'refers to indices and exchange rate as on 60 daysprior to date of shipment' is also a standard practice.

(3) Price adjustmenUescalation shall be as per the bidding document,

With regard to 2.4.1, Specific Experience, Section 3: Evaluation and QualificationCriteria, Volume 1 of 3 of the bidding document, PGCB asks "Joint venture: must meetrequirement for any one partne/'. We propose that "all partners combined must meetrequirement'. Please clarify that whether it's applicable or not,

Your modification proposalcould not be accepted,

Section 4- Bidding Forms, Bid Security, Paragraph No. 4:

"This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receiptof copies of the Contract Agreement signed by the Bidder and (b) if the Bidder is notthe successful Bidder, upon the earlier of (i) our receipt of a copy your notification tothe Bidder of the name of the successful Bidder; or (ii) twenty-eight days after theexpiration of the Bidder's bid."

The Bidder requests for the modification of the said Clause in the Bid Security Form :

This guarantee will expire on the earlier of : (a) if the Bidder is lhe successful Bidder,upon our receipt of copies of the Conhact Agreement signed by the Bidder, and or(b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt of acopy your notification to the Bidder of the name of the successful Bidder; or (ii) twenty-eight days after the expiration of the Bidde/s bid, or (c) ..,.,........(expiry date)whichever is earlier.

Your modification proposalcould not be accepted,

Section 4- Bidding Forms, Bid Security, Paragraph No. 5:

"consequently, any demand for payment under this guarantee must be received by usat the office on or before that date" a'.

/L U/Y'^ I /' t--" '/'

Page 8 of50

8 qf tzt

ABTL Clarafication-l

Answer 19:

Query 20:

Answer 20:

Query 21:

Answer 21:

Query 22:

The Bidder requests for the modification of the said Clause in the Bid Security Form :

Consequently, any demand for payment under this guarantee must be received by us

at the office on or before that date i,e.................., (Expiry date)

Your modification proposalcould not be accepted.

Section 4- Bidding Forms, Bid Security, Paragraph No. 6:

"This guarantee is subject to the Uniform Rules for Demand Guarantees, ICCPublication No.458,"

The Bidder requests for the modification of the said Clause in the Bid Security Form :

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC

Publication No, 458. 758.

Please refer to the Addendum no. 1 in this regard.

Section 4- Bidding Forms, Bid Security, Paragraph No. 7:

The Bidder requests for the addition of the following Clause in the Bid Security Form :

"This guarantee is to be returned to the Bank immediately on expiry. lf the Bank doesnot receive the bank guarantee latest by the expiry date, it shall be deemed to be

automatically cancelled. "

Bidders may add the above proposed paragraph in the submitted Bid Security,However, it is preferred that the bidder should follow the format provided in the biddingdocument.

Section 6- Employer's Requirement, 5,1 Form of Performance Security, Paragraph No.

3:

"Atthe requestof theContractor, we..... nameof the Bank,,,.. herebyirrevocablyundertake to pay you any sum or sums not exceeding in total an amount of . . , . .

name of thecurrency and amount in figures*. . . . . (, ., . . amount in words.,,, . )such sum being payable in the types and proportions of currencies in which theContract Price is payable, upon receipt by us of your first demand in writingaccompanied by a written statement stating that the Contractor is in breach of its

obligation(s) under the Contract, without your needing to prove or to show grounds foryour demand or the sum specified therein."

The Bidder requests for the modification of the said Clause in the Performance SecurityForm: //

,/i\

.4- a',/">-//-/ fPage 9 of50

9 of t2l

ABTL Clarafication-l

Answer 22:

Query 23:

Answer 23:

Query 24:

Answer 24:

Atthe requestof theContractor, we..... nameof the Bank..... herebyirrevocablyundertake to pay you any sum or sums not exceeding in total an amount of . . . . ,

nameof the currencyand amount in figures*. . . . . . (. . . . . amount in words. . . . )

@,uponreceiptbyusofyourfirstdemandinwritingaccompanied by a written statement stating that the Contractor is in breach of itsobligation(s) under the Contract, without your needing to prove or to show grounds foryour demand or the sum specified therein,

Your modification proposalcould not be accepted.

Section 6- Employer's Requirement, 5.1 Form of Performance Security, Paragraph No.5:

"Consequently, any demand for payment under this guarantee must be received by usat this office on or before that date"

The Bidder requests for the modification of the said Clause in the Performance SecurityForm:

"Consequently, any demand for payment under this guarantee must be received by usat this office on or before that date i.e,..,.......... (expiry date)"

The Contractor may mention the expiry date in the Performance Security. However, it ispreferred that the Contractor should follow the format provided in the biddingdocument.

Section 6- Employer's Requirement, 5.1 Form of Performance security, Paragraph No,6:

"This guarantee is subject to the Uniform Rules for Demand Guarantees, lccPublication No. 458, except that subparagraph (ii) of Sub-article 20(a) is herebyexcluded."

The Bidder requests for the modification of the said Clause in the Performance SecurityForm:

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICCPublication No. 758 158 exeept thet subl.aragraph (ii) ef sub artiele ^0(a) is herebyexeluCe*

Please refer to the Addendum no. 1 in this regard.

Page l0 o.f 50

ro of l2l

ABTL Clarafication-l

4. kv',r' L// t{,

A\__------)

Query 25:

Answer 25:

Query 26:

Answer 26:

Query 27:

Section 6- Employer's Requirement, 5.1 Form of Performance Security, Paragraph No.7:

The Bidder requests for the addition of the following Clause in the form forPerformance Security:

"This guarantee is to be returned to the Bank immediately on expiry, lf the Bank doesnot receive the bank guarantee latest by the expiry date, it shall be deemed to beautomatically cancelled."

The Contractor may add the above proposed paragraph in the submitted PerformanceSecurity. However, it is preferred that the Contractor should follow the format providedin the bidding document.

section 6- Employer's Requirement, 5.2 Form of Advance Payment security,Paragraph No. 2:

"Furthermore, we understand that, according to the Conditions of the Contract, anadvance payment in the sum . (the Guarantor shall insert an amountrepresenting the amount of the advance payment denominated either in thecurrency(ies) of the advance payment as specified in the Conhact, or in a freelyconvertiblecurrencyacceptableto the Engineer,). . . . . (. . . . . amount in words., ., . )is to be made against an advance payment guarantee."

The Bidder requests for the modification of the said Clause in the Performance SecurityForm:

"Furthermore, we understand that, according to the Conditions of the Contract, anadvance payment in the sum . (the Guarantor shall insert an amountrepresenting the amount of the advance payment denominated either in thecurrency(ies) of the advance payment as specified in the Contract, erin+Jreely

ineer.)..... (,....amountinwords.,.. )is to be made against an advance payment guarantee.."

Your modification proposalcould not be accepted.

section 6- Employer's Requiremenl, 5.2 Form of Advance payment security,Paragraph No. 3:

"Atthe requestof theconhactor, we,,... nameof the Bank..... herebyirrevocablyundertake to pay you any sum or sums not exceeding in total an amount of . . . . . nameof the currency and amount in figures*. (. . . . . amount in words. ., . . ) uponreceipt by us of your first demand in writing accompanied by a written statement statingthat the Contractor is in breach of its obligation under the Contract because theContractor used the advance payment for purposes other than the costs of mobilizationin respect of the Works." .."

/

Page I I of50

It o& ltl

ABTL Clarafication-l

/'{

C"Y'd-

The Bidder requests for the modification of the said Clause in the Performance SecurityForm:

"Atthe requestof theContractor, we..... nameof the Bank..... herebyirrevocablyundertake to pay you any sum or sums not exceeding in total an amount of . . . . .

name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . ., . )upon receipt by us of your first demand in writing accompanied by a written statementstating that the Contractor is in breach of its obligation under the Contract because theContractor used the advance payment for purposes other than the costs of mobilizationin respect of the Works alonq with a letter from vour bank detailinq the pavment ofadvance to the Contractor's account,"

Answer 27: Your modification proposal could not be accepted.

Query 28: Section 6- Employe/s Requirement, 5.2 Form of Advance Payment Security,Paragraph No. 5:

"The maximum amount of this guarantee shall be progressively reduced by the amountof the advance payment repaid by the Contractor as indicated in copies of interimstatements or payment certificates which shall be presented to us. This guaranteeshall expire, at the latest, upon our receipt of a copy of the interim payment certificateindicating that eighty (80) percent of the Contract Price has been certified for payment,or on the . . . day of ., . . . . (insert the expected expiration date of the Time forCompletion. The Employer should note that in the event of an extension of the time forcompletion of the Contract, the Employer would need to request an extension of thisguarantee from the Guarantor. Such request must be in writing and must be made priorto the expiration date established in the guarantee. ln preparing this guarantee, theEmployer might consider adding the following text to the form, at the end of thepenultimate paragraph: "The Guarantor agrees to a one-time extension of thisguarantee for a period not to exceed [six months][one year], in response to theEmploye/s written request for such extension, such request to be presented to theGuarantor before the expiry of the guarantee"). ., whichever is earlier.Consequently, any demand for payment under this guarantee must be received by usat this office on or before that date."

The Bidder requests for the modification of the said Clause in the Performance SecurityForm:

"The maximum amount of this guarantee shall be progressively reduced by the amountof the advance payment repaid by the Contractor as indicated in copies of interimstatements or payment certificates which shall be presented to us. Such reductions willbe effected bv wav of an amendment to the bank quarantee at the request oiftreContractor And the reduced value needs to be notified bv vou on vour letterhead Tfiisguarantee shall expire, at the latest, upon our receipt of a copy of the interim paymentcertificate indicating that eighty (80) percent of the Contract Price has been certified forpayment, oronthe...dayof ...,., (inserttheexpeetedexpiratiendateef theTime

ime

Page 12 of 50

12- o+ l2l

ABTL Clarafication-l

a''Z<t c*-'/'uf.d-

xtensien ef this

ter

the

is

., whichever is earlier.Consequently, any demand for payment under this guarantee must be received by usat this office on or before that date i.e,......(expiry date)."

Answer 28: Your modification proposal could not be accepted.

Query 29: Section 6- Employe/s Requirement, 5.2 Form of Advance Payment Security,Paragraph No. 6:

"This guarantee is subject to the Uniform Rules for Demand Guarantees, ICCPublication No. 458."

The Bidder requests for the modification of the said Clause in the Performance SecurityForm:

"This guarantee is subject to the Uniform Rules for Demand Guarantees, ICCPublication No. 458. 758"

Answer 29: Please refer to the Addendum in this regard.

Query 30: Section 6- Employer's Requirement, 5,2 Form of Advance Payment Security, NewParagraph No. 7:

The Bidder requests for the addition of the following Clause in the Advance PaymentSecurity Form :

"This guarantee is to be returned to the Bank immediately on expiry. lf the Bank doesnot receive the bank guarantee latest by the expiry date, it shall be deemed to beautomatically cancelled."

Answer 30: The Contractor may add the above proposed paragraph in the submitted AdvancePayment Security. However, it is preferred that the Contractor should follow the formatprovided in the bidding document,

Query 31: Section 7-General Conditions of Contract, Clause No.1.0:

"Contractoi' means the person(s) named as Contractor in the Contract Agreement, andincludes the legal successors or permifted assigns of the contractor."

Page l3 of50

13 o& lLl

ABTL Clarafication-l

/.x,,/ L,/

{

Gp

Answer 31:

Query 32:

Answer 32:

Query 33:

Answer 33:

Kindly confirm whether the definition of "Contractor" also includes Contractor's Sub-Contractors of any tier and their employees and Bidders' affiliates and Bidder'semployees.

The term "Contractot'' does not mean Contracto/s Sub-Contractors of any tier and theiremployees and Bidders'affiliates and Bidde/s employees.

Section 7-General Conditions of Contract, Clause No.7.3:

"ln addition to the supply of Mandatory Spare Parts included in the Contract, theContractor agrees to supply spare parts required for the operation and maintenance ofthe Facilities for the period specified in the SCC and the provisions, if any, specified inthe SCC....,.."

Bidder requests for the modification of said Clause as given below:

"ln addition to the supply of Mandatory Spare Parts included in the Contract, thecontractor agrees to supply spare parts, or functionally equivalent spare parts,required for the operation and maintenance of the Facilities for the period specified in

the SCC and the provisions, if any, specified in the SCC"

Your modification proposalcould not be accepted.

Section 7-General Conditions of Contract, Clause N0.10.2:

"The Employer shall be responsible for acquiring and providing legal and physicalpossession of the Site and access thereto, and for providing possession of and accessto all other areas reasonably required for the proper execution of the Contract,including all requisite rights of way, as specified in the Appendix (Scope of works andSupply by the Employer) to the Contract Agreement. The Employer shall give fullpossession of and, accord all rights of access thereto on or before the date(s) specifiedin that Appendix,"

Bidder requests to clarify that all necessary land clearances as required shall be in thescope of the employer.

Please refer to Clause 9 and Clause 10 of Section 7 - General Conditions of Contract,Volume 1 of 3 of the bidding document. Also, refer to the relevant clause in Section 8-Special Conditions of Contract, Volume 1 of 3 of the bidding document.

All necessary Right of Way clearance for Transmission Line shall be in the scope of theContractor. Please refer to the Addendum no. 1 in this regard.

Previously acquired land

signing of the Contract,

for substation will be handed over to the Contractor after

Q;*',a/>'{

Page 14 qf50

14 N tzt

ABTL Clarafication-l

&

Query 34:

Answer 34:

Query 35:

Answer 35:

Section 7-General Conditions of Contract, Clause N0.14.4:

"For the purpose of the Contract, it is agreed that the Contract Price specified in Article2 (Contract Price and Terms of Payment) of the Contract Agreement is based on thetaxes, duties, levies and charges prevailing at the date twenty-eight (28) days prior tothe date of bid submission in the country where the Site is located (hereinafter called"Tax" in this GCC Sub-Clause 14.4). lf any rates of Tax are increased or decreased, anew Tax is inhoduced, an existing Tax is abolished, or any change in interpretation orapplication of any Tax occurs in the course of the performance of Contract, which wasor will be assessed on the Contractor, Sub Contractors or their employees inconnection with performance of the Contract, an equitable adjustment of the ContractPrice shall be made to fully take into account any such change by addition to theContract Price or deduction therefrom, as the case may be, in accordance with GCCClause 36 hereof."

Bidder request for modification to the Clause as suggested below;

"For the purpose of the Contract, it is agreed that the Contract Price specified in Article2 (Contract Price and Terms of Payment) of the Contract Agreement is based on thetaxes, duties, levies and charges prevailing at the date twenty-eight (28) days prior tothe date of bid submission in the eeuntry where the Site is leeated (hereinafter called"Tax" in this GCC Sub-Clause 14.4).lf any rates of Tax are increased or decreased, anew Tax is introduced, an existing Tax is abolished, or any change in interpretation orapplication of any Tax occurs in the course of the performance of Contract, which wasor will be assessed on the Contractor, SubContractors or their employees in connectionwith performance of the Contract, an equitable adjustment of the Contract Price shallbe made to fully take into account any such change by addition to the Contract Price ordeduction therefrom, as the case may be, in accordance with GCC Clause 36 hereof."

Your modification proposalcould not be accepted.

Section 7-General Conditions of Contract, Clause N0.26.2, Para 1:

"lf the Conkactor fails to attain Completion of the Facilities or any part thereof within theTime for Completion or any extension thereof under GCC Clause 40, the Contractorshall pay to the Employer liquidated damages in the amount specified in the SCC asa percentage rate of the Contract Price or the relevant part thereof."

Bidder request for confirmation that such liquidated damages would be levied on theContractor if the Contractor fails to attain completion of facilities or any part thereofwithin the Time of Completion for the reasons/delay caused by Contractors fault.

Contractor shall not be charged liquidated damages for the reasons that are notattributable to him.

Please refer to the conditions of conhact in this regard,

Page 15 of50

l5 oJ l2-l

ABTL Clarafication-l

/* c,*/" t&-,

Query 36:

Answer 36:

Query 37:

Answer 37:

Section 7-General Conditions of Contract, Clause No.27.2Para2

"lf during the Defect Liability Period any defect should be found in the design,engineering, materials and workmanship of the Plant supplied or of the workexecuted by the Contractor, the Contractor shall promptly, in consultation andagreement with the Employer regarding appropriate remedying of the defects, and atits cost, repair, replace or othena/se make good as the Conkactor shalldetermine at its discretion, such defect as well as any damage to the Facilitiescaused by such defect."

The Bidder understands that Bidder has discretion to determine the option to repair,replace or modify. ln case of any defect, Bidder requests the modification of the Clauseas suggested below;

"lf during the Defect Liability Period any defect should be found in the design,engineering, materials and workmanship of the Plant supplied or of the workexecuted by the Contractor, the Contractor shall promptlyjn-eensultatien-and

and atits cost, repair, replace or otherwise make good as the Contractor shalldetermine at its discretion, such defect as well as any damage to the Facilitiescaused by such defect,"

Your modification proposal could not be accepted.

Section 7-General Conditions of Contract, Clause N0.27.9:

"Except as provided in GCC Clauses 27 and 33, the Conhactor shall be under noliability whatsoever and howsoever arising, and whether under the Contract or atlaw, in respect of defects in the Facilities or any part thereof, the Plant, design orengineering or work executed that appear after Completion of the Facilities orany part thereof, except where such defects are the result of the grossnegligence, fraud, criminal or willful action of the Contractor."

Bidder requests modification said Clause as suggested below:

"Except as provided in GCC clauses 27 and 33, the conhactor shall be under noliability whatsoever and howsoever arising, and whether under the Contract or atlaw, in respect of defects in the Facilities or any part thereof, the plant, design orengineering or work executed that appear after Completion of the Facilities orany part thereof, except where such defects are the result of the gr€ssnegligen€e, fraud, criminal or willful action of the Contractor."

Your modification proposalcould not be accep-ted.

Page 16 of50

16 of 12- t

ABTL Clarafication-l

,/,,7/tD c;,v*'

Query 38: Section 7-General Conditions of Contract, Clause No,27.11:

Not existing. New Clause

Bidder request the addition of following sub-Clause;

"Except for the express warranties stated in the Contract, Contractor is disclaimed fromany other express or implied warranties, including but not limited to implied wanantiesof merchantability and fitness for a particular purpose, or otherwise."

Answer 38: Your modification proposal could not be accepted,

Query 39: Section 7-General Conditions of Conhact, Clause No.30.b:

"The aggregate liability of the Conhactor to the Employer, whether under the Contract,in tort or otherwise, shall not exceed a multiple of the Contract Price specified in

the SCC or, if a multiple is not so specified, the total Conhact Price, provided thatthis limitation shall not apply to the cost of repairing or replacing defective equipment,or to any obligation of the Contractor to indemnify the Employer with respect topatent infringement."

Bidder requests modification said Clause as suggested below:

"The aggregate liability of the Contractor to the Employer, whether under the Contract,in tort or othenruise, shall not exceed a multiple of the Contract Price specifiedin the SCC or, if a multiple is not so specified, the total Contract Price, provided thatthis limitation shall not apply to+ to any obligation of the Contractor to indemnify the Employer with respect topatent infringement."

Answer 39: Your modification proposal could not be accepted.

Query 40: Section 7-General Conditions of Contract, Clause N0.33.1:

"Subject to GCC Sub-Clause 33.3, the Contractor shall indemnify and hold harmlessthe Employer and its employees and ofiicers from and against any and all suits, actionsor administrative proceedings, claims, demands, losses, damages, costs, andexpenses of whatsoever nature, including attorney's fees and expenses, in respect ofthe death or injury of any person or loss of or damage to any property other pran theFacilities whether accepted or not, arising in connection with

-the supply and

installation of the Facilities and by reason of the negligence of the Conhactor or itsSubConhactors, or their employees, officers or agents, except any injury, death orproperty dam-age caused by the negligence of the Employei, its

'Confiactors,

employees, officers or agents.,,

Pase l7 of 50

l1 0& 12'

ABTL Clarafication-l

Z d,,,///9,/t //'

,/@-

Answer 40:

Query 41:

Answer 41:

Query 42:

Bidder understands that the overall liability under this Contract is limited to the ContractPrice. Bidder proposes a cap per damage event as given below, to be added to GCC29.1:

"For damages to Employe/s property, which the conkactor is responsible for, theContractor compensates the costs of the re-construction or restoration of Employer'sproperty up to an amount of 0.5 Mio USD per damage event."

Your modification proposalcould not be accepted,

Section 7-General Conditions of Conhact, Clause No.36.2:

Not existing. New Clause

Bidder requests the addition of following sub-Clause to GCC 36, since this is outsideBidders'conhol:

"36.2 Contractor shall not be obligated to fulfill the Contract if such fulfillment isprevented by any impediments arising out of national or international foreign trade orcustoms requirements or any embargoes or other sanctions."

Your modification proposal could not be accepted.

Section 7-General Conditions of Contract, Clause N0.39.2.7:

"lf the Employer and the Contractor cannot reach agreement on the price for theChange, an equitable adjustment to the Time for Completion, or any other mattersidentified in the Change Proposal, the Employer may nevertheless instruct thecontractor to proceed with the Change by issue of a "pending Agreement Change0rder."

Upon receipt of a Pending Agreement Change Order, the Contractor shall immediatelyproceed with effecting the Changes covered by such Order, The parties shall thereafterattempt to reach agreement on the outstanding issues under the Change proposal.

lf the parties cannot reach agreement within sixty (60) days from the date of issue ofthe Pending Agreement Change Order, then the matter may be referred to the DisputeBoard in accordance with the provisions of GCC Sub-Clause 45.3.,,

Bidder request for deletion of the said Clause since it is only logical that there shouldbe mutual agreement between the parties before any Change Order is initiated /executed.

Answer 42: Your modification proposal could not be accepted.

ur-'

Paqe 18 of 50

t8 0t tLt

ABTL Clarafication-l

/,r/,.2/9'/' tA-

Query 43: Section 7-General Conditions of Contract, Clause No.40.1:

"The Time(s) for Completion specified in the SCC shall be extended if the Contractor isdelayed or impeded in the performance of any of its obligations under the Contract byreason of any of the following:

(a) any Change in the Facilities as provided in GCC Clause 39(b) any occurTence of Force Majeure as provided in GCC Clause 37, unforeseenconditions as provided in GCC Clause 35, or other occurrence of any of the mattersspecified or refened to in paragraphs (a), (b) and (c) of GCC Sub-Clause 32.2(c) any suspension order given by the Employer under GCC Clause 41 hereof orreduction in the rate of progress pursuant to GCC Sub-Clause 41.2 or(d) any changes in laws and regulations as provided in GCC Clause 36 or(e) any default or breach of the Contract by the Employer, or any activig, act oromission of the Employer, or the Project Manager, or any other Contractors employed

by the Employer or(0 any other matter specifically mentioned in the Contract(g) any delay on the part of a sub-Contractor, provided such delay is due to a cause forwhich the Contractor himself would have been entitled to an extension of time underthis sub-Clause."

Bidder request for modification to the Clause as below:

"The Time(s) for Completion specified in the SCC shall be extended if the Contractor isdelayed or impeded in the performance of any of its obligations under the Contract byreason of any of the following:(a) any Change in the Facilities as provided in GCC Clause 39(b) any occurrence of Force Majeure as provided in GCC Clause 37, unforeseenconditions as provided in GCC Clause 35, or other occurrence of any of the mattersspecified or referred to in paragraphs (a), (b) and (c) of GCC Sub-Clause 32.2(c) any suspension order given by the Employer under GCC Clause 41 hereof orreduction in the rate of progress pursuant to GCC Sub-Clause 41.2 or(d) any changes in laws and regulations as provided in GCC Clause 36 or(e) any default or breach of the Contract by the Employer, or any activity, act oromission of the Employer, or the Project Manager, or any other Contractors employedby the Employer or(0 any other matter specifically mentioned in the Contract(g) any delay on the part of a sub-Contractor, provided such delay is due to a cause forwhich the Conhactor himself would have been entitled to an extension of time underthis sub-Clause(h) any default or breach of the Contract by the Employer, or any activity, act oromission of the Employer, or the Project Manager, or any other Contractors employedby the Employer."

Answer 43: Your modification proposal could not be accepted.

/ c'*/Y ,c

Page 19 of50

te 0f l2l

ABTL Clarafication-l

8-

Query 44: Section 7-General Conditions of Contract, Clause N0.40.2:

"Except where otherwise specifically provided in the Contract, the Contractor shallsubmit to the Project Manager a notice of a claim for an extension of the Time forCompletion, together with particulars of the event or circumstance justifying suchextension as soon as reasonably practicable after the commencement of such event orcircumstance. As soon as reasonably practicable after receipt of such notice andsupporting particulars of the claim, the Employer and the Contractor shall agree uponthe period of such extension. ln the event that the Contractor does not accept theEmploye/s estimate of a fair and reasonable time extension, the Contractor shall beentitled to refer the matter to a Dispute Board, pursuant to GCC Sub-Clause 45,3."

Bidder request for modification to the Clause as below:

"Except where otherwise specifically provided in the Contract, the Contractor shallsubmit to the Project Manager a notice of a claim for an extension of the Time forCompletion, together with particulars of the event or circumstance justifying suchextensionwithin14daysafterthecommencementofsucheventorcircumstance.afterWithin14daysof receipt of such notice and supporting particulars of the claim, the Employer and theContractor shall agree upon the period of such extension. ln the event that theContractor does not accept the Employer's estimate of a fair and reasonable timeextension, the Contractor shall be entitled to refer the mafter to a Dispute Board,pursuant to GCC Sub-Clause 45,3,"

Answer 44: Your modification proposal could not be accepted.

Query 45: Section 7-General Conditions of Contract, Clause N0.43.1:

"Neither the Employer nor the Contractor shall, without the express prior writtenconsent of the other party which consent shall not be unreasonablywithheld, assign to any third party the Contract or any part thereof, or any right, benefit,obligation or interest therein or there under, except that the Contractor shall be entifledto assign either absolutely or by way of charge any monies due and payable to it or thatmay become due and payable to it under the Contract.,,

Bidder requests for confirmation that a foreign Bidder / Consortium can propose toassign the local portion scope to a local sub-Contractor in Bangladesh and whether thecustomer will issue a separate contract in the favour of such local sub-Contractor.

Answer 45: A foreign Bidder / Consortium may propose to assign the works of local portion to alocal Sub-Contractor in Bangladesh and engage the Sub-Conhactor after havingapproval from PGCB, However, PGCB shall not sign any Conhact with the Sub-Conhactor. ,/

zt-nzt.\f-,

// //'

Page 20 of50

20 of t2-l

ABTL Clarafication-l

,{.

cp

Query 46:

Answer 46:

Query 47:

Answer 47:

Query 48:

Answer 48:

Section 8-Special Conditions of Contract, Clause No. 7:

"..................|n addition, in the event of termination of the production of spare parts,advance notification will be made to the Employer of the pending termination, withsufficient time to permit the Employer to procure the needed requirement. Followingsuch termination, the Contractor will furnish to the extent possible and at no cost to theEmployer the blueprints, drawings and specifications of the spare parts, if requested."

Bidder requests for the modification of said Clause as given below:

"ln addition, in the event of termination of the production of spare parts, advancenotification will be made to the Employer of the pending termination, with sufficient timeto permit the Employer to procure the needed requirement, Following such termination,the Contractor shall ensure, to the extent possible, that functionally equivalent spare ismade available which is compatible with the existing system. The Centraeter willfurnish

Your modification proposal could not be accepted.

Section 8-Special Conditions of Contract, Clause N0.26.2:

"Applicable rate for liquidated damages: 0.5% of the Contract Price per week......Maximum deduction for liquidated Damages: 10o/o ol the Contract Price."

Bidder request for modification to the Clause as suggested below:

"Applicable rate for liquidated damages: 0.5% of the Contract Price per week,.....

Maximum deduction for liquidated Damages: 10% ef the Centraet Priee. 5% of theContract Price."

Your modification proposal could not be accepted.

Section 8-Special Conditions of Contract, Clause N0.45.5 (c):

Bidder request for addition to the Clause as suggested below:

"Place of Arbitration: Singapore"

The place of the arbitration shall be fixed mutually by the parties. However, the placeshall be fixed by the Court as per ICC rules in case the parties fail to fix the placemutually,

Page 2l of50

al os tzl

ABTL Clarafication-l

,Gr' a"v,//'/{&

Query 49:

Answer 49:

Query 50:

Section 9-Contract Forms, Appendix 1-Terms and Procedures of Payment - ScheduleNo, 1:

"Schedule No. 1 - Plant and Equipment Supplied from Abroad

Five percent (5%) of the total or pro rata CIF or amount upon issue of the Taking OverCertificate, within forty-five (45) days after receipt of invoice.

Five percent (5%) of the total or pro rata CIF or amount upon issue of theOperational Acceptance Certificate, within forty-five (45) days after receipt of invoice."

Bidder requests for modification as detailed below;"Schedule No, 1 - Plant and Equipment Supplied from Abroad

Five percent (5%) of the total or pro rata CIF or amount upon issue of the Taking OverGe*ifieate Completion Certificate, within forty-five (45) days after receipt of invoice.

Five percent (5%) of the total or pro rata clF or amount upon issue of the

, Completion Certificate within forty-five (45)

days after receipt of invoice and Performance Guarantee for equivalent amountvalid for the defect Iiability period."

Your modification proposalcould not be accepted,

section 9-conhact Forms, Appendix 1-Terms and Procedures of payment - ScheduleNo.2:

"schedule No. 2 - Plant and Equipment supplied from within the Employer's country

Five percent (5%) of the total or pro rata EXW amount excluding vAT onEXW upon issue of the Taking over certificate, within forty-five (45) days afterreceipt of invoice,

Five percent (5%) of the total or pro rata EXW amount excluding vAT onEXW upon issue of the Operational Acceptance Certificate, within forty-five (45)days after receipt of invoice."

Bidder requests for modification as detailed below:"schedule No, 2 - Plant and Equipment supplied from within the Employer's country

Five percent (5%) of the total or pro rata EXW amount excluding vAT on EXWuponissueofthe@CompletionCertificate,withinforty-five(45) days after receipt of invoice.

Page 22 of50

L2 o{ 1Ll

ABTL Clarafication-l

/4=Z /r/'/

{.&-

Five percent (5%) of the total or pro rata EXW amount excluding VAT onEXW upon issue of the CompletionCertificate, within forty-five (45) days after receipt of invoice. and PerformanceGuarantee for equivalent amount valid for the defect liability period."

Answer 50: Your modification proposalcould not be accepted.

Query 51: Section 9-Contract Forms, Appendix 1-Terms and Procedures of Payment - ScheduleNo.4:

"Schedule No. 4 - lnstallation and other Services.........

ln respect of installation services for both the foreign and local currency portions, thefollowing payments shall be made:

Five percent (5%) of the total or pro rata value of installation services performed by theContractor as evidenced by the Employe/s authorization of the Contractor's monthlyapplications, upon issue of the Taking Over Certificate, within forty-five (45) days afterreceipt of invoice.

Five percent (5%) of the total or pro rata value of installation services performed by theContractor as evidenced by the Employer's authorization of the Contractor's monthlyapplications, upon issue of the Operational Acceptance Certificate, within forty-five (45)days after receipt of invoice."

Bidder requests for modification as detailed below:

"Schedule No, 4 - lnstallation and other Services

ln respect of installation services for both the foreign and local currency portions, thefollowing payments shall be made: .....

Five percent (5%) of the total or pro rata value of installation services performed by theContractor as evidenced by the Employer's authorization of the Contractor's monthlyapplications,uponissueofthe@CompletionCertificate,within forty-five (45) days after receipt of invoice.

Five percent (5%) of the total or pro rata value of installation services performed by theContractor as evidenced by the Employe/s authorization of the Contractor's monthlyapplications, upon issue of the ComptetionGertificate, within forty-five (45) days after receipt of invoice and PerformanceGuarantee for the equivalent amount valid for the defect liability period."

Answer 51: Your modification proposal could not be accepted.

Page 2i of50

1.3 0t lL-t

ABTL Clarafication-l

,/,,.4Z/r7

,/ //' ,/,d=

Query 52:

Answer 52:

Query 53:

Answer 53:

As per Appendix - 2 (Price AdjustmenUEscalation), "Subscript'1' refers to indices andexchange rate as on the date of LC opening". Accordingly, price adjustment date shallbe the date of LC opening.

As per the terms of payment (Appendix-1), we understand that LC will be openedagainst each shipment on pro-rata basis.

Kindly, confirm, whether our above understanding is in line with tender conditions ornot.

Also, confirm the procedures and time period of shipment wise LC opening to betterunderstand the Price Adjustment realisation.

Your understanding is not correct. Letter of Credit will be opened for the whole projectat a time, not against each shipment. Since, the LC will be opened for the whole projectat a time hence the second query is irrelevant.

As per Cl. No. 19.1 of ITB (Section-O1) and BDS (Section-02), the acceptable foreigncurrencies to PGCB to quote the bid prices in price schedule are not provided.

We kindly request you to please provide the acceptable currencies to PGCB for quotingthe prices.

The bid currency shall be either USD or the currency of Bidder's home country. Biddersshall also quote a portion of the bid price in Bangladesh taka which corresponds toexpenditure incurred in the Employer's country. Addendum will be issued in this regard.

Please, refer Appendix 2 - i), in the price variation formula, the value of the Zinc factor(B) is given for EC Grade Zinc ingots whereas in description of abbreviations additionalZinc factor (C) for Zinc ingots is provided alongwith (B).

We understand that for Zinc prices of EC Grade Zinc ingots (Factor - B) to be followedas indicated in Formula.

Kindly request you to confirm our above understanding is in line with biddingdocuments or not.

Query 54:

Answer 54: Zinc factor (B) will be used for Tower, Poles & Hardware Fittings (lncluding Bolts andNuts). On the other hand, Zinc factor (C) will be used for Conductor, Earthwire andOPGW. Addendum willbe issued in this regard,

Query 55: As per Price Adjustment rules (Appendix - 2), price adjustment will be effective fromthe date of LC opening.

//"- c-9),/u' ,4.

Page 24 of50

4 of to-l

ABTL Clarafication-l

Answer 55:

LC will be opened only for Foreign Cunency Portion which covers the plants andequipments supplied from outside Bangladesh.

lf, plants / equipments quoted in Local Currency (for supply from within Bangladesh),how price adjustment will be effective? Considering, LC will not be opened for LocalCurrency payments.

We request you to kindly arrange to review the Price Adjustment Clauses (Appendix -2) considering Local Currency quote for Plants and Equipments and issue necessaryamendments / clarifications in this regards.

lf plants / equipments are quoted in Local Currency (for supply from within Bangladesh)then also the indices related to LC opening date shall be followed for Price Adjustmentpurpose.

ln the Point No. (f) of Letter of Technical bid, it is mentioned as "We are notParticipating as a Bidder or as a Sub Contractor in more than one bid in this biddingprocess in accordance with ITB 4.3......'

Whereas as per Clause No. ITB 4.3.e, Bidder can participate as a Sub Gontractor inmore than one bid.

Above, both Clauses are conhadictory; we understand from the above ITB Clause thatBidder is permitted to participate as a Sub Contractor in more than one bid.

Query 56:

Kindly confirm whether our understanding is in line with the tender requirement or not.

Answer 56: Bidders are not allowed to participate in more than one bid either individually or as apartner in a Joint Venture in this bidding process, Bidders are requested to go throughthe provision mentioned in Clause no. ITB 4.3.e, Volume 1 of 3 of the biddingdocument. The Letter of Technical Bid has been corrected through an Addendum,

It may be mentioned here that an equipment manufacturer can participate as a bidderin one bid and at the same time as subcontractors in more than one bid.

Query 57: Price Adjustment / Escalation

Hardware Fittings [Appendix 2 i)]:

We understand that Hardware Fittings covers the Fittings and Accessories for lnsulator,Conductor and OPGW for Price Adjustment.

Kindly, confirm, whether our above understanding is in line with tender conditions ornot.

Page 25 of50

a5 0+ lzt

ABTL Clarafication-l

/- c'it'-'/)'Z //

t4

Answer 57:

Query 58:

Answer 58:

Query 59:

Answer 59:

Query 60:

Confirmed, Hardware Fittings covers the Fittings and Accessories for lnsulator,Conductor and OPGW for Price Adjustment for transmission line (Lot-1).

lnterest on Delayed Payment

ln the event that the Employer fails to make any payment on its respective due date,the Employer shall pay to the Contractor interest on the amount of such delayedpayment at the rate of 10-11o/o pil annum for period of delay until payment has beenmade in full.

Kindly, consider our above request and issue necessary amendments in this regards.

Also, confirm the Payment Terms and Procedure for Price Adjustment Bills to befollowed.

Your modification proposalcould not be accepted.

As per Appendix-1, (B) Payment Procedure, Section - 9, we understand that foreigncurrency payment for all the schedules 81,82 and 83 (which includes lmported Plant,Plantfrom within Bangladesh, Design, Erection / lnstallation services...etc.) will alsobe paid to the Contractor or Partner ln-charge (in case of JV) in their Bank Accountoutside Bangladesh through Letter of Credit.

Kindly, confirm whether our above understanding is in line with bidding documents ornot.

Your understanding is correct,

A) As per Clause 14.1 (a), Section - 8, SCC :

"lncome Tax, surcharge and all taxes of similar nature and VAT levied on theContractor which is deductible on payment of bill as Tax Deducted at Source (TDS) in

Bangladesh in connection with the execution of this Contract, shall be paid by theEmployer."

1) From the above Clause, we understood that there will be no tax deduction byPGCB from the payment of Contracto/s bill (irrespective of currency) as TDS(Tax Deduction at Source) as per Government Tax Rules of Bangladesh inconnection with the execution of this Contract and PGCB (Employer) will pay

such amount from their own fund and issue us the certificate of such paymentto Government.

We request you to kindly arrange to confirm whether our above understandingis in line with tender requirements or not

This will enable us to assess the exact tax implication and to avoidunnecessary loading in our quoted prices towards tax.

Page 26 of50

26 0t l2,l

ABTLClarafication-l &-,z-v Crfi"

{

Answer 60:

Query 61:

Answer 61:

2) We request you to kindly arrange to provide / confirm the total rates and typesof taxes applicable in connection with execution of this contract in Bangladeshas per Govt. Tax rules.

Further, out of above total taxes, how much taxes is payable by PGCB directlyto Govt. Authorities as Tax Deductable at Source (TDS). Kindly, confirm,

This will enable us to assess the balance tax implication to be paid by the Contractor inaddition to above TDS (Paid by PGCB).

(1) Confirmed.

(2) Bidders are requested to communicate with National Board of Revenue (NBR)in this regard and follow the existing Acts and Rules regarding VAT and Tax.

(1) As per Clause 14,1 (C), Section -8, SCC :

"vAT on EXW is not included in the contract price, vAT on EXW shall be paid by theContractor which shall be reimbursed by the Employer to the Contractor at actual basisbut not more than 4.5o/o of EXW upon submission of relevant documents in original."

1) From the above clause, we understand that vAT maximum upto 4.5% of EXWwill be reimbursed by PGCB (for foreign as well as local currency portion).

we request you to kindly anange to confirm the total vAT appricabre onvarious EXW items to enable us to assess the addition VAT implications(beyond 4.50/o of EXW), which is not reimbursable from PGCB.

2) We understand that Contractor paid VAT amount will be reimbursed to the

contractor by PGCB within 45 days from the submission of relevant

documents in original to PGCB, inline with payment realization period,

Kindly, confirm whether our above understanding is in line with biddingdocuments or not.

(1) Your understanding is correct for EXW quoted price. Bidders are requested tocommunicate with National Board of Revenue (NBR) in this regard and followthe existing Acts and Rules regarding VAT and Tax.

(2) Employer will try best to reimburse vAT on EXW as per provision of theContract.

Page 27 of 50

21 0S lzl

ABTL Clarafication-l

lk,&-

{

d

Query 62: (2) As per Clause 14.2 (C), Section - 8, SCC :

"The Employer will be responsible for the payments of all such Customs, lmport DutiesVAT and AIT levied on the imported Plant"

1) From the above Clause, we understand that employer (PGCB) will pay all kindof Customs, lmport Duties, VAT and Advance lncome Tax (AlT) includingfollowing duties levied for lmported Plant / equipments (consumable in theproject),

o Regulatory Duty. Pre-shipment and lnspection duty. Supplementary duty under VAT

Kindly, confirm whether our above understanding is in line with biddingdocuments or not.

2) We understand that lmport license and permits for the Plant will be obtained bythe Employer (PGCB) in his name, Kindly, confirm.

Answer 62: VAT, Regulatory Duty and Supplementary Duty on VAT on imported plant applicable inBangladesh, shall be paid by the Employer, Pre-shipment inspection (PSl) duty &charge (if applicable) shall be paid by the contractor.

VAT on EXW for the plan/materials supplied from within Bangladesh shall bereimbursed by the Employer upto maximum 4.5o/o or actual basis whichever is lower.

Query 63: (3) As per Clause 14.1 and 14.2of Section - 8, SCC:

We understand that Employer (PGCB) will not be liable to pay any kind of taxes forSub-Conhactors. Contractor has to deduct the necessary deductible taxes (TDS)from the sub contracto/s bills and has to deposit it to the Government Account.

Kindly, confirm whether our above understanding is in line with bidding documentsor not.

Answer 63: Confirmed, Your understanding is correct.

Query 64: (4) Joint Venture

1) Kindly confirm, how many partners are allowed in single Joint Venture Bid.

2) Please, refer the Clause No. 7.3 (Liability of the Partner with Respect to eachother), Form of JV Agreement, Section - 6 :

Page 28 of50

2-g 0f rzr

ABTL Clarafication-l

drP

{f

"With respect to claims of the partner against each other, unless governed byArticle 6.1 and 6.2 hereof, the following shall apply:"

Above referred Article 6.1 and 6.2 are missing in JV agreement format. Please,clarify.

Answer 64: (1) There is no limitation regarding the nos. of partner in a Joint Venture Bid.

(2) Reference of Article 6.2 is deleted through addendum.

Query 65: As per Form of Joint Venture Agreement, Section - 6 :

"4. Responsibilities of the Partner in Charge

ln addition to its scope as defined in Clause 2.1 hereof

- overallresponsibility.- co-ordination and supervision of the time schedule, as well as of all technical

questions and queries of interest to the partners.- bidding, commercial negotiation, signing and execution of contract.- incur liabilities, receive payments, take in instruction for and on behalf of any or

all partners during entire execution of the Contract.

10. lnvoicing and Payment

The Partner in Charge shall invoice for the Joint Venture's scope of supplies andservices To PGCB and receive payments directly."

1) Whether PGCB will award this contract in the name of Partner ln-charge onbehalf of JV. Please, clarify.

2) Whether Joint Venture needs to be registered / incorporate as a separate legalentity in Bangladesh. Please, clarify.

3) We understand that Partner ln-charge shall raise the invoice on behalf of allpartner's respective scope of work to PGCB and receive payments directly inhis Bank Account on behalf of JV.

Kindly, confirm whether our above understanding is correct or not.

4) Can individual JV partner raise the invoice to PGCB for their respective scopeof works and receive payments directly in their Bank Account (At Bangladeshor JV partner's country)? Please, clarify.

5) ln case of Partner ln-charge is not Bangladesh Origin (M/s. ABC - lndia) andother partner is local Bangladesh company,

Paee 29 of 50

L9 o+ l2l

ABTL Clarafication-l

CP,/h {

Answer 65:

Query 66:

For imported plant / equipments, we understand that lnvoice can be directlyraised from ABC - lndia (Partner ln-charge) to PGCB (i.e, buyer and importerwill be PGCB in all the documents) and payment will also be directly releasedto ABC-lndia in his bank account in lndia through LC (for foreign currency).

Kindly, confirm whether our above understanding is correct or not,

6) Since, PGCB will pay all kind of taxes and duties (as per Clause 14.1 and 14.2of Section - 8, SCC) on behalf of Joint Venture, we understand that

lndividualJV partners are also exempted from VAT, lncome tax, surcharge andall other similar tax on the profit earned/accrued in Bangladesh from theexecution of this project, Necessary exemption certificate /assistance will beprovided by PGCB to the Joint Venture partners.

Joint Venture and Joint venture partners are also exempt from the remittancetax (as per lncome tax as well as Central Bank of Bangladesh) on fund / profit

transfer from Bangladesh to JV partner country pertaining to execution of thisproject. Necessary exemption certificate /assistance will be provided by PGCBto the Joint Venture and Joint Venture partners.

ln case of PGCB directly transfer the funds to Joint venture / Joint Venturepartne/s bank account abroad for execution of this project than same will alsobe exempted from remittance tax.

Kindly, confirm whether our above understanding is conect or not.

(1) ln case of Joint Venture, PGCB will award the contract in the name of Joint Venture.

(2) Bidders are requested to communicate with Board of lnvestment or Joint StockCompany of Bangladesh in this regard.

(3) Bidder or Partner ln-charge shall raise the invoice on behalf of all partne/srespective scope of work to PGCB and receive payments in the Bank Account on

behalf of Joint Venture.

(a)No.

(5) Your understanding is conect.

(6) Your understanding is not correct, Employer (PGCB) will pay Tax & VAT which is

deductable as payment of bill as TDS in Bangladesh in connection with the executionof this conkact.

How much is the percentage of mandatory deduction including insurance, Tax in EPCcontracts (in procurement part and construction part separately)?

Page 30 of50

& o& lzt

ABTLClarafication-l &-, /e /

I

Answer 66:

Query 67:

Answer 67:

Query 68:

Answer 68:

Query 69:

Answer 69:

Query 70:

Answer 70:

Query 71:

Answer 71:

Query 72:

Your question is not clear. lf the query indicates mandatory deduction in insuranceplease communicate with Sadharan Bima Corporation, Bangladesh.

ln item 4.6 of Page 15/233 Lot1, Vol. 1/3, should the Bidders issue the evidence ofcontinued eligibility satisfactory in bid documents? lf yes please clarify the format of theletter to be filled and signed by the approved organization?

Bidders are required to submit evidence of successful operation from user with thetechnical bid proposal. There is no specific format for such certificate.

ls it permitted to offer alternative supplier for the equipment with the same price?

Bidders are allowed to propose more than one manufacturer against one item. ln casethe bidders propose anyone equipment from more than one manufacturer, only oneprice shall be quoted for such equipment offered in the technical proposal. The bidshall be rejected if the bidder quotes different prices for particular equipment, whichhave been proposed from different manufacturers, and/or for a particular item. Pleaserefer to amended Clause 1.2.9(i), Section 3, Volume 1 of 3 of the bidding documentand Addendum-1 in this regard.

Please clarify that the Contractor should follow any approved vendor list or any supplierthat meet the tender conditions in ltem 2.7, Section 3, Page 481233 of Vol. 1/3,

There is no such list available. Bidder should propose manufacturers which meet therequirement of bidding document.

Due to summer vacations, we are facing hard to receive the offers from the supplierswhich much time, meanwhile you are kindly requested to extend the deadline for thesubmission of bids for additional 8 weeks, so that we are interested in participating inyour call for tenders.

Please refer to the time extension notice.

Regarding method of payment, especially about hard currency, does the employeropen letter of credit in favor of Contractor?

Yes.

ln Section 6 of VOLUMEI, Scope of Supply of Plant and Services, Page 63-65Clause3.7-3.9

According to tender documents, all the equipments except transformer are clearlyrequired:

The equipments must be type tested in a sTL member testing organization orlaboratory, and the name of type tests are also specified clearly.

Page 3l of50

3t o$ tLl

/

ABrlCrarancation-r #- rt n**

Answer 72:

Query 73:

Answer 73:

Query 74:

We understand that PGCB need nice equipments with excellent quality, and therequired type test reports is to ensure the products quality. But not all the reputablelaboratories or organizations are involved in STL, there are also many otherlaboratories and organizations which are authoritative enough to issue credible typetest reports, which means these equipments are also credible and have excellentquality.

Accordingly, we sincerely ask you to accept these equipments with type test reportsissued not only by STL members, but also from other independent testinglaboratory/organizations as per relevant IEC standards.

Bidders are required to submit test reports as per the provision mentioned in thebidding document.

ln case, we are quoting separately for Lot-1 & Lot-2, whether it is mandatory to submittender document for both lot separately.

Bidder must quote and submit bid proposals separately for Lot-1 and Lot-2. However,copy of tender document is not mandatory to submit with offer.

It allowed to deploy one common team for line and substation implementation if samecontractor is awarded the both Contracts?

AnswerT4: No,

It is required to deploy mmpletely separate teams for Lot-1 and Lot-2 if same Contractor is

awarded to the both lob.

Query 75: As behrueen the Parties, the Contractor shall retain the copyright and other intellectualproperty rights in the Contracto/s Documents and other design documenb made by(or onbehalf of) the Contractor,

Answer 76: Copy right shall be of Employer, not Contractor.

Query 77: After the detail analysis of the "bidding proposal" by our technical team we find thatunder the Clause no.2.4 sub-Clause 2.4.2the tendered should have the experience of"at least one of the mentioned contracts must be completed outside the bidders owncountry". We do agree that this is possible to have a completed project outside thebidders own country. Our technical partner is based on China, who has a vastexperience in related field, which exceeds the requirement by the PGCB, But they haveinsufficient experience outside their own country.

ln this situation we are requesting you to consider the clause no. 2.4.2 andexclude/delete the requirement "at least one of the mentioned contracts must becompleted outside the bidders own country''from the bidding document.

Page 32 of50

32_ o& t2-l

,/,.,lt/< a.'!/z w-

ABrL clarafication-l 4- / t.

Answer 77:

Query 78:

Bidde/s qualification requirement shall be as per the criteria mentioned in the Section 3

- Evaluation and Qualification Criteria, Volume 1 of 3 of the bidding document.

Please, refer the clause no. 1.2.9 (i), Page 3-4, Section - 3, Volume - 1,

Consider the case, where bidder has proposed more than one manufacture/s for thesame item / equipment / plant.

ln this case, we understand that it is not compulsory for the bidder to quote more thanone prices against the same item / plant for each proposed manufacturers.

However, bidder will be allowed / bound to supply such item from any one of theproposed technically responsive manufacturer's at the quoted price in Price Scheduleagainst that item.

Kindly, confirm whether our above understanding is in line with tender requirements ornot?

ln case the bidders propose anyone equipment from more than one manufacturer, onlyone price shall be quoted for such equipment offered in the technical proposal. The bid

shall be rejected if the bidder quotes different prices for particular equipment, whichhave been proposed from different manufacturers, and/or for a particular item. Pleaserefer to amended Clause 1.2.9(i), Section 3, Volume 1 of 3 of the bidding documentand Addendum-1 in this regard.

Please, refer the clause no. 1.2.7 (e), Page 3-4, Section - 3, Volume - 1.

Consider a case, where bidder wants to propose a same planUequipment from two ormore manufacturer among which some of the manufacturers are from withinEmployer's country and other manufacturers are from outside Employe/s country.

ln this case, we understand that Bidders will not be allowed to quote two differentprices (i.e. CIF and EX1V both) forthe same item as permitted in clause no. 1,2.9 (i),Section -3. For example CIF quote for outside country manufacturer and EXW quote

for within country manufacturer for the same item will not be allowed.

ln this case, bidder has to quote either CIF or EXW price (e.9. say CIF quoted) and atlater stage, if the bidder wish to supply from the other alternative (e.9. say DOV supply)which is not quoted in the price, then the price of this item will be derived in line withclause no. 1.2.9 (ii)& (iii), Section-3,

Kindly, confirm whether our above understanding is in line with tender requirements ornot?

Answer 78:

Query 79:

Answer 79: Bidders are not be allowed to quote two different prices (i,e, CIF and EXW both) for thesame item i.e. CIF quote for outside Employe/s country manufacturer and EXW quotefor within Employe/s country manufacturer for the same item will not be allowed.

Page 33 of50

39 0t rzl

,/ABrlCrarancation-r @.-.

/* {

c'flY

Query 1:

Answer 1:

Query 2:

Answer 2:

Query 3:

Answer 3:

Query 4:

Answer 4: Confirmed.

Et -l__"IL

Volume 2 of 3 (Loh1: Transmission Line)

Kindly refer tender Volume 2 Section 8 "Towe/'Appendix 8.A8,1(d), all bolts belowbottom cross-arm level shall be locked by locknuts (Antitheft type). However, As perClause 8.3.3 Page 8-17 Sec 8, 3mm thick flat washers conforming to BS 4320 Form Eand single core spring washers conforming to BS 4464 Type "B" shall be used. We willbe using only spring washer conforming to BS 4464 Type "B" or equivalent under eachnut to serve purpose of locking device. We are not proving any flat washer. Pleaseconfirm.

(i) Locknuts (Antitheft type) shall be as per the sample drawing (bid drawing).

(ii) Both the spring washer and flat washer shall be used.

(iii) British Standard is required to be followed (where specified), equivalent standardsare not allowed.

Kindly refer tender Volume 2 Section I "Towe/' Clause 8.2, where it is mentioned thatthe Contractor is require upgrading the design of 400kV tower with BSEN angles andISO nuts and bolts with respect to grade and size. Outline drawing of towers andcomplete loading trees including load factor are enclosed with the specification.However the same is not included in provided tender document. lt is requested tokindly provide all the loading trees and line and clearance diagram of all relevant 400kVtowers to enable the necessary design activity.

The loading tree and outline drawings of all type of 400kV overland towers has alreadybeen enclosed in Section 19 and specification of wind loading on tower is mentioned inClause 8.2.4.3 (c), Volume 2 of 3 (Lot 1:Transmission Line) of the bidding document.However, softcopy of said drawings/documents are enclosed herewith. Hardcopy shallprevail in case of any discrepancy,

Kindly clarify on which towers, the work platforms are required to be provided if any asLadders and Rest Platforms are not required as per Appendix 8.A,8 of chapter 8Volume 2.

Please refer to Appendix 8.A8.1 for 400kV Overland portion and Appendix 8.A8.2 for400kV River crossing tower and 400kV River Crossing Anchor tower. Appendix 8.A8.2has been modified through addendum.

Kindly refer tender Volume 2 section 8 "Towe/' clause 8.7,7 "Type Test" where it ismentioned that towers as specified in Appendix 8.A,1 shall be type tested. weunderstand that all the type tested towers after replacing the damaged members afterthe type test shall need to be supplied to the employers in addition to the sparetowers. The cost of such supply must be included in the contract price itself. Pleaseconfirm if the understanding is correct,

Page 34 of50

94 o& tlfABTL Clarafication-l

4,/ ,y',

@y'

Query 5: We have done sag tension for river crossing tower as per Conductor system loadingAppendix 11.4312 and spans considered as per river crossing profiles. Accordingly forRuling span of 1068.35m we are getting maximum conductor sag = 60.221n.Therefore for 1300 m river crossing span, maximum conductor sag works out to be =60.221.(1300/1068.5)^2 = 89.17 m. However as per specification profile, themaximum Sag for 1300m span is mentioned as 123m. We are getting difference insag = 123 - 89.17 = 33.83m. ln view of this, please confirm whether it is mandatory tokeep the height below bottom cross arm=156.8m as per specification drawing no,PGCB/ABTU4DR(REV.00) for design of Tower type: 4DR.

Answer 5: Sag{ension calculation has been checked and the amount sag mentioned in thespecification has been found correct. However, please refer to revised outline drawingof river crossing tower, anchor tower and profile drawing in addendum which has beenmodified due to highest flood level.

Query6: Kindly refer to the Volume 2, Chapter 18, Clause 18.1.11 "Witness of Tests byEmployed'it is stated that

a. Two Engineers of the Employer shall visit at manufacturer's works/ testing stationfor witnessing proto-assembly test for each type of towers.

b. Two Engineers of the Employer shall visit at manufacturer's works/ testing stationfor witnessing AcceptanceiSample Tests (Visual Check, Galvanizing Test, MechanicalTest of Tower Members/Nuts and Bolts/Plates/Hardware Fittings andior otheracceptance/sample tests as specified in the Specification) of Tower materials,lnsulators, Conductor, insulator and conductor fittings with accessories, OpGW andOPGW fittings with accessories before each shipment of materials.

The cost of the air fare, hotel charges, laundry expenses, traveiling expenses, food,health Facilities and all other related cost shall be borne by the Contractor. Each visitmust be minimum of 7 days or more than 7 days (if required) excluding travel time. Aper diem allowance of US$ 100 or equivalent shall be additionally given to theEmploye/s Engineers per head including travel time by the Conkactor. All costs forthe above visits are deemed to be included in the Contract.

It is to mention that the intent of the formulation of the Clause keep in mind theintemational travel of the engineers and hence all the parameters are stipulatedaccordingly. However, for locally supplied items the applicability of the same Clause isimpractical and hence need to be relooked. We propose that for the locally supplieditems per diem allowance as per PGCB local travel norms for 2 days per visit must bein the Contractor's scope.

We hereby request you to kindly relook into it and frame a separate Clause for testwitnessing/inspection for the materials to be supplied from within Bangladesh. pleaseClarify.

&--'ABTL Clarafication-l lO, I :Tt- Page 35 of50

3g of tYt

/ u>'

,{

Answer 6:

Query 7:

Answer 7:

Query 8:

Answer 8:

Query 9:

Answer 9:

Query 10:

Please refer to the Addendum no.1 in this regard.

Kindly refer to the list of drawings provided along with the drawings where it is

observed that only lnsulator Fittings of 230 KV, Antitheft Nut and Bolt and Typical SLDof 400 kV River Crossing Towers are provided with the tender. No Drawing applicableto Overland Portion of 400 kV Towers, HW Fittings, lnsulators, Spacer, 400 kV Earthwire Fittings, OPGW Fittings, Vibration Dampers are Provided with the tenderdocument. lt is requested to please furnish the same.

Loading kee and outline drawings of 400kV overland towers, 400 kV EarthwireFittings, OPGW Fittings have already been included in the Section 19, Volume 2 of 3(Lot-1: Transmission Line) of the bidding document. However, softcopy of saiddrawings/documents are enclosed herewith. Hardcopy shall prevail in case of anydiscrepancy.

Kindly refer to Volume 2 of 3 Chapter 8 "Tower'' Clause 8.2.24 " Cradle Guards" whereit is mentioned that at all the railway Crossing and Road Crossings, Cradle Guardsshall be lnstalled. We have the following clarification

a. Can you please categories the type of road crossing (e.9. National Highway/State

Highway, road width etc) where it shall be must to install the cradle guards? Please

Clarify

b. We request that a typical Cradle Guard drawing may please be issued with thebidding document?

(i) Please refer to the Clause 8.2.24, Page 8/18 of Volume 2 of 3 of the bid document,

where it is mentioned that'Cradle guards shall be installed at highway crossings andrailway crossings and shall be designed for 126k9/mz wind pressure'.

(ii) Cradle guard design has to be proposed by the Contractor during execution stage.

We would like to bring to your kind notice that the quantities of 400 kN lnsulators are

very small compared to other 12011601210/300 KN lnsulators. Also, the 400 kN

lnsulators are used on a special case basis and not many of the insulators andinsulator strings of 400 kN rating shall be type tested in line with the requirement ofthe bidding document. We understand that submission of Type test reports upto 300KN lnsulators shall be considered substantial and it shall not be mandatory to submittype test reports for 400 KN lnsulators. Please confirm if the understanding is correct.

The test report for 400kN insulators and insulator strings alongwith other insulatorsand insulator strings are required to be submitted as per requirement of the biddingdocument.

As per Clause number 8.2.4.1 a) ii) on Page 8/6 of Volume 2 of 3, "Wind pressure atright angles to the lines on the whole projected area of conductors and earthwires ofthe specified lengths (wind spans), tower members, insulators and all other fittings

d-h't- t Page i6 of50

3b o& tzt

ABTL Clarafication-l '" TL 2 C"P

/t{

and the transverse components of the maximum working tensions of conductor andearthwire due to maximum horizontal deviation angle of the line,"

Whereas, As per Clause number 8.2.4 last Para on Page 8/5 of Volume 2 of 3, "The

effect of oblique wind 30' and 45' shall be considered in addition to 0' in normalcondition. And all tower load cases shall be considered in minimum and maximumangles."

a) Please confirm we have to consider oblique wind 30' and 45' in additionto 0' in normalcondition only.

b) Please confirm that to calculate the loads of 400 kV On-land Towers, wehave to use formulas furnished under Clause number 8.2.4.3 on Page 8/7to 8/10 of Volume 2 of 3 of river crossing.

c) As per Clause number 8.2 on Page 8/3 of Volume 2 of 3, we have tofollow loading trees enclosed (missing in specification now). However, asper Clause 8.2, Page 8/3 of Volume 2 of 3, "if loads are inadequate

Contractor will be allowed to modify earlier towers.

It may be noted that as per the wind velocity and formula furnished in specification,We have derived the sag-tension calculation considering normal span of 400 m and

accordingly the comparison of values are as under.

Sr Description Values consideredin Existing Design

Valuescalculated asper formulae inspecification.

1 Wind Velocity Data Not available 45 m/sec

2 Maximum wind pressure on

a) conductorb) EWOPGW

120kglm"128kolmz

167 kg/m'z

205kolm"3 Maximum Tension

a) Conductorb) EW

C) OPGW

7150 kg

3480 kg

3700 kq

9092 kg

4909 kg

5177 ko

4 Tension at Every day condition

keeping conductor sag as 13,55

m at 80'C No wind condition to

match height of existing tower.

a) Conductorb) EW

C) OPGW

3545 kg

2450 kg

1690 kq

3726k91582 kg

1710 ko

5 Factor of safety at Every daycondition (Stillwind)

a) Conductorb) EW

C) OPGW

5.00

5.85

5.92

4.757 < 5.0

5.362

5.847

Page 37 of50

3l of trtABTL Clarafication-l t-oT-l :Tu &- h, *

/zt

Answer 10:

d. As per above comparisons, if Normal Span is 400 m. for the height of existingtower, the sag of conductor is such that required ground clearance may not be

available with conductor factor of safety of 5.0 is to be maintained.

Please check the sag-tension calculations and clarify the wind pressure and tensionvalues of Conductor, EW and OPGW to be considered for design of towers.

e. Considering the derived wind pressure as above, it seems there would be majorchange in loadings and thereby member sizes. Hence, based on corrected windpressure and loading, Bidder may be allowed to design new tower with differentpattern, but maintaining the base width restriction.

f. As per loading trees of existing 400 kV towers, there are separate loading trees forgust response factor of 1,08 for 4D1 and 1.17 for tension towers. Please clarifywhether such load cases to be considered or not, lf, yes furnish values of loading tobe considered in design of towers.

(a)Confirmed.

(b) The loading tree and outline drawings of all type of 400kV overland towers areenclosed in Section 19, Volume 2 of 3 (Lot-1: Transmission Line) of the biddingdocument. The Bidders are required to calculate the wind loading on tower body asper Clause 8.2.4.3 (c), Volume 2 of 3 (Lot-1: Transmission Line) of the biddingdocument. lf the bidder intends to propose additional load case for the safety of400KV overland towers then the criteria mentioned in Clause 8.2.4 and 8.2.5 shall be

followed.

(c) Loading trees are already enclosed in the Section 19, Volume 2 of 3 (Lot 1:

Transmission Line) of the bidding document. The Bidde/Contractor are not allowed tochange the loads but they are allowed to add the loading case (if seems necessary bythemselves). Please refer to the Addendum no.1 in this regard.

(d) Wind and wire loading criteria has already been mentioned in Section 8, Volume 2

of 3 (Lot-1: Transmission Line) of the bid document. The tension limit and windpressure given in Section 11, Volume 2 of 3 (Lot-1:Transmission Line), shall be usedfor tower spotting purpose. The Contractor may need to use the 400KV overlandtower by reducing span and with higher extension to maintain the proper ground

clearance.

(e) Please refer to above answer (b). The prospective bidders may already havenoticed that the middle crossarm width is higher than the other crossarms in all the400kV overland towers. Bidders are allowed to reduce the middle crossarm width(circuit to circuit distance at middle crossarm level) maintaining adequate clearance atall levels as per outline drawing. However, height of bottom crossarm level from towerbase must be kept unaltered. lt is to be mentioned here that the distance between middlecrossarm to top crossarm or middle crossarm to bottom corssarm may require to be increased

Page 38 o! 50

98 of t21

ABTL Clarafication-l lort'.rL &- /, u+/'{

Query 11:

Answer 1 1:

to maintain adequate clearance if the Contractor intends to reduce the middle crossarm width.Please refer to the Addendum.

(f) Load case for gust response factor is to be considered as per standard practice.

As per Clause number 8.2 on Page 8/3 of Volume 2 of 3,400 kV Towers, "The

Contractor is required upgrading the design of existing available 400kV towers,Outline drawing of towers and complete loading trees including load factor areenclosed with this specification in this regard. lt may be mentioned here that theContractor is responsible for design of all the towers including earlier modeledoverland towers the Contractor will bear all the risk for all the towers. Hence, in casethe Contractor feels the loads mentioned in the loading trees are inadequate against'fit for purpose', the Conhactor will be allowed to modify the earlier modeled towerskeeping the outline and member paftern unchanged."

a) The outline drawing of towers received are not legible. Please issue legible copies

of the outline diagrams for all towers,

b) Along with above documents, requested to furnish Sag-Tension Calculation,Detailed Design Calculations (Wind in tower loading calculations, angle sizes, No. ofBolts at each connection, etc.) PLS-Tower Models, Bill of Material, StructuralDrawings, etc,

c) We feel that Contractor may be allowed to modify the earlier modeled towerkeeping same outline, but, there should not be any restriction on member pattern asConhactor is responsible for design of all the towers including earlier modeledoverland towers. Please confirm that this is acceptable.

(a) The Bidder is requested to collect the photocopy of the outline drawings of towersif not legible. Softcopy of the loading tree and outline diagram in pdf are alsoenclosed. Hardcopy shall prevail in case of any discrepancy between the hardcopyand softcopy.

(b) The loading tree and outline drawings of all type of 400kV overland towers areenclosed in Section 19 and wind loading shall be as per Clause 8.2.4.3 (c), Volume 2of 3 (Lot-1: Transmission Line) of the bidding document. The Contractor has to modelthe towers with redundant and without redundant for all extensions in PLS Towersoftware and develop structural drawings, shop drawings, Bill of material etc. andsubmit all the drawings in Auto CAD. Softcopy of structural drawings and shopdrawings must be submitted in AutoCAD before proto-assembly of towers.

(c) Please refer to the Clause 8,2, Page no. 8/3, Volume 2 of 3 (Lot1: Transmission

Page 39 of50

39 of tLl

ABTL Clarafication-l LOTT : TL

Query 12: Normal Design Span for On-land Towers is 400 m. Please confirm.

Answer 12: Please refer to the Appendix 8.A4, Page no. 8/38 and 8/39 of Volume 2 of 3 of the bid

document in this regard.

Query 13: Please furnish the value of Sag Enor to be considered to derive tower height.

Answer 13: Tower height has been fixed in the specification. Hence, the value of Sag Error is not

required to be provided.

Query 14: As per Clause number 8.2 on Page 8/3 of Volume 2 of 3,230 kV Towers. "Outline

drawings and structural drawings of previously approved and load tested 230kV fourcircuit and double circuit towers will be provided by the Employer. Hence, the

Contractor is not required to design 230kV towers."

Please furnish Bill of Material for Angle Size vise requirement including Bolts-nuts forthe project.

Answer 14: Relevant necessary information with drawings will be provided to the Contractor

during the implementation stage.

Query 15: ln, Clause number 8.2.4.3 on Page 8/8 of Volume 2 of 3, Reliability factor K1 = 1.15

for climatic loadings for River Crossing Suspension and Anchor Towers. Please

furnish value of K1 for 400 kV On-land Towers.

Answer 15: The reliability factor Kr = 1.15 shall also be considered for climatic loading calculation(if required) of 400kV Overland towers.

Query 16: As per , Clause number 7 .2.6 on Page 714 of Volume 2 ol 3, "The top of chimney oftower foundation shall be at least 450mm above nominal ground level,"

Whereas, in drawing of earthing same is shown as 300 mm,

Please confirm that the top of chimney of tower foundation shall be at least 450mm

above nominal ground level.

Answer 16: The top of chimney of tower foundation shall be at least 450mm above nominalground level. Please refer to the addendum in this regard.

Query 17: a. As per bid drawing no TL-013 attached with specification (river crossing suspension

shing), 20mm ball and socket size is recommended for 300KN insulator but with20mm ball and socket 300KN UTS is not achievable by using even highest grade ofmaterial recommended for manufacturing insulator hardware fittings, As per IEC-

61466 the maximum UTS for which 20mm ball and socket to be used is 210KN. for300KN UTS, ball and socket size should be 24mm. Kindly confirm,

,/

Page 40 of 50

4o o& lLt

d--- /*. @'r

ABTL clarafication-l LOr l: TL ''

'/

//

'4'

Answer 17:

Query 18:

Answer 18:

Query 19:

b. Similarly to achieve 400 KN UTS, as per IEC-61466 (river crossing tension string),ball and socket size shall be 28mm instead of 24mm. Please confirm.

c. Kindly also confirm the ball and socket size for 120KN and 21OKN insulator.

d. Kindly also confirm the type of 19/3.67 earth wire whether it is Aluminium Clad Steel

or AACSR. Kindly also confirm the UTS of the same which is not provided in the

technical specification as the UTS is very much essential for designing the midspanjoint and dead end.

(a) Ball and socket size for 300KN

Addendum.

(b) Ball and socket size for 400KN

Addendum,

(c) Ball and socket size shall be 16mm for 120KN and 20mm for 160kN & 210KN

insulators as per IEC 60305.

(d) 19/3.67 earthwire is Aluminum Clad Steel.

a. The Technical specification of OPGW for 400 KV River Crossing line is missing.Kindly request you to please provide the Technical Specification for the same.

b. ln the Appendix 11.A112 for 400 KV River crossing Portion (Page-11/19) ofSection-11 of Volume 2 of 3 (TL), for the earhtwire, only diameter is given under

technical parameters and other important parameters (i.e, Operating Temp., Min.

Mass, No, and Dia. Of Aluminium and Steel wire, Weight, breaking load etc.) are

not provided.

Hence, we kindly request you to please provide all the technical parameters forthe 19x3.67 earthwire.

(a) The OPGW shall be equivalent to 19X3.67 20SA earthwire.

(b) Available information has been included through addendum. The bidders are

suggested to communicate with their manufacturer for remaining parameters,

Following Pages of Load Tree details provided with original tender documents are

missing:

1) Tower Type 4DT6T (Tension Tower) :

Page 1 of 16 is missing, kindly arrange to provide.

2) Tower Type 4DT6T (Terminal Tower) :

Page I of 18, 10 of 18 and 16 of 18 are missing, kindly arrange to provide.

insulator shall be 24 mm. Please refer to

insulator shall be 28 mm. Please refer to

Page 4l qf50

4t o& tLl

ABTL Clarafication-l

'/'< e'tt"C--- ,4?L6[I:TL // L"

/,

Answer 19: The missing Pages are enclosed (Attachment-3).

Query 20: As per Appendix - 1.A2 (Terminal Point), Section-1, Volume 2 of 3 :

OPGW and Earthwire shall be terminated at the Sub-station gantry for both 400KVand 230KV Transmission Line.

We understand that supply of Optical Fiber Patch Panel for connection of OPGW at

Sub-station is not in the scope of this Contract (Lot1: Transmission Line). Kindly,

Confirm.

Answer 20: The supply of Optical Fiber Patch Panel for connection of OPGW at Sub-station is not

in the scope of the transmission line Contract (Lot-1). However, the transmission line

Contractor has to install a joint box on substation gantry structure to connect the

OPGW and optical fiber cable.

Query 21: Termination Point

We request you to kindly arrange to confirm I freeze the tower locations of 230kV DC

Rampura - Haripur line and Rampura - Ghorashal line for termination of Turn-in and

Turn-out line from Bhulta 400KV Substation.

This will enable us to collect the realistic details of route / work requirements.

Answer 21: The Bidders are requested to conduct site visit and get them acquainted with in-outpoint of 230kV lines. However, in-out points shall be finalized during the executionperiod.

Query 22: Route Clearances / Access

As per standard practice followed by various Power Transmission Utilities in

lnternational Tender, Employer / Utility shall be responsible for acquiring and providing

legal and physical possession of the Site and access thereto and for providing

possession of and access to all other areas reasonably required for the proper

execution of the Contract, including all requisite rights of way. The Employer shall give

full possession and accord all rights of access thereto before commencement of workwithout any cost implication to Contractor.

We request you to kindly arrange to clarify and confirm the above point and issue

necessary amendments in this regards.

lf, route clearances / Access are under the Contractors Scope, kindly arrange toprovide the guidelines shall be followed for compensation of Land, Trees, Crops,

House etc. and all kind of damage compensation.

Answer 22: Route clearances / Access are under the Contractors Scope as per GCC Clause 10.

Please refer to the addendum in this regard. Bidders are suggested to contact with

ABTL Clarafication-l lfif,- \ : TL,/^ crt-'*/ft * T;'*,Lt

relevant agriculture, forest and public works department for rate of compensation.Bidders are also requested to conduct site visit along the route to get them acquaintedregarding the extent of compensation.

Query 23: OPGW Requirements

a) Whether supply of Fibre Optic Cable (Approach Cable) is in the scope ofContractor?

lf yes, what will be the length required on either side of the line? Kindly,

Confirm.

b) Tension set for OPGW are same for splicing and non splicing locations?

Unit "each" in the price schedule for OPGW tension set is for one side oftower or for both side of the Tower? Kindly Clarify.

Answer 23: (a) The fiber optic cable supply is in the scope of Substation Conhactor.

(b) Unit "each" in the price schedule against OPGW tension set is applicable for one

side of one crossarm of tower.

Query 24: OPGW Connector

We request you to kindly arrange to clarify whether any special kind of connectors

required to connect Overland portion OPGW (Al 16/2.65 (st 10/2.65)mm equivalent

with River Crossing portion OPGW (19x3.67 20 SA). Please Confirm.

Answer 24: Special type interconnection fittings are not required though the size of OPGW isdifferent for overland and river crossing portions as the OPGW will be connected with

tower by tension sets. Contractor has to installjoint box on anchor towers.

Query 25: Tower Leg Extension

As per price schedule, rates to be quoted per tower for equal leg extension only for400KV Transmission Line.

lf unequal leg extensions to the towers required during contract execution as per site

conditions, then how payment will be paid against supply of Leg Extensions ? Kindly,

Clarify.

Answer 25: Unequal leg extension shall not be used.

Query 26: Tower Foundation

lf any additional works required to be canied out for foundation protection such ascutting / filling / retaining wall etc., will it be Oaid s2aralely? Kindly clarify.

//ABrL clarafication-l LoT-t : TL 4--^k-=

Al])(y - Page 43 of 50_

// L-,/ ,{./' (t

1g of I Ll

We request you to ask for the unit rates of various individual items pertinent tofoundations activity (i.e. Benching / Excavation / Concreting / Steel etc...) for betterunderstanding and clarity during contract executions,

Answer 26: Additional unit rate of boring and sand filling has been added in the price schedulethrough addendum, Price of any further additional item required for foundation workshalldeem to be included in the bid price.

Query 27: Approved / Acceptable Suopliers

At this stage, PGCB's acceptability of our offered suppliers for particular item is also

doubtful. Further, unit rates of same item will also vary widely from supplier tosupplier.

By considering above, we request you to kindly arrange to provide the item wise list ofApproved / Acceptable manufacturers and suppliers to enable us to consider the

same in our offer.

Answer 27: There is no such list available. Bidder should propose manufacturers which meet the

requirement of bidding document.

Query 28: Technical Specification / Drawings of following items are not available:

o Temporary Earthing Equipment

o Elcomer. Motorised Jointing Compressor for conductor complete with dies suitable for

conductors and earthwires.

o Livestock Guard

. Bird Guard

. Spike Type Anti climbing Device

o Ladder. Rest Platform

o Work Platform

. FallAnest System

Answer 28: Contractor shall furnish the technical details (Specifications and drawings) of the

above items during execution.

Query 29: Whereas the design of the 400kV and 230 kV towers are in scope of the Contractor,please clarify that the required type test on 400kV or 230 kV towers and the cost oftype tests will be in charge of employer or to be included in price offer. Also please

clarify if any limitation of the type test laboratories.

Page 44 of50

4+ of tL,

ABTL Clarafication-l l-fft- l '. TL

M,/'Y Gs*\

tr.

Answer29: Please refer to ltem no. A1.12.1f0r type test of 400kV overland towers (Load Test),The cost of Proto Assembly Test of 230kV towers shall deem to be included in the unitprice of relevant towers. Addendum has been issued in this regard.

Tower can be tested any technically suitable Testing Station. For Type Test of othermaterials please refer to Section-6, Volume 1 of 3 and relative specification in thebidding document.

Query 30: According to the technical specification, the Contractor should redesign the 400kV and230kV towers according to the loading conditions that may differs from standard(Dimension, weight,....) tower such as 4DL,4D1 ,4D25,4D45,4DT60,2Q1,2Q1,...Please confirm.

Answer 30: Contractor has to design 400kV towers only as per the specification mentioned in thebidding document, lt may be mentioned here that loading hees and outline diagrams

have been provided for 400kV overland towers. Contractor will not require to design

any 230kV towers. Drawing of 230kV towers shall be provided by Employer during

execution period.

Query31: Regarding to ltem 6 above is it possible to have the existing drawings of standardtowers that designed before for consideration in design of new towers?

Answer 31: Outline drawings of 400kV towers have already been included in the biddingdocument.

Query 32: We understand that it's Contractor's responsibility to investigate the soil. But wouldyou please provide us the approximate statistics about the soil resistivity of each

location of the route of transmission line?

Answer 32: We do not have any information as mentioned above. Bidders are requested toconduct the soil investigation by themselves for soil properties.

Query 33: Civilwork

1 -Request to provide geotechnical information.

2-Request information for flooding of the station in extreme precipitation conditions,e.g. SOyear return period flood.

3-Reuest information for construction dike flood controlling.

Answer 33: (1) We do not have any information as mentioned above. Bidders are requested toconduct the soil investigation by them for soil properties.

(2) Bidders are suggested to collect the above mentioned information from WaterDevelopment Board or relevant authority.

(3) Bidders are requested to go through Section-11 and Section-12, Volume 2 of 3(Lot-2: Substation) of the bidding document.

Pase 45 of50

4 5 ot tz-l

,r-4

ABrLClarafication-r LoT- t: TL e-/Y\<z ,/

- ,{.

We understand that the Contractor shall prepare shop drawings, fabricate andsupply towers according to the loading trees & outline diagrams provided by you

for 400kV overland towers. Should we require submitting the shop drawings to you forapproval?

The Contractor shall require to submit the shop drawings in hard copy and

softcopy in AutoCAD format before the proto assembly test of towers. The shopdrawings of respective towers shall be considered approved after successfulcompletion of the proto type load test for 400kV overland towers i.e. no formal

approval is required, The Contractor is required to submit the structural drawings in

AutoCAD format at the same time.

ln Drawing no. PGCB/400KV/ABTURC-PROFILE,R0, Volume 2 oI 3 (Lot-1:

Transmission Line) the highest flood level is shown as 4m. But after site visit, we think

it will be more than 4m. Please confirm that the clearance of the bottom conductorfrom highest flood level 25 m will be considering highest flood level 4m from GL or not,

Contractor should collect the 50years Highest Flood Level Data from the WaterDevelopment Board or relevant authority. K-point level of river crossing and anchor

towers shall be 450mm above highest flood level. Drawing of river crossing tower andriver crossing profile has been modified through Addendum-1.

We understand that mechanical test for 300kN and 400kN insulators are not required

during sample test (FAT). Please confirm.

Your understanding is not correct. 300kN and 400kN rating insulators will be used inriver crossing portion. Hence, this is the Employe/s requirement that mechanical testis required to be performed on 300kN and 400kN rating insulators during sample test(FAT).

Reinforcement Steel

Please, refer the clause no,7.2.15,7.3.5,7.4.3 of Volume 2 of 3 (Technical

Specification for Lot-1: Transmission Line)

From above clauses, we could not define the requirements of Epoxy CoatedReinforcement bars.

Kindly, confirm whether all required Reinforcement Steel Bars is Epoxy Coated.

lf yes, kindly arrange to provide the detail Epoxy coating specifications to be followedwith clearly mentioning the types of coating materials / methodology / Dry FilmThickness / standards.,.,.etc. to enable us to assess the exact tender requirements.

Query 34:

Answer 34:

Query 35:

Answer 35:

Query 36:

Answer 36:

Query 37:

Paqe 46 qf 50

4a o& t?-l

ABTL Clarafication-l LOT- I .. TL

4(#M/ tlI

Answer 37: Reinforcement Steel Bars are not required to be Epoxy Coated. The specification ofepoxy coating has been given general purpose only.

Query 38: Tower Steelwork

Please, refer the clause no.7.4.4 of Volume 2 of 3 (Technical Specification for Lotl:Transmission Line).

We understand that all galvanized tower steel upto 3 meter or upto maximum

anticipated flood level from ground level (whichever is maximum) shall be protected by

Coal Tar Epoxy Coating,

Kindly, confirm whether our above understanding is in line with tender requirements ornot.

Also, define / confirm the maximum anticipated flood level in proposed route,

wherever required to be considered to further assess the Epoxy Coating requirements

beyond 3 meter from ground level.

Further, also confirm whether Epoxy Coating on Tower Steel needs to be applied at

manufacture/s place or at Site Location. This will enable us to assess the exact

requirements for suitable consideration in our tender working,

Answer 38: Please communicate with Bangladesh Water Development Board or relevant authority

regarding highest flood level.

Epoxy Coating on Tower Steel may be applied at site.

Query 39: Tower Accessories

We request you to kindly confirm the Ladder and fall arrest system requirements forRiver Crossing, Anchor and other heighted towers.

Answer 39: Please refer to the addendum,

Query 40: OPGW Specification

Technical Specifications for OPGW (19x3.67 20SA earthwire equivalent OPGW)require to be used for 400KV River Crossing section is missing. Kindly, arrange toprovide the same.

Answer 40: Please refer to the Addendum-1 and reply of earlier query of Clarification-1 in thisregard. .,

Page 47 of50

47 of t2-)

ABTLClarafication-l tOT-t :'iL

#-- 19n cbs)

Volume 3 of 3 (LOT-I: Transmission Line)

Query1: Please, refer the ltem No, A 1.6.1 (Tower type 4DAX Standard including proto

assembly test) and ltem No. A 1.7.1 (Tower type 4DR Standard including proto

assembly test) in Price Schedule 81 and 82.

From the item description, we understand that Loading / Destruction testing notrequired for tower type 4DAX and 4DR. Kindly, Confirm

Answer 1: Confirmed.

Query 2: Please, refer the ltem No. A8.6 and 8.7 in price schedule 81 and 82 regarding bypassing of line.

(a) We understand that required Poles / Towers for by passing the line will beprovided by PGCB. Kindly Confirm.

(b) Quantity given in LOT. We request you to kindly anange to define the exact scope

/ quantity to be covered under this item as per site conditions,

Answer 2: (a) Required poles are available in PGCB's store. Contractor has to collect the poles

from PGCB's store and restore the same in the PGCB's store after dismantling.

(b) Bidders are requested to visit the site and be acquainted of exact scope/quantity.

Query 3: Price Schedule 82 (Page no. SB-7)

Following foot note mentioned below the schedule:

"(* ) Bidders are requested to quote the Foreign Currency Price for item (a)- (d) in the

"Erection Cost" Column of Foreign Currency (F/C) Price only."

We could not understand the relevance of above guidelines in context of Price

Schedule given on Page SB-7. Kindly, Clarify.

Answer 3: The footnote is deleted through addendum.

Query 4: Price Schedule 82 (Page no. SB-27)

Following foot note mentioned below the schedule:

"The unit price quoted shall remain unchanged, even if the value of N increases duringfinal design of the dampers and it's approval thereof,"

We could not understand the relevance of above guidelines in context of PriceSchedule given on Page SB-27. Kindly, Clarify.

Page 48 of 50

4b &ru

^r Z- d'r'ABrLClarafication-l LoT-l : TL M / Z

r*

Answer 4: Quantity of dampers will depend on the design of damper proposed by the Contractor.As such, this quantity cannot be finalized by the Employer. Hence, the payment will be

made as per span basis.

Query 5: Tower Foundation (230KV)

Category / Types of foundation required for 230KV line not given in the Price

Schedule 81 and 82.

We request you to kindly arrange to provide the Tower wise various types offoundation requirements for 230KV line to enable us to further design / estimate the

cost,

Answer 5: Since the quantity of 230kV towers are small in compare to total tower quantity hence

category/types of foundation for 230kV towers has not been given.

Query6: a. The ltem No. A1.13.1 of Schedule 81 and Schedule 82 indicates the commonquantity for High Tensile Steel and Mild Steel of 230KV Towers.

We kindly request you to kindly arrange to provide the quantity break-up for High

Tensile Steel and Mild Steel to correctly estimate the cost.

b. The item description for the ltem No. A3,40 to A3.44 shows only tower type in the

Schedule 81 and Schedule 82. Further, from the price schedule, we understand

that ltem A3 in these schedules stands for Foundation work.

Hence, we kindly request you to please provide the correct description for ltem

No. A3,40 to A3.44 in the Schedule 81 and Schedule 82 along with types offoundation details to understand the exact requirement.

Answer 6: (a) Bidders are requested to quote as per the Price Schedule format,

(b) Your understanding is correct.

A3.40 to A3.44 in the Schedule 81 and Schedule 82 is applicable for foundation work

of 230kV line portion. Since the quantity of 230kV towers are small in compare to total

tower quantity hence category/types of foundation for 230kV towers has not beengiven.

Query 7: We understand that the line ltem No. 4.1.12.1 in Price Schedule 82 is applicable forthe proto type load tests and not only to proto assembly tests. Please confirm.

Answer 7: Confirmed. ltem no. 4.1.12.1 in Price Schedule 82 is applicable for the proto type loadtests including proto assembly tests. /.

n ,/a, crFABrL crarafication-l LOI - | : TL & /Y * pase 4e o.f 50

(4gofu

Query 8: lt is requested to kindly provide the soft copy of the price schedule in the MicrosoftExcelformat.

Answer 8: lnterested Bidders are requested to bring USB pen drive to collect the soft copy of theprice schedule in the Microsoft Excel format. Bidders are requested to compare thesoft copy with the hard copy since the hardcopy shall prevail in case of anydiscrepancy between the soft copy and hard copy. Bidders are also requested toupdate the soft copy as per addendum (if any).

Query 9: Kindly refer to the provided price schedule along with the tender where all the spacerand vibration dampers are asked on per span basis. However, there is no mention ofthe definition of span. We understand that these quantities must be in numbers.

Please confirm.

Answer 9: Bidders are requested to assess the quantity of spacer and vibration dampers

required per span and quote the price as per span basis.

Query 10: We understand that the project involves design of towers and its associatedfoundations of various type as per the different soil categories, However, going

through the price schedule it is observed that there is no line item for the scope ofwork for design. lt is hereby requested to kindly provide the price schedule for thedesign works.

Answer 10: Please refer to the 'Schedule 83: Design Services' of Schedule B of Volume 3 of 3 ofthe bid document.

Query 11: Please clarify whether the PLS-CADD software required to be SAPS enabled or not.

Answer 11: Existing PLS CADD licenses are for Optimum spotting, not SAPS enabled. However,Contractor has to upgrade Optimum spotting including SAPS enabled version.

Enclosure:As stated.

The above mentioned clarification will form part of the bidding documents.

Qs-^

Pase 50 of 50

50 of 1Ll

ABTL Clarafication-l Lol- t I TL

d-

[-nrtngw n rgwr- fl? P t/p- -J

OF-HRM.52

OWER GRID COMPANY OF BANGLADESH LTD.

MEETING ATTENDANCE RECORD

Title: DESlcN, SUPPLY ERECTION, TESTING & COMMISSIONING OF ASHUGANJ-BHULTA4OOKV TRANSMISSION LINE AND BHULTA 4OO/23OKV SUBSTATION ON TURNKEY BASIS(LOT-1 : TRANSMISSION LINE)

Pre Bid MeetinqRef:

tgn"

v

\./

tt;

S/N. Name and Designation

r r n,-^bk@ P'twa

Date: 0710812014.

'rsignature Phone/ Mobile e-mailAddress

I

J4 v' /.--.v/'J\

TDVA (n. LT[). A\^ ilFX otlwt7a7il tlq, [iwfrry /,V@J^il

1 D n^T5 L- 1a4a 1 9a l^ a Ctu O)

rll

-q J16 lbL|fif tr r€t*o,l^ bA @Xo\a,.e

3, 5u. rl ito,^ Q Co ftP sfzaU ow

Sdbb;7 2onry1 ,0(A.w c1y-- o tg n4z770z sd)[email protected]

4. S"i"lLurrta+ B . Shal-.A -c.n Ceneil f<olu[Tq.a,t W nfl17i2g2

1L711sujal@ kn/potat"u

POw@. (o'rn

5 Mb. nt[BLrL Mo/YtP"t . otAn fie1&t, shd.r., $ erw65"fi,.- i,.1. t

L, F"4"' .$rJ,t-t/tr d'r> 5 tDtqE

Br, N\a^a?q -, \Dc c- v- 0 rl t Soz\lCL 5 ; JJ ;11 r,tcnis}.r*@yLn

7-GPEc %f;*-tudat

tllank*,*. 4,ft ofi 606>t ?+t tB A - jP "

c A fi r n ail, r,o,rt

B K€c , E{ t'11'' (q-coShFtr-pA( Y*O *v

A,.,., -+Q r-&8oo lo f r [: yadalu-:d.s@)csctP3. onlru-r) 'Wto nharn r$ }.\6fitr c"r^i

ql\It\' )\n^.^.'^9ftJ1'lytnritr,.n 6r7r5L-tti,4l *"rrtn,uvrryi-6,'t,rht,l . b i5

loMotesrn hrss^^ l'\")'*"1';

€"'.7.o:.. o.h n q HflPT, l"U'11 s i <

ot6t6-$o)rro') h6pt dhrf.-e- ^ln"ta d . -t

I. Qazi .Maneur (<ri '"'A C, rV , So,lesriAtaL,

Ctffii €Ol7$o3sttV3o rn4n? u f. kqrirh @Cco{iaen,e5'

. qrn . lod

Vrd,ftt ehazL 4 lorrnf azLa\o I'ntez6v,Ylol tlJ

tt te\2471 otV6tooe st1 m {"@ rnr6a+ edna hakq. oro

la fu-i"t*nGn+,rl ,L* Brr, Gr;l&?c) *4( 0t1t7 4 tZgZ &^ l-*n@.*sr. co,

r$E qr, Md. Yt/ st,+tu+ 4hsst ff>Zc-f"lrr"d,fin-.l .ffi SW nTt{ t0c74 il/n^r,--Sffiyul^lt,ct,

r1, 4""S. 5.n'". nJayeer,.^ (altll,4rr, E., Qv. EE> "l$4_ ol7 ]l 7 tt tt\ j Y\Al€fYu\, f"arlr\V @

-tob.ea\r.-_

5t of t24

/

f

Cts,6

l-ArrnexrqE Nr- t]L PNe.QF-HRM-52

OWER GRID COMPANY OF BANGLADESH LTD.

MEETING ATTENDANCE RECORD

riue: oeslcN, suppLy ERECTION, TESTING & COMMISSIONING OF ASHUGANJ-BHULTA

4OOKV TRANSMISSION LINE AND BHULTA 4OO/23OKV SUBSTATTON ON TURNKEY BASIS

(LOT-1 : TRANSMISSION LINE)Pre Bid Meetinq

Date: 0710812014.

Name and DesignationPhone/ Mobile

qff:;;ffi{*ffi,"@2O(H 6 oBtY'

&dt'yJo" @ {nr"'"0 r'1 6 B 37 R4lsAJ Y"Jov -' (-obl.^ ,I I (vfa..oe,.t.rh

gcrf*Tt -o: t7224 SoiQLR eza 6p,'z{r T

5L of tu

pnneumeNr- t]P IlL

C :\Users\User\Downloads\B idder List (Bhulta) (5).doc

2014

Bidder's List Of Ashusoni Bhulta Proiect-2014:

il no. Name & Address of lirm Email Mobile & Tel. Local AgentName/Address

01 TBEA Co., LimitedAttn: Mr. Liu Shengying

[email protected] Mob:01713244745Tel:+861862'1415513

Fax:

Mr. Sajal Kumar SahaDhaka Mectech SolutionLtd.141/1 Nawabpur Road ,

Lalmiah Electric Market,

Dhaka

02. Simenes Ltd.

ZN Tower (Siemens House)

Road # 8, Plol#2, Gulshan

Avenue, Gulshan-1.Attn: Mr. H.N. Ashequr

Rahaman

Bishwaiit. [email protected] Mob:01914700063Tel: +880-2-9893536

Fax +880-2-989-5422

Mr. Shafiqul lslam

03 Shandding Electric Por,rcr

Construction No.2 Company,

China

Attn:

[email protected] Mob:01712815160Tel. +880-2-9561926

Fax: +880-2-9561927

Md. Daudar Rahman

Creative Enginees Ltd.Amin Court (3d Floor), 31,

Bir Uttam Dhaheed

Ashfaqus Samad sarak,

Motiieel C/A, Dhaka-1000

04 KEC lnternational Limited

Building No. 9A,(8tr floor)

DLF Phase-lll,Guraon-122002

Attn:Mr. KK Sinha

Mob:

Tel:+91 -1 24-6757555Tel. +880-2- 8415458Fax:+91 -22-66670260

Mr. Saah Uddin

House No.# 472,(1s Floor),

Road# 08, DOHS,

Baridhara, Dhaka-1 206.

05 Kalpataru Pou,er

Transmission Limited.

101, Part 111 G.l.D.C.Estate Sector-28, Gujarat,

lndiaAttn:Mr. Teias Odedara

[email protected] Mob:

Tel. +917923214000

Fax: +917923211951

06 ABB lndia Limited

Celebration Point, Plot

#3&5( 3rd

floor),Road#113/A,Gulshan,Dhaka-

1 21 2,Bangladesh .

Attn:Mr. Md. Ehsanur

Rahman

[email protected],comehsanur.rah [email protected]@bd.abb.com

Mob:01 75555221 6

Mob:01 730070890Tel: +880-2- 9856468

Fax:9850906

Mr. Mithu Kumar Bhowmick

07 lr,l/S Techno Electdc And

Engineering Co.ltd, 2F&3F,

Pail Plaa, Norh Block, 71,Park Street Kolkata,

Attn: Mr.Sumanta Chudhuri

[email protected] Mob: +919831270589

Tel:+91 98318 56617-

Fu:033-22171167

Mr.A.S.M Seraj Uddullah

08 lr,Us. Hyosung Corporation.

1 1 9,Mapo{aero,Mapogu,Seoul,Korea-121-720,

Attn: Euqene Eunsunq Lee

[email protected] Mob:01 71 5298041

Tel:82-2-707-6079Fu: +8227149324

Mr. Miah Moshanaf Hossain,

SAHCO lntemational Ltd.

S,Panthopath, Dhaka

09 Energypac Engineering Ltd.

Jiban Bima Tower

9$ & 11tt'fl0or.10 Dilkusha

C/A.Dhaka.

Attn: Mr. Touhidul lslam

Shaheen

[email protected] Mob:0181929'1410Tel: +880-2- 9561883Fax +880-2-9563728

Mr. Touhidul lslam Shaheen

10 Cobra lnstalaciones y

SeMcios, S.A

Cardenal Marcelo Spinola,

1028016 Madrid

Attn: Mr. GL Thakur

[email protected] Mob:01 729794084

Tel : +34914569500

Fax. +34914569450

Mr. Yousuf

t1 ISOLUX INGENIERIA SAFR Touer (4t' Floor)

[email protected] Mob:01 71 71 97028

Tel:

Md. Hassanuzzaman

Sumaiya Hasan, SDE,SSD-2 Julv 21.

5s * tzt

Bidder's List Of Ashueoni Bhulta Proiect-2014:

ferrrneunENr-z]P alg

32 KamalAtaturk Avenue

Attn: Mr. Fernando GuillermoLopez

Fax:

12 M/s TSK GROUP

TSK Eleckonica yElectricidadClAdaByron,220 , 33203

Gijon. SpainAttn: Santiaqo Palacios

Santiaqo. [email protected] Mob:0178M05977

13 Central China Pov',er Grid

lntemational Economic &Trade Co., Ltd.

F13, GUODIAN PI-AZA, NO.

1 13, XUDONG AVENUE,Wujan, P.R China,

[email protected] Mob:01711568297

Tel:+86-27-8676371 3Fax+86-27-87891 946

Md. RobiulAlamGETCO Limited

01713148732

14 LTB Leitungsbau GmbH

Rotterdamer Strafse 2G28

68219 Mannheim

Germanv

15 Chemico Technique lnt. Ltd

Captain South Avenue

Torrve(Str floor)

PIoHSW(H)-2,Road No.-3

7 Gulshan Avenue

Dhak+l212

[email protected] Mob:01715120586Tel : 88-02-9851262

Md. Sarowa Hossain Khan

Mob:01715120586

16 SAMSUNG

Samsung C&T Corp Bldg.,

1321 -20, Seocho-Gu, Seoul,

Korea

Tel: +82-2-2145-2966

Fax: +82-2-2023-2966Md. Yusuf Ali,

Office AssistantMob:01729794084

17 PouerPac Holding Ltd.

242, T etpaon lndustial Area(2no Floor)

Dhaka-1 208, Bangladesh

[email protected] Mob:8801671027169Tel : 88-02-8878428-9Fax: 88-02-881 821 3

PowerPac Holding Ltd.

Mob:8801671027169

18 Dongang Electric

lntemational Corporation

18, Xixin Anevue, High-tech

Zone West Pa*Chengdu City, Sichuan,

P.R.China

[email protected] Tel: 0086-28-

87898727Fax: 0086-28-87898751

CSL Project Limited

M0b.0730311455Tel : 88-02-8851584Fax: 8802-8851584

Email:

aminur@csl projectsbd.com

19 Alstom T & D lndia Limited

DLF lT Park, Plot No. 08

Major Arterial Road, Block

AF, Tor,rcr C, St Floor, New

Town (Rajarhat), Kolkata

700156

Tel : +913340097050

Fax +9133t14002812

[email protected] M0b.01617845353Tel : 88028831936-7

Fax 88029857357

Shaswata Roy

Key Account Manager

Mob. 8801617845353

20 Thermal Power Construction

Company CEEC

Office No. 169, Furong South

Road ll, T'ianin Disbict,

Changsha City Human

Province, P.R. China.

Banabir@greenpowerltd. Com Tel : 0731-88933491Fax : 01 73-88933489

Bangabir Kanti Nath

Manager

Green Power Limited

Mob.01716086406

21 IVVS MAPM GROUP, IMN [email protected] Tel : 88029883878Fax: 88029883878

SPL Corporation

M0b.01712260199Tel :88029883878

C:\Users\User\Downloads\Bidder List (Bhulta) (5).doc Sumaiya Hasan, SDE,SSD-2 ruty2t,2ot4 64 * tZ1

fntrqeuMEnt-{P"/g

Bidder's List Of Ashusoni Bhulta Proiect-2014:

Fax: 88029883878

22 Sumitomo Corporation Asia &

Oceania Pte.Ltd.

1-8-11 Harumi, Chuoku,Tokyo 1M-8610 Japan.

Tel : 880-2-982-0083,982-0084

Fax : 880-2-982-0090

Dhaka office

Green Grandeur, Plot #58E,($h Floor), Kamal Atatuk

Avenue, Banani, Dhaka.

23 Megatech GNBD Dhaka

House#16, Road#140,

SuiHA-2(2d floor), Gulshan Circle-1

Dhaka.

[email protected] Tel : 88-02-8858492-93

Fax : 88-02-9860634

Megatech GNBD Dhaka

Hous#16, Road#140,

SuiHA-2(2,'o floor), Gulshan Circle-1

Dhaka.

24 Confidence Steel Limited

UTC Building (Level-7),

OB, Panthapath, Kawran

Bazar,Dhaka.

Tel : 88-02-9102543Fax : 88-02-91 04584

Confidence Steel Limited

UTC Building (Level-7),

OB, Panthapath, Kawran

Bazar, Dhaka.

Tel : 88-02-9102543

Fax : 88-02-91 0458425 Guangdong Electric Pov'er

Design lnstitute (GEDI)

1 No. Tainbng Road, Science

Town, Guangzhou City, P.R.

China , 510663

[email protected] Tel :+ 8620321 1 81 53

Fax: +8620321 1 8208Li Pengfei

CWN 403, House-29, Road-

43, Gulshan-2, Dhaka-l 212Mob.01789786268

26 TBEA Co. Ltd, ChinaOffice Tel. 86-1063278938Mob.0086 13801232160

[email protected] Tel. 86-1063278938M0b.00861 3801 232160

Bangtek

House no-07 (1sfloor)

Road-124, Gulshan-2

Tel :88028831301Cell 01673784051

27 Gammon lndia Limited

Address-A-201/209,

Boomerang Complex,

ChandiviliFarm Road,

Andheri (E) Mubnai 40072

Sedesign@ogcb,orq.bd Tel:8159329lvlob. 01711731019

Magnitude lntemational

House-25, Road-9, Block-kha,

PC Culture Housing Society,

Adabor, Dhaka

Tel :8159329

28 SEMI+il917017700

[email protected] Tel :028189661-3 Ubaidullah AnwarBNB Engineers & Consultants

Ltd.

T.K Bhaban (9tt Floor)

13 Kawranbazar, Dhaka-

1215.Tel :028189661-3

C :\Users\User\Downloads\B idder List (Bhulta) (5).doc Sumaiya Hasan, SDE,SSD-2 July 21,2014

55 4 tLl

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

User
Typewriter

B.4. Load Tree8.4. Tower Load Tree

TYPE : "4DTGT-TYF,E Eg.O EXTN

65291 J Bl' 67849_>,/

1407A,/

1,(968

I Load Factor: 1.25

B*

3* l_ 240872

Iload Fmtq

$J

t/

CASE I l.n3ion Tilci Nohrl Cddidd- oa$nd(Um Angl. 60il.xl CASE 2

T.ndon Tow.r l{m.l Condlton- o'ilnd(Llh. Angla 60'tln)

EI 3lv 63919

,/1407E

B*

1 1968

1l_-/g

578/.7

6l6l6l

23'rsBB 3 v

,/57817

t Y 227o2a

t/57E,{7

6t

,rr*, B!r'!t9 t 227o2a

,/578/7

lT."d F""t.r r l.2s

$l $rv6r285 +

,/1107E

,/'14958

lLo"d Facton

xl:*

+

CASE 3 : l.halon Tow.r l{m.l Cdditlo. 3o'lund(Llm AhglcCASE 4

l.n.16 Tow.r l|m.l Condhld- 30'lVlnd(Lln. Angt.G0'{ln)

[nrrAe*NrENr -?]P1/+

{4PaBe 7/76

Slanifiocdr'on t

Vcrt'2ot ?

LOt -t , TL----

4 aJe

56 *rz

67849sl

Y

:v

6529'l

I=

23158E

63919

22702a

227028

22702Al

[nt- Ae++$^LN r-:]P tl+

" -4'-Mz* {

C-ta,rrrJ,'c^h'on 'r

TYPE: -4DT6T"WPE Eg.O EXTN

+l

' 838a+r'31036

sl,ro*a it

,/I 1 7013

-127520

ILoad Filtor: l"O5

NIs'l

sl,ro*. 3*-

,/

sl,ro*, it

,/

EI E I

-z-l z-"":, I '-,,*. 3l I EJ

-,,^,,,/lr/127s2o I ort n

Hr I *,roeos iv

| :*

-,,ro,s

'"'1:, l'"':,

,^*. El I PJ ,,,.,.,/lr/127s2o I ntszo

l'=ln"

Unit : tffi-il;casE 03 : r.mln.l ril.r s.cu'lty

&.1.#;;* ".o*".",." CASE g : Tmlnd Tu.. S.curfty Condltlon6.W Brckcniln!Angl. 30' {RlGHT.ilin)

+lEJ 3l

8364

,r(

gI

t/

,13389+

fLo"d Frctor:

3*t/

**63&r

,/0

,/147247

slorrro 3rl

t/

9l- v 43389

-.+t/

117247147247

EIr v 43389

,/';';-

! loaA f"ao.: t-OS

elhl:Y

---.-->l

,/

CASE !5 : T.mlEl Tow.r S.@dty Codilion-G.W Brok.n{h.CASE 0G : T.mlnal Try.. S.cuilty Condltlon-c.WBrck.n.Llna

tu91.0. (RIGHT{,ln)

Lo,t \ t-TL

Page 8/18

*

57 *tu

433E9

43389

47220

47220

47220

[nrrBeHtv\enr-{P9l +

C-rar..frc"ibn- t

,4.Page 10/18

TYPE: "4DT6T-WPE Eg.O EXTN

' 33022+

1 1 7013+

31977

120843

120643

't20u3RI3 * . rrzors

,/127520

l={/o

I Load Faclor

ftt3V

ol@l 6l

.',.r2 lY . **

,r.0,,/lr/31036 I rrsos

I

,,.*. 9l I gJ ,,,.*

,/lr/"'u':.,, I '^

,,0*. il I gJ , ,,,0,.

,/1,/127s2o I ntszo

$t I *,,,oaos

-lv-Ft.,,,,0,s127520

li',:'*l*"

Jnli : ] Ldd F*t"., 1Js

cAsE,o,: .-H..'":fi:Iff:{*.11il']ili-0. casE'02: *-'Ji-1'.11fffi#;Ili:ilH,i-''

xl E r

,oouo lv * t------,.rr.ZTx-.,--t I Er-*..

,/1,/,orr.r-, I

,

-.,,,, E[ |

gJ ,.**

14?211 ltanttsl I arr.o E* I

Si--------.**

1a7217 ltenrtt

Jnll : ILqdd Factm 1.05

el B r

,ooro il . R{

-,.rr.t/lr/3s834 I :aoEE

I

.,,,, $,1 I El _,,..,/lr/tt"o'-, I

t

-.,-, il I EJ ,**,,/1,/

14t247 I .ltztt

sr I -,0,,,0 ii I El ,0...,,/lr/

117217 I utr^t

l,=ln"

Jnlt : I Load Factor : 't.05

casE,o3: "-'3ifffi:XX[,".1lit#;l'.:,"-" CASE lM : T.mln.l Tow.r [email protected] Condlttd-Top Cond.Brck.n+ln. Angle 0' (RlcHTilin)

Lot-t : TL

*

Ub 6{- tE

1127s2o

\.?

\-/

[r-neHI\^ENT-:J? +/+

Oal.if-l'odr'on *

1

TYPE: -4DT6T-WPE Eg.O EXTN

+118535

-'t't8535

I Load Faclor: 1.25 IL-"d F"ctor, 125

casE r25 | r.mrn.r rdd (aur*.LT,rl.T"rl"*rn""' cAsE i2G : T.mln.l Tdar (Aurlll..y Am) Nom.l Condltlon.a5'Wnd{Lln. Argl. 30'-illn)

luoaaFaac: tzs I Load Factor: 1.25

I

casEr2z: romtnatrmflt1u,i,lf;li.T,.f.a11t-o''-' cAsE t2! : T.mln.l Tilar (Auxlllrry Am) Nomrl Conditlon.90'\Und(Lln. Angl. 30'.lrin)

Page 15/18

@;

63 * \u

35947

esor ,lP

i51809 t5t80s

tuo', E1

151409 'r 5r 809

,ro, ,lE

1

nli :

36947

t8ssor '18

t5t809 't5't809

l5ssor 'lA

t

t5t809 1 51 809

l5ssor {8

I

369,17

,UO,' JE

r51809

,*'t- {E

151809

IE,IP

CLARIFICATION NO.1

Lot-2 Substation [Contract No. PGCB/40OkV/BHULTA-SS](Date: Augusl25,2014)

Query 1: As per Sectionl; clause number 1.1; page 1/3; Vol 2; Scope of work:"The scope of urcrk may also include tuo Phase Shunt Reactor with its capadty size foreach line and

associated wvitclgears irrludirp all necessary works and service. . . . . .'

As per Schedule(B14); Vol, 3:

$ritfivltur E/q 2000A

"The desoiption about number dshunt readors is contradictory.

reactos and ib sr,l/itdes strould be 2 sets.'We rccommend the numberdshunt

3A2

3A3

Answerl: The quantity mentioned in schedule (B1-a) is conect i.e. the number of shunt reactor under the scope isfour (4), The relevant sentence mentioned in Sectionl (Scope of work), Page 1/3 of Volume2 (Lot-2) is

conected. Please referto ltem no, 1 of Addendum no, 1(Lot-2, Substation).

Query 2: As per Drawing: PGCB/BHULTIU400KVSS/2; Sngle Lire Diagram of Vol-2(Lot-2) and as per Schedule(B1-

4 );Vol 3;(Lot2):

"We

"Weecommendall 420kVandrecommend all 420kVand

245kVSFO CBs are single pleoperating."245kV disonnectors supplied u,ih ES.'

Circd Mter, h,E H(, gsng operdilp

Oran ffiru, IvE H! riEb pde

Answer 2: The single pole operating 420kV & 230kV Circuit Breaker against gang operated circuit breaker areacceptable if it is possible to make ganged electrically,

Disconnector to be provided under this contract shall be as per requirement of the bidding document,

Query 3: As per Drawing: PGCB/BHULTA/400KVSS/2; SirEle Lire Diagram "We recommend the 425kV seriesreetors in the dradng are not necessary and no need be included in his bid."

Answer 3: 420kVseriesreactorhasbeenshownintheSingleLineDiagramasasymbolo@used for Power Line Communication (PLC).

Page I of 15

$/1&- \-f f

60 &t4

,{

v

v

Answer 3: 420kV series reactor has been shown in the Single Line Diagram as a symbol of wave trap which shall beused for Power Line Communication (PLC).

Query 4: As per Sectionl; Clause 1; pagel/1; Vol. 2 (Lot-1); Scope of work; General:"The contract shall comprise the design, manufacture, testing, supply, insurance, delivery to site of tower,phase conductor, Earth wire, OPGW including all associated fittings, complete insulator sets."

As per SectionlT;Clause 17.1.1 on page 1711 of Vol.2 of 3(Lot-2), General:"Power Line Canier equipment shall be installed on the 400 kV and 230 kV transmission networksassociated with the prolect. The canier frequency nange available is between 50 to 500 kHz.'

"ln the bidding document, transmission line use the OPGW, but PLCC in the substation. Please kindlyclarify which kind of communication should be used at transmission Line and substation."

Answer 4: Both OPGW and PLC shall be used for communication .Communication system through OPGW & FiberOptic multiplexer equipment is to be installed as main. Also communication system through PLC usingphase conductor is to be installed as backup.

Query 5 : As per Sectionl; Clause1.3;Page 1/5; Vol. 2 of 3:

"The project area is designated a zone of moderate intensi$ for earthquakes. The seismic factor is 0.1 9."As per Sectionl2;Clause12.3.1; page of 12110 ; Vol. 2 of 3

"All buildings shall be designed to have reinforced concrete frames, with infill panel walls of reinforcedconcrete or brick which shall be capable of resisting a horizontal earthquake force of 0.2G."

"The seismic factor is 0.1 g or 0.29?"

Answer 5: The seismic factor mentioned in the section 1 and Section 12 shall be 0.1G instead of 0.2G. Please refer

to the ltem no. 2 of Addendum no. 1(Lot2, Substation).

Query 6: As per Section 2; Clause 2.2.2,2.2.3&2.2.4;pages 215,216&2n ;Vol.2; IEC Standards, BritishStandards &

BS Eurcpean Standards:

"ln order to unify the entire project, we recommend that all design follows the IEC Standards onlyor Chinese

Standards."

Answer 6: All design shall be as per the standard mentioned in the bid document.

Query 7: As per Section3; Clause 3.3.1 ;page 314;Yol. 2:

"The bidder shall take into considenation the unmanned operation of the substation in his design (No

operators are necessary in the new substation control rooms),""This is a key substation. Considered its importance for the grid, we do not recommend unmannedoperation of the substation.'

Answer 7: The respective panagraph is as follows:"The normal operations will be effected from the Naional Load Dispatching Cenke (NLDC) at Rampura.The bidder shall take into considenation the unmanned operation of the substation in his design (Nooperators are necessary in the new substation control rooms)."

The substation shall be designed such as operation shall be done from NLDC and no operator(unmanned) will attend at the substation.

Pase 2 of l5

Gl * tLl

sr- [lr {*"

\./

Query 8: As per ltem no - 1.A.9 in schedule-B1; ;Schedule-B1/PGCB/BHULTA/400KVSS/2(1 OF 3):

As per price schedule quantity of 390 KV LA is mentioned as 24 nos. , However as per tender SLD it is 18

nos. Kindly confirm the final requirement and provide the revised SLD accordingly.

Answer 8: The quantity mentioned in the bidding document is conect considering Asugonj 400kV side.

Please refer to the drawing no. PGCB/BHULTI/400kVSS/23 of volume 2 of 3 (Lot-2, Substation).

Query 9: Item no - 1.A,9 in schedule-B1;_Schedule-B1/PGCB/BHULTF/400KVSS/2(1 OF 3):

As per price schedule quantity of 390 KV LA is mentioned as 24 nos. , however as per the actualrequirement including "l-A required for 4 nos Reactors" total quantity of LA should be 30 nos. Kindly reviewthe final requirement and fumish the revised price schedule and SLD accordingly.

Answer 9: The quantity mentioned in the bidding document is conect considering Asugonj 400kV side,

Please refer to the drawing no. PGCB/BHULTA/400kVSS/23 of volume 2 of 3 (Lot-2, Substation).

Query 10: Item no - 1.A.8 in schedule-B1_Schedule-B1/PGCB/BHULTI/400KVSS/2(1 OF 3) :

As per price schedule quantity of 400 KV CVT is mentioned as 24 Nos. , however as per tender SLD it

should be 18 nos. Kindly confirm the final requirement and fumish the revised price schedule accordinqly.

Answer 10: The quantity mentioned in the bidding document is correct considering Asugonj 400kV side.

Please refer to the drawing no. PGCB/BHULTI/400kVSS/23 of volume 2 of 3 (Lot-2, Substation).

Query 11: Item no - 1.A.10 in schedule-B1 _Schedule-B1PGCB/BHULTp/400KVSS/2(1 0F 3):

As per price schedule quantity of 400KV WT is mentioned as 8 nos, however as per tender SLD it should

be 4 nos only, Kindly confirm the final requirement and provide the revised price schedule accordingly.

Answer 1 1: The quantity mentioned in the bidding document is conect considering Asugonj 400kV side.

Please refer to the drawing no. PGCB/BHULT//400kVSS/23 of volume 2 of 3 (Lot-2, Substation).

Query 12: Section - 3.4.6.1 as per specification Schedule-B1/ specification " volume 2 of 3" :

As per price schedule, isolator quantity with earth switch and without earth switch is given, however as per

specification and said clause " Earth switch shall be provided on isolator wherever possible, otherwise free

standing earth switch shall be provided", request PGCB to clarify the final requirement. Please confirm

whether we have to follow the price schedule or specification for earth switch requirement?

Answer 1 2: ln case of lsolator with earth switch, free standing earth switch is not acceptable.

Please refer to ltem No.3 of Addendum no. 1(Lot-2, Substation),

Query 13: Item no - 1.A.3,4,5 in schedule-B1 Schedule-B1/PGCB/BHULTI/400KVSS/2(1 OF 3) :

As per price schedule for isolator three ratings are mentioned, 3150 Amp, 2000 amp, and 1600amp.

However as per tender SLD, only two type of isolator rating is there, 3150 Amp and 1600Amp. Kindly

confirm the final requirement and revise the price schedule accordingly. Kindly confirm which cunent rating

to be used for which type of feeder.

Answer 13: The ratings of 400kV isolators under the scope of work are 3150A, 2000A & 1600A, accordingly SLD is

revised. Please referto ltem No:7 of Addendum no. 1(Lot-2, Substation)

Query 14: Item no - 1.8.7 in schedule-B1_Schedule-B1/PGCB/BHULTI/400KVSS/2(1 OF 3):

As per price schedule quantity of 230kV current Transformer is mentioned as 60 Nos., however as pertender SLD it should be 66 nos. Kindly confirm the final requirement and provide the revised priceschedule accordingly.

Answer 14: The quantity of 230kV cunent Transformer shall be 66 nos. instead of 60 nos. Please refer to the ltem No.13 of Addendum no. 1(Lot-2, Substation)

P- cyPase 3 of 15

b2- * taI

v

Query 15: Item no -1.A.1,2&1.8.1,2 in schedule-B1_Schedule-B1/PGCB/BHULTF/400KVSS/2(1 OF 3):As per price schedule of 400 & 230kV system, quantity of 2 type of CB is given, "Gang operated CircuitBreaker and single pole operated" please note that for 400KV & 230kV system circuit breakers are singlepole motor operated and gang operated only. Request PGCB to clarify what does mean by gang openated

and single pole operated circuit breakeP

Answer 15: Please refer ltem No: 2. of this clarification

Query 16: Specification " volume 2 of 3" :

ln drawing list following drawing nos are mentioned, but missing in tender document request PGCB tofurnish the same.

Please reh to Sec{m 12 of Vofume 2 of 3

Answer 16: The missing drawing (no. PGCB/BHULTA/400kVSS/1A) is attached herewith as Annexure-1.

Query 17: General As per specification we understand that 2 nos local control room (single storied) shall be provided

for 230kV AlS, and 1 no in 400KV AlS. ALL LT boards shall be mounted in main control room building, and

all conkol panels shall be mounted in respective local control room building. SCADA, PLCC shall be inmain control room building. Please confirm whether our understanding is ok?

Answer 17: Your understanding is conect.

Query 18: General : Kindly confirm the bay width for 400KV and 230kV system.

Answer 18: The bay width for 400KV and 230kV system is 24m and 16m respectively.

Query 19: General: As per price schedule we understand, our scope is limited to termination of overhead conductor(Jack Bus) on 400&230kV line side gantry and providing suspension string (if required) /droppens forswitchyard equipment. We have not envisaged stringing between 400&230kV line gantries to dead-endtowers and further shinging and other accessories for transmission line, Further, supply & erection oftension string on terminal gantry is excluded from our scope of work.

Answer 19: Yes , supply & erection of tension string on terminal gantry is excluded from scope of work of this bid.

Query 20: General: Only space provision to be considered for 400KV and 230kV, future bays, accordinglyillumination, earthing, cable trench, Graveling, DSLP protection is excluded in bidder scope for all futureextension bays.

Answer 20: Yes, only space provision to be considered for 400KV and 230kV, future bays, accordingly illumination,earthing, cable trench, graveling, DSLP protection is excluded in bidder scope for all future extensionbays.

Query 21: General: Kindly provide the AutoCAD copy of tender layout and SLD drawing wrtn tottowing detail,

. One Co-ordinate of each 400KV & 230kV substation,

' Co-ordinate of dead end tower shown in tender layout for both 400KV & 230kV substation.. Co-ordinate of main control room building.. 400 KV & 230kV Overhead line conductor detail (outgoing).Answer 21: Thetentativeco-ordinationof400kV/230kVdeadendtow

19, Drawings of Volume 2 of 3 ( Lot-1: Transmission Line). The substation shall be at the placeaccordingly (this is also tentative), Moreover One Google map is attached herewith for referenceonly as Annexure-2

The location of control building shown in the layout drawing of this bid document is tenderpurpose only, but it shall be finalized during detail engineering after contract award.

The 400 kV & 230kV overhead line conductor detail is available in Section:11 of Volume 2(Lot1:Transmission Line) of this bid document.

/, c-w

Pase 4 of t 5

6o (r Ll

1,

w(

v

Query 22: General: Please furnish the geotechnical data for proposed 400/230kV switchyard site.

Answer 22: Please refer to item N0.50 of this clarification.

Query 23: Specification "volume 2 of 3' Section-7.6

For ground grid main mat design 'duration of fault current" is not mentioned, kindly fumish the same.

Answer 23: Duration of fault cunent shall be 1 sec. Please refer to Sectionl of Vol 2 of 3(Lot-2 Substation) of the bid

document.

Query 24: Section-7 specification " volume 2 of 3" As per the specification we understand that following type ofearthing material to be considered for earthing design.

1) Main mat - 150 sq mm copper strip.

2) Risers below ground & Above ground - 150 sq mm copper strip.

3) Conductor for earthing of equipment and equipment structure.- 150 sq mm copper strip.

Please note that 150 sq mm copper conductor is in very higher side, we generally use following type ofitem for earthing.

1) 40mm/32mm/28mm dia MS rod for main mat and below risers.

2) 75X10/60X12/50X8 for above ground risers for quipment and structure earthing,

3) And 50X6 for cable kench and panel earthing.

Request PGCB to review the actual requirement and provide the earthing philosophy of any 400KV &

230kV existing substation of PGCB for our ref and competitive bidding.

Answer 24: The Section-7 of Volume 2 (lot-z) of 3 is revised. Please refer to the item no. 6 of Addendum no. 1(Lot-2,Substation).

Query 25: General: Kindly confirm the line length for 400 KV systems to decide whether CB with PIR is required forline feedens or not?

Answer 25: The length of 400kV line is 70km (approximately).

The bidder shall have to consider the followings for bidding:"PlR shall be considered for line switching (closing) and CSD shall be considered for transformerswitching. lf line & transformer bay is in same diameter the bidder must consider the combination of PIRand CSD for mid breaker of the above (line & hansformer) diameter."

It is to be mentioned here that the requirement of PIR depends on the EMTP study which is under scopeof this bid. Therefore it shall be flnalized during detail engineering after contract award.

Query 26: General: We assumed that the layout provided with tender document shown is tentative only, and can beoptimized at the best possible level for bidding purpose and during detailed engg.

Answer 26: Yes,thelayoutprovidedwithtenderdocumentistenderpurpoSeonlyandb@according to this layout drawing. However this layout will be reviewed and optimized during detailedengineering after contract award.

Query 27: Section-Tspecification " volume 2 ol 3"'.

As per the specification we are considering 100 ohm meter soil resistivity for our BOQ estimation.

Answer 27: Theassumptioniscorrectwhichisasperthebiddingdocument(Actual design will be as per soil investigation report during detail engineering after contract award,

Query 28: General:Asperpriceschedule4nosreactorarement2 nos for Ashuganj substation. Please confirm whether our understating is ok or not? And also request youto provide existing Layout and protection sLD for Ashuganj substation.

Pase5ofl5

6q(

Y--( t, o'

| )-1

Answer 28: Yes, the understanding is conect and please refer to the drawing no: PGCB/BHULTI/400kVSS/23. Pleaserefer to item no. 7 of Addendum no. 1(Lot2, Substation) (the new drawing no:

PGCB/BHU LTA/400kVSS/24).

Query 29: General : For 2 nos Reactors which shall be installed in differed location (Ashuganj site), we understandthat bidder scope include only equipment supply and erection of equipment mentioned in price schedule,we do not envisaged any other work like Civil work, cable hench material , trays, lighting, DSLP, main mat,

integration with existing system is in bidder scope kindly conlirm whether our understanding is ok or not?

Answer 29: Any required additional modification/new work (civil work, cable hench material, trays, lighting, DSLP, mainmat, integration with existing system) for the outdoor switchyard of 400kV Ashugonj substation side as

shown in the drawings shall be under scope of work of this bid. The Bidder can visit & asses the site forthe requirement of bidding purpose with its own cost.

Query 30: General: Please confirm the KN level of disc insulator and hardware assembly to be used for 400KV & 230

KV substations.

Answer 30: KN level of disc insulator and hardware assembly to be used for both 400KV & 230KV switchyard is

1 20KN.

KN level of string insulator to be used for both 400KV & 230 kV switchyard is 120KN.

Query 31: General: Please confirm the KN level for post insulator for both 400KV & 230 KV switchyard.

Answer 31: For bidding superpose biders shall have to consider KN level (cantilever force) for post insulator for 400KV

shall be >12KN and for 230kV shall be >8KN. However this KN level (cantilever force) for post insulator

will be finalized durinq detailed enqineerinq after contract award.

Query 32: General: Please confirm the size of shield wire to be used for lightening protection of switchyard.

Answer 32: The size of shield wire to be used for lightening protection of switchyard shall be same as to be used

transmission line which is mentioned in Sectionl 1 of Vol2(Lot-1) of this bid document.

Query 33: General: Please confirm the size of rigid and flexible conductor to be used for 400KV&230kV substationincluding type of flexible conductor like single/twin/quad if it is standardized as per PGCB standardpractice.

Answer 33: The size of flexible conductor to be used for line is available in Sectionl 1 of Vol2 (Lot-1) of this bid

document.

Query 34: General: ln case of bundle conductor. Kindly confirm the conductor spacing for 400KV &230kV system.

Answer 34: Please refer to the ltem No 33 of this clarification.

Query 35: General: ln case of any conflict in price schedule and specification which is to be followed please confirm.

Answer 35: Price Schedule will prevail.

Query 36: Att dDIh rsr ud lsldcon rrir pounr crbh. +h.ll br iroXrd b clos ssddltr 6nd n fuilrtnb. }fultilom pau crtl* ltdl b. iagrllrd o' Et 4rrtlr tr bddrr hrt lrlngtrd &E o'6,.s cehhs ca the tru try t'y e p*r ofl00a.o-

We don't understand what does it means please clarify.

Answer 36: Multicore Power cable (main power cable) shall be segregated from other cable on the same tray byspace of 300mm.

Pase 6 of 15

66 o-r

e-( t *

tu

Query 37: Section-7 specification " volume 2 of 3"Step, turch ald rch poteatiels sLell be qrittia th. huits calcrlat€d itratcordaoce with thr staa&rds gilu ir IEEE t0 fur the pcopoeed rufxt layer.

For calodatiag tLe corductor gize of *i. mesh a cnereot distibution of 30/n-lf,lo rozy be coosi&red, In cege direc{ crrrcd is ellswed to pass tlrougl met inany uode of,operatioo, dlqrrrre frr the rme .hrll be llede irl desiErr.

We don't understand what does it means please clarify.

Answer 37: For calculating the conductor size of main mesh, a current distribution of 30% outside ground mesh and

70% through ground mesh shall be considered. But if the contractor consider the full 100% fault current forcalculating mesh and touch voltage, he shall also consider the same for calculating the limit (allowable) ofmesh and touch voltage accordingly.

Query 38: Please confirm Alstom lndian make panels with relays from Alstom (France/UK) and FAT from Alstomlndian factory is acceptable to PGCB?

Answer 38: Alstom lndian make panels and FAT from Alstom lndian factory is not acceptable to PGCB. Relaysincluding complete panels shall be as per the clause 5.12.1 ol section 5 of volume 2 of 3 (lot 2) of the bid

document.

Query 39: Clause 5.13 of section 05:We have considered DFDR(Digital Fault & Disturbance recordefl as inbuiltfeature of Main Protection relays. Please confirm your acceptance.

Answer 39: Only stand alone DFDR is acceptable.

Query 40: We have not considered control & protection panels for future bays. Pl confirm.

Answer 40: No need to consider protection panels for future bays. However, the bidder shall have to consider control

facility for the whole diameter (including future bay) in case of the consideration of single control unit(BCU) for each diameter. Please also consider the item no. 66 of this clarification.

Query 41: ln drg no PGCB/BHULTIJ40OKVSS/12_Rev-0(SAS Architecture), some equipments shown as'existingSAS system (under other contract)'. But since it is new substation, we understand new SAS is envisaged.

No integration/ augmentation with existing SAS is applicable/required, Pl confirm.

Answer 41: The drawing is revised. Please referto item no.7 of Addendum no. 1(Lot-2, Substation)

Query 42: We are considering LBB protection as in built function of Busbar protn relay, Pl confirm your acceptance,

Answer 42: Consideration is acceptable.

Query 43: We are considering Auto reclose & synch check functions as in built function of BCU. Pl confirm your

acceptance.

Answer 43: Acceptable.

Query 44: Schedule-A, lF4 & lF9: We are considering lndian make Tariff meters. Pl confirm your acceptance.

Answer 44: Not acceptable. lt shall be as per bidding document.( i.e. Europe , USA or Japan Origin).

Query 45: Schedule-A, lF4 & lF9: Whether ABT or non-ABT type of Tariff meters required? Pl confirm your

requirement.

Answer 45: Available Based Tariff (ABT) type and non-ABT type, both types Tariff meters are acceptable.

Query 46: Schedule-A: Pl provide the make & model of existing PLCC at Rampura, Ghorashal, Haripur & Ashuganj

SS which are to be shifted to Bhulta new SS & re-commissioned.

Answer 46: The model and make are as follows:

Rampura-Ghorasal Link= PLC is ETI 21 and made by ABB, Switzerland

Rampura-Horipur Link= PLC is ETL500 and made by ABB, Switzerland

Ashuganj-Ghonasal Link= PLC is ETI 21 and made by ABB, Switzerland

Query 47: Clause 17 .1.1: Can we offer ALSTOM make PLCC equipments for the new links? Pl confirm.

w G*' Pase 7 qf 15,# cb o-& tz-t

Answer 47: ALSTOM make PLCC equipment is acceptable if it is compatible with existing system. Please refer to item

no. 88 of this clarification.

Query 48: General: We understand there is no dismantling work envisaged for the subject tender. Please confirm.

Answer 48: Yes, there is no dismantling work, as the Bhulta 400/230kV substation is new and Ashugonj 400kV

switchyard side is also new.

Query 49: Soil Test Report: Please provide us the Soil test report.

Answer 49: Soil Test Report is not available. The bidder may collect data by conducting test at his own responsibility.

Query 50: Filling of Site: Quantity of Land Filling is mentioned in the Price schedule, however we need the detail

contour survey report.

Answer 50: Survey report is not available. For reference of the location of the site please refer the ltem No, 21 of this

clarification

Query 51: Accusation of Land During our site visit we have found that the land is yet to be acquired by PGCB. Please

confirm that the accusation of lands shall be done before finalization of order.

Answer 51: Yes, the land acquisition is under process,

Query 52: With regard to the EMTP study, Clause 16.1 Scope of work, Volume 2 of Bidding document, the capacity

of shunt reactor should be determined by the EMTP study, so can we evaluate the EMTP study based on

the shunt reactor capacity as 2SMVAR according to the schedule B Bid Prices, volume 3 of the bidding

document.

Answer 52: The capacity of stunt reactor under the scope of work has been mentioned in this bid document. The

bidder shall consider the stunt reactor's capacity as 25MVAR as per bid requirement. EMTP study does

not depend on the capacity of shunt reactor. But the requirement & size of shunt reactor shall be based on

EMTP study which is also under the scope of work and EMTP will be performed by the Contractor during

execution staqe based on which the requirement & size of shunt reactor will be finalised.

Query 53: With regard to ltem 3A.22, Schedule 81, Bid price, Volume 1 of this bid document, thequantityof shunt

reactor is 4, but Bhulta substation only need 2 shunt reactor, so please clarify that whether supply shunt

reactor for Ashuganj substation is also included in this prolect.

Answer 53: Please refer to the item no. 1 of this clarification.

Query 54: Please provide the control panel configuration and detailed information about telecontrol & telemetering

facilities at National Load Dispatch Center.

Answer 54: A reference drawing showing (drawing no. PGCB/BHULTA/400KVSS/25) in block diagram is attached

herewith Annexure-3.

Query 55: Please provide the detailed information for the ground resistance for earthing transformer.

Answer 55: The ground resistance for earthing transformer is not required and hence not under scope of work of this

bid.

Query 56: Please provide the detailed information for the ground resistance for earthing transformer.

Answer 56: Please refer to the item no 55 of this clarification.

Query 57: Current Transformer and Voltage Transformer'[vol2of3-section 1 6:Clause 1 5.1.scope(page.1 6/3)]

single-phase, S-core, multi natio, 420kV, 50kA/1sec, 2000A, 50H2,

1425kVp BlL, post type cunent transformer...

IPGCB/B H U LTA/400 KVSS/231

CVT:6 setThere is only CT on specification but only CVT on drawing, Please conflrm that scope of work on Ashuganj

400kV Side.

Answer 57: The CVT and wave tr:ap (at R&Y phase both) at Ashuganj 400kV switchyard side are under scope of work

and the specification of CVT & wave trap (WT) shall be considered same as Bhulta 400kV side mentioned

$)l- ak+ Pase 8 of l5

,{. G1 '? tu

in the Bid Document. Current Transformer shall be bushing type and separate post type Currenttransformer (CT) for shunt reactor bay is not under scope of work for both Ashugonj & Bhulta 400kV side.Please also refer the sinqle Line Diaqram (SLD) and price schedule.

Query 58: Telecommunication equipmentPlease provide the existing telecommunication equipments' manufacturer and type used.

Answer 58: Please refer to the item no. 46 and item no. 54 of this clarification.

Query 59:

lf it existed, please send it.Shunt ReactorThere is no TPG for shunt Reactor.

Answer 59: There is no Technical Particular guarantee (TPG). Please consider the typical data as mentioned in

sectionl&drawingsofvolume2of3(Lot-2,substation) andinScheduleAofvolume3of3ofthebiddocument.

Query 60: Equipment of Ashuganj 400kV Side.

There is no Single line diagram, Section view, Plane view, Specification of item, TPG and etc..Please send it,

Answer 60: The available drawing is already provided in the bidding document. Please refer to a new drawing(drawing no.: PGCB/BHULTI/400KVSS/24)which is attached with Addendum no. 1(Lot-2, Substation).

Query 61: Scope of Future

IPGCB/BH U LTI/400KVSS/2(3OF3)l :futu re bay

Future bay mentioned on dnawing is not clear. Please send revised-drawing with cloud mark for future bay.

Answer 61: Future Bay is not under scope of work of this bid.

Query 62: Spare Part for Transformer'[Schedule Bl :Mandatory Spare]

Item47. Transformer Oil Treatment Plant(clause 4.13.2)Where is'clause 4.13.2' mentioned?

Answer 62: Please refer to clause 4.13.1 also and whatever specifled in the above clauses please consider the

Transformer Oil Treatment Plant as spare item to be supplied under the scope.

Query 63: Water Spray System'[Schedule B1:ltem 48 to 56(page.B1-6)]'Water spray nozzles to 'set of spare parts ...'There is 'water spray system'for mandatory spare part on price schedule.

But there is no item about'water spray system'.

Please confirm that there is main item of 'water spray system' existed.

Answer 63: Please refer to item no. 1k.3 of price schedule.

Query 64: ln the SAS Architecture diagram that is attached to the tender document, Station level equipment (i.e.

servers, HMls, Switches, etc.) has been mentioned as "Existing SAS System (under other contnact)".Please clarify the scope of the running tender. lf a SAS system is existing and it should be extended fornew feeders, please provide details of the existing system and matrix of responsibilities.

Answer 64: The drawing is revised. Please refer to ltem N0.41 of this clarification,

Query 65: Regarding assignment of BCUs it has been mentioned in section 5-6-3 that BCU functionality can becombined with the backup protection. Please clarify for which feeder types we can combine BCUfunctionality with the protection units. (i.e. Line, Transformer, Reactor, etc.) or BCU should be independentfrom protection relays ?

Answer 65: BCU shall be independent of main protection relay. But backup protection function (50/51) may beimplemented from BCU.

Page9qfl5

68&rr\,f {

aytu

Query 66: Please clarify if one BCU should be provided per each CB or we can consider one BCU per three CBs of a1,SCB diameter?

Answer 66: One BCU either per each breaker or per diameter, both for 230kV are acceptable. But one BCU per eachdiameter is not acceptable for 400kV, one BCU per breaker shall be provided for 400kV.

Query 67: Please clarify if BCUs should provide graphical LCD with mimic and control facilities or text based LCD willbe sufficient (Section 5-6-3)?

Answer 67: BCUs should provide Graphical LCD with mimic and controlfacility,

Query 68: Please clarify if measurement values should be read in to the SAS system via relays and BCU or tariffmeters? Should tariff meters be integrated into the system (e.g.via Modbus protocol)

Answer 68: All the functions whatever either in relay or BCU or Tariff meter shall be integrated to SAS as per the BidDocument. Please refer to item no. 10 of Addendum no. 1 (Lot2, Substation) for the specification of energymeter and its function.

Query 69: It has been mentioned that SAS panels should have protection degree lP54 while it is common to haveindoor panels with 1P42, please clarify.

Answer 69: SAS panels should have protection degree lP54 as per bid requirement.

Query 70: There is a vendor list forProtection relays in the specifications. ls there any vendor list or preferred vendors for SAS, BCU and

switcher? Should SAS/BCU vendor should be similar to Protection vendor or SAS/BCU can be suppliedfrom different vendorfrom Protection vendor?

Answer 70: The clause (5.12.1) of section 1 2 of Volume 2 (lol-2) of 3 of the Bid Document states as follows:

"For standardization of openation performance, facilities and spare requirements, the main protective

relays and control system including complete panels to be supplied under this pgect shall compriseAlstom (Fnance/UK, ABB (Switzerland/Sweden) and Siemens(Germany) make manufacture."

Accordingly all Protection relay and control system (BCU/SAS) shall be from Alstom (France/UK), ABB(Switzerland/Sweden) and Siemens (Germanv).

Query 71: Please clarify if single pole tripping should be considered for 230kV and 400kV line CBs?

Answer 71: Yes.

Query 72: Please clarify if 400kV and 230kV Busbar protection (BBP) should be High lmpedance, Centralized Low-lmpedance or Distributed Low-lmpedance type protection ? (some aspects of each type can be found in

the technical spec)

Answer 72: Distributed Low-lmpedance or Centralized Low-lmpedance type bus bar protection is acceptable. High

lmpedance Centralized is not acceptable.

Query 73: Considering protection diagrams attached to the tender document, two CT cores in each bay CT havebeen assigned to Busbar Protection 1 and 2 for 230kV switchgear. Please clarify what these are BBPI andBBP2? (while in 400kV protection diagram one core in each CT has been dedicated to BBP)

Answer 73: Two individual Busbar protections (BB1 &BB2) for each Bus shall Oe prwiOeO tor +OO|<V siOe anO tor230kV one Bus bar protection shall be provided under the scope. Please refer to the drawings (lot-2) of theBid Documents.

c#qfPaee l0 of 15

6e 6tr tu

Y\r

Query 74: ln section 5-12-9-1(a) it has been mentioned that for 400kV bus bars, in addition to the biased differential

BBP scheme, directional comparison BBP scheme should also be considered. But there is no details

provided on the later scheme; please clarify. (considering items 10 above that in 400kV part only one CT

core has been assigned to BBP system and nothing has been mentioned for the second scheme in the

protection diagrams)

Answer 74: Please refer to item no. 73 of this clarification.

Query 75: Please clarify if CBF protection of busbar side CBs can be implemented in the distributed busbarprotection system? (in case that the busbar protection is distributed BBP)

Answer 75: Yes, CBF protection of busbar side CBs can be implemented in the distributed busbar protection system.

Query 76: Please clarify of Main I and Main 2 relays of line feeders for 400kV and 230kV line feeders should be

installed in separate panels or they can be installed together in one panel?

Answer 76: Main I and Main 2 relays of line feeders for 400kV and 230kV line feederc either in same panel or inseparate panels, both are acceptable.

Query 77: Please clarify if extemal lockout relay is needed per each CB or lockout function should be implementedinside protection relays?

Answer 77: Separate lockout relay is needed, which is under scope of this bid.

Query 78: Please clarify if topology of inter-bay bus can ne star, ring, ring start or the bidder can propose as per theirstandard offers?

Answer 78: For SAS, architecture shall be ring as per drawing No PGCB/BHULTA/400KVSS/12.

Query 79: Please clarify if SCADA gateway functionality can be combined into the redundant Server system or itmust be a standalone extemalgateway?

Answer 79: Standalone extemal lndustrial gateway is under scope of supply as per the bid requirement.

Volume 3 of 3 [0T-2: Substation)

Query 80: As per Schedule B; Bid Price; Vol. 3 :

"12(Total UC) cost=8(Total F/C cost)+ 9(Local kansport & handling cost to destination)+10(Locallnsurance to destination)+1 1 (Erection cost)"

"We think this formula should corrected as follows:

12(Total UC) cost=9(Local transport & handling cost to destination)+10(Local lnsurance todestination)+1 1 (Erection cost)"

Answer 80: The relevant pages of Schedule B: Bid Price are revised. Please refer to the ltem 11 of AddendumNol (Lot-2, substation).

Query 81: 3.4,5.6 Mandatory Maintenance Equipment:

Operational Analyzer.

The bidder could not find the line item in the price schedule. For all other Maintenance Equipment there is

a line item in the price schedule.

Answer 81: It is out of scope, Price schedule will prevail.

Pasello{15-70 6r

w \,,464.

Ptu

Query 82: Schedule A : Requirement 1A 420 kV AISBidder understands that all circuit breaker require control switching device. Also, please inform the needfor PIR as it is not clear.

Please consider CSD for transformer switching and line .

Answer 82: The bidder shall have to consider the followings for bidding:"PlR shall be considered for line switching (closing) and CSD shall be considered for transformerswitching. lf line & transformer bay is in same diameter the bidder must consider the combination of PIRand CSD for mid breaker of the above (line & hansformer) diameter."

It is to be mentioned here that the requirement of PIR depends on the EMTP study which is under scopeof this bid. Therefore it shall be finalized during detail engineering after contract award,

Query 83: Circuit Breaker:'[Schedule A-lntroduction: ltem 1A1(page.SA-4)] ,...live tank type, gang operated, SFO gas circuitbreakers...

[Schedule A-lnhoduction: ltem 1A2(page.SA-4)]...live tank type, single-pole operation, SF6 gas circuitbreakens...'[Schedule B1:ltem 1A.1(page.B1-1)].SFO Circuit breaker, live tank, gang operating

[Schedule B1:ltem 1A.2(page,B1-1)]SFO Circuit breaker, live tank, single pole operating

IPGCB/BH ULTp/400KVS5/2(20F3)lCB:6set, Gang operated

Please confirm that ooerated tyoe of CB.

Answer 83: Please refer to item no. 2 of this clarification.

Query 84: Disconnector'[Schedule A-lntroduction:ltem 1 B5(page.5A-6)]Two(2) sets of 245kV, 2000A, ... disconnectors without earthing switch.'[Schedule B1 :ltem 1 8.5(page.B1 -1 )]Disconnector switch without E/S, 2000A

IPGCB/BH U LTr/400KVSS/2(30F3)IDS with ES:2000A, 63kA (on Transformer bay)

Please confirm that this DS is 'with ES' or'without ES'.

Answer 84: The mentioned DS shall be without ES. The dnawing is revised. Please refer to the item no.7 of Addendum

no.1 (Lot-2, substation).

Query 85: Disconnector:'[Schedule A-lntroduction: ltem 3A4(page.SA-14)]

Four (4) sets of420kV, 1600A, 50kI/1sec, 50H2, 1425kVp BlL...'[Schedule B1:ltem 3A.4(page.B1-4)]:Disconnector switch without E/S, 2000A

IPGCB/BHULTI/400KVSS/2(2OF3)]DS:1 600A, 40kA (on a shunt reactor bay)

IPGCB/BHULTI/400KVSS/2(2OF3)lDS:2000A, 40kA (on another shunt reactor bay)

Please confirm that rated normal current of this DS.

Answer 85: The said DS rating is 1600A. The drawing and relevant pages of price schedule are revised. Please referto the item no. 7 & 1 1 of the Addendum no. 1(Lot2, Substation).

Query 86: Disconnector'[Schedule A-lntroduction: ltem 1 A3(page.SA-5)]... 1425kVp BlL, horizontal double side break, post type, motor operated disconnectors...'[vol3of3-Schedule A-AppendixAl -5. DS(page.SA-21 )l1. Type:Outdoor, Horizontal center break

Please confirm that break type of DS on 400kV side.

Answer 86: The said DS shall be Horizontal double break. Please referto item no. 9 of the Addendum No.1(Lot-2,substation)

Pase l2 of l5

l1 6f r

PJ. \. ,4nr'tlAr-

u

Query 87: Cunent TransformerThere is no description of Core types on every CT.

For example 'core1:5P20 25VA, core2:c10.5 25VA".

Please confirm that description of Core types on every CT.

Answer 87: Already mentioned. Please refer to the item 6.2 of Appendix 6 of schedule A of Vol 3 of 3 (Lot 2,

substation)

Query 88: There is a vendor list forCommunication & DFDR in the specifications. ls there any vendor list or preferred vendors for

Communication & DFDR? Communication & DFDR can be supplied from different vendor?

Answer 88: DFDR

The clause (5.1 3) of section 1 2 of Volume 2 (lot-21of 3 of this Bid Document states as follows:

"For standardization of operation performance, facilities and spare requirements, the DFDR to be supplied

under this prolect shall comprise Qualitrol, UK make manufacture.'

Accordingly DFDR shall be from Qualitrol, UK.

CommunicationThe clause (5.1 3) of section 1 2 of Volume 2 (lot-2) of 3 of the Bid Document states as follows:

"Existing power line canier (PLC) and communication equipment which are of has been supplied by ABB

of Switredand. For the purpose of standadisation of operating performance and facilities offered

equipment shall be compatible with the existing ones.'

Accordingly power line carrier (PLC) and communication equipment shall be compatible with the existing

0nes.

Query 89: CT: Appendix A1, Vol 3 of 3; and Clause 3.7 .2.1: Section 3 ; Vol 2 of 3Bushings shall be provided with oil filling and drain plugs, oil sight glass for CT.

As the offered CT is hermetically sealed, we don't recommend oil filling at site, hence oil filling plug is notprovided. Oil drain pluq is provided. And bellow level indicator is provided for oil level indication.

Answer 89: Acceptable

Query 90: CT: Appendix A1, Vol 3 of 3; and Clause 3.4.11: Section 3 ; Vol 2 of 3

All bushings shall be one piece only and no joints shall be accepted.

lnsulators shall be made-up of one or more epoxy joints?

Answer 90: lnsulators made-up of one or more epoxy are not acceptable. lt shall be as per the bid document.

Query 91: CT: Appendix A1, Vol 3 of 3; and Clause 3.4.7.2.1; Section 3; Vol 2 of 3The lnstrument transformer tank along with top metallics shall be hot dip galvanized or painted.

Offered CT tank shall be made-up of aluminum alloy & requires no finishing. All exposed fenous parts

shall be hot dio qalvanized.

Answer 91: Acceptable.

Query 92: CT: Appendix 41, Clause 6.2 & 6.3; Vol 3 of 3; and Clause 3.4.7 .2.1; Section 3;Vol 2 of 3

Secondary core details for 400kV & 245kV CT.

For both CTS, 5 cores indicated and they have specified 3 different accuracies ( px / 5p I 0.2) . However,combination of these to cores required. Kindly fumish the same.

Answer 92: Yes , it shall be as per bid document.

Pqpe 13 of l5

12_ ( \?,1

Frt- M/ {.C),s

Query 93: CT: Appendix 41, Clause 6.2 & 6,3 ; Vol 3 of 3; and Clause 3.4.7 .2.1; Section 3; Vol 2 of 3;

Max. Magnetizing current & Resistance for PS class cores is not specified

Kindly fumish PS class core details.

Answer 93: It shall be finalized during detail engineering after contract award. The data is not defined as siterequirement. Bidder will fill it from manufacturer given data.

Query 94: CT ; Type & Routine Test; Clause 3.4.7.3 &3.4.7.4: Section 3; Vol 2 of 3All Type tests have been canied out and reports are available as per IEC 60044-1 for CT . Any repetition

of type tests will be on chargeable basis. Routine test will be canied out as per IEC 60044-1.

Answer 94: Acceptable. But Routine and Factory test at manufacturer factory & site shall be as per bid requirementwith no extra cost.

Query 95: CVT: Appendix A1, Clause 6.5 ; Vol 3 of 3;

Capacitance - 5000pF; We will offer 4400pf against 5000pf capacitance

Answer 95: 4400pf against 5000pf capacitance is acceptable.

Query 96: CVT: Appendix A1, Vol 3 of 3; and Clause 3.4.11; Section 3; Vol 2 of 3;

All bushings shall be one piece only and no joints shall be accepted.

lnsulators shall be made-uo of one or more eooxy ioints

Answer 96: Not acceptable. lt shall be as per bid document.

Query 97: CVT: Appendix A1, Vol 3 of 3; and Clause 3.4.7 .2.3; Section 3; Vol 2 of 3;

v) Reproduction of Harmonics & vi) Reproduction of Transients

Transient oerformance of CVT shall be as specified in IEC 60044-5?

Answer 97: Acceptable

Query 98: CVT: Appendix A1; Clause 6.5 , Si no 9 ; Vol 3 of 3;

Standard reference range of frequencies for which the accuracies are valid - 97o/o to 103% for protection.

Standard range of frequency for protection winding shall be 96% to 102o/o as per lEC.

Answer 98: Not acceptable. lt shall be as per bid document.

Query 99: CVT ; Type & Routine Test; Clause 3.4.7.3 &3.4.7.4; Section 3; Vol 2 of 3;

Type tests have been canied out and reports are available as per IEC 60044-5 for CVT. Any repetition of

type tests will be on chargeable basis. Routine test will be canied out as per IEC 60044-5.

Answer 99: Acceptable, But Routine and Factory test at manufacturer factory & site shall be as per bid requirement

at no extra cost.

Query 100: Wave Trap: Appendix A1; Clause 8 ;Vol 3 of 3;

ln WT -- Surge anestor spec has been specified.

Technical parameters of WT required. Kindly fumish the same

Answer 100: The specification mentioned as specification of Wave Trap in item 8 (Wave trap) is deleted. Please refer toItem No 9 of Addendum no, 1.

Query 101: Wave Trap: Appendix 414; Sl No 11 ;Vol 3 of 3;

Blocking Band frequency range : Band-l 56 to 124 KHZ;Band- ll 76 to 500 KHZ;

Blocking band shall be 50-90kHz & 90-500kHz with a minimum blocking impedance of 500ohms?

Answer 101: Blocking band shall be 50-90kHz & 90-500kHz with a minimum blocking impedance of 500ohms is notacceptable. lt shall be as per bid document.

Pase l4 o.f l5

15 tt tuW\f {rt

u>

Query 102: Wave Trap: Appendix A14; Sl No 16 ;Vol 3 of 3;

Minimum value of power frequency spark over voltage (Dry & wet) of protective device;

Not applicable for gapless surge arrestors.

Answer 102: Minimum value of power frequency spark over voltage (Dry & wet) of protective device shall be greaterthan 23.58kV which is the nominal voltage range for the protective device,

Query 103: Wave Trap:

The wave trap finishing; Wave trap is manufactured with non ferrous parts & supplied with natural finish.

Answer 103: It shall be as per specification mentioned in the bid document for non fenous parts,

Query 104: Wave Trap:

Type & Routine Test:: All Type test reports are available as per IEC 60353 for LT. Any repetition of typetests will be on chargeable basis. Routine test will be canied out as per IEC 60353.

Answer 104: Acceptable. But Routine and Factory test at manufacturer factory & site shall be as per bid requirement atno extra cost.

Query 105: Volume 2 ; Section 3; Clause 3.a.5.7(g) ;Page3112;Please confirm " The bidder shall provide software based condition based monitoring for life assessmentand maintenance of the Circuit Breaker.'

Answer 105: The bidder shall provide stand alone cenhal online or off line software based monitoring device for life

assessment and maintenance of all 400kV circuit breakers.

The above mentioned clarification will form part of the Bidding documents.

ertr \-f(9

Paqe 15 of I5

14 o& \2r

Utlta

0o0

Ul

{t

LYL)

.]l

=rJ=LL]t/)

i

rl'; ql

-lrl

^l3l

:l-tBi.'1B]: -i[ri:,1

3-l3i

- *l

-t

" isc rlS; i'

.,1

..1E

."1HI

el

;l

"l:

3t3

"'l

lll

lI

I

I

*

ol-'i'

15 Df tUt

finnexvl(L_'. -!.ll]lI ,.;'

a:)

l:lIc

lJ

t: l-{ I l-r

t_ il

2

; '1. .,

; l3 l.ltl

l

ll

,]

: i]

.,i l1

I

:t7

rl:' tl

"l

k:1.

;,i:lrl

"!!"::).:|

:l1-,

,,1 -:l .-

. itl.rl:.D

:l :'tl

i,,,5-l:t1

Tl

..-

!

at,a)

a](llJ

-{

l

(-l

!-l

i.

1

t"

l

3tlE,-a

Cr

6

:tsI -_'iI :io' l-li3 r-r

E.; I t)

3 r)-l-.r

9-: '1 (--r

31 , ,sl -s'l

=. (--l

S:'l r

"l LLE i/t

,'..]

;l

il

t!.

:r

at!

'l :l::]

"l1 t:" l€'

j

Annaufte: Q-A t-te ct-,^h a) el+;y erho^*, 7-

Torkoku- 9it- b,-,,ko^ ".t q6nLv fiAoita s/s

I16 o.r l2l

_L

CO{'l )

U

t.

t"\

ii"I\

\' .\;

'Erit,I'i.

r I'I

Il:'l-t'

(I,

f.Cm

?{

I

@;P

qaAyrnex ufte : g

J- -l:l-lil I

rl'altrl I

o, I

--) - o.O Er*

] lztott o)I lsl BlfrI lr. l t ./)i t5l 3 2l.-O rxtot

; [r = r

_ r ixt 9 eI l:l b E

I lcrl 'rr i-l * 3I rpl Jlslrlli,;-li

LLl

_.l.Qt --

.Ll ]

o tl:!)':l-)

t-f )

I

i

l

I

I

(t)

Eq>gbCC(o0

9Ba9r.l o)qtul-F=

.E-bcC(Uoo)(t)C(/,-'=o(l)o-(l)L

=U,b6E(o96r-E..9o,.a -=E'€'=E

EEEEv)c='=F !P-..lrrr (JOL: (D

Ei F 'O-2,6 a

JotrFzooUJJIJJF

oz-tIJJFUJ

=IJJJIUF

1

I

It

-;; 'r'

(/) t- '-\--oour Lr[I

]

i

.-'

-_]

r- - ]I l,-) Iil.- i

I rLl rf, I

L

Lrl Lrl

!':I

Irl-.-l(l:- l()LL l

L., Lrl ]

-,T I(lrl l

L[]

LL .-.

*

11 0F lrl

C)

-',_) .,...(alr r-.()-r

]()-I,j, I

(.)+-\l - C'.1

i. ]' t-.'

I

,l; ''l I

,.,,: 't

I

=u

ll.','

;ilr I--:L],.., .LL)

t__

.Ltrl

rl.LrlL')

Ll

l,l

powER GRID COMPANY OF BANGLADESH LTMTTED (PGCB)

DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSION!NG OFASHUGANJ.BHULTA 4()()KV

TRANSMISSION LINE AND BHULTA 4()()/23()KV SUBSTATIONS ON TURNKEY BASIS

Lot.l: DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING 0FASHUGANJ-BHULTA 400KV

TRANSMISSION LINEON TU RN KEY BASIS(Contract No. PGC B/GoB/400kV/ABTL)

Lot-2: DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OFBHULTA 400/230KV

SU BSTATIONS ON TU RN KEY BASIS(Contract No. PGCB/GoB/400kV/BHU LTA-SS)

PGCB Memo No.:01/PGCB/Sec(Design & QCy2014/3737 dated June 29,2014

Contract Nos. PGCB/GoB/4O0kV/ABTL and PGCB/GoB/400kV/BH U LTA-SS

ADDENDUM NO.1(Date: August 24,2014)

Following revisions/changes are made in the Bidding Document which will form part of the Bidding Document:

Volume 1 of 3

Lotl - Transmission LinesLot 2 - Substation

1. ITB 19.1, Page 2-3, Section 2: Bid Data Sheet

The text "Schedule G" is replaced by "Schedule K" in item no. vii).

2. ITB 19,1, Page 24, Section 2: Bid Data Sheet

The text "Not used." ls replaced by following paragraph:

"The bid currency shall be either USD or the currency of Bidde/s home country. Bidders shall

also quote a portion of the bid price in Bangladesh taka which corresponds to expenditure

incurred in the Employer's country."

3. Section 3 - Evaluation and Qualification Criteria

(i) Clause 1.2.9 (i), Page 3-4

Following existing paragraph is replaced by following para:

"ln case the bidders propose anyone equipment from more than one manufacturer, only one price

shall be quoted for such equipment offered in the technical proposal. The bid shall be rejected if thebidder quotes different prices for particular equipment, which have been proposed from differentmanufacturers, and/or for a particular item."

Page I of5

18

4OOKV ABTL

P

vt tu

(ii) Clause 1.2.9 (ii), Page 3-5

Following texts are added at the end of second para:

"CD and VAT shall be applied on such derived CIF prices as per Clause 1.2.8, Section 3, Volume 1

of 3 of the bidding document."

(iii) Clause 1.2.9 (iii), Page 3-5

The texts "with the provision that the bidder shall not get any domestic preference against suchitem(s)" are replaced by the following texts:

"and domestic preference shall be applied against such item(s)"

4. Section 4- Bidding Forms, Page 4-2, Letter of Technical Bid

The text "as a Bidder or as a subcontractor'' is replaced by "as a Bidder or as a partner in ajoint venture or consortium' in the first line of item no. (f)

5. Section 4- Bidding Forms and Section 6 - Employer's Requirement

The text "lCC Publication No. 458" is replaced by "lCC Publication No, 758" in the Form of Bid

Security, Form of Performance Security and From of Advance Payment Security

6. Section 6 - Employer's Requirement, Form of Joint Venture Agreement

The text "and 6.2" is deleted from Article 7.3, Page 6-30.

7. Section 8 - Special Conditions of Conhact

(i) Clause 1, Page 8-2

The texts 'Asian Development Bank (ADB)" are replaced by "Not used"

(ii) Clause 10, Page 8-3

GCC Clause No. 10.2 is replaced by following text:

"Replacing Clause GC 10.2

Employer shall give administrative support to accord all rights of access for hansmissionline thereto on or before the date(s) specified in that Appendix at the cost of the Conhactor,Such cost shall deem to be included in the Contract Price. The Contractor shall beresponsible for acquiring and providing legal and physical possession of the transmissionline Sites and access thereto, and for acquiring possession of and access to all other areasreasonably required for the proper execution of the Contract, including all requisite rights ofway, as specified in the Appendix (Scope of Works and Supply by the Employer) to theContract Agreement.

Previously acquired land for substation will be handed over to the Contractor after signingof the Contract." /.

Page 2 of 5

7? of tD)

4OOKV ABTL

,/-A--- /tb 6f. Q\-'' / !-" Addendum-l

(iii) Clause 28, Page 8-14

The text "Clause 28 from Sub clause 28.1 to 28.4 are deleted as those are not applicable." ls

replaced by following text:

"Please refer to Appendix 8 - Functional Guarantees, Section 9 - Contract Forms,"

Section 9 -Contract Forms

(a) Appendix 2, Page 9-10

(i) The text "C=LME mid day cash settlement prices of Zinc ingots in USD/metric ton," against

item i) Tower, Poles & Hardware Fiftings (lncluding Bolts & Nuts) is deleted,

(ii) The text "C=LME mid day cash settlement prices of EC grade Zinc ingots in USD/metric ton."

is added after the text'B=Price index of steel of manufactureds country." in item ii) Conductor,

Earthwire & OPGW.

(b) Appendix 8, Page 9-17

(i) The text "production' is deleted from all places of Clause 4.

Volume 2 of 3

Lot I - Transmission Lines

1. Section8-Tower

(i) Clause 8.2, Page 8-3

The texts "Hence, in case the Contractor feels the loads mentioned in the loading trees are

inadequate against 'fit for purpose', the Contractor will be allowed to modify the earlier modeled

towers keeping the outline and member pattem unchanged." in first paragraph is replaced by

following text:

'Hence, in case the Contractor feels the loading trees included in the bidding document are not

adequate for 'fit for purpose', the Conhactor will be allowed to add further load cases as per

standard practice for the safety of towers. The Contractor will require to keep the outline and

member pattem unchanged except that the Contractor may be allowed to reduce the middlecrossarm width (circuit to circuit distance at middle crossarm level) maintaining adequateclearance at all levels. However, height of bottom crossarm level from tower base must be

kept unaltered. lt is to be mentioned here that the distance between middle crossarm to top

crossarm or middle crossarm to bottom corssarm may require to be increased to maintain

adequate clearance if the Contractor intends to reduce the middle crossarm width.'

(ii) Page 8/9: The title'Laftice Toweil of item (c) is replaced by "Laftice Towers (400kV overland andriver crossing towers)'.Page 8/48: Page identification no. "8/48' is replaced by text'8148(112)'Page no. 8148(212) is added after page no.8148(112) for'Appendix 8.A8.2: 400kV River CrossingTowed. [Enclosure-1]

(v) Page 8/49: Texts "APPENDIX 8.A8.2" and "Not used" are deleted.

Page 3 of 5

(iii)

(iv)

rtAddendum-4OOKV ABTL 8//y *

8o Df lu

3.

Section 14 - Optical Fiber Cable and Fittings

(i) Page 14112: The title of Appendix "Appendix 14.A111:400kV Line" is replaced by "Appendix

14.A1 11: 400kV Overhead Line'(ii) Page 14112: Page identification no. "14112'is replaced by text'14112(112)"(iii) Page no. 14112(212) is added after page no. 14112(112) for 'Appendix 14.A1.2: 400kV River

Crossing Portion'. [Enclosure-2](iv) Page no. 14/13: The tifle of Appendix "Appendix 14.A111: 230kV Line' is replaced by"Appendix 14.A1 12: 230kV Line'

Section 18 - Method of Measurement & Payment

(i) Clause 18.1.11, Page 18/3

Following paragraph is added after the 3rd para:

'lf the material is being tested in Bangladesh, then a per diem allowance of USD 100 or equivalent

shall be paid to each of the Employe/s Engineers."

(ii) Clause 18.4.4, Page 18/6

Following paragnaph is added at end of this clause:

"The miscellaneous rate of additional sand filling shall include sand filling in foundation trenchesand plinth with coarse sand having min, F.M. 1.2 in 150mm in layers including leveling, wateringand compaction to achieve minimum dry density of 90% with optimum moisture content (Modifledproctor test) by ramming each layer up to finished level as per design supplied by the design officeonly etc. all complete and accepted by the Engineer.

The miscellaneous rate of additional boring shall include boring/drilling for cast-in-situ pile up to therequired depth and diameter with minimum 6 m long temporary steel casing, true to vertical,providing bentonite slurry and maintaining water level in the hole, washing the hole for at least 30

minutes, clean the bore-hole and make the bore- hole ready for placing steel cage and concretingincluding hire charge of rig set with winch machine, tripod stand, trimie pipe, cost of fuel, lubricant,mobilization, demobilization, maintenance, spares, stand-byes, insurance coverage, water,electricity and other charges all compete approved and accepted by the Engineer.

Before commencing boring operation Contractor shall submit the method statement of cast-in-situpile work including sequence of boring and casting, disposal of spoils, test result of materials to theEngineer for approval. However, Enginee/s approval shall not relieve the Contractor of hisresponsibilities and obligations under contract.'

Section 19 - Bid Drawings

(i) Drawing nos. TL-013 & TL-014, PGCB/ABTU4DR (REV,00), PGCB/ABTU4DAX (REV,00) &PGCB/400KV/ABTURC-PROFILE, R0 are replaced by enclosed revised drawing nos. TL-013(R1),TL-o14(R1), PGCB/ABTU4DR (REV.o1), PGCB/ABTU4DAX (REV.o1) & PGCB/400KV/ABTURC-PROFILE, R1. 'Earthing Anangement" drawing is replaced by enclosed revised drawing "EarthingArrangement (R'l )". [Enclosure.3]

d..-ftr" w

4.

Page 4 of 5

st o& tz-l

4OOKV ABTL Addendum-l

Volume 3 of 3

Lot 1 - Transmission Lines

1. Page nos. BF-2 to BF-S are deleted since the same has been included in Section 4: Bidding Forms,Volume 1 of 3 of the bidding document.

2. Schedule B: Bid Price:

(i) Schedule 82, Page No. SB-7

The footnote "(*) Bidders are requested to qu0te.,.............Price only'is deleted.

(ii) Schedule 81 & 82, Page Nos. SB-8 & SB-9

The text "Price of proto-assembly test shall deem to be included in the price of towers." is

included at the end of description for item A1.13.

(iii) Schedule 81 & 82, Page Nos. SB-14 & SB-15

The text "with 2m raised chimney' is replaced by "with required raised chimney" in the

description for item A3.38 & A3.39.

(iv) Schedule Bl, Page Nos. SB-28 & SB-29

Item nos, 8,4(e), (f), (g) & (h) are added and the above pages are replaced by enclosedrevised page nos. SB-28(R1)& SB-29(R1). [Enclosure-4]

All other terms and conditions of the Bidding Document shall remain un-altered.

The above addendum will form part of the Bidding Documents.

Encl.: As stated

d-fttw/

4OOKV ABTL

tdr- r:TL-Page 5 of 5

e2- of lu

Addendum-l

v

pseuovrwE -r]APPENDIX 8.A8.2

4()(lKV RIVER CROSSING SECTION

1. ANTI-CLIMBING DEVICES (ACD) Required / Not Required

(a) Barbed wire type at a minimum heightabove ground level ........(m) Not required

(b) Spiked type at a minimum height above

K-pointlevel...,...... ........,.,(m) 3,0

(c) Ladder to be fitted with spike type RequiredACD with a lockable gate at aminimum height above K-point level ..... (m)

(d) Bolt Locking All bolts below the bottom crossarm

level shall be locked by lockingnuts (antitheft)

2. ACCESS FACILITIES

(a) Step bolts fitted between From K-point to1m below of top of towers

(b) . Ladders fitted between (or provision for) Required

(c) Rest platforms Required

(d) Work platforms AllCrossarm level

(e) Fall arrest system Required

3. DANGER & IDENTIFICATION PI.ATES

(a) Danger Palate Required

(b) Tower Number,

Circuit ldentification & Required

&- 4 c*'C-"z"

/.

400kv ABTL 8t48(2t2)

LOT- I .'TL

g9 o( \?-l

400kV ABTL t4/12(2/2)

LbT--l : TL

[rweuost,RE-e-]

OPGW DESIGN REQUIREMENTS

APPENDIXl4.All2z 400kV Line (River Crossing Portion)

Classification Characteristics

Totdl number of fiber 48cores

Stainless steel

loose tube

Number of fibers in tube 4Scores

Number of tube 1

Central layerMaterial AL covered stainless steel loose tube

Number / Nom. Diameter

Inner layer

Material Aluminum clad steel wire

Number / Nom. Diameter

Direction of inner layer Left hand "S"

Outer layer

Material Aluminum clad steel wire & Al alloy

Number / Nom. Diameter

Direction of outer layer Right hand"Z"

Overall diameter (nun) r 8.35

Nom. cross

section

Total (mm2)

ACS wire (mm2)

AL alloy wire (mm2)

AL tube (mm2)

Cable weight (Nonr. kglkm)

D.C resistance (ohm/km) 0.457

Ultimate Tensile Strength (kN) 239

Modulus of elasticity (Nom. kglrurL2)

Coeffi cient of linear'expansion (Nom. I 0-6loC)

Short circuit current (Fault current) (KA x lsec) t2.90

Short circuit current capacity KA2.sec 166.5

Nominal shipping iength (m)

$e

s+ t{ 12,

B{(LosuRr^g

PY6

oL

uSsi i $ fiE Fl-l nE-!.t r-3 Eq u-EEE??,raEe o

xlle =; = oE F u L, :

;:#E5"EEtx,5u H

5a:;;;f,qH.E ft

€f fl; gf ,t o* u 6

$siEse *eg=* cfiIE';E; rrEs !;g:gsg;;f+ EF e tsE g E ,E E.r s.' :r r r EZEd d

rN fD rt

tUV'o-a_(/r-Lgt Iz.l I

AIol IElI;I Ir.ul I>=E€

ciF

olrJoJozqllJ-ozo.

=oootou

Addo+{u16- 1

l:o"f -t: f-U l* 9{,ffr?U4;

EtlCt-osuRE- 3

P L,/rIO

F

HSK,HoH3bs\rtrUg

zgesJfNUctUUOJOU.otroOE*^-F;i(UOqrfi 5 U.N .Nbg u6E 6Lu-gtEE '=E€

E'eP -=g' 3!s ;eS IEE ESr E-oLJ(/,t.Ctl

UEoEll.of o E . n.9,?1 bqq E

= =I=iEI Ifi E i E

U?E = =

E E g; Hfg*.Pt g::es$eaE E tss g E

oo\

@r\

tUazoVIZ--rrJl IFl

ILr l ltr.tz.l ltLal l>al lFPl lcrifl ltrnl lEuJl luJ>u>Eez

IolrJoJozc0ltozo.

=ooototUJ3;otro-J

oEoUt,Co!,oo!,

r-]oI

t.Ll*asOs/do7J9

4dalnduvn -l

g6 (t t?-l

M1: *',,4LoT-I ) TL

i

I

I

It_l6

1trglsdlo

FElo

IE E

ElgE=

iulei

-

iElr-lll

I

:.9B;oiE

4oJFa

EIIE

2cBz

d-9D

A

t'

B

s e

.F

-bA

t

[rwc,r-osune-:]P 3/6

ALL CROSSARMS TO BEPROVIOED WITH HANDRA'L AND /ORFIXED SAFETY LINES

PLAN VIEW OF CROSS ARM (TYP.)

0.6m (mln.)

fl-

R6tocn6 should b€ made lo thehhnl€l speclli€tion fd 0Eremalnlng detalls.All dlmenuong ln meler.

Highest Flood Level

fld 4endurn * I

LOT -I } TL

--'#,d'4

BweuosuRE --aIP +/d

fd

\2,-\CE.-r--

vlelol

PLAN V|EW OF CROSS ARM (TYP.)

RIVERCROSSING

LINE & CLEARANCE DIAGRAM

--___.\_

Ego) \<

a:i

!

EaI

=

IE

UUMPER SUSPENSIoN

UM BASE WI1. Reference should be made to the

technical specification for theremainin details.

2. Nl dimentions in meter.

A44pndqlrl -tAgs

gs ffr4

EN LLo suRE- 3

8 t I t= teil E IHIE

P-A

\\

\

d\lura -r

.

rL-e9,

.g

Eoq@$I-co)

6o)t-

0)E

C'6o.cq)

Eto(u

(g

Eoqottil.E

Eg5Eo=.gdfl_6

tos

Eooqo;O-J _---

Eoqorr)(,

Eoqo

Eooc.jN

rr)NltJIL-o

(?) o,(5

U)

-o(!oocoL(t,oC)

to$

,-'/--- -----=-c=n3@-oE{S# x

Eoqoln(?)

it.Do(')E@.: o-o>.o.Ftroo6EfEEoc

Looosfil-c

jkAtenu(Jool<i .sCO8g6(JOL

=9JE

Lfl- I)

89 t t2)

FI

t!&-\ \yqDU7

Llg

NOTES:

1. DIMENSION OF 'X'WILL BE DECIDEDAT SITE AS PER SITE CONDMON

2. TO ENSURE THERE IS NO BIMETALUC CORROSIONTHE COPPER LEG SHOULD BE TINNED

3. EARTHING ARMNGEMENT SHOULD BE CONNECTEDFOR TWO DIAGONALS OF EACH TOWER

4. ALL DIMENSIONS ARE IN MILUMETER

GALV. STEEL WIRE7 X 3.25 (9.75mm0)LG=2800 mm

3.5mm $

FDETAIL OF'X'

HOLE FOR CONNECTING LUG

f,f COPPER LUG

I

15

+I

EEE\n

COMPRESS LUG SHALLBE PROVIDED ATBOTH ENDS OF WIRE

DETAIL OF LUG

AAdonAqtn-l

LoT-t) ILIE

o

3oIEE

t:::I ,,,I tr,I tt,

ttlt:::I ,r,t;::li::l!iit!:i L

rl , t+'Ittttt

M -4'4*

GALV. STEEL WIRE LG=2800mm7 x 3.25 (9.7smm0)

$ 16mm ROD. LG=1000

0 12 X 35mm BOLTS

SPRING WASHER g 12mm

POWER GRID COMPANY OFBANGLADESH LIMITED

EARTHING ARRANGEMENT (R1 )

9o Dt lu

[ruercsuRE

E\ (rosd(E - Y

P'YL-6j6Fc

oo'c(!

o)ocoEfodooJ

C))5E8F

N

+

+olo

c€EE(JIIJ

N

Eo.9o=

=rv;Ic,=6=6J60

co-9

oEEg EgE

EEEo

oolcoo.E(!oLocofoc.9Eott

oLZ;E8oI

ts+clE

co-EHt!

ts

oo.Eo_LEooF

o+t+l

@

t.9Er

o

Icg)qsoo

Ee(!LoF

N

xo

oo^Ecoro=LEl

N

>E!6,

=oOE(JO

a rt !too oo oo oo o

N o6

ot+ oooo o N N

=cl

o

=c)o

o

=oo

ooEoo

Ejo

qfo

o qfo

E E Eqfo

o o o

c.oo.Eoruo

EG

EotE')

=eIl

ofolrJz5JUJ(,o=

E.cEoEo,!c.9o0)E>oioEoro.-! csot6(_E i;uoo66.eELooo>fi6

E.E

EoEIbc8>

ESE58Eo8o65eoo,gE

o-8E€EOEHgCO

PE'E=

EE.Eeo-eb9==oOEoE6=

EgE<D=d:

Eo9EI>6o(LEbEEF68€6co==;E8#Ed8aor6o-o.=CLco=oOc8E,=fi

co=6Go

LU

Gc.o.=Eo

oooEooEc.9--EE

coEoooE'dtoc.9--ED4

tolelilot-loqcoEoooEE.9ooo6Ll

E*!EbiE

coo)E.oEEEooooEo(t)

qolEIEI<t

oo)E.qEEEoo@

ocoloEc.o=DE

Co)oE.gEEEooNoE'Eo6clctolEIEIdl

o

=u-Ec6U'

oc

Ioo3g

06

6BE.91Eoo6f(,

-!pEE6()

@doEOq(L

=63sq9.!2 0ij-9EEE!EE.=6*o,o!s8=oo>.Eo608; !j>o o60-76

c!JOoiq-EEo=CL

hs.og;EE=ooo o!Sq#;*-;,4o o(!ad-c- o

Esetsaa6oo-E *

stoooo.9o-

ot6EE3ooto

Gr)oo!0.1Eo

=

GoFl,ID

6 @o!@

od a

@

6 o o E o 6 o E q@

@@

Nei

&N

ta

.;C}

t

if;\

i

!.99il*t

Etrind

Addnndr,(,?r - I

6tk lzlLOT-I ) TL gI

cl<{&

t-l\tI

c!dpao)e)Zdg

2o(o

lrJYztlFzozoF

ioFdr=)5ooYoOLooN>E-9QCLTE

IodlEoEz=<oUJEZru O

=zc6=EaoPo-oi=902=^?<=9tl4eFd-c>F=v\raclJlo=-itsgl<{E5S.cJJC

E?€+o Ei)ng<li?gEo, T. l-IPEo3.oo

=POE3E===Eosoc€Joo=e,F=U'EuJ !gFiiootrouJtuJ

t'Jo.o-

oiIolrJo

EN cr-os URE - t{

P z/z

FI

rJJ

Xc)'8, r()Z,t5

doNo@

E.3Ir.E ii.9cE=EEl.i

\rr'

\

1 anndwm4

;4n- t: fL

doFEo!o6co@

ool.sItroloc,g@

o

c

o<sairE-5;

U

+

3cGlsc,9uoU

-ooi8PEgFo6

F

E;dEEIOUFE

xUF

EE-E-B

xU

g;oEETOUF3

d

I

F

EEEn-1

d

.!E

E€oo N oo o o ao o N N

cf

o,oo

o'too

o@E

oo

E Ej E E E E

jo

o o o

c,9oooo o

foUz5)UJo2.

6,EEoEotc,96@Fe6:o6oo}EtGEgo65eoo9ir'il o

o)o=oc

oEo+-c,9

o;qok>Ui=tioOcso_o

iB,ii o

o-8b€EOE

HHcos, !l

=EEE8e5!gb9=6Eoo6-c*EEEc}E

E,o9.E>oocEEEPro8€

itE83EEEroCLGOoc?,a=li

c.9G

3UEc,9DE

o

oEj

oocoE@

o.q

oooEl

ei6h

ooE,qEEEIco66tr,soE

@@E.gpEEoo@

o,Eooinco6D

@oE.q

EEoN

oc'ao6Ec,9!!

q5iI!co

oc

o()o!'6o.

o=E.9EoEo)ooEoG

6@()EOoIE>!oc@oE;c,3Eqo.!oEE3s,P3=oo>.Eo

&ie6[;

ioE,;ccOGdv

3Xe;okPo; ee3e;iEso od

BIr=Eto_=Fa6aooo.E ii

.9!EotooooLoao

Efoo!o.Eoooo'ccGoF

Eoo ci

N@ ai @ 1

E o C .l t oEt

@@

N<i

!!o@

UYzE,fFzozotr

ireao=J=oo>(,YoOL

Eo3g<'i

roE6:z-(crubzu.!==;36 -a23,i6---zo ddz aES.i>F +Y>UoYo!6 0<{FF<.,JF.

E?.Eiao oz-w67"o5(9 a4.:tF<O o;q< ioo.^oYo

6Eo9t2 .=

=;EEoa.t 6i(,o

=ehEFoioIFoUEUt'JGc=tttiIoUo

gL D( t24

,y

=1'

1.

ADDENDUM NO.1

Lot-2 Substation [Contract No. PGGB/40OkV/BHULTA-SSI

(Date: August 25,2014y

Volume 2 of 3

Section 1; Clause 1.1;Page no. 1/3 & Clause 1.2.1; Page no.114 :

a) Clause 1.{:Paqe no. 1/3:The text "The scope of work may also include two Phase ShuntReactor with its capacity size for each line and associated switchgearsincluding all necessary works and services if necessary after EMTPstudy(to be performed by the Contractor) as specified in Section 16,Volume 2 of 3 of the Bidding Document" is replaced by the text "Thescope of work shall also include 04(Four) sets of Three Phase ShuntReactor ( two sets for Bhulta substation and two sets for Ashugonjend) with the capacity of 2SMVAR (each set and associatedswitchgears including all necessary works and services. Therequirement and size of shunt reactor shall be finalized based onEMTP study (to be performed by the Contractor) as specified inSection 16, Volume 2 of 3 of the Bidding Document".

b) Clause 1.2.1: Svstem conditions: Last row of table: Paqe no. 1/4 :

Symmetrical short-circuit current (1 sec) for 230kV shall be 50kAinstead of 63kV.

The bidder must consider the symmetrical short - circuit current for 1

sec as 50kA instead of 63kA for 230kV system wherever mentioned inthe specification throughout the bid document.

wtr c#

Page I of5Addendum-l

91 6t t)J

3.

4.

Sectionl ; CIause number 1.3 ; on page 115 of Vol. 2 of 3 and Section12; Clause .12.3; Page no. 12110:

i) Sectionl : Clause number 1.3 : on pase 1/5

The text "The seismic factor is 0.2 9." is replaced by the text "Theseismic factor is 0.1 9."

ii) Section 12: Clause.12.3: Paqe no. 12110

The text "All buildings shall be designed to have reinforcedconcrete frames, with in fill panel walls of reinforced concrete orbrick which shall be capable of resisting a horizontal earthquakeforce of 0.2G." is replaced by the text "All buildings shall bedesigned to have reinforced concrete frames, with infill panel wallsof reinforced concrete or brick which shall be capable of resisting ahorizontal earthquake force of 0.1G"

Section - 3; Clause 3.4.6.1 ;2nd Para, Line 1&2; Page 3/15:

The text "Earth switch shall be provided on isolator wherever possible,otherwise free standing earth switch shall be provided" is deleted.

Section - 5; clause 5.12.1; 3'd para ;page 5125:

The text "The protection shall also be suitable for a system fault levelequal to the switchgear rating of 50 kA for 400kV & 230 kV and 63 kA for33 kV systems." is replaced by the text "The protection shall also besuitable for a system fault level equal to the switchgear rating of 50 kA for400kV and 63 kA for 230 kV systems.".

Section - 16; clause 16.1; 5th para ;page16/ 3:

4th Para: The text "horizontal center break" is replaced by the text"horizontal double break"

Sth Para: The text "single-phase, S-core, multi ratio, 42OkV, 5OkA/1sec,2000A, 50H2, 1425kVp BlL, post type current transformer asspecified in the technical specifications, Section 3, Volume 2 of3 of the Bidding Document" is deleted.

Section - 7; Earthing Systems , Electrodes Connections:

The whole section is revised & replaced by " Section - 7( Rev 01);Earthing Systems , Electrodes Connections " and attached herewith asAnnexure-1.

5.

6.

Page 2 of5Addendum-l

(r/I- \hf@r9

91 6r tu

7. Drawings:

Drawing No.: PGCB/BHULTA/400KVSS/1(View 1 of 2) Tifle:LAYOUT OF BHULTA 400kV S/S is revised as Drawing no.PGCB/BHULTA/400KVSS/1(View 1 of 2) Rev 01;

ii) Drawing No.: PGCB/BHULTA/4001(/SS/1(V|ew 2 of 2) Titte:LAYOUT OF BHULTA 400kV S/S is revised as Drawing no.PGCB/BHULTtu4OOKVSS/1(View 2 of 2) Rev 01 ;

iii) Drawing No.:PGCB/BHULTA/400KVSS/2(1 OF 3); Title: SINGLELINE DIAGRAM OF BHULTA 4001230kV SS is revised as Drawingno. PGCB/BHULTA/400KVSS/2(1 of 3) Rev 01;

iv) Drawing No.:PGCB/BHULTA/400KVSS/2( 2 OF 3); Title: SINGLELINE DIAGRAM OF BHULTA 4001230kV SS is revised as Drawingno. PGCB/BHULTA/400KVSS/2(2 of 3) Rev 01;

v) Drawing No.:PGCB/BHULTA/400KVSS/2(3 OF 3) ;Title: SINGLELINE DIAGRAM OF BHULTA 4001230kV SS is revised as Drawingno. PGCB/BHULTA/400KVSS/2(3 of 3) Rev 01 ;

vi) Drawing No.:PGCB/BHULTA/400KVSS/12; Title: SAS Architectureis revised as drawing no. PGCB/BHULTA/400KVSS/12, Rev 01;

vii) One new drawing (drawing no. PGCB/BHULTA/400kVSS/24 Title:Single Line Diagram: Termination at 400kV Ashugonj 400kVswitchyard including 400kV Shunt Reactor) is attached herewith.

viii) Drawing No.:PGCB/BHULTA/400KV/4; Title: 400kV T/L & BusProtection:"Drawing No.: PGCB/BHULTA/400KV/4" is replaced by "DrawingNo. : PGCB/BHULTA/400KVSS/3".

ix) Drawing No.PGCB/BHULTA/400KVSS/6; Title: 400kV T/L & BusProtection:"Title: 400kV T/L & Bus Protection" is replaced by Title: 400/230kVTransformer Protection".

The above revised & new drawings are attached herewith asAnnexure-2.

Page 3 of5

96 6kAddendum-1

ir\-cJi

tu

Volume 3 of 3 (Lot -2 :Substation)

8. Bid Forms: Letter of Technical Bid & Letter of Price Bid; Page BF-3, BF-4, BF.s & BF6:

The Bid Forms: Letter of Technical Bid & Letter of Price Bid; Page BF-3, BF-4, BF-s & BF6 are deleted.

9. Schedule A - Appendix A1-5; DS(page.SA-21) and Appendix A1-8;Wave Tr Page no. 1/3 ap(page.SA-26):

i) Schedule A:The bidder must consider the symmetrical short - circuit current for1 sec as 50kA instead of 63kA for 230kV system wherevermentioned throughout Schedule -A;

ii) 4"t line: ltem 1811: paqe.SA-6

Bus Capacity is replaced by 4000A instead of 60004 for 230kVside ;

iii) (1"t !ine: ltem 184: paqe.SA-6)

The text "Thirty two (32) sets of 245kY, 4000A, 63kN1sec, 50H2,l050kVp BIL" is replaced by the text "Thirty four (34) sets of 245kY,4000A, 63kA/1 sec, 50H2, 1 050kVp BIL"

iv) (1"t Iine: ltem 187: paqe.SA-6)

The text "Sixty(60) nos. of single-phase,5-core, multi ratio,245kY,4000-2000/1A" is replace by the text "Sixty six (66) nos. of single-phase, 5-core,

multi ratio, 245kY, 4000-2000/l A"

v) Appendix A1-5: DS(paqe.SA-21)Item no.1; Type of Disconnector "Horizontal center break" is replacedby "Horizontal double break".

vi) AppendixAl-S.WaveTrap(paqe.SA-26)The item 8 (Wave trap) mentioning technical data for the equipmentmentioning as "Wave Trap" is deleted.

Page 4 of5

sb {- t4Addendum-1

V \^r ae)

10.

11.

ScheduleA-AppendixA:

Technical specification for energy meter including its function is attachedherewith as Appendix 15 of Scheduled A as an attachment of thisAmendment. ( Annexure-3)

Schedule B; Bid Price:

The pages (Schedule B1-1, Schedule B1-2, Schedule B1-3, Schedule B1-4, Schedule 81-5, Schedule 81-6, Schedule B2-1 and Schedule B2-4 arereplaced by the revise pages no. Schedule 81-1[Rev-01], Schedule 81-2[Rev-01 ], Schedule 81 -3[Rev-01 ], Schedule Bl -4[Rev-01 ], Schedule B1 -5[Rev-01 ], Schedule Bl -6[Rev-01 ], Schedule B2-1 [Rev-O1 ] and ScheduleB2-4[Rev-01] which are attached herewith as Annexure-4.

w \-' @v

Page 5 of5Addendum-l

9t {- p+

Annnxvut-- aAttachment of Addendum No. 1

SECTION 7 (rev01)

EARTHING SYSTEMS, ELECTRODES CONNECTIONS

GROUNDING/ EARTHING

7.1 GENERALThe Contractor shall provide an embedded switchyard and building grounding system.The design of the grounding system shall be based on IEEE ao - zboo "IEEE Guide forSafety in AC Substation Grounding" and shall be based on the ultimate short circuitlevels given in Section 2. Only one ground mat (grid) shall be used in a station and itshall be connected to the existing ground mat in the Employer's ac substation, if any, atsuitable points. Calculations of step and touch potentials shall be carried out by theContractor using a proven method.

The duration of fault shall be assumed as 0.5 sec for calculation of maximum admissiblepotentials rise only, otherwise 1 second. The Contractor shall submit completecalculation sheets for the grounding syslem showing the current components, spacingbetween the ground conductors, depth & size of ground conductors and dangerouspotentials in various critical points. These calculations shall be subject to theEmployerapproval. For calculating the conductor size of main mesh a current distribution of3Oo/o-70o/o may be considered, ln case direct current is allowed to pass through mat inany mode of operation, allowance for the same shall be made in design.The Contractor shalltake the required ground resistivity measurements to confirm theground resistivity values to be used in the design. The worst combination of values, asmeasured at site shall be considered for the design. The effect of change in groundwater table shall be considered.The Contractor shall submit drawings showing, in detail, the grounding system designincluding connections from the ground mat to the equipment Lnd ground-conductorsizes. Conductor shall be oversized to allow for corrosion over a life of 50 years basedon minimum resistivity.

7.2 GROUNDING DETAILS

7.2.1 General

a) All equipment and structures shall, in general, be grounded at least at twopoints at diagonally opposite corners and these shall be connected todifferent parts of the ground mat for security. Any part of any equipmentwhich can be electrically separated shall be separately grounded.' Theequipment and structure shall be grounded separately.

*'P1+( \,r

qg * tz-l

Attachment of Addendum i ,/*

b) Neutral points of systems of different voltages, metallic enclosures andframe works associated with all current carrying equipment, andextraneous metal works associated with the electrical system shall beconnected to a single grounding system unless stipulated othenruise.

7.2.2 Details of Grounding SYstem

The parameters of the grounding conductor shall be determined by the Contractor, butthey shall not be less than the following:

SIZE MATERIAL40 mmdia rod Mild Steel Conductor

(buried) & riser75 x 12 mm Flat Galvanized

level & grounding leads Steel(for eq u ipment, structuresetc.)

C Rod Earth 40 mm dia. Mild steel 3000 mm long rodElectrode

D Pipe Earth 40 mmdia Galvanized SteelElectrode (ln 3000mm longTreated earthpit) As per lS

E Grounding 25 x3 mm flat Galvanized Steel for motorsConductor

E Grounding 50 x 6 mm Flat Galvanized for Cable trench,Conductor Control Steel Panels,

LT Panels

Steel conductors above ground level shall be galvanized according to 15-2629. Theminimum weight of the zinc coating shall be 618 gm/sq.m and the minimum thickness ofcoating shall be 85 microns. The galvanized steel shall be subject to four one minutedips in copper sulphate solution as per 15-2633.

The galvanized surfaces shall consist of a continuous and uniformly thick coating ofzinc, firmly adhering to the surfaces of steel. The finished surface shall be clean andsmooth and shall be free from defects like discoloured patches, bare spots, unevennessof coating, spelter which is loosely attached to the steel, globules, spiky deposits,blistered surfaces, flaking or peeling off etc. The presence of any of these defectsnoticed on visual or microscopic inspection shall render the material liable for rejection.

7.2.3 Grounding Conductor Layout

a) Grounding conductors in outdoor areas shall be buried at least 600 mmbelow finished grade level unless stated/ calculated otherwise.

S.No. ITEMA Main

GroundingB Conductor

above ground

3?)h

e9 Df t2-l

\C\(

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

Attachment of Addendum No. 1

At least 6000 mm spacing between rod electrodes shall be provided unlessrequ ired/stipulated /calcu lated otherwise.

Wherever a grounding conductor crosses cable trenches, undergroundservice ducts, pipes, tunnels, railway tracks, etc., it shall be laid at least300 mm below them and shall be rerouted round equipmenUstructurefoundations.

Tap connections from the ground grid to the equipmenU structure to begrounded, shall be terminated on the grounding terminals of theequipmenUstructure, if the equipment is available at the time of laying thegrid. Otherwise, "ground insert" with temporary wooden cover or "groundriser" shall be provided near the equipment foundation/pedestal for futureconnection to the equipment grounding terminals.

Grounding conductors along their run on cable trench, ladder, columns,beams, walls, etc. shall be supported by sultable welding/cleating atintervals of 750 mm. Grounding conductors along the cable trenches shallbe on the wall nearer to the equipment. ln case mild steel angles are usedfor continuous edge protection of the cable trench, the same may be usedfor earthing purpose by providing suitable connections with the ground matat intervals of 750mm. Wherever a grounding conductor passes throughwalls, floors, etc., galvanized iron sleeves shall be provided for thepassage of the conductor. Both ends of the sleeve shall be sealed toprevent the passage of water through the sleeves.

Grounding conductor around the building shall be buried in ground at aminimum distance of 1500 mm from the outer boundary of the building. lfhigh temperature is encountered at any location, the grounding conductorshall be laid at least 1500 mm away from such location.

Grounding conductors crossing roads shall be either installed in humepipes or laid at greater depth to suit the site conditions.

Grounding conductors embedded in concrete shall have approximately 50mm concrete cover. !f grounding conductor is required to be embedded inmajor foundations, then it shall be laid in a sleeve.

7.2.4 Equipment and Structure Grounding

a) Grounding pads are required to be provided by the Supplier of apparatus/equipment in accessible positions. The connection between groundingpads and the grounding grid shall be made by short and direct groundingleads free from kinks and splices. lf grounding pads are not provided onthe item to be grounded, they shall be provided and installed by theContractor.

b) All steel columns, metallic stairs, etc. shall be connected to the nearestgrounding conductor by two grounding leads. Electrical continuity shall beensured by bonding the different sections of hand rails and metallic stairs.

b)

c)

d)

e)

s)

h)

(\( PJ.[+

I

t60 of t2-l

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

Attachment of Addendum No. 1

c) Metallic pipes, conduits and cable tray sections for cable installation shallbe bonded to ensure electrical continuity and connected to groundingconductor at not more than 10 m intervals. Apart from intermediateconnections, both ends shall also be connected to the grounding system.

d) Metallic conduits and lattice structures shall not be used as groundcontinuity conductor.

A separate grounding conductor shall be provided for grounding lightingfixtures, receptacles, switches, junction boxes, lighting conduits, etc.

Wherever grounding conductor crosses or runs along metallic structuressuch as gas/water/steam conduiU pipes etc. & steel reinforcement ofconcrete it shall be bonded to the same.

Lighting poles, junction boxes on the poles, cables boxes/glands, lockoutswitches etc. shall be connected to the grounding conductor running alongwith the supply cable which, in turn, shall be connected to the groundinggrid conductor at least two points, whether specifically shown or not.

Railway tracks within the switchyard area shall be bonded across fishplates and connected to the ground grid at several locations. At the pointwhere the track leaves the plant area, the rail section shall be providedwith insulation joints at both ends.

A grounding conductor shall be buried 2000 mm outside the switchyardfence. All fences, including temporary fences, shall be grounded in orderto ensure safety of personnel for all switching and fault events. Everyalternate post of the fence and all gate posts shall be connected to theground mat by one lead. Gates shall be connected to the gate post by atleast two very flexible ground straps.

Flexible grounding connectors shall be provided where flexible conduitsare connected to rigid conduits to ensure continuity.

7.2.5 Jointing

a) Ground connections to grounding pads of equipment shall be bolted typeand joint faces shall be galvanized. Contact surfaces shall be free fromscale, paint, enamel, grease, rust or dirt. At least two bolts shall beprovided for making each connection. Equipment bolted connections,after being checked and tested, shall be painted with anti-corrosivepainUcompound or bitumen compound.

b) Connections between equipment grounding leads and main groundconductors and between main ground conductors shall be welded lbrazedtype. For rust protection, the welds shall be treated with red primer andafterwards thickly coated with bitumen compound to prevent corrosion.

c) Steel to copper connections shall be brazed type and shall be treated toprevent moisture ingression.

e)

s)

h)

i)

$\vP-\+

tol oi l2-l

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

d)

e)

s)

h)

Attachment of Addendum No. 1

Resistance of the joint shall not be more than the resistance of a lengthof conductor equal to that of the joint

All ground connections shall be made by electric arc welding. All wetdedjoints shall be allowed to cool down gradually to atmospheric temperaturebefore putting any load on them. Artificial cooling shall not be allowed.

Bending of large diameter rod/thick conductor shall be done preferablyby gas heating.

All arc welding of large diameter conductors shall be done with hydrogencontent electrodes.

Some typical grounding details are shown in Figure 7.1.

r \'r-

{i

?-1+

lo2- o+ l2-l

OP

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

Attachment of Addendum No. 1

l03 oi: l2-l

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

Attachment of Addendum No. 1

7.2.6 Cable Grounding

a) Metallic sheaths and armour of all multi core power cables shall begrounded at both equipment and switchgear ends. Sheath and armour ofsingle core power cables shall be grounded at the switchgear end only.

b) The shield etc. of control cable shall be grounded at one end only andpreferably at the panel (Kiosk and control room) end. Varistors of suitableratings are to be provided at the control panels in case of suspected highvoltage interference or voltage surge in the control cables.

7.2.7 Specific Requirements for Grounding Systems

a) Each ground lead from the neutral of power transformers, capacitorvoltage transformers, filter neutral, capacitor neutral etc. shall be directlyconnected to the individual treated ground pit electrodes which, in turn,shall be connected to the station ground grid. All pipe (ground pit)electrodes shall have a cement concrete pit with a cast iron cover hingedto a cast iron frame to provide access to the joints.

b) Grounding terminals of each lightning arrester, and lightning downconductors shall be directly connected to individual rod electrodes which,in turn, shall be connected to the station ground grid.

c) An additional ground mat not less than 1500 mm x 1500 mm comprisingclosely spaced (300 x 300 mm grid, 300 mm deep) conductors shall beprovided below the operating handles of all disconnects, isolators andgrounding switches and connected to station ground grid. Operatinghandles shall be directly connected to the ground mat and handles shallbe provided with insulating material to avoid direct contact with operatorduring operation of ground switch.

7.3 MAINTENANCE GROUNDING

The Contractor shall provide the grounding required during maintenance.The Contractor shall supply portable grounding connections (minimum 3) toapply the grounds and shall demonstrate the same during commissioningstage.

?_ah

w

Lo+ 0,f tLt

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

Annnxu,L(- L

_n )a

@ powER GRID coMpAr.ry oF &cNGLADESH uMTTED (pccB)

P^y I l+ @ej

lo5 &f t2-l

i{ot : Th lt dding b tff tond€. Nrpoo diy. nF odonbtd Jibqy [email protected]{ br fimlitld dudr4 delaileqiEring &d trrex@0oo of lh€ tE gliet

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

-1/JThere are wave lmp in two phases (R&Y pahse) ol each230kV line (Rampura-Haripur & Rampura-Ghorashal)

Itt III

Thls two diameter is not under scope, but bus extension andsectionliser disconnector is under the scope

Note: I h is drawing is for tender purpose only. The orientation and

bay anangement shall be linalised during detail engineering and the

execution of the the project.rr8m ROAD

3

B

E

OOOOO

400000

:sH LTMTTED (PGCB)

?'t" %T Gp)

tt

)4E

MAIN ENTRANCE

Desiqned bf MD Beloyet Hossoin

LAYOUT OF BHULTA 4OOKV S,/S

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

nftJ

^ASUGANJ-II ASUGANJ_IO\ERHEAD 4OOKV 1A O\€RHEAD 4OOKV T/L9+

*lm ^

@lB^A

DS

os

Rompuro-2

There are wave trap in two phases (R&Y pahse) of each

230kV line (Rampura-Haripur & Rampura-Ghorashal)

Note: This drawing is for tender purpose only. The bay arrangement

shall be finalised during detail engineering and the execution of the theproject.

IA ES

DS G

4OOkV Wov. trop to be instollcd in R&Y Phosc

Note:

lron"for-".qE 3oilo#n"orionDld^ 0 obow

ll is to bc th. reoulrem.ntof PIR dcoc dv which is underscooe o,'th I tc finoli2cdduringd.toil roci oword.

14" *A*At: tI _._tfiDl

0s

os

0s 0s

eI

0s

0s G

c0

0s

Rom puro- 4 Rompuro-

o5

Rompu ro - 1

a2 M .2qv 2@^ I *

<q'l#fl,'dffrv^"

.clnnl

@9^a

DS

6/tS 0S

POWER GRID COMPANY OF BANGLADESH LTD.

oVERALL SINGLE LINE DIAGRAM oF BHULTA 4oOl23OKv Ss

1l+ @f

l0-7 0+ lLl?nq

Ful!aal*

,&.-r- ifFuturc

B.i r

6

05G

.c1S/^

@

e-z 4^

05

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

U)(n

:<r)N

o+

FIlrclLL

t

Oo!u;z"'f>v

--ooF.)ZNt-

IatrJoj

ozmLLozo-

oOot(,uLr-J

=oo_

ood.

o

NoU)YooaF)f-CO

@ooo-

=o6^EEoa6goo=E3_9>-sdld*--Eo(Eq)d.3"o

=Lo-=o.9=ts-L

=e6f

9E(5oa

EP(!:o)()o-coFN

(l)E,

$q,Efo)=o)vccE.9(od>(D(ox-o o)(Do-C -C

.-o>CE(5ocDq) .carooo_(DXo)*cb()c(Eg6LE€q_o .!E'€'=D>(Dg .s2-oE</, c.

=r=l-o.. ! (J(l): (D

E g'-z, u, o-

T--l---

*

! o.

F "F "

18 s

ltt-vHrE?Es-

* o* 'ttIltt

<-E'E E/-

F'* ',tl

a3Iri<

J:+I

I,iJg

J- -l

I

II

8359

iI

{--I€'*E*

t

1--tA*E*g

a

EEI4-Lr- -iA t

c5l45,,: l.a

I-{

I

A 5I€EIa1

t:

F"I

iIt

*Fel88!

F*I

ig

* Fo 8

.gg

s{

= "ri r'r=i*gf" a

* Fo 3

$g

s

?*y: a/7

tog oF l4

t-

6

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

C;FJ

IaLrJoJ

ZmLLo

zo_

oa\

QtotLrJ

=oo_

aa:<Ot)N

o+F.JlImLLo

E.

oLr-J 0)ZP-auJ>-J -Yc)o-OU)v

o(1)

d.(.)oc{N<t)<n

:<oo-!-aFJ=-cocoO(9o-

oC

Cl)

=Oo

o

-@

E*fu-

s"=

:*f;ii<-8 IE5 aJ

l@

oco(D -C(l)oo)-E.o(s6>q).86(D(De -C.

L'c

=Eo(,,c).=ed!{ o)g?

3_PL(D(l)-Etr(l)(l)€ELoo)ELO '=

=o)E.EE

=EL-!(U.a .=r-Eti(D: (D

Po=9z,ao_

E;;sEi$gissiii$)

F

rx<Y9o-rt't ,<,<?

xtrl

o

J

F

IO<iot

t!,IV.LrJ

o

Wrr+

109 of ta

wt

ts

;-.nx/*:o6"SRB:-*o

i

;=?niC\.,o

"->-R8>rtO

?'w

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

q)tc!

aU)

:<oO+FJlImm(J(9o_

oC

ort

=O

L!tlF(-)LrlF

=OE.

L!FU)

az.O=O=fZ.O=Famfa

.-UF_J

IaL-JO.JOZmLLoZo-

o(-)

auOE.ul

=ot-r

5C,oo)U)oo-L

=o-LoEcoo.ao)c'=(oLE.9EFa;oz

l-

I

ilo Dr Dl

)ooFGUUz6zUo-U

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

C;F_)

IU)L!o.J(JZmLL

Zo_

oOoEotLd

=oo_

opa>>xYXgv+01+.9O!

l

EE

Ercol- >.;r;:'' 't>aE-a<5o+ bucoz-ooI q' tl)

)V.Lr..l !-) at(,< !z*Ea ou)

oo)t-sN</)</)

:<oO-faFJ=-(Dco()(9o-

oC

cf)

=O

i ao)>:itrbY\J'= iOScrSi':9a'>E3=LOXE9s,Q U

C.9oa

_ola

ot/

cOc.l m r"^)

,C\t\c/F^\r i(J

LL$

ro+rDau +unq

paloredo 0uo3vt09'v009 L

_ro+3 Deu }UNqS

pelorado 6uogv>109'v009 L

I5k*ek

=I

reFL-,

U)fID

aorlo ;.OU+.9-_)zoola

alm(n(J

Oo

-zoolC)

q)!

c)-co=o=o(Dx(l)(t)-EEC(gg)C.E(D(t)C'o,C(l)

(E

o)E(,)cL

=E-oo)

.<,,ECii-q)

_o

(g-Ca

E(D

Eo)o,(ULL(E>(U-o(D

F

Cooaoo-L

=o_LoEco)Lo

.(n

C')C'=(ULE.9Fjioz,

C.9oala

otirOmro

Nc\L^

:otL$

Pnt:+l+

BC

-/)

+jo(D'aLo<5

___lo)lr)

vtOE'v009 t

v1109'v009 L

trl of t?-l

L-

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

n

IAnnext)Re_.- o

Aeer*or",o-15

Energy Meter Specifications

AC Voltage InputsMaximum Rating: 300 VL-N, szovL-Lcontinuous600 VL-N, 1039 VL-L for l0 secondsRange:Revenue: 28-300VL-N, 57 -520 VL-LMeasurement: 5-300 VL-N 9-520 VL-LBurden: l0 MO

AC Current InputsMaximum Rating: l0 A continuousl00AforlsecondRange:Revenue: 0.010-10 AMeasurement: 0.00 l-l 0 A continuousBurden:0.5 VA

v Frequency and Rotation50 Hz system frequency specified at time of order. User selectableABC/ACB phase rotation.Frequency tracking range: 40 to 70 Hz based on VA or VC.

Auxiliary Power SupplyContinuous Operating Limits1251250 Volt Suppty : 85-264yac (50t60H2)

85-275 VdcVA Rating : <40 VA/15 W maximum

40YN7 WtypicalIntemrption : 50 ms at 125 Vac/VdcRipple: l2%ofor dc inputs

Comm unications ProtocolsModbus -TCP, DNP3 - TCP simultaneous.Output ContactsStandard (El ectromechani cal )

v Make :30Aper3.6 kVA,

Break Rating : 360 VA,BreakingCapacity :(l0000operations):Carry : 1.5 A at24O Vac, 50 Hz

50AforlsecondDurability : >10,000 cycles at rated conditionsPickup/Dropout Time :<16 msMaximum Operating :Voltage (Ue): 250 V

Optoisolated Input Ratings110 Vdc: Pickup 88-120 VdcDropout 66 VdcCurrent Draw at Nominal DC Voltage: 24 mA

Metering AccuracyVoltage, Current, Power, + 0.2 %o andActive energy + 0.2S class (IEC62053-22)Reactive Energy 2.0 Class (18C62053-23)

%6.: Llz-

@qt

ttl- or 14

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

AppsMDr?<-15

Function:

shall report delivered and

2. Recording. The meter shall includereceived power.

simultaneously record 4 Load profile Recorders .

minute intervals. Statistical recording shall includeinterval, and end-of-interval calculations.

ory for data storage and

And view the HMI screens in to check phase rotation, and power flow directionSystem instrumentation tools software.

using no-cost

No-cost software for meter parameter setting and communication protocol setting &configuration.System instrumentation tools software language must be in English.

10. Programming. Graphical user software shall program the meter and retrieve historicalinformation over any communications port

I l. Math Logic. The meter shall support programmable logic for RTU, control, and automation12. Time-of-Use (TOL| Metering.Record demand and energy consumption with a user-defined

calendar; use TOU metering to bill consumption at different rates based on season, day type,and time of day. The program automatically self-reads and resets demand; there is no need tomanually reset meters

13. Testing.Traceable watt hour and var hour led pulse output for accuracy verification.14. Display. Graphics LCD with backlight and Configurable meter display.15. Communication Port. One Ethernet l0/lOObaseT-zu 45 port ( shall support Modbus/TCp and

DNP3/TCP protocols), One serial 485 port ( shall support Modbus RTU and DNp3 serialprotocols) Standard communication protocol for remote communication and Optical port (asper IEC 62056-21standard or ANSI standard) for programming and data reading.

16. Clock The meter shall have an internal battery-backed clock and retain time without power forat Ieast l0 years.

Time Synchronization.Time synchronization shall include, DNP3, Modbus or others protocols.Sec u tity. Meter seal i ng faci I ity for security.Panel Mountable option.

x 16 channels for at least 90 days at five-minimum, maximum, average, change-over

3. Voltage Sag/SwelUlnterruption Recording. The meter shall suppoft A VSSI recordingfeatures.

4. The internal voltage monitoring feature of the tariffmeter shall be provided which will initiatealarm on loss of one or more phases of the voltage supply .

5. Minimum/lVlaximum Recording. Each phase voltage and current shall have the date and timeof the last maximum and minimum value since resetting the maximum/minimum.

6. Harmonic Metering. The meter shall report individual harmonics up to the 63rd order,including voltage, current, phase angles, and power magnitudes

7- Inputs and Outputs. The meter shall support Minimum two digital inputs and twoelectromech anical / solid-state outputs.

8. Instrument Transformer Compensation. The meter shall compensate for instrumenttransformer ratio and phase errors and shall provide six calibration poinis for each transformer.9. System instrumentation tools. View the state of the power syitem using no-cost Systeminstrumentation tools software. Quickly assemble an overview of the mosiimportant systemparameters. Load profile trending displays voltage, current, power, and harmonic information.Record years of voltage, current, power, frequency, and harmonic information on a per-phasebasis

l. True Four-Quadrant Metering. Energy and demand registersreceived watts as well as leading and lagging vARs for delivJred.ar

17.18.

19.

w,.uL

g

I l3 0r tL)

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

-Arxr"fu l-te-- - 4

v

6!€

YoF'NootFJ=I@t,tr

frs-<ZJo2BI=?ctAZo<sE6FOs9,'dl

=(J=oaoo!:Zt99.<:FE6S'e fr$:Ff.rzaeo..o 9. 1

=,26a2'.o@9>=

IJJ

=Y8EJoUF

gz=olzfreFFzl-6A

=roE@trUJ

jJo-(LfoiooLlJo

.9a

I

I3

.9

G;o.T

I

E

tt4 of tl-t

Ww-

f

!

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

d

=

Q,l*

3

in

Ta

Yo(,stoo$FJDI@tCcaiUA

=<JFz!9i .3s E=-=Yoo :?3 EEco ,FFO iE9 !=o

g

r!1qi-i=96r3;EF?i,E!;i7too:::o Sl$ !z. F,i=.trOlA-aJln{i=fi ;Ev t8AtOP Eoz Ezo €6=iuJY @

FFifooElogatLlJ

tJILo-foio_U'

IIJo

\a* '-Llg w

tt6 o+ I 2l

))UE3

Es!o!

!lf'Ig-e

'EE!I!f,r8

E"!8!

IE

d

Fo:o9

ioLoiEt

.liE

)

l

€,*b

o

cet3E E3 5E-! !

P3 5tu I.Eii

ET:3!ETEEEsE5E E

zazzo<9

=bET'.€24.AEuo

E

E

Fa

E

t-

.gg-?

tf2gE

E

s.EIad6ia:

!<d;taEI

EI

IE

(a

B9eLiE

BE

5'EB

i

a9#0:iEE9nEe

EtsI€ti! orgtr!

!€lh 9.1

e

EI

E'{Ef;d!z5E!_q:

Eg

L-E

9

E

9

o

!

E

o o U U o

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

e

6I

,d

it

E

.a!

b.E

E

E.9

.E

E

Fj'

E

!g

I

el

E

5

0

B

IE

!

Yoosoot

FJfIo!,trG

UJzf6a-o u!U'<

=r:o=2=#EF><xEoJ<'ra*oi.ozid9<()Foo<iO-F6 -.n{o-E3-2d(,c0qz>F=u.lo6=-,otro)E=oL)ozo9,^F

=f,FU'o@lu=FU'iotroIJJtIU

iJo-of.tt

i(9

6IJJo

w

iEIEPi;s3tit

or'uttb

?agzt \\tg

=T

)g3

g0!

?€!IE'13

I

oE I

I E$lE!I{E8

a-

PLEEo

'o

S@roEEf

>q

5E

9

o

]

I

9.!t(

6dl

{6E-sf6N

Ed;egE3E9BZE>lPE

?

2

56

l

tI!l

E

q

3J!flr,EE

idriE:IEE

:Ei,! B!i

E

F

EE9t

tcE:lPI

E!-*.t'E 3E9=!aE; EtI E=ao c

EE€; q=

EET55E

I

so€b59oEpo

Er

Ei

)L

e

EC{iiE+E

l5

11)Ec,*

rI6

5Ig

E

-rl,!s!itJi

E

! - z

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

om9.o?at,c!1't-

m7moIo?

@jo cm* tD(,3. a4* =rz3 ior 6FI zo{ oo" z=5 -3E co= ao6 zA-: oh=g i<zi ruoo; ::>o; Y9.at? F,2n. {!qp >oo? t8=I =diI ogo @ae F=d oJ1 9t5 Ed2 +zi. =o: i=t >(,e 3,3

-ztrzmtlJo@Ict--l5oIN(.,ox

i

t.

?.trt'. ilf

3

qP o

FiI**rA;1419s[rco5e";e 94!fra8Eiara

E!!d

tia€i;3r3 q'?;

fiiE iI rd Id;90qiEe9 96 q

sii iItsC

3r9q

5=

EEe35F=q59+q

i?

i;INib

zzi

e

9

:5:IE:!.Eu;e ita-EI:!iilt,lfliEiaH

r

o

c

o

;Pl<

.Es;

-6o:@l

o9

F

aE

8E2t

iil'

t

ir'tro;

ag

sE9Ec

'E@

Iv

:

-J

\\l of \u

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

e

pto

I

U

t';=

YooNootl

FJfI@Ec(!UJz=6aoa?@<

=to=z.=f,EF><xF5J(I=

-.,.'U =jd9<oFoo<iO-Fa-a-,io@

s2doosz>l-=luO6>'oto)=FE6ozo9,^FzfFU'U,ouJfF .ttioFoUJdUJ

tJo-o.:).tt

io6UJo

r,2

!3!E

A,9>

rl0 0& \2-l

P"ff, t6

)f;

E3

E8!

..tEIE,'3

-9

"E!sEii

LngE

lgEoI

F6:osr

LOEL)

>E

lo a !

9

6

o

7

!

E.t59>

ES:!g€

EEi9 o'lB!i: EIi.i !

bEIE

Ip!

T

!dI

ry

E

5l9ti l*:gIe:l is bl !loli3-al;'rl (iglcil!EEII

i9!!59>

ai:!!86i9;l-Ec>bEEI9:

t

I

E

cE

&

?_

ii,U

*r3l9i

!

!s

E

!

E

6(

E.9l

E

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

&t:1

omao?U'c!!rmvmoIo?

(,-lcm@tno11=l66Fzo^o>=l=COuo2^

om=1<znrooia?b6>ut^ I{!L>oox8=zdi

ogPE5FOJit<-lEB!U,i=>aiDAe2

trzmA':,cl@rct--{5oeN(.,ox

9E@

a

j

3o

d

t

trg 0t ltl

?oul ug ,,

LIF

3

Jd,t

r8

aF

P

;9Y'&[I d*-=;

-a;99:d

5'qoa

39

I:4nl

:

!{9

!a

r

i!q

i!

;e

!

?;:!

t;i!

f' s-

i3I!

;

o

8.

d d al-

!€

o@

o@

I

;o!:i1

nBi1=

30

tE'

!85lts5

n

a:

eEAC

c

lt

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

E

@

-c!

@

Yoc.,(\toot

FfIot,.!AUa

=eJFZJOJBI=?oo Fio A

=s 3do ;FO ir<9 -aio E<o E

A o' .'=

zzo 2<-F59bst*EacB="4.ioSl$E-=qot^ulrl;s .Evr- d;

=tu :=Y

3

8QE*i +oz ezo .gFz iO^ .illJY oFF gzfioo I=osatIJJ

jGGfoiIoUJo

\7

=o

I

AvY

'a

F

PT +{r

F

-E

o

F

ts

B!ili

irdi

;U

F

-Eili

o

C

I

u

c

E

F

.s-

b!-qp,"e,E9

EEg8Po5FEg

9EE3

iE"=

6.S

;E i.q5 !

I

tq

.99

E:-!e?,r,8

9rSFE9

tsop;bB

a35o

;s,9E

E

Eo

!,E

.Eq

F!,

120 of tu

la'a--

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping

G

@

I

@

Yo(r,sooiFJfIdt!,tra!

uJzfz^9A6u? 9o< i

=r io= !Z,- a#E =E

!i !r-o .=J+ E?d :*o E-gz ;lEo e-

<otr Io(,< ?

A";A tbqi iooq Ez>l- ozgq *c2' gOt !o)=F

5t6ioz .Eo9 {rnF 6

=< ozt- =

='ut Eo@ €uJ=t @

lAiIFoUJdlrJ

tJo-&loioaIJJo

i

F

o);E3F

!

EU;

E

oE)

OE

EI

BU

3U

F

BU

3U

=9:boto!l

I

-9o

ao

l

.9

E

8,9!Ei3!c

efEe6a

.90E-EOo!

ias.9EB9Eto;*

>

GF=u

2o

c

etFzzod

JJ9:

q

pr_

:oo

.g6og3g,3u9EE;? &p

6E IE >;? E;e Ri.d ER;:t=o9:E-E9EE

;4

vE

<68.h

5>ER'5iSPa!

oo 6E:fgE

HE 5C

*EtE

)1r-1 Df 1L1

at,tri stAt/ =t

I

J

6Pro

oiE

96

Edited with the trial version of Foxit Advanced PDF Editor

To remove this notice, visit:www.foxitsoftware.com/shopping