Sunteți pe pagina 1din 644

NTPC Limited

(A Government of India Enterprise)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4X130 MW)

400 KV SWITCHYARD PACKAGE

TECHNICAL SPECIFICATION
SECTION - VI

(PART- A, B, C, D & F)

BIDDING DOCUMENT NO. CS-5505-500-2

CONSULTANT :
Central Electricity Authority
Sewa Bhawan,
R.K. Puram, New Delhi-110066 AUGUST - 2007
CONTENTS

TECHNICAL SPECIFICATION

SECTION-VI

------------------------------------------------------------------------------------------------------------------------------------
SUB-SECTION DESCRIPTION
------------------------------------------------------------------------------------------------------------------------------------
PART - A
SUB-SECTION-I INTENT OF SPECIFICATION

SUB-SECTION-II PROJECT INFORMATION

SUB-SECTION-III SCOPE OF SUPPLY AND SERVICES

SUB-SECTION-IV TERMINAL POINTS & EXCLUSIONS

SUB-SECTION-V SPARES

SUB-SECTION-VI SUB QR

PART-B

CHAPTER-E:0 SWITCHYARD ELECTRICAL GENERAL

CHAPTER-E:1 GAS INSULATED SWITCHGEAR

CHAPTER-E:2 ISOLATORS (AIS)

CHAPTER-E:3 INSTRUMENT TRANSFORMERS (AIS)

CHAPTER-E:4 SURGE ARRESTORS (AIS)

CHAPTER-E:5 POST INSULATOR (AIS)

CHAPTER-E:6 WAVE TRAP (AIS)

CHAPTER-E:7 LIGHTING (COMMON)

CHAPTER-E:8 LT SWITCHGEAR & DBs (COMMON)

CHAPTER-E:9 LT POWER AND CONTROL CABLES (COMMON)

CHAPTER-E:10 SUBSTATION AUTOMATION SYSTEM (COMMON)


TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) CONTENTS
SECTION-VI PAGE 1 OF 2
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CONTENTS

------------------------------------------------------------------------------------------------------------------------------------
SUB-SECTION DESCRIPTION
------------------------------------------------------------------------------------------------------------------------------------

CHAPTER-E:11 DC BATTERY AND BATTERY CHARGER (COMMON)

CHAPTER-E:12 REQUIREMENTS OF AUXILIARY ITEMS (AIS)

CHAPTER-E:13 INSTALLATION (COMMON)

CHAPTER-E:14 SITE TESTING AND COMMISSIONING (COMMON)

CHAPTER-C:0 TECHNICAL SPECIFICATION – CIVIL WORKS

PART – C GENERAL TECHNICAL REQUIREMENTS (GTR)

PART – D ERECTION CONDITIONS OF CONTRACT

PART – F MANDATORY SPARES

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) CONTENTS
SECTION-VI PAGE 2 OF 2
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-A

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT


TECHNICAL SPECIFICATION
(4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CONTENTS

TECHNICAL SPECIFICATION

PART-A
------------------------------------------------------------------------------------------------------------------------------------
SUB-SECTION DESCRIPTION
------------------------------------------------------------------------------------------------------------------------------------

SUB-SECTION-I INTENT OF SPECIFICATION

SUB-SECTION-II PROJECT INFORMATION

SUB-SECTION-III SCOPE OF SUPPLY AND SERVICES

SUB-SECTION-IV TERMINAL POINTS & EXCLUSIONS

SUB-SECTION-V SPARES

SUB-SECTION-VI SUB QR

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 1 OF 1
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-A

SUB-SECTION-I

INTENT OF SPECIFICATION

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT


TECHNICAL SPECIFICATION
(4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INTENT OF SPECIFICATION

1.00.00 INTENT OF SPECIFICATION

1.01.00 Scope of the proposal

This specification intends to cover the following activities, services and works in
respect of 400 KV Switchyard consisting of Gas insulated switchgear, Air Insulated
Switchgear (Pothead switchyard) of Tapovan Vishnugad HEPP, Detailed scope of
work under this package is listed in Sub section-III of Part-A.

ƒ Complete design and engineering of all the systems, sub-systems,


equipment, materials and services.

ƒ Providing engineering data, design calculations ,drawings and Erection &


O&M manuals for Employer’s review, approval and records.

ƒ Packing and transportation from the manufacturer’s works to the site


including insurance, customs clearance & port clearance, port charges, if any.

ƒ Receipt, storage, insurance, preservation and conservation of equipment at


the site.

ƒ All civil works of pothead yard as required.

ƒ Fabrication, pre-assembly (if any), erection, testing and putting into


satisfactory operation of all the equipment/material including successful
commissioning.

ƒ Furnishing of spares on FOR site basis.

ƒ Reconciliation with customs authorities, in case of foreign supplies.


ƒ Satisfactory conclusion of the contract.

1.02.00 The requirements, conditions, appendices etc. given in Technical Specifications


(Section-VI, Parts A, B, C, D, E and F) shall apply to and shall be considered as a
part of this volume as completely as if bound herewith.

1.03.00 The Contractor shall be responsible for providing all material, equipment and
services specified or otherwise which are required to fulfill the intent of ensuring
operability, maintainability and the reliability of the complete work covered under this
specification.

1.04.00 It is not the intent to specify all aspects of design and construction of equipment
mentioned herein. The systems, sub-systems and equipment shall conform in all
respect to high standards of engineering, design and workmanship, and shall be
capable of performing in continuous commercial operation in a manner acceptable
to the Employer, who will interpret the meaning of the specification and drawings and
shall have a right to reject or accept any work or material which, in his assessment,
is not complete to meet the requirements of this specification and/or applicable to
Indian/ International standards mentioned elsewhere in this specification.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-A
POWER PROJECT (4 X 130 MW)
SECTION-VI SUB-SECTION-I PAGE 1 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INTENT OF SPECIFICATION

1.05.00 Whenever a material or article is specified or described by the name of a particular


brand, manufacturer or trade mark, the specific item shall be understood as
establishing type, function and quality desired. Products of other manufacturers may
also be considered, provided sufficient information is furnished so as to enable the
Employer to determine that the products are equivalent to those named.

1.06.00 Contractor is requested to carefully examine and understand the specifications and
seek clarifications, if required, to ensure that they have understood the
specifications. Such clarifications should be sought within the time period as
stipulated in section ITB. Bidder’s offer should not carry any sections like
clarifications, interpretations and/or assumptions. The bid should not include any
sections like clarifications, interpretations and/or assumptions. If the Contractor feels
that, in his opinion, certain features brought out in his offer are superior to what has
been specified, these may be highlighted separately.

1.07.00 The Contractor may also make alternative offers provided such offers are superior in
his opinion, in which case adequate technical information, operational feed back,
etc., shall be submitted with the offer to enable the Employer to assess the
superiority and reliability of the alternative offered. For each alternative offer, its
implications on the performance, auxiliary power consumption, etc. shall be clearly
brought out in the bid for the Employer to make an overall assessment. In any case,
the base offer shall necessarily be in line with specifications. Under no
circumstances the specified equipment etc., shall be brought out as an alternative.

1.08.00 Any deviation or variation from the scope requirement and/or intent of this
specification shall be clearly mentioned under Deviation Schedule of the Bid
Proposal Sheets irrespective of the fact that such deviations/variations may be
standard practice or a possible interpretation of the specification by the Contractor.
Except for the deviations/variations which are accepted by the Employer before the
award of the contract, it will be the responsibility of the Contractor to fully meet the
intent and the requirements of the specification within the quoted price. No other
departure from the specification except for the declared deviation indicated by the
Contractor in his proposal shall be considered. The interpretation of the Employer in
respect of the scope, details and services to be performed by the Contractor shall be
binding, unless specifically clarified otherwise by the Employer in writing before the
award of contract.

1.09.00 The drawings enclosed as per list at Part-E to this section and forming a part of the
specification shall supplement the requirements specified herein. The scope and
terminal points for the equipment to be furnished under this contract are also
identified in these drawings and are to be read in conjunction with the text of the
specifications. These are preliminary drawings for bidding purpose only and are
subject to changes that may be necessary during detailed engineering after award
keeping the basic parameters as specified.

1.10.00 Failure of any equipment to meet the specified requirement of test carried out at
works or at site shall be sufficient cause for rejection of the equipment. Rejection of
any equipment will not be held as a valid reason for delay in the completion of the
works as per schedule. Contractor shall be responsible for removing all deficiencies
and supplying the equipment that meet the requirement.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-A
POWER PROJECT (4 X 130 MW)
SECTION-VI SUB-SECTION-I PAGE 2 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INTENT OF SPECIFICATION

1.11.00 LIST OF TENDER DRAWINGS

The list of drawings enclosed with these specifications as Part - E is detailed below:

Sl NTPC Drawing no. Title


No
1. 5505-500-PEH-A-001 General Project layout
2. 5505-500-PEH-A-002 Project Location Map and Accessibility
3. 5505-500-PEH-A-003 General Layout plan of Power House
4. 5505-500-PEH-A-004 Power House Cross - Section.
5. 5505-500-PEH-A-005 Power House Layout Plan at EL1289.0m.
6. 5505-500-PEH-A-006 Single Line Diagram of 400 KV GIS/AIS
Switchyard.
7. 5505-500-PEH-A-007 400KV Switchyard Protection SLD – Line bay
8. 5505-500-PEH-A-008 400KV Switchyard Protection SLD
– Bus Coupler Bay
9. 5505-500-PEH-A-009 400KV Switchyard Protection SLD – GT bay
10. 5505-500-PEH-A-010 400KV Switchyard Relay & protection room
layout
11. 5505-500-PEH-A-011 Protection Single line Diagram for Hydro
Generator, GT, SAT and UAT
12. 5505-500-PEH-A-012 GIS Layout Plan at EL 1300.00m.
13. 5505-500-PEH-A-013 Pothead Yard Layout Plan & Sections

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-A
POWER PROJECT (4 X 130 MW)
SECTION-VI SUB-SECTION-I PAGE 3 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-A

SUB-SECTION-II

PROJECT INFORMATION

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT


TECHNICAL SPECIFICATION
(4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
PROJECT INFORMATION

1.00.00 GENERAL FEATURES OF THE PROJECT

1.01.00 General

Tapovan Vishnugad HE Power Project is a run of the river scheme on Dhauliganga


river in Chamoli district of Uttaranchal state. The project envisages utilizing a design
head of 483 M. The scheme involves construction of barrage across the river
Dhauliganga, located near Tapovan and Bhangual Village at the suspension bridge
leading to Bhangual village, HRT of 5.60 M in diameter and 11.710 KM long , Tail
Race Tunnel of 513M long and an underground power house. The installed capacity
of the project is 520MW (4x130MW) with annual generation at 90% dependability
2418.21 GWh.

1.02.00 Hydraulic and Civil features

The Tapovan Vishnugad Hydro Electric Power Project is located on Dhauliganga


river is developed as a run of river scheme by constructing a barrage with 11.710
km long head race tunnel of horse shoe type having a diameter of 5.60 m to carry
out a design discharge/velocity of 122.18 cumecs/4.93 m/sec , restricted orifice type
surge tank having 13.5M dia with a height of 148.2 M, 2 nos of 3.6 m dia pressure
shaft each with a length of about 586.14 m , each of which is near the power house
bifurcates into 4 penstocks, each having a diameter of 2.6m and lengths of 46.768
m, 28.172 m, 38.596 m and 46.768 m to feed each unit of 130MW capacity
operating at a design head of 483 M, The general layout of the scheme is indicated
in the enclosed drawing number 5505-500-PEH-A-001 “ Project Layout” and Project
location shown in the drawing number 5505-500-PEH-A-002 “ Titled “ Project
location Map and Accessibility”

2.00.00 SYSTEM DETAILS

2.01.00 The synchronous generators are proposed to be connected with isolated phase bus
ducts to Single phase Generator Transformer with Voltage ratio of 13.8 KV /420/√3
KV located down stream of power house in a separate cavern. The HV terminals of
Generator Transformers shall be connected with the 400KV GIS located on a
separate floor above the transformer bay. The connection between 400KV GIS and
400KV pothead yard shall be through 400KV XLPE cables. The outgoing feeders
from the pot-head yard shall be further connected to 400KV substation at Kuwari
pass substation and power will be transmitted to Muzaffarnagar.

2.02.00 The power supply for unit auxiliaries is proposed to be obtained from dry type
transformer with HV side voltage of 13.8 KV/0.415KV, 3 phase, 630 KVA unit
auxiliary transformer. The arrangement of black start of the generating units &
emergency supply to feed the unit auxiliaries and station auxiliaries is shown in the
enclosed drawing Drg.No.5505-500-PEH-A-006 Single line diagram of the project.

3.00.00 CLIMATIC CONDITIONS

The barrage of the project is situated at an altitude of about 1803.5 M. The Power
House service bay floor is located at EL 1289.00 m & the tail water level is fixed at
EL 1268.00m. The climatic conditions are given below:

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 1 OF 3
400 KV SWITCHYARD PACKAGE SUB-SECTION-II
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
PROJECT INFORMATION

i) Maximum temperature of air in summer : 27o C

ii) Maximum temperature of air in winter : 20C

iii) Minimum temperature of air in winter : Sub zero

iv) Maximum Relative humidity : >70 %

v) Minimum Relative humidity : <35 %

vi) Average rain fall per year : 1625 mm

vii) Thunderstorms : Throughout the year

viii) Average Yield : 3797 M cum

ix) Maximum/ Minimum yield : 11196/ 2262 M cum

4.00.00 SEISMIC FORCES

The equipment shall be designed to withstand seismic forces. Uttaranchal State


comes under Seismic Zones V and IV of Seismic Zoning Map of India, which
correspond to Zone Factors of 0.36 and 0.24 (effective peak ground acceleration in
terms of g) of seismic intensities VIII and >IX (MSK-64 scale), respectively (IS
1893,2002).

5.00.00 HIGH ALTITUDE CORRECTION FACTOR

All equipment shall be suitably designed and treated for normal life & satisfactory
operation under high altitude conditions prevalent at the site. All electrical auxiliary
equipment shall be specially treated with High altitude correction factor and the
materials and method for this treatment shall be got approved in advance. The
equipment and each part of it shall be strong enough and sufficiently well connected
to resist total operating stresses, including any stresses resulting from an
earthquake in any horizontal direction. Electrical clearances adopted due to high
attitude need to be justified with supporting calculations and got approved from the
Employer.

6.00.00 TRANSPORTATION

6.01.00 Location and Access

Tapovan Vishnugad H.E. Project is located on Dhauliganga river in the Chamoli


District of Uttaranchal State. The nearest Railway head of the project is Rishikesh.
which is around 280 KM away. The nearest Airport is at Dehradun and the
approach/access road to project is on National Highway 58/58A. The main project
components can be accessed from the right bank through the National highway
serving through a road of 12km away from Joshimath from the highway serving
Chamoli-Joshimath-Tapovan.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 2 OF 3
400 KV SWITCHYARD PACKAGE SUB-SECTION-II
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
PROJECT INFORMATION

6.02.00 Transport Limitations

The weights and dimension of the packages for transportation to site shall be limited
to the following:-

a) Max. Weight of the package not to exceed 70 M.Tonnes

b) Max. Size of the package not to exceed Length = 8500 mm,

Width= 3000 mm, and Height= 3000 mm.

The above information is tentative and it is the contractor’s responsibility to verify the
actual transport limitation.

7.00.00 BIDDER TO INFORM HIMSELF

The Bidder shall make independent/their own investigations about the conditions
and circumstances affecting his tender estimates and about the possibility of
executing the works as described. During the evaluation of tenders, it shall be
presumed that the Bidder have inspected and examined the site and its
surroundings and to have satisfied themselves about the form and nature of the
site, the quantities and materials necessary for the completion of the work and the
means of transport and access to site, the requirements of accommodation, general
labor position at the site and have quoted their prices after taking into account, the
risks, contingencies and other circumstances which may influence or affect the
execution of the Contract.

Access to the site shall be allowed, to the prospective bidder(s) by prior appointment
with the Employer.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 3 OF 3
400 KV SWITCHYARD PACKAGE SUB-SECTION-II
BID DOC NO.: CS-5505-500-2
PART-A

SUB-SECTION-III

SCOPE OF SUPPLY AND SERVICES

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT


TECHNICAL SPECIFICATION
(4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

1.00.00 SCOPE OF SUPPLY AND SERVICES

1.01.00 The scope of work for 400 KV switchyard at Tapovan Vishnugad HEPP shall
comprise but not limited to the design, engineering., manufacture, testing and
inspection at manufacture’s works, packing., supply, transportation, insurance,
delivery to site, unloading and handling at site, storage and preservation at site store,
transportation to place of installations, complete work of site assembly, erection,
testing at site and commissioning of 420 KV SF6 Gas Insulated Switchgears (GIS),
Air Insulated switchgears (Pothead Switchyard) and equipment erection including
associated civil works of pothead yard and structural works. Further it shall include
the cabling, lighting, lightning protection, earthing, association of subvendors in the
erection, supervision, site testing, inspection and commissioning of 400 KV
switchyard.

Any other equipment not explicitly mentioned herein or in the Technical


specifications and drawings but are necessary for completeness of works specified
shall also deemed to be included in the scope. The equipment shall be suitable for
climatic conditions as indicated elsewhere in specifications. The supplier shall
provide all the materials, labour, supervisory staff, plant, equipment & machinery and
services necessary for accomplishing the work.

1.02.00 Scope of supply of the Bidder includes mandatory spares, start-up and
commissioning spares and recommended spares. The general requirements of the
mandatory spares are detailed in Part - F of Section-VI.

1.03.00 The scope of the bidder includes all shop tests, site tests, routine tests etc.,
fulfilment of complete quality assurance & inspection requirements and related
activities for all the equipment & systems covered under the scope of work of bidder
as per the stipulations of Technical Specifications.

1.04.00 Bay Details are as follows:

Gas Insulated Switchgear

• Generator Transformer bays : 4 nos

• Line bays : 2 no

• Bus Coupler bay : 1 no

Air Insulated Switchgear

• Line bays : 2 nos

1.05.00 The equipment and materials to be supplied by the Contractor shall form a complete
400 KV switchyard including GIS & AIS. The equipment and services as detailed in
all sections of the bidding documents and as shown on the tender drawings shall be
within the scope of supply of the Contractor.

Any items though not specifically mentioned but which are required to make the
switchyard complete in all respects for its safe, efficient, reliable and trouble free
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 1 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

operation shall also be deemed to be included and the same shall be supplied and
erected by the Contractor, unless they are specifically excluded in the text of
exclusions given in sub section –IV of Part-A.

- 400KV GIS equipments: 3 - single phase (isolated), SF6 gas insulated,


metal-enclosed busbars, Circuit Breakers, disconnectors, safety Ground
Switches, High Speed fault making ground switches, Current transformers,
Voltage transformers, surge arresters, Local bay control cabinet, SF6 gas
monitoring equipments, maintenance equipments etc.

- 400KV AIS equipments: Disconnectors with earth switches, Current


transformers, capacitor voltage transformers, surge arresters, Post insulators
and wave traps.

- Flexible Conductors (Quad moose ACSR conductor with 450mm spacing to


be used for pothead switchyard for all connections)

- 10.98 dia G.S. Earthwire

- Insulators and hardware

- Clamps, connectors and spacers

- 48V DC Battery & battery charger (40A float cum boost battery chargers.
Minimum rating 400AH for Plante type or 200AH for Ni Cd battery type)

- Bay Marshalling kiosks

- LT Switchgears

- Lighting Panels

- Contractor shall make earth resistivity measurements at pothead yard & GIS
site (based on four electrode method) and design the earthing grid as per
IEEE: 80 (Latest edition) and connect the earthing grid with power house
earthing grid. The earthing mat for the switchyard shall be individually
designed before connection with PH earthing grid.

- Earthing of all equipments (inclusive of supply of 40mm dia MS rod and GI


flat).

- Complete Direct Stroke Lightning Protection .

- Power & Control cables, cabling (including interpole and interpanel), cable
supports, cable trays and accessories etc. necessary for cable erection such
as glands, lugs, clamps for cables, ferrules, cable ties, GI pipes etc. Cable
route markers for buried cable trench are also included in the scope.

- AC supply - auxiliary power for GIS, AIS and Protection system. The cables
from Station Service Boards in the power house to AC distribution boards are
also included in the scope of switchyard Contractor.

- Power & Control cable schedules & termination schedules shall be prepared
by the Contractor and approved by Employer.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 2 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

- Substation Automation System, Generator Relay Protection and metering


system including disturbance recorders, fault locators, event loggers and
GPS Time Synchronisation Equipment.

- Phase markers, Danger Plates, Bay identification plates

- The termination of the outgoing lines in pothead yard area on to the takeoff
gantry including supply of insulators, strings and hardware on line side shall
be done by line contractor. The connection to the line side equipments
including supplying clamps, insulator string, connectors are under the scope
of the switchyard contractor.

- Civil works for the pothead switchyard

- Inserts, embedments etc. as required for the system

1.06.00 SERVICES AND ITEMS

The scope also includes but not limited to the following services/items described
herein and elsewhere in specification:

- System design and engineering

- Supply of equipment and material

- Civil works

- Structural works

- Erection works

- Project management and site supervision

- Testing and commissioning

- Interface coordination

- Performance testing

- Clearances from statutory authorities.

1.07.00 System Design and Engineering

The Contractor shall be responsible for detailed design and engineering of overall
system, sub-systems, elements, system facilities, equipments, auxiliary services,
etc. It shall include proper definition and execution of all interfaces with systems,
equipment, material and services of Employer for proper and correct design,
performance and operation of the system.

- Contractor shall provide complete engineering data, drawings, reports,


manuals, etc. for Employer’s review, approval and records.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 3 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

- The scope shall also include the design and engineering as per details
elaborated elsewhere in this specification.

- The Contractor shall carry out earth resistivity measurements at the


switchyard site (based on four electrode method).

- Relay setting calculations shall be submitted by the Contractor and approved


by Employer.

- For all civil works of pothead yard and structural works, the Contractor shall
carry out design calculations, prepare all the detailed construction and
fabrication drawings.

- The details of 400 KV XLPE cable and Generator Transformer shall be


intimated to the successful bidder for consideration with GIS/AIS termination
during detail Engineering.

1.08.00 Civil & Structural Works ( for pothead yard)

The scope of civil works shall include design & construction of all Civil works of
pothead yard & Structural works including supply of all materials, complete for all
equipment and Gantry Structures for the Switchyard package.

The nature of work generally involves detailed Geotechnical investigation for various
facilities, earthwork in excavation and filling in all types of soils, dressing to the
required profile, dewatering till the structures are constructed/erected upto required
level or as directed by the engineer, shoring, backfilling around completed structures
and plinth filling, disposal of surplus earth, concreting including reinforcement and
formwork, fabrication, galvanising, Proto-assembly & erection of Gantry Structure &
Equipment supporting structure, fabrication and erection of all structural steel and
miscellaneous steel ( i.e., cable tray supports, galvanised foundation bolts etc.),
breaking of concrete/ brickwork/ roads and removal of sheet piling, precast covers,
RCC cable trenches, cable ducts/duct banks, soil sterlisation/anti - weed treatment,
drainage, fencing, gravel filling, final grading and site clearance before handing over
and other auxiliary items of work etc. All material including cement, reinforcement
steel, structural steel required for completion of the work covered in the Technical
specification shall be within the scope of the Contractor.

The scope of work described below is general in nature. The Contractor shall
provide all structures / facilities required for the effective functioning of switchyard of
the power plant, whether or not they are specifically mentioned. The scope of
Contractor for Civil & Structural works shall include but not limited to the following :

a) Detailed Geotechnical investigation of soil as required, classification of soil,


measurement of soil resistivity for various facilities.

b) Detailed design criteria including basis of design shall be prepared by the


Contractor based on various requirements specified elsewhere in the
specifications. All the above documents shall be finalised after Employer’s
approval and the same shall form the basis of Detailed Engineering Work.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 4 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

c) Civil & structural works associated with switchyard gantry structure etc

d) Civil & structural works associated with switchyard equipment supporting


structure as required.

e) Civil and structural works associated with Cable trenches from individual
bays and to Employer’s terminal point including cable trench for power &
control cables upto cable and ventilation tunnel.

f) Site Preparation, soil sterilisation/antiweed treatment including gravel filling


but excluding major levelling.

g) Complete fencing along with gates for the switchyard.

h) Any other facility/structure that would be required as per system


requirements.

i) All protection measures to prevent any damage to the adjoining structures /


facilities.

j) Scope of the Contractor shall also include supply and laying of 40mm dia MS
Rods alongwith other earthing materials as required to complete the earthing
system.

1.09.00 Erection Works

The Contractor shall construct, erect and install all equipment and material of
switchyard covered under the contract. He shall be responsible for provision of all
labour, tools and plant, and supervisory staff for safe, reliable, proper and correct
erection of the components.

The tools and plant shall include, but not limited to, special hoisting equipment,
cranes, stringing equipment, slings, consumables and all other articles and supplies
as required.

The Contractor shall ensure periodic cleaning of work sites and removal of all waste
material, packing material, surplus earth and left-overs and their proper disposal.

1.10.00 Project Management and Site Supervision

The Contractor shall be responsible for the overall management and supervision of
works. He shall provide experienced, skilled, knowledgeable and competent
personnel for all phases of the contract, so as to provide the Employer with a high
quality system.

The Contractor shall be responsible for adequate training of Employer’s operation


and maintenance personnel as to be able to operate & maintain the equipments and
its components properly, safely and efficiently over long period of time.

The Contractor’s supervisory personnel shall provide operation and maintenance


assistance during the warranty period.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 5 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

A project execution schedule called Master Network (MNW) in the form of PERT
chart/network and based on `Work break down structure’ shall be prepared by the
Contractor for Employer’s approval. The MNW shall identify milestones of key
events for each work/component in the areas of engineering, procurement,
manufacture, despatch, erection and commissioning.

1.11.00 Interface Coordination

The Contractor shall identify all interface issues with Employer and other agencies,
and shall be responsible for such interfacing, coordination and exchange of all
necessary information.

The Contractor shall submit to the Employer all drawings for review. He shall list the
detailed requirements of interface between Contractor’s work and the material and
services to be supplied by Employer.

1.12.00 Facilities to be provided by the Employer and the Contractor

Please refer clause no 14.00.00 and 15.00.00 of Part-D, Erection Conditions of


Contract

1.13.00 ARRANGEMENT BY THE CONTRACTOR

Contractor shall make his own necessary arrangements for the following and for
those not listed anywhere else:

• Distribution/extension of the construction power supply at all work areas

• Further distribution of construction water.

• Construction office and store (open & covered)

• Construction workshop and material/field testing laboratory

• Boarding & lodging arrangement for their personnel. i.e contractor’s


personnel

• Fire protection and security arrangements during construction stage

• Suitable and adequate land/space & power supply for office, storage area,
pre-assembly and fabrication areas, labour and staff colony area, toilets etc.

1.14.00 TYPE TESTS

1.14.01 For AIS


1.14.01.01 All equipments to be supplied shall be of type tested quality. The contractor shall
submit for Employers approval the reports of all the type tests as listed as per
relevant standard and carried out within last five years from the date of bid opening.
These reports should be for the test conducted on the equipment similar to those
proposed to be supplied under this contract and the test(s) should have been either
conducted at an independent laboratory or should have been witnessed by a Client.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 6 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

1.14.01.02 In case the contractor is not able to submit report of the type test(s) conducted
within last five years from the date of bid opening or in case the type test report(s)
are not found to be meeting the specification requirements, the contractor shall
conduct all such tests under this contract free of cost to the Employer and submit
the reports for approval.

1.14.02 For GIS

1.14.02.01 The Contractor shall carry out the type tests as listed in this specification on the
equipment to be supplied under this contract. The Bidder shall indicate the charges
for each of these type tests separately in the relevant schedule of BPS and the same
shall be considered for the evaluation of bids. The type test charges shall be paid
only for the test(s) actually conducted successfully under the contract and upon
certification by the Employer's engineer.

1.14.02.02 The type tests shall be carried out in the presence of the Employer's representative,
for which minimum 30 days notice shall be given by the Contractor. The Contractor
shall obtain the Employer's approval for the type test procedure before conducting
the type test. The type test procedure shall clearly specify the test set up, instrument
to be used, procedure, acceptance norms, recording of various parameters, interval
of recording, precautions to be taken etc. for the type test(s) to be carried out.

1.14.02.03 In case the Contractor has conducted such specified type test(s) according to the
relevant standard and/or specification within last five years as on date of bid
opening, he may submit the type test reports to the Employer for waival of
conductance of such type test(s). These reports should be for the test conducted on
the equipment similar to those proposed to be supplied under this contract and the
test(s) should have been either conducted at an independent laboratory or should
have been witnessed by a Client. The Employer reserves the right to waive
conducting of any or all the specified type tests(s) under this contract. In case the
type tests are waived, the type test charges shall not be payable to the Contractor.

1.14.03 Common requirements

1.14.03.01 The Employer will have the right of getting any test of reasonable nature carried out
on any component or completely assembled equipment at Contractor’s premises or
at site or in any other place in addition to the aforesaid type and routine tests, to
satisfy that the materials/equipment comply with the specification.

1.14.03.02 Failure of any equipment to meet the specified requirements of tests carried out at
works or at site shall be sufficient cause for rejection of the equipment. Rejection of
any equipment will not be held as a valid reason for delay in the completion of the
works as per schedule. Contractor shall be responsible for removing all deficiencies,
and supplying the equipment that meet the requirement

1.14.03.03 All acceptance and routine tests as per the specification and relevant standards shall
be carried out. Charges for these shall be deemed to be included in the equipment
price.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 7 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

1.15.00 Pre-commissioning and Commissioning Activities

The bidder's scope shall include all pre-commissioning and commissioning activities,
materials and services as detailed in clause no. 21.00.00 of Part-D of Technical
Specifications (Erection Conditions of Contract) including supply of all consumables,
temporary equipments and pipings, instruments, labour/skilled manpower etc. The
scope includes complete requirement of flushing oils including fresh oil refilling
during the pre-commissioning & commissioning activities and subsequent initial
operation.

1.16.00 First Fill of Consumables, SF6 / Oils & Lubricants

All the first fill and One year's topping requirements of consumable such as SF6 gas,
greases, oil, lubricants, servo fluids and essential chemicals etc. which will be
required to put the equipments covered under the scope of specifications, into
successful commissioning/ initial operation and to establish completion of facilities
shall be furnished by the bidder, unless specifically excluded under the Exclusions in
these specifications and documents.

1.17.00 Spares

The scope of work includes supply of mandatory spares, commissioning spares,


consumable spares and others as specified under conditions of contract. The list of
mandatory spares is brought out at Part-F, Section-VI.

1.18.00 Special Tools & Tackles and Test/ Measuring Equipments

One set of all special tools and tackles including testing, calibrating and measuring
instruments required for erection, assembly, disassembly and maintenance of all
equipments/ systems covered under the scope of the bidder shall be supplied by the
bidder as specified elsewhere in Part-A/Part-B of Technical Specifications. These
shall not be used for erection/ commissioning purposes and shall be in an unused
and new condition, when they are handed over to the Employer. A list of all such
special tools and tackles shall be submitted alongwith the offer.

1.19.00 The scope of the bidder includes complete design and engineering, technical co-
ordination (including participation and arranging technical co-ordination meetings),
finalization of drawings/ documents, submission of engineering drawing / documents
and processing of their approvals by the Employer.

1.20.00 Further, the scope shall also include submission, in proper shape & format, of all
types of manuals, handbooks & documents in requisite numbers to the Employer at
different phases of the project as per the requirement of Employer.

1.21.00 Bidder shall furnish all relevant data required by the Employer, at interface points
within 45 days of notification of award.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 8 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

1.22.00 Noise Level

The noise level to be maintained by all the equipment and systems, supplied &
erected by the bidder, shall be as specified elsewhere in the Technical specification.

1.23.00 Bidder shall provide all necessary training to Employer’s personnel as specified in
Part-C, Section-VI and as specified elsewhere in technical specification.

1.24.00 The Project construction works involve works to be carried out by other contractors
in addition to the works in the scope of 400 KV switchyard package Contractor. The
Contractor shall, through co-ordination with the other Contractors, ensure the
continuity and the coherence between his supply and that of the other Contractors.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 9 OF 9
400 KV SWITCHYARD PACKAGE SUB-SECTION-III
BID DOC NO.: CS-5505-500-2
PART-A

SUB-SECTION-IV

TERMINAL POINTS & EXCLUSIONS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT


TECHNICAL SPECIFICATION
(4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
Clause No. TERMINAL POINTS & EXCLUSIONS

1.00.00 TERMINAL POINTS

1.01.00 SF6 gas to Oil bushing of Generator Transformer

1.02.00 SF6 gas to XLPE cable sealing end terminal (GIS hall)

1.03.00 XLPE cable sealing end to outdoor ACSR conductor (in pothead switchyard)

1.04.00 Termination at the switchyard line take off gantry for 400KV lines

1.05.00 Termination of earthing connection upto power house groundmat riser in GIS hall

2.00.00 EXCLUSIONS

2.01.00 Illumination, Ventilation, Fire protection and EOT crane in GIS hall

2.02.00 XLPE cables & cable terminations between GIS and pothead yard

2.03.00 Civil works associated with GIS installation. However foundation bolts, anchor,
support embedments if any etc. are in the scope of the bidder. (Details of
foundation alongwith design basis to be given by the contractor)

2.04.00 Levelling of pothead yard area including approach road.

2.05.00 Civil works for Construction of Relay room in GIS hall

2.06.00 PLCC

2.07.00 220V DC Battery and Battery charger.

2.08.00 All equipments for the future bay

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 1 OF 1
400 KV SWITCHYARD PACKAGE SUB-SECTION – IV
BID DOC NO.: CS-5505-500-2
PART-A

SUB-SECTION-V

SPARES

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT


TECHNICAL SPECIFICATION
(4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SPARES

SPARES

1.00.00 All spares supplied under this contract shall be strictly interchangeable with the parts
for which they are intended for replacement. The spares shall be treated and packed
for long term storage in the climatic conditions prevailing at the site. Small items
shall be packed in sealed transparent plastic covers with desiccant bags as
necessary.

1.01.00 Each spare part shall be clearly marked and labeled on the outside of the packing
together with the description when more than one spare part is packed in single
case. A general description of the contents shall be shown on outside of the case
and detailed list enclosed. All cases, containers and other packages must be
suitably marked and numbered for the purpose of identification.

1.02.00 Commissioning spares: The Contractor shall include in his scope of supply all
commissioning spares. List of such spares along with the quantities shall be
indicated in the bid

1.03.00 The Contractor shall supply spares which he expects to consume during installation
testing and commissioning of system. The quantity of these spares shall be decided
based on his previous experience, such that site works shall not be hampered due
to non-availability of these spares. Contractor shall submit a complete list of such
spares along with the bid, the cost of which shall be deemed to have been included
in the lumsum proposal price of the package. The unused commissioning spares
may be left at the site for use by the Employer, if so agreed at a cost to be
negotiated.

1.04.00 No mandatory or recommended spares will be used during the commissioning of the
equipment/plant before take over by the Employer.

1.05.00 Mandatory spares and Maintenance Equipment

a) The list of mandatory spares considered essential by the Employer is


indicated in Section-VI, Part-F. The contractor shall indicate the prices for
each and every item (except for items not applicable to the contractors
design) in the ‘Schedule of Mandatory Spares’ whether or not he considers it
necessary for the Employer to have such spares. If the contractor fails to
comply with the above or fails to quote the price of any spare item, the cost
of such spares shall be deemed to be included in the contract price. The
contractor shall furnish the population per unit of each item in the Bid Forms
& Price Schedules. Whenever the quantity is mentioned in “sets” the
contractor has to give the item details and prices of each item.

b) Whenever the quantity is indicated as a percentage, it shall mean percentage


of total population of that item in the station (project), unless specified
otherwise, and the fraction will be rounded off to the next higher whole
number. Wherever the requirement has been specified as a ‘set’ it will
include the total requirement of the item for a unit, module or the station as
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 1 OF 3
400 KV SWITCHYARD PACKAGE SUB-SECTION-V
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SPARES

specified. Where it is not specified, a ‘set’ would mean the requirement for
the single equipment / system as the case may be. Also one set for the
particular equipment. e.g. ‘set’ of bearings for a pump would include the total
number of bearings in a pump. Also the ‘set’ would include all components
required to replace the item; for example, a set of bearings shall include all
hardware normally required while replacing the bearings.

c) The Employer reserves the right to buy any or all the mandatory spare parts

d) The prices of mandatory spares indicated by the Contractor in the Bid


Proposal sheets shall be used for bid evaluation purposes

e) All mandatory spares shall be delivered at site at least two months before
scheduled date of initial operation of the first unit. However, spares shall not
be dispatched before dispatch of corresponding main equipments

f) Wherever quantity is specified both as a percentage and a value, the


Contractor has to supply the higher quantity until & unless specified
otherwise.

1.06.00 Recommended spares

a) In addition to the mandatory spares, the Contractor shall also provide a list of
recommended spares giving unit prices and total prices for 3 years of normal
operation of equipment in list and total prices in relevant schedule of the Bid
Forms & Price Schedules. This list shall take into consideration the specified
mandatory spares and should be a separate list. The Employer reserves the
right to buy any or all the recommended spares. The recommended spares
parts shall be delivered at the site. The list of recommended spares to be
furnished by the Contractor should also contain the following:

• Population of each item installed along with reference drawing


number.

• Service life expectancy of each item.

• Offer validity period

b) Price of recommended spares will not be used for evaluation of bids. The
prices of these spares will remain valid for a period of not less than 120 days
after the date on which the validity of main bid expires. Whenever
recommended spares are the same as mandatory spares, then the prices of
the mandatory spares and such common recommended spares shall be the
same. Further, the prices of any recommended spares, which are not
common with mandatory spares listed in the volume, shall be subject to
review by the Employer and shall be finalised after mutual discussions.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 2 OF 3
400 KV SWITCHYARD PACKAGE SUB-SECTION-V
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SPARES

1.07.00 Tools & tackles

The Contractor shall also supply at site one set of all special tool & tackles, etc.
which are required by the Employer’s maintenance staff to maintain the works
successfully at no extra cost. The list of such tools and tackles shall be enclosed
with the offer.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 3 OF 3
400 KV SWITCHYARD PACKAGE SUB-SECTION-V
BID DOC NO.: CS-5505-500-2
PART-A

SUB-SECTION-VI

SUB QR

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT


TECHNICAL SPECIFICATION
(4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

1.00.00 ALL THE MAJOR EQUIPMENTS/ SYSTEMS TO BE SUPPLIED/ ERECTED


FOR THE PROJECT SHALL MEET THE FOLLOWING REQUIREMENTS:

1.01.00 400 KV INSTRUMENT TRANSFORMERS

The 400 KV Instrument Transformers being offered should be from manufacturer


who have manufactured and supplied minimum fifteen (15) nos. of single phase
Current Transformers and fifteen (15) nos. of single phase Capacitor Voltage
Transformer suitable for Air Insulated Substation/Switchyard of 400 KV or above
class which must have been in successful operation for a minimum period of two(2)
years as on the date of bid opening.

1.02.00 400KV DISCONNECTORS AND SURGE ARRESTORS

The 400KV Disconnectors and Surge Arrestors being offered should be from
manufacturer(s) who have manufactured and supplied atleast five (5) nos. of three
phase Disconnectors and atleast fifteen (15) nos. of single phase Surge Arrestors
suitable for Air Insulated Substation/Switchyard of 400KV or above class which must
have been in successful operation for a minimum period of two (2) years as on the
date of bid opening.

1.03.00 SCADA SYSTEM & PROTECTIVE RELAYS

The SCADA (Supervisory Control And Data Acquisition) System offered with
distributed architecture (excluding the requirement of communication protocol IEC-
61850) should have been in successful operation in atleast one(1)
Substation/Switchyard of not less than 220 KV class for a minimum period of one(1)
year as on date of bid opening.

The Generator Protection Relays, the Bay Protection Units including the Busbar
protection and the energy metering System offered should be from manufacturer(s)
who have manufactured and supplied respective equipment (excluding the
requirement of IEC-61850), which must have been in successful operation in a 100
MW or above unit/ 220 KV class or above Substation/Switchyard for a minimum
period of one (1) year as on the date of bid opening.

1.04.00 SITE SUPERVISION OF EQUIPMENTS

Bidder shall furnish undertaking (as per the enclosed format) from respective
equipment manufacturers for the equipments indicated above that erection, testing
and commissioning shall be carried out under their supervision.

1.05.00 For other items of supply the Bidder shall supply equipment/accessories from the
manufacturer who has designed, manufactured, type tested and supplied similar
items and these should have been in successful operation.

1.06.00 The Bidder must enclose the type test reports for the substation equipment and
accessories, main protective relays distance to fault locator, disturbance recorder,
event logger, time synchronizing equipment and tariff meters along with the offer.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 1 OF 2
400 KV SWITCHYARD PACKAGE SUB-SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SCOPE OF SUPPLY AND SERVICES

1.07.00 The Bidder shall clearly and unambiguously identify and name the proposed sub-
Vendors for various equipment and enclose detailed documents for each proposed
sub-vendor with the bid to establish that such sub-vendors meet the above
stipulated requirements. Any vague statements like ‘….make or equivalent’ shall not
be accepted.

Any Bidder who fails to comply with the above clause Nos. 1.01.00 to 1.07.00 is
liable to be disqualified and his bid is liable to be rejected.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-A
SECTION-VI PAGE 2 OF 2
400 KV SWITCHYARD PACKAGE SUB-SECTION-VI
BID DOC NO.: CS-5505-500-2
PART-B

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CONTENTS

TECHNICAL SPECIFICATION

PART - B

------------------------------------------------------------------------------------------------------------------------------------
SUB-SECTION DESCRIPTION
------------------------------------------------------------------------------------------------------------------------------------

CHAPTER-E0 SWITCHYARD ELECTRICAL GENERAL

CHAPTER-E1 GAS INSULATED SWITCHGEAR

CHAPTER-E2 ISOLATORS (AIS)

CHAPTER-E3 INSTRUMENT TRANSFORMERS (AIS)

CHAPTER-E4 SURGE ARRESTORS (AIS)

CHAPTER-E5 POST INSULATOR (AIS)

CHAPTER-E6 WAVE TRAPS (AIS)

CHAPTER-E7 LIGHTING (COMMON)

CHAPTER-E8 LT SWITCHGEAR & DBs (COMMON)

CHAPTER-E9 LT POWER AND CONTROL CABLES (COMMON)

CHAPTER-E10 SUBSTATION AUTOMATION SYSTEM (COMMON)

CHAPTER-E11 DC BATTERY AND BATTERY CHARGER (COMMON)

CHAPTER-E12 REQUIREMENTS OF AUXILIARY ITEMS (AIS)

CHAPTER-E13 INSTALLATION (COMMON)

CHAPTER-E14 SITE TESTING AND COMMISSIONING (COMMON)

CHAPTER-C0 TECHNICAL SPECIFICATION – CIVIL WORKS

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART - B
SECTION-VI PAGE 1 OF 1
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E0

SWITCHYARD ELECTRICAL GENERAL

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO. SWITCHYARD ELECTRICAL GENERAL (E0)

1.00.00 SCOPE AND GENERAL INFORMATION

1.01.00 In addition to the detailed scope and other requirements specified in Part-A, the
intent of the specifications for various electrical equipments shall also cover the
following scope:

1.02.00 Contractor shall be responsible for design and engineering of overall system/station,
and all elements, systems, sub-systems, facilities, equipments, material, etc.. The
Contractor shall submit design calculations, drawings, codes, codes of practices,
construction drawings, etc. for Employer’s approval.

The basic design shall include, but not limited to, the following:

a) Development of general arrangement.

b) Development of detailed layout (plan & section/elevation) drawings.

c) Development of single line diagram with parameters of equipment and details


of protection.

d) Protection and control philosophy and selection of protection, control and


annunciation schemes.

e) Development of interlocking schemes.

f) Development of switchyard structure loading details.

g) Development of earthing system.

h) Development of direct stroke lightning protection system.

i) Insulation coordination of the EHV equipment.

j) Calculation of static and dynamic force load and selection of spacer spans
and equipment terminal loading, (for outdoor switchyard)

k) Development of clearance diagrams.

l) Lighting design, Lux level calculations and conduit wiring diagram (for out
door switchyard).

m) Development of power & control cable laying and termination schedules.

n) Relay setting calculations.

o) Development of erection key diagram with bill of material.

p) Foundation design and construction drawings.

q) Development of cable trench layout and sections, and construction drawings.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 1 OF 5
400 KV SWITCHYARD PACKAGE CHAPTER-E0
BID DOC NO.: CS-5505-500-2
CLAUSE NO. SWITCHYARD ELECTRICAL GENERAL (E0)

1.03.00 Contractor shall furnish detailed drawings for the various equipments covered in
their scope for Employer’s approval. The equipment shall conform to type tests as
per specification and applicable standards and reports of the same shall be
furnished for approval.

1.04.00 Contractor shall furnish design calculations and construction drawings for all civil
works showing details of pockets to be left in foundations and embedments to be
provided in cable trenches.

1.05.00 Contractor shall furnish the schematics, general arrangement drawings, cable
schedules, interconnection schedules, panel wiring diagrams etc. for various control
and relay panels for Employer’s approval. Contractor shall also furnish the
recommended relay settings to be adopted.

1.06.00 The Contractor shall note that the list of standards specified elsewhere in this
specification is not complete. Whenever necessary the list of standards shall be
considered in conjunction with specification, IS & IEC. In case governing standards
for the equipment is different from IS or IEC, the salient points shall be clearly
brought out alongwith English language version of the same.

1.07.00 Exposed live parts shall be placed high enough above ground to meet the
requirements of Indian Electricity Rules and other statutory codes. All responsibilities
regarding co-ordination with Electrical Inspection Agencies and obtaining clearance
certificate from them rests with the Contractor.

1.08.00 All equipment shall be supplied with suitable terminal connectors. The terminal
connector shall be well coordinated with the type/size of conductor and equipment to
be connected. The conductor terminations for equipment shall be either rigid or
expansion type suitable for tube or horizontal or vertical take off suitable for quad
moose The spacing for quad moose ACSR conductor shall be 450 mm as required.
The exact requirement to terminal clamps would be finalised by the Contractor in
consultation with Employer based on layout requirement. The terminal pads shall
preferably be capable of taking the required conductor span under normal, short
circuit and meteorological conditions, without affecting the performance of the
equipment.

1.09.00 All equipment shall be supplied with necessary interpole cabling and its cost shall be
included in the cost of equipment.

1.10.00 The minimum temperature is expected to reach upto -10 degree Celcius under
extreme condition. The equipments shall be designed to withstand such conditions
satisfactorily.

1.11.00 All equipment (outdoor) shall be suitable for hot line washing.

1.12.00 The Contractor shall cooperate in all respects and exchange the necessary technical
data/ drawings with other agencies and Employer’s other Contractors under
intimation to Employer to ensure proper coordination and completion of work in time.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 2 OF 5
400 KV SWITCHYARD PACKAGE CHAPTER-E0
BID DOC NO.: CS-5505-500-2
CLAUSE NO. SWITCHYARD ELECTRICAL GENERAL (E0)

1.13.00 Insulation Co-ordination and Selection of Surge Arrestor

1.13.01 The contractor shall be fully responsible for complete insulation co-ordination of
switchyard including GIS. Contractor shall carry out detailed studies and design
calculations to evolve the required parameters locations, energy capability etc. of
surge arrestors such that adequate protective margin is available between peak
impulse, surge and power frequency discharge voltages and BIL of the protected
requirement. The locations of surge arrestors shown in single line diagram is
indicative only. If the contractors feels that surge arrestors at some more locations
are required to be provided, the cost for the same should also be included in the
offer.

1.13.02 The contractor shall perform all necessary studies for surge arrestors. The report
shall detail the limits of all equipment parameters which could affect the insulation
co-ordination. The report shall also detail the characteristics of the surge arrestor
and shall demonstrate arrestor’s protective and withstand levels, discharge and
coordinating currents and arrestor ratings and comply with the requirement of this
specification.

1.13.03 The contractor shall also consider in the studies, the open circuit breaker condition,
fast transients generated by slow operation of disconnecting switches and high
speed earthswitches etc. The study report and design calculations shall be
submitted for Employer’s approval.

2.00.00 LT SWITCHGEAR

AC Feeders:

The LT AC switchgear shall be designed to cater for all the loads required for bay
marshalling kiosks, auxiliary power requirement. For reliability, each equipment and
bay marshalling kiosk shall be connected with two independent sources of power
supplies. The LT switchgear shall be suitable for power supplies to all Marshalling
kiosks, maximum four (4) bay marshalling kiosks can be looped by forming a ring
main. The LT switchgear panels shall be equipped with 20% spare feeders.

Two feeders of AC supply at 415V shall be available at Station Service Boards for
connection to the (two) nos of 415V, 3 phase AC distribution boards with required
no. of MCCB modules including 20% spare modules for switchyard requirement.
Additional 2 (two) feeders shall also be available from 415V Switchboard installed
in pothead switchyard for catering power supply to outdoor switchyard.

DC Feeders:

The Contractor shall provide suitable DC distribution boards with busbars and all
other equipments. For reliability, dual supplies for all loads shall be considered. 20%
spare feeders shall be provided.

4 (four) feeders of DC supply shall be available in unitized unit DC distribution


boards of the power house for further connection to DC distribution boards for
distribution.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 3 OF 5
400 KV SWITCHYARD PACKAGE CHAPTER-E0
BID DOC NO.: CS-5505-500-2
CLAUSE NO. SWITCHYARD ELECTRICAL GENERAL (E0)

3.00.00 CLEARANCES

The minimum clearances for 400 KV Outdoor Switchyard shall be as given below:

400KV

Phase to earth clearance 3500 mm

Phase to phase clearance 4000 mm

Section clearance 6500 mm

Ground clearance 8000 mm

The above clearances are valid upto altitude 1000M only. Bidder shall provide
adequate clearances considering the altitude of the site. The Contractor shall supply
the structures suitable to meet the clearances.

4.00.00 SERVICES TO BE PERFORMED BY THE EQUIPMENT BEING SUPPLIED

The 400 KV system is being designed to limit the power frequency over voltage of
1.5 p.u. and the switching surge over voltage to 2.5 p.u. In 400 KV system the initial
value of temporary over voltage could be 2.0 p.u. for 1-2 cycles. All the
equipment/materials covered in this specification shall perform all its functions
satisfactorily without undue strain, restrike etc. under such over voltage conditions.

5.00.00 SYSTEM PARAMETERS

The system parameters shall be as under:

GIS AIS
a) Highest system voltage 420 KV rms 420 KV rms
b) System Frequency 50Hz 50Hz
c) Lightning Impulse Voltage
Phase to earth & between phases 1425 KV 1425 KV
Across isolating distance 1425(+240) KV
d) Switching Impulse Voltage
Phase to earth 1050KV 1050 KV
Across isolating distance 900(+345) KV
Between phases 1575KV
e) Power frequency withstand for 1
min (rms)
Phase to earth & between phases 650KV 520 KV

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 4 OF 5
400 KV SWITCHYARD PACKAGE CHAPTER-E0
BID DOC NO.: CS-5505-500-2
CLAUSE NO. SWITCHYARD ELECTRICAL GENERAL (E0)

Across isolating distances 815KV 610 KV


f) PD level of GIS conductor Less than 5 Less than 10
Pico coulomb Pico coulomb
g) Corona Extinction voltage 320 KV (rms)
h) Short Circuit current 40 kA for 1 40 kA for 1 sec.
sec.

The values of insulation level given above are applicable to altitude of 1000 M.
Bidder shall appropriately correct the values as per the site altitude.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 5 OF 5
400 KV SWITCHYARD PACKAGE CHAPTER-E0
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E1

GAS INSULATED SWITCHGEAR

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

1.00.00 420 KV GAS INSULATED SWITCHGEAR (GIS) EQUIPMENTS

1.01.00 CODES & STANDARDS

The switchgear specified herein shall operate satisfactorily in the climatic conditions
as specified. The performance, testing and rating of the switchgear shall conform to
the latest edition of the following IEC / IS publications:

IEC -62271-100 : High Voltage Alternating Current circuit breaker

IEC- 60376 : Technical grade Sulphur Hexaflouride(SF6) for use in


Electrical equipment

IEC- 68 Part III : Environmental Testing

IEC -71 : Insulation coordination.

IEC-60099-1/4 : Non linear resistor type gapped surge arresters for AC


systems.

IEC -62271-102 : AC disconnectors and earthing switches

IEC- 60137 : Insulated Bushings for alternating voltages above 1000 V.

IEC –60044-1 : Current transformers

IEC –60044-2 : Inductive Voltage transformers

IEC –267 : Guide to testing of circuit breakers

IEC –60270 : High voltage test techniques-Partial discharge


measurements.

IEC- 60480 : Guidelines for the checking and treatment of SF6 taken
from electrical equipment and specification for its re use

IEC- 506 : Switching impulse test on HV insulators.

IEC-62271-203 : Gas Insulated metal enclosed switchgear for rated voltage


above 52 KV

IEC-60694 /62271-1 : Common specification for HV switchgear and control gear


standards.

IEC- 60859 : Cable connections for gas insulated metal enclosed


switchgear.

IEC –61128 : Alternating current disconnectors: Bus transfer current


switching by disconnector

IEC -61129 : AC earthing switches: Induced current switching.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 1 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

IEC-1259 : Requirement for switching of bus charging current by


disconnectors.

IS –2705 : Current transformers

IS- 3156 : Voltage transformers

IEC- 60439 : Low Voltage Switchgear and Control Gear assemblies

IEEE-80 (2000) : IEEE- Guide for safety in AC substation grounding

CIGRE-44 : Earthing of GIS –an application guide( Elecra no: 151,


Dec’93)

IEC-62271-306 : Cable connection between power transformer & gas


insulated metal enclosed switchgear for rated voltages
above 52KV

IEC-62271-305 : Cable connection for gas insulated metal enclosed


switchgear for rated voltages above 52KV

1.02.00 The proposed switchgear may conform to the standards of the country of
manufacture, provided these standards are based on or equivalent or better to the
above referred standards. The contractor proposing any other standards than the
above referred standards must specifically indicate the standards to which the
switchgear conforms. The deviations, if any, from the above codes & standards that
affect performance and rating are required to be clearly indicated by the contractor
alongwith the offer. The contractor is required to furnish the English version copy of
all the standards alongwith the bid.

1.03.00 Compliance with the provisions of the specifications does not absolve the switchgear
contractor from the responsibility of furnishing switchgear and accessories of proper
design, electrically and mechanically suited to meet the operating guarantees at the
specified service conditions.

1.04.00 If there are, in the opinion of the contractor, any contradictions between the above
standards and these specifications, such contradictions shall be brought to the
attention of the Employer.

2.00.00 RATINGS

2.01.00 The ratings and general characteristics of the GIS shall be as follows:

(The ratings applicable to specific items of equipment are indicated in the applicable
sections dealing with the equipment).
a) Type of Switchgear 420 KV Single phase, metal
enclosed, SF6 gas
insulated switchgear

b) Location Indoor

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 2 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

c) Frequency 50 + 3% -5% Hz

d) Rated voltage 420


class, KV rms

e) Highest System voltage, KV rms 420

f) Number of phases Three

g) Rated lightning impulse


withstand voltage (KV peak)

i) Phase to earth 1425

ii) Across open contacts 1665

h) Rated Switching impulse withstand voltage


(KV peak)

- Phase to earth 1050

- Phase to phase 1575

- Across open contacts 1245

i) Rated one minute power frequency


with stand voltage (KV rms)

i) Phase to earth 650

ii) Across open contacts 815

j) System earthing Effectively grounded

k) Rated normal current (Amps.)

i) Generator transformer feeder


circuits 2500A

ii) Out going feeder circuits 2500A

iii) Bus coupler circuits 2500A

l) Rated short circuit withstand current Not less than


at rated maximum voltage for one sec. 40 KA rms (symmetrical)

m) Rated breaking capacity of 40 KA rms


circuit breaker

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 3 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

n) Rated making capacity 100 KA peak

o) Prospective transient recovery As per IEC62271-100


Voltage appearing across the
Circuit breaker terminals

p) Radio interference voltage at Less then 1000 micro volts


266 KV(rms)

q) Partial discharge level 5 pico coulombs or less


at 1.1 Un/√ 3

r) Material of enclosure Alluminium alloy

s) Material of bus bar Aluminium alloy


t) Insulation medium SF6 gas

2.02.00 All current carrying components of the equipment specified shall be capable of
continuous operation at the specified rated current without exceeding the maximum
temperature rise specified in the relevant IEC standards.

2.03.00 Thermal calculations shall be based on the climatic conditions indicated in. Project
Features. These calculations shall be submitted for review of the Employer.

3.00.00 GENERAL DESIGN AND SAFETY REQUIREMENT

3.01.00 The GIS assembly shall be of double busbar arrangement and consist of separate
modular compartments e.g. Circuit Breaker compartment, Bus bar compartment
filled SF6 gas and separated gas tight partitions so as to minimize risk to human
life, allow ease of maintenance and limit the effects of gas leaks failures & internal
arcs etc. These compartments shall be such that maintenance on one feeder may
be performed without de-energising the adjacent feeders. These compartments shall
be designed to minimize the risk of damage to adjacent sections and protection of
personnel in the event of a failure occurring within the compartments. Stainless steel
carbon impregnated or nickel plate rupture diaphragms with suitable deflectors
shall be provided to prevent uncontrolled bursting pressures developing within the
enclosures under worst operating conditions. The compartments of GIS assemblies
shall be supplied filled with SF6 gas at a positive pressure and hermetically sealed to
protect the dielectric system during transportation.

3.02.00 The workmanship shall be of the highest quality and shall conform to the latest
modern practices for the manufacture of high technology machinery and electrical
switchgear.

3.03.00 The switchgear, which shall be of modular design, shall have complete phase
isolation. The conductors and the live parts shall be mounted on high graded epoxy
resin insulators. These insulators shall be designed to have high structural strength
and electrical dielectric properties and shall be shaped so as to provide uniform field
distribution and to minimize the effects of particle deposition either from migration of

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 4 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

foreign particles within the enclosures or from the by-products of SF6 breakdown
under arcing conditions.

3.04.00 Gas barrier insulators and support insulators shall have the same basis of design.
The support insulators shall have holes on both sides for proper flow of gas.

3.05.00 Gas barrier insulators shall be provided so as to divide the GIS into separate
compartments. They shall be suitably located in order to minimize disturbance in
case of leakage or dismantling. They shall be designed to withstand 1.5 times full
rated pressure on one side while vacuum is exerted on the other side. They shall be
designed to withstand any internal fault thereby keeping an internal arc inside the
faulty compartment. Due to safety requirement for working on the pressurised
equipment, whenever the pressure of the adjacent gas compartment is reduced, it
should be ensured by the contractor that adjacent compartment would remain in
service with reduced pressure. The gas tight barriers shall be clearly marked on the
outside of the enclosures.

3.06.00 The material and thickness of the enclosures shall be such as to withstand an
internal flash over without burn through for a period of 500ms till the backup relay
protection clears the fault. The material shall be such that it has no effect of
environment as well as from the by-products of SF6 breakdown under arcing
condition.

3.07.00 Sufficient inspection windows/access openings shall be provided at the switchgear


to ensure that each switchgear component can be inspected / monitored during
installation and future maintenance. Each section shall have plug-in or easily
removable connection pieces to allow for easy replacement of any component with
the minimum of disturbance to the remainder of the equipment.

3.08.00 The material used for manufacturing the switchgear equipment shall be of the type,
composition and have physical properties best suited to their particular purposes
and in accordance with the latest engineering practices. All the conductors shall be
fabricated of aluminum tubes of cross sectional area suitable to meet the normal and
short circuit current rating requirements. The finish of the conductors shall be
smooth so as to prevent any electrical discharge. The conductor ends shall be silver
plated and fitted into finger contacts or tulip contacts. The contacts shall be of sliding
type to allow the conductors to expand or contract axially due to temperature
variation without imposing any mechanical stress on supporting insulators.

3.09.00 Each pressure filled enclosure shall be designed and fabricated to comply with the
requirements of the applicable pressure vessel codes and based on the design
temperature and design pressures as defined in IEC -62271-203 .

3.10.00 The contractor shall guarantee that the pressure loss within each individual
gas-filled compartment shall not be more than half percent ( 0.5%) per year.

3.11.00 Each gas-filled compartment shall be equipped with static filters, density switches,
filling valve and safety diaphragm. The filters shall be capable of absorbing any
water vapour which may penetrate into the enclosures as well as the by-products of
SF6 during interruption. Each gas compartment shall be fitted with separate non-

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 5 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

return valve connectors for evacuating & filling the gas and checking the gas
pressure etc.

3.12.00 The switchgear line-up when installed and operating under the ambient conditions
shall perform satisfactorily and safely under all normal and fault conditions. Even
repeated operations upto the permissible servicing intervals under 100% rated &
fault conditions shall not diminish the performance or significantly shorten the useful
life of the switchgear. Any fault caused by external reasons shall be positively
confined to the originating compartment and shall not spread to other parts of the
switchgear. Routine maintenance to any of its external components including the
protective relays and instrument transformers shall not be required in less than five
years intervals. The internal components shall be maintenance free for at least 10
years. Routine replacement of insulating gas shall not be required in intervals of less
than ten years.

3.13.00 Bracings shall be provided for all mechanical components against the effects of
short circuit currents. The arc faults shall be positively confined to the originating
compartment and shall not spread to the other parts of switchgear.

3.14.00 The thermal rating of all current carrying parts shall be minimum for one sec. for the
rated symmetrical short-circuits current.

3.15.00 The Switchgear shall be of the free standing, self-supporting with easy accessibility
to all the parts during installation & maintenance, dead front design with all high-
voltage equipment installed inside gas-insulated metallic and earthed enclosures,
suitably sub-divided into individual arc and gas-proof compartments at least for:
a) Busbars
b) Intermediate compartment
c) Circuit breakers
d) Bus / Line disconnections
e) Gas insulated bus duct section between Generator-Transformer and GIS.
f) Current Transformers
g) Voltage Transformers
h) Surge Arrestors
i) Gas Insulated bus duct section between GIS and XLPE cable
GIS shall be of isolated phase type and each phase/pole shall be housed in a
separate enclosure. The bus enclosure should be sectionalized in a manner that
maintenance work on any bus disconnector ( when bus and bus disconnector are
enclosed in a single enclosure) can be carried out by isolating and evacuating the
small effected section and not the entire bus.
3.16.00 The arrangement of the individual switchgear bays shall be such so as to achieve
optimum space-saving, neat and logical arrangement and adequate accessibility to
all external components.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 6 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

3.17.00 It is required that the three phases of each switchgear bay be arranged side by side.
Segregated phase blocks of equipment in which one phase of each switchgear bay
is mounted in a separate block are not acceptable. The arrangement of the
equipment offered must provide adequate access for operation, testing and
maintenance.

3.18.00 The arrangement of gas section or compartments shall be such as to facilitate


extension of any make on either end without any drilling, cutting or welding on
existing equipments. The GIS shall be designed such that a future bay can be
extended with-out any necessity to move or dislocate the existing switchgear bays. It
shall be kept in view that very little shutdown time is needed for adding future bay.

3.19.00 The bay control unit shall be placed in the relay room on the downstream side of GIS
Hall as shown in drawing no: 5505-500-PEH-A-012 “GIS Layout Plan at 1300.0M”

3.20.00 All the elements shall be accessible without removing support structures for routine
inspections and possible repairs. The removal of individual enclosure part or entire
breaker bays shall be possible without disturbing the enclosures of neighboring
bays.

3.21.00 It should be impossible to unwillingly touch live parts of the switchgear or to perform
operations that lead to arcing faults without the use of tools or brute force.

3.22.00 All interlocks that prevent potentially dangerous mal-operations, shall be constructed
such that they can not be operated easily, i.e. the operator must use tools or brute
force to over-ride them.

3.23.00 The actual position of circuit breakers, disconnections and grounding switches must
be positively displayed by mechanical indicators visible from the operating position.

3.24.00 In general the contours of energized metal parts of the GIS and any other accessory
shall be such, so as to eliminate areas or points of high electrostatic flux
concentrations. The surfaces shall be smooth with no projection or irregularities
which may cause visible corona. No corona shall be visible in complete darkness
when the equipment is subjected to specified test voltage. There shall be no radio
interference from the energized switchgear at rated voltage.
3.25.00 The enclosure shall be of continuous design and shall meet the requirement as
specified in clause no: 10 (special consideration for GIS) of IEEE -80 year 2000.

The enclosure shall be sized for carrying induced current equal to the rated current
of the bus. The conductor and the enclosure shall form the concentric pair with
effective shielding of the field internal to the enclosure.

3.26.00 The fabricated metal enclosures shall be of Aluminum alloy and have high
resistance to corrosion, low electrical losses and negligible magnetic losses. All
.jointed surfaces shall be machined and all castings shall be spot faced for all bolt
heads or nuts and washers. All screws, bolts, studs and nuts shall conform to metric
system.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 7 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

3.27.00 The breaker enclosure shall have provision for easy withdrawal of the interrupter
assemblies. The removed interrupter assembly must be easily and safely accessible
for inspection and possible repairs.

3.28.00 The enclosures of the same phase shall be electrically interconnected and at proper
points they shall be connected to the other phases thus entailing a return current
almost equal to the current circulating in the conductors.

3.29.00 The enclosure shall be designed to practically eliminate the external


electromagnetic field and thereby electrodynamics stresses even under short circuit
conditions.

3.30.00 The elbows, bends, cross and T-sections of interconnections shall include the
insulators bearing the conductor when the direction changes take place in order to
ensure that live parts remain perfectly centered and the electrical field is not
increased at such points.

3.31.00 The Contractor shall furnish the following information regarding the loosely
distributed metallic particles within the GIS encapsulation.

a) Calculations of critical field strength for specific particles of defined mass and
geometry.

b) The methodology and the equipments required for electrical partial discharge
(PD) detection and/or acoustic detection method.

The switchgear shall have provision for connection with ground mat risers to be
provided by the Employer. This provision shall consist of grounding pads to be
connected to the ground mat riser in the vicinity of the equipment. The connection
between the grounding pads of switchgear and ground mat risers shall be provided
by the contractor. The contractor shall furnish the details & drawings for ground mat
requirement for GIS.

3.32.00 The ladders and walkways shall be provided wherever necessary for access to the
equipment. The suitability of using a portable ladder with adjustable height may be
examined by the contractor and if found suitable shall be offered.

3.33.00 Wherever required, the heaters shall be provided for the equipment in order to
ensure the proper functioning of the switchgear at specified ambient temperatures.
The heaters shall be rated for 240V AC supply and shall be complete with
thermostat, control switches and fuses, connected as balanced 3-phase, 4-wire load.
The possibility of using heaters without thermostats in order to achieve the higher
reliability may be examined by the contractor and accordingly included in the offer
but it shall be ensured by the contractor that the temperature rise of different
enclosures where heating is provided should be within safe limits as per relevant
standards. Detail calculation with a copy of the relevant extract of standard to which
the above arrangement conforms to, shall also be furnished alongwith the offer. The
heaters shall be so arranged and protected as to create no hazard to adjacent
equipment from the heat produced.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 8 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

3.34.00 Arrangement shall be provided to visually observe the contact position of


disconnecting switches and earth switches.
3.35.00 The enclosure & support structure shall be designed that a mechanic 1780mm in
height and 80 Kg in weight shall be able to climb on the equipment.
3.36.00 The sealing provided between flanges of two modules / enclosures shall be such
that long term tightness is achieved.
3.37.00 Alarm circuit shall not respond to faults for momentary conditions. The following
indications including those required elsewhere in the specifications shall be
generally provided in the alarm & indication circuits.
3.37.01 Gas Insulating System
a) Loss of gas density
b) Loss of heater power (if required)
c) Moisture in gas
d) Low gas pressure
e) Any other alarm necessary to indicate deterioration of the gas insulating
system

3.37.02 Operating System


a) Low operating pressure.
b) Loss of Heater Power.
c) Loss of operating power.
d) Loss of control
e) Pole-disordance

3.38.00 The common point of the two busbars alongwith the Earthswitch shall be designed
and housed in a separate compartment so as to avoid complete shutdown of the
system in case of maintenance required in any disconnector.
3.39.00 Adequate number of gas leak detectors shall be installed at various location at the
base of the GIS structure to detect presence of gas which may be harmful for
human. The detector shall send alarm signal locally as well as at remote stations.
3.40.00 Separate SF6 gas filled enclosure shall be provided with mounting structures for 2
Nos. of 400 KV XLPE spare cables termination at GIS floor level (1300.00m). The
enclosure shall be placed in horizontal direction and equipped with pressure gauges
etc.
3.41.00 The equipment shall be suitable for operation under the ambient conditions
prevailing at project site specified at Part-A, Subsection- Project Information. The
prevailing conditions shall be taken into account by the Contractor in the design of
the equipment.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 9 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

4.00.00 MANDATORY MAINTENANCE EQUIPMENTS

The maintenance equipment as per necessary for the operation and maintenance of
GIS shall be supplied alongwith GIS. A list of such equipments is enclosed as
Annexure-I.

5.00.00 BELLOWS OR COMPENSATING UNITS

Adequate provision shall be made to allow for the thermal expansion of the
conductors and of differential thermal expansion between the conductors and the
enclosures. The metallic bellows (preferably of stainless steel) of following types or
other suitable equivalent arrangement shall be provided wherever necessary.
i) Lateral / vertical mounting units: These shall be inserted, as required,
between sections of bus bars, on transformer, and XLPE cable termination.
Provision of these shall enable sections of the switchgear to be removed and
reinserted without interfering with adjacent parts. Lateral mounting shall be
made possible by a sliding section of enclosure and tubular conductors.
ii) Axial compensators: These shall be provided to accommodate changes in
length of bus bars due to temperature variations.
iii) Parallel compensators: These shall be provided to accommodate large
linear expansions and angle tolerances.
iv) Tolerance compensators: These shall be provided for taking up
manufacturing, site assembly & foundation tolerances.

v) Vibration compensators: These bellow compensators shall be provided for


absorbing vibrations caused by the transformers when connected to SF6
switchgear by oil / SF6 bushings.

6.00.00 INDICATION AND VERIFICATION OF SWITCH POSITIONS

Indicators shall be provided on all circuit breakers, Disconnectors and earth


switches, which shall clearly show whether the switches are open or closed. The
indicators shall be mechanically coupled directly to the main contact operating drive
rod or linkage and shall be mounted in a position where they are clearly visible
through glass windows.

7.00.00 PRESSURE RELIEF

Pressure relief devices shall be provided in the gas sections to protect the main gas
enclosures from damage or distortion during the occurrence of abnormal pressure
increase or shock waves generated by internal electrical fault arcs (preferably in
downward direction).

Pressure relief shall be achieved either by means of diaphragms or plugs venting


directly into the atmosphere in a controlled direction.

If the pressure relief devices vent directly into the atmosphere, suitable guards and
deflectors shall be provided. Contractor shall submit to the owner the detailed criteria
design regarding location of pressure relief devices/rupture diaphragms.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 10 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

8.00.00 PRESSURE VESSEL REQUIREMENTS

The enclosure shall be designed for the mechanical and thermal loads to which it is
subjected in service. The enclosure shall be manufactured and tested according to
the pressure vessel code (ASME/CENELEC code for pressure Vessel.)

Each enclosure has to be tested as a routine test at time the design pressure for
one minute. The bursting strength of Aluminum castings has to be at least 5 times
the design type test on each type of enclosures.

9.00.00 EQUIPMENT DETAILS

9.01.00 CIRCUIT BREAKERS

9.01.01 Type & Rating

I) The power from Generating Units is proposed to be stepped to 420 KV by


Generator Transformers. The Generator Transformers shall be connected to
proposed 420 KV GIS which shall be connected to pothead yard through 400
KV XLPE cables. The power from pothead yard shall be evacuated through
1 No. double circuit transmission lines. . The circuit breakers offered shall be
suitable for operation with Generating Units, Generator Transformers, and
Transmission Lines.

II) SF6 gas-insulated circuit breaker shall conform to IEC-62271 and have the
following performance characteristics and ratings:

i) Type of breaker 420 KV Single phase, metal enclosed, SF6 gas


insulated.

ii) Rated frequency 50 Hz

iii) Rated normal current:-

• Bus coupler breaker 2500A

• Generator transformer 2500A


feeder breaker

• Out going line breaker 2500A

iv) Number of poles 3

v) Installation Indoor

vi) Temperature rise As per IEC 60694

vii) Rated short time withstand 40 KA for 1 second


current KA (rms value of
ac component)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 11 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

viii) Rated short circuit making 100 KA


current, KA(peak)

ix) Rated out of phase breaking 10KA


current (rms)

x) Rated short circuit breaking current

- Rated short circuit current 40 KA (rms)

- Percentage of D.C. >70%


component

a) System Earthing Effectively earthed.

b) First-pole-to clear factor > 1.3

c) Rated duration of short 1 sec


circuits

d) Closing time < 100 ms

xi) Rated transient recovery


voltage for terminal faults As per IEC

xii) Rated characteristics for


short line faults -do-

xiii) Standard values of rated line -do


characteristics for short line
faults

xiv) Rated One minute Power


insulation level

i) Phase to Earth 650 KV (rms)

ii) Open contact 815 KV (rms)

xv) Rated lightning impulse


withstand voltage (KV peak)

i) Phase to earth 1425 KV

ii) Across open contacts 1665 KV

xvi) Rated Switching impulse withstand voltage


(KV peak)

- Phase to earth 1050 KV

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 12 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

- Phase to phase 1575 KV

- Across open contacts 1245 KV

xvii) Rated operating duty cycle

- Breakers 0-0.3 s-CO-3 min-CO

- Auto reclosing (line breakers) Single-phase and 3-phase


only)

- Rated insulation level As specified

- Rated line charging 500 A with maximum breaking


with voltage factor of 1.4pu current permissible switching
Over voltage of 2.0 pu

- Rated inductive current All the circuit breakers shall be


capable of interrupting 100 Amp.
inductive current,

xviii) Control of switching Switching surge over voltages


while surges (Line Breakers)
re-energising to be limited to 2.0
p.u.Single step preinsertion
resistor of 400 ohms shall be
provided in the circuit breaker.
Preinsertion time of the
resistor shall be minimum 8 ms.

xix) Operating mechanism Hydraulic/Spring/Pneumatic

xx) Radio interference voltage Not exceeding 1000 micro-volts


for freq. between 0.5MHz and
2.0MHz at 266 KV (rms)

a) Partial discharge level, 5 or less


(pico coulombs) at 1.1 Un/√3

b) Rated supply voltage of 220 V dc, 240 V ac, 50Hz /


closing and opening devices 415 V ac, 50 Hz, 3-phase.
and auxiliary circuit

c) Number of auxiliary 12 NO and 12 NC on each pole


Contacts wired to terminal blocks in
control Cabinet

- Number of trip coils 2 per pole

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 13 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

- Number of closing coils 2 per pole

d) SF6 gas characteristics for As per IEC-60376


SF6circuit breaker

xxi) Rated break time

i) 40ms under test duties 2,3 & 4 at rated values

ii) 45ms under test duties 1-5 and short line fault test duties and
combined variation trip coil voltage, opening pressure and
quenching media pressure.

xxii) Maximum difference in the a) 2.5 millisec within a pole


instant of closing/opening b) 3.3 millisec between poles (opening)
of contacts c) 5.0 milli sec between poles (closing)

xxiii) Noise level 140dB at 50m distance from the base


of circuit breaker

III) The governing data for the selection of circuit breakers shall not be limited
to the above mentioned parameters but shall also take into account various
provisions contained in these specifications and relevant standards. The
circuit breakers to be supplied must be suitable for the intended services i.e.
for no load, full load and fault service conditions.
9.02.00 Duty Requirement

9.02.01 Circuit breakers shall be C2-M1 class as per IEC 62271-100. the circuit breaker shall
be totally restrike free under all duty conditions and shall be capable of performing
their duties without opening resistor.The circuit breaker shall meet the duty
requirement for any type of fault or fault location and also for line charging and
dropping when used on 400KV effectively grounded system with transmission lines
of adequate length and characteristic specified elsewhere in the specification and
perform make and break operation as per the stipulated duty cycles satisfactorily.

9.02.02 The circuit breaker shall be capable for breaking the steady and transient
magnetizing current corresponding to 400KV transformer of 1000 MVA rating. It shall
be capable of breaking line charging current as per IEC 62271-100 with a voltage
factor of 1.4

9.02.03 The circuit breaker shall be reasonably quiet in operation. Noise level in excess of
140dB measured at the base of the breaker would be unacceptable. Contractor shall
indicate the noise level of breaker at a distance of 50 to 150m from base of the
breaker.

9.02.04 The Contractor may note that total break time of the breaker shall not be exceeded
under any duty conditions as specified such as with the combined variation of trip
coil voltage(70-110%), pneumatic/hydraulic pressure and SF6 pressure etc. while
furnishing the proof of the total break time of complete circuit breaker, the contractor

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 14 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

may specifically bring out the effect of non-simultaneity between same pole and
poles and show how it is covered in the guaranteed total break time.

9.02.05 While furnishing particulars regarding the DC components of the circuit breaker, the
contractor shall note that IEC-62271-100 requires that this value should correspond
to the guaranteed minimum opening time under any condition of operation.

9.02.06 The critical current which gives the longest arc duration at lock out pressure of SF6
and the duration shall be indicated.

9.02.07 All the duty requirements specified above shall be provided with the support of
adequate test reports to be furnished with the bid.

9.03.00 Construction & Design

a) SF6 gas insulated metal enclosed circuit breakers shall comply with the latest
revision of IEC-62271-100 & other relevant IEC except to the extent
explicitly modified in the specification. Circuit breakers shall be of single
pressure (puffer type). They shall be designed for installation in SF6 gas
insulated metal clad switchgear and shall use SF6 gas for both insulation &
arc quenching. Suitable means shall be provided to ensure that all
interrupters & secondary auxiliary switches open and close without loss of
synchronism & are of adequate dielectric strength under all operating
conditions including an open-close-open operation with zero external
dead time delay. The interrupting duty shall be distributed uniformly between
interrupters. There shall be two trip and two closing coils per pole for each
breaker.

b) The circuit breakers shall be provided with independent and reliable spring
charged mechanism or electro hydraulic /pneumatic operating mechanism for
each pole. Provision shall be made for simultaneous opening and closing of
all the three poles of the circuit breakers. The full details of the spring
charged mechanism/hydraulic operating mechanism/pneumatic mechanism
and constructional & operational features must be described in the bid. The
detailed drawings to illustrate the operational features shall be supplied by
the contractor.

c) Each circuit breaker shall be capable of withstanding without requiring


change of any parts, atleast maximum no. of interruptions at rated short
circuit current with associated rate of rise of recovery voltage. The contractor
shall state this data and the equivalent number of interruptions at rated
continuous current or the cumulative electrical endurance which could be
safely withstood by the breaker and also submit proof of short circuit rating
with transient voltage severity alongwith the offer.

d) Out-of-Phase Switching

The circuit breaker shall be capable of interrupting symmetrical short circuit


current under out-of-phase switching conditions.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 15 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

Short line Faults: Circuit breaker supplied shall be capable of interrupting


line faults on overhead transmission line.

e) The circuit breakers shall be designed to withstand the high stresses


imposed on them during fault clearing, load rejection, out of phase
switching, re-energization of lines with trapped charges and perform make
& break operations as per the stipulated duty cycles satisfactorily. The
breakers shall also be required to break small inductive currents without
causing excessive over-voltages, line charging currents without restrikes,
handle evolving faults and meet the requirements regarding partial
discharge, radio interference and corona. However, all the breakers shall be
capable of breaking inductive current.

f) The circuit breakers shall be suitable for in-rush and magnetizing current.
The circuit breakers offered shall be suitable for single phase generator
transformers, bus coupler and out going lines without restriking and without
causing excessive switching surges. Occasionally, a power transformer
operating under ferro resonant conditions and having non-sinusoidal current
and voltage wave-forms with higher than normal peak values may have to be
switched. The Contractor shall provide proof test data and comments on
breaker for such applications.

g) Insulation Co-ordination

The insulation strength across the open contacts of the circuit breaker for
lightning impulse, switching surges and power frequency withstand voltages
shall be as per IEC60694/62271-100.

i) The circuit breaker and bus insulation shall be coordinated so that


due to lightning impulse, switching surge and power frequency
voltage no flashover shall take place. In case flashover takes place,
the same shall be confined in the bus rather than in the circuit
breakers in either open or closed position.

ii) The circuit breakers shall be vertical / horizontal mounted depending


on contractor's preferred layout for the double bus system considering
the space limitations indicated in the layout and taking into account
the worst service conditions / forces imposed by the earthquake.

iii) Each circuit breaker pole shall be equipped with enclosed type
mechanical position indicator clearly visible from the breaker front.
The remote position indicator on the bay module control cabinet and
in the power house control room shall be provided. The details of the
inscription and coloring of the mechanical indicator are given as
under:

Sign Background colour

Open position Open Green

Closed position Close Red

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 16 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

Each pole of the breaker shall be provided with operating counter to record
the number of operations performed during service.

h) The breakers shall be provided with pressure gauges and pressure relays for
the operating mechanism.

i) The circuit breakers shall be supplied with thermostatically controlled tank


heaters wherever required. Where the heater current rating exceeds one
ampere, thermostatically controlled contactors shall be used.

j) The circuit breakers shall be provided with a rating plate as per the
requirements of IEC. The voltage required to operate the tripping coil shall
also be indicated.

k) Circuit breakers except line circuit breakers shall be designed for 3-phase
tripping and closing. Only line circuit breakers shall have single-phase and 3-
phase auto-enclosing capabilities. The line breakers shall be capable of
independent pole operation. Each phase shall be completely isolated from
the other two phases.

l) All necessary interposing & interlocking control relays for circuit breaker
tripping and closing shall be located in the control cabinets supplied by
the Contractor.

m) The disconnectors shall be interlocked electrically with the associated circuit


breakers such that the disconnector cannot be operated unless the
associated circuit breaker is opened. The interlocking shall prevent any
incorrect switching sequence and enable the breakers to be operated
without risks, either from the Bay Module Control Cabinet, Bay Control
Unit or from the power house control room. The actuation of the manual
operating device shall also be disabled to energise the electrical control
circuits. Necessary interlocks shall be provided to prevent from hunting and
other dangerous or undesirable operations of the circuit breaker.

n) The circuit breaker control system shall prevent closing of the circuit breaker
when there is insufficient stored energy in the operating mechanism storage
system and insufficient SF6 gas density / dielectric strength. It shall lockout
the breaker when the SF6 gas density drops below a minimum permissible
level. The state of the breaker arc-quenching and insulating gas shall be
monitored by a temperature-compensated pressure switch or density switch
with two alarm levels. The first stage alarm shall be set well before any
dangerous condition is reached; the second stage shall initiate breaker
lockout. In addition, the actual gas pressure shall be shown on a local
control cubicle.

o) The circuit breaker shall be able to operate locally or from a remote point.
Local operation shall be by means of an open/close control switch located in
the bay module control cabinet. Remote control via a remote/local control
transfer switch will be from the Relay room & power house control room. The
protection devices will remain operational in either remote or local control
mode. When in the maintenance mode, all remote trip or close control

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 17 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

signals will be blocked. The breaker controls shall operate from the two
independent 220V DC systems with both the trip coils connected. Mechanical
indicators coupled to the movable contact system shall be provided to show
the true position of the main breaker contacts. Operation counters shall be
provided for each breaker pole or otherwise for each breaker. The two
numbers of circuit breakers for the 400KV outgoing feeders shall be provided
with preinsertion resistors. However, the requirement of preinsertion
resistors will be decided at the detailed design stage.

p) Control scheme for the circuit breakers shall be submitted by the Contractor
giving full details of operating mechanism and their advantages alongwith
relevant drawings.

q) The circuit breaker shall be provided with duplicate electrical tripping


facilities. This shall include but not be limited to the following:-

a) Two electrically separate identical trip coils.

b) Two electrically independent and identical sets of wiring, terminals


and protective equipment for connection to two independent control
and/or tripping power sources.

r) The above noted requirement refers only to duplicate electrical tripping


facilities and should not be interpreted as requiring the provision of any
mechanical or hydraulic components in duplicate form. Duplicate opening
control valve would be considered as an advantage over two solenoids on
the same valve.

s) The circuit breaker as well as local control cubicle shall be provided with red
and green local indicating lamps which shall be connected through one
normally open and one normally closed contact of auxiliary switch for
each pole. The circuit breaker shall further be provided with amber lamp to
indicate healthy trip conditions. i.e trip circuit supervision

t) All DC coils (trip, close, auxiliary etc.) shall be equipped with surge
suppression devices such as diodes across the coils to provide a discharge
path for transient voltage. The provision of such devices shall neither extend
the drop out time of coil nor shall interfere with normal operation of the circuit
breaker.

a) On failure of auxiliary supply, the operating mechanism shall be


capable of performing a complete 0—0.3S—CO—3 Min—CO
sequence for all breakers & corresponding sequence for other
breakers.

b) Only line circuit breakers shall be designed for automatic reclosing


duty cycles from remote devices as per duty envisaged in these
specifications.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 18 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

c) Auxiliary Switches for the Circuit Breakers.

Apart from any auxiliary switches normally required in the circuit


breakers for control or auxiliary functions as detailed herein, each
pole of circuit breaker shall be provided with auxiliary switches having
twelve(12) normally open `NO' and twelve(12) normally closed `NC'
contacts, all electrically independent and readily convertible from
normally open to normally closed operation or vice-versa. If non
adjustable and non convertible type of auxiliary switches are offered,
the contractor is required to furnish the technical details of such
switches alongwith their advantages over the adjustable and
convertible switches to be derived by the Employer. Six `NO' and six
`NC’ contacts shall be adjustable for early make or early break
operation. An early make ‘NO’ contact connected in series with an
early break `NC' contact shall provide a pulse during circuit breaker
closing and tripping. The above twenty four contacts of each pole
shall be connected by the Contractor to terminal blocks in the bay
module control cabinet. The contacts shall be capable of interrupting
as per IEC 694.

d) Breakers shall have separate operating mechanism for each pole and
shall be equipped with an electrical phase disagreement circuit,
complete with a time delay relay with adjustable setting. The relay
shall provide automatic 3-phase tripping of the circuit breaker or
single pole tripping in case of line breaker, and shall have a
normally open contact wired to the bay control cabinet terminal block.

e) The Contractor shall supply all relays, switches and accessories to


provide for fail- safe operation of the circuit breaker under
conditions of low stored energy. The circuit breaker shall have local
storage sufficient for a duty cycle following the loss of supply to the
main energy storage system. The recharging time following the
restoration of the supply shall be less than 30 minutes. Low stored
energy in any pole shall initiate at:-
i) Level 1: Low stored energy (pressure) alarm.

ii) Level 2 Initiate blocking of breaker closing when stored


energy is insufficient to perform a close-open
duty cycle.

iii) Level 3 Initiate automatic lockout of circuit breaker


tripping and isolation at a point where sufficient
stored energy is still available to perform the
operation.
f) The Contractor shall explain the features incorporated in the circuit
breaker control mechanism to properly supervise the operation of
opening of each pole of the breaker. A pole discordance alarm shall
be provided for annunciation.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 19 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

g) The means shall be provided to mechanically block the operating


mechanism so that adjustments may be made safely.

h) All auxiliary devices, such as heaters, receptacles, etc. shall be


suitable for connection to the Employer's power sources. The details
of these sources are given as under:
a) 240 V A.C. Single phase- 50Hz
b) 415 V A.C. 3-phase, 4-wire, 50Hz
c) 220 V DC from station battery banks for control circuits.

9.04.00 Operating Mechanism

General requirements :

a) Circuit breaker shall be operated by pneumatic mechanism or electric spring


charged mechanism or electro hydraulic mechanism or a combination of
these. The mechanism shall be housed in a dust proof cabinet and shall
have IP : 42 degree of protection.

b) The operating mechanism shall be anti-pumping and trip free (as per IEC
definition) electrically and either mechanically or pneumatically under every
method of closing. The mechanism of the breaker shall be such that the
position of the breaker is maintained even after the leakage of operating
media and/or gas

c) The operating mechanism shall be strong, rigid, not subject to rebound or to


critical adjustments at site and shall be readily accessible for maintenance.

d) The operating mechanism shall be suitable for high speed reclosing and
other duties specified. During reclosing the breaker contacts shall close fully
and then open. The mechanism shall be antipumping and trip free (as per
IEC definition) under every method of closing.

e) The mechanism shall be such that the failure of any auxiliary spring will not
prevent tripping and will not cause trip or closing operation of the power
operating devise.

f) A mechanical indicator shall be provided to show open and close position of


the breaker. It shall be located in a position where it will be visible to a man
standing on the ground level with the mechanism housing closed. An
operating counter shall also be provided in the central control cabinet.

g) Working parts of the mechanism shall be of corrosion resisting material,


bearings which require grease shall be equipped with pressure type grease
fittings. Bearing pin, bolts, nuts and other parts shall be adequately pinned or
locked to prevent loosening or changing adjustment with repeated operation
of the breaker.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 20 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

h) The contractor shall furnish detailed operation and maintenance manual of


the mechanism alongwith the operation manual for the circuit breaker.

i) The close and trip circuits shall be designed to permit use of momentary-
contact switches and push buttons.

j) Each breaker pole shall be provided with two (2) independent tripping
circuits, valves, pressure switches, and coils each connected to a different
set of protective relays.

k) The breaker shall normally be operated by remote electrical control.


Electrical tripping shall be performed by shunt trip coils. However, provisions
shall be made for local electrical control. For this purpose a local/remote
selector switch and close and trip control switch/push buttons shall be
provided in the breaker central control cabinet.

l) The trip coil shall be suitable for trip circuit supervision during both open and
close position of breaker.

m) Closing coil and associated circuits shall operate correctly at all values of
voltage between 85% and 110% of the rated voltage. Shunt trip and
associated circuits shall operate correctly under all operating conditions of
the circuit breaker upto the rated breaking capacity of the circuit breaker and
at all values of supply voltage between 70% and 110% of rated voltage. If
additional elements are introduced in the trip coil circuit their successful
operation and reliability for similar applications on circuit breakers shall be
clearly brought out in the additional information schedules. In the absence of
adequate details the offer is likely to be rejected.

n) Densimeter contacts and pressure switch contacts shall be suitable for direct
use as permissive in closing and tripping circuits. Separate contacts have to
be used for each of tripping and closing circuits. If contacts are not suitably
rated and multiplying relays are used then fail safe logic/schemes are to be
employed. DC supplies for all auxiliary circuit shall be monitored and for
remote annunciations and operation lockout in case of dc failures.

o) The auxiliary switch of the breaker shall be positively driven by the breaker
operating rod.

9.05.00 Spring operated Mechanism

a) Spring operated mechanism shall be complete with motor, opening spring &
closing spring with limit switch for automatic charging and other necessary
accessories to make the mechanism a complete operating unit.

b) As long as power is available to the motor, a continuous sequence of the


closing and opening operations shall be possible. The motor shall have
adequate thermal rating for this duty. After failure of power supply to the
motor, one close-open operation shall be possible with the energy contained
in the operating mechanism.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 21 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

c) Breaker operation shall be independent of the motor which shall be used


solely for compressing the closing spring. Facility for manual charging of the
closing spring shall also be provided. The motor rating shall be such that it
required preferably not more than 30 seconds for full charging of the closing
spring.

d) Closing action of circuit breaker shall compress the opening spring ready for
tripping.

e) When closing springs are discharged after closing a breaker, closing springs
shall automatically be charged for the next operation and an indication of this
shall be provided in the local and remote control cabinet.

f) Provisions shall be made to prevent a closing operation of the breaker when


the spring is in the partial charged condition.

g) The spring operating mechanism shall have adequate energy stored in the
operating spring to close and latch the circuit breaker against the rated
making current and also to provide the required energy for the tripping
mechanism in case the tripping energy is derived from the operating
mechanism.

9.06.00 Hydraulically Operated Mechanism

a) Hydraulically operated mechanism shall comprise of operating unit with


power cylinder, control valves, high and low pressure reservoir, motor etc.

b) The hydraulic oil used shall be fully compatible for the temperature range to
be encountered during operation.

c) The oil pressure switch controlling the oil pump and pressure in the high
pressure reservoir shall have adequate no. of spare contacts, for continuous
monitoring of low pressure, high pressure etc. at switchyard control room.

d) The mechanism shall be suitable for at-least two close open operations after
failure of AC supply to the motor starting at pressure equal to the lowest
pressure of auto reclose duty plus pressure drop for one close open
operation.

e) The mechanism shall be capable of operating the circuit breaker correctly


and performing the duty cycle specified under all conditions with the pressure
of hydraulic operated fluid in the operating mechanism at the lowest
permissible pressure before make up. The operating time at the lowest
pressure for a particular operation shall not exceed the guaranteed operating
time within any value of trip coil-supply voltage as specified.

f) Trip lockout shall be provided to prevent operations of the circuit breaker


below the minimum specified hydraulic pressure. Alarm contacts for loss of
Nitrogen shall also be provided.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 22 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

g) All hydraulic joints shall have no oil leakage under the site conditions and
joints shall be tested at factory against oil leakage at a minimum of 1.5 times
maximum working pressure.

h) Hydraulic controls are to be provided and such controls shall be interlocked


to prevent the circuit breakers from being tripped under conditions which will
not allow a complete and safe trip operation. A close operation shall also be
blocked unless a complete close-open or trip-free operation can be safely
carried out.

i) For hydraulic operated mechanism, auxiliary switches must be provided with


a separate operating device working on the same mechanism. The
operation of both the mechanisms should be simultaneous.

9.07.00 Pneumatically operated mechanism

9.07.01 Contractor shall offer unit compressor with each circuit breaker. The unit compressor
are to be located outdoor near the breaker(s).

9.07.02 The breaker local air receivers shall comply with the requirement specified, and shall
have sufficient capacity for two ‘CO’ operations of the breaker at the lowest pressure
for reclose duty without refilling.

9.07.03 Independently adjustable pressure switches with potential free ungrounded contacts
to actuate lockout device shall be provided. This lock out device with provision for
remote alarm indication shall be incorporated in the circuit breaker to prevent
operation whenever the pressure of the operating medium is below that required for
satisfactory operation at the specified rating. The scheme should permit operation of
all block and alarm relays as soon as the pressure transient present during the rapid
pressure drop has been damped and a reliable pressure measurement can be
made. Such facilities shall be provided for following conditions:

Trip lockout pressure - 2 nos.

Close lockout pressure - 1 no.

Extreme low pressure - 1 no.

Auto reclose lock out pressure - 1 no.

9.07.04 The compressed air mechanism shall be capable of operating the circuit breaker
under all duty conditions with the air pressure immediately before operation between
85% and 110% of the rated supply pressures. The make/break time at this supply
pressure shall not exceed the specified make/ break time within any value of trip coil
supply voltage as specified.

9.07.05 Following additional fittings shall be required for pneumatic Circuit Breaker

a. Unit compressed air system

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 23 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

b. Breaker Local air receiver

c. Pressure gauge, spring-loaded safety valve and pressure switch with


adjustable contacts.

d. Pressure switch to initiate an alarm if the pressure in auxiliary reservoir falls


below a preset level for longer than it is normally necessary to refill the
reservoir.

e. Stop, non-return and other control valves, piping and all accessories upto
breaker mechanism housing.

10.00.00 DISCONNECTORS

10.01.00 Type & Rating

a) Disconnectors shall be of the single phase, single-pole, group operated type,


installed in the switchgear at the locations as shown in the single-line
diagram to provide electrical isolation of the circuit breakers from the
generator transformers, double bus and transmission lines. The
disconnectors shall conform to IEC-62271-102 and shall have the following
ratings and performance characteristics in addition to those specified:

i) Rated Voltage(rms) 420KV

ii) Rated Frequency 50Hz

iii) System Earthing Effectively earthing

iv) Type SF6 Insulated


v) Rated insulation level Open contact Phase to Earth

a) One minute Power 815 KV (rms) 650 KV (rms)


frequency withstand
voltage across open gap

b) Lightning Impulse voltage 1665 KVp 1425 KVp


across isolating distance

c) Rated switching impulse 1245 KVp 1050 KVp


withstand voltage across
isolating distance

vi) Rated normal current

• Generator transformer module 2500 Amps

• Line Module 2500 Amps.

• Bus coupler module 2500 Amps

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 24 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

vii) Rated Short time withstand 40KA(rms) for 1 sec


current for Disconnector and
earthswitch

viii) Rated dynamic short circuit withstand 100KAp


current of Disconnector and Earth switch

xi) Temperature rise over ambient temp. As per IEC

x) Rated Mechanical terminal Load As per IEC

xi) Rated supply voltages of closing 220 V DC ungrounded


and opening devices & auxiliary 240 V, 50Hz, single
circuits phase & 415 V, 50Hz,
three-phase AC.

xii) Total operating time of disconnec- Not to exceed 12 seconds


tor alongwith its operating
mechanism

xiii) Rated capacitive current make 0.5 Amps.


and break capacity

xiv) Interruption of loop current 1600/20 A/V

xv) Partial discharge level at 5 pico coulombs


1.1 Un/√3

xvi) Radio interference voltage 1000 microvolts from frequency


between 0.5 MHz and 2.0 MHz
at 266 KV (rms)
b) The Contractor shall offer only those disconnectors which are guarded
against the effect of VFTs (Very Fast Transients)

10.02.00 Duty Requirement

Disconnector and Earthswitch shall be capable of withstanding the dynamic and


thermal effects of the maximum possible short circuit of the system in their closed
position. They shall be constructed such that they do not open under influence of
short circuit current. The earthswitches wherever provided shall be constructional
interlocked so that the earth switches can be operated only when the disconnector is
open and vise versa.

10.02.01 The earthing switches shall be capable of discharging trapped charges of the
associated lines

10.02.02 Disconnector and earthing switches shall be able to bear on the terminal the total
forces including electro dynamic forces on the attached conductor without impairing
reliability or current carrying capacity.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 25 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

10.02.03 The disconnector shall be capable of making/breaking normal currents when no


significant change in voltage occurs across the terminals of each pole of the isolator
on account of making /breaking operation.

10.03.00 Construction & Design

a) The three pole group operated disconnectors shall be operated by electric


motor suitable for use on AC / 220 V DC ungrounded system and shall be
equipped with a manual operating mechanism for emergency use. The
motor shall be protected against over current & short circuit.

b) Disconnectors shall be designed as per relevant IEC. These shall be suitable


to make and break the capacitive charging currents during their opening and
closing. They shall also be able to make & break loop current which appears
during transfer between bus bars. The contact shielding shall also be
designed to prevent restrikes and high local stresses caused by the
transient recovery voltages when these currents are interrupted.

c) The disconnecting switches shall be arranged in such a way that all the three
phases operate simultaneously. All the parts of the operating mechanism
shall be able to withstand starting torque of the motor mechanism without
damage until the motor overload protection operates.

d) It shall be possible to operate the disconnecting switches manually by


cranks or handwheels. The contacts shall be both mechanically and
electrically disconnected during the manual operation.

e) The operating mechanisms shall be complete with all necessary linkages,


clamps, couplings, operating rods, support brackets and grounding devices.
All the bearings shall be permanently lubricated or shall be of such a type
that no lubrication or maintenance is required.

f) The opening and closing of the disconnectors shall be achieved by either


local or remote control. The local operation shall be by means of a two-
position control switch located in the bay module control cabinet.

g) Remote control of the disconnectors from the BCU in Relay room & power
house control room shall be made through remote / local transfer switch.

h) The disconnector operations shall be interlocked electrically with the


associated circuit breakers in such a way that the disconnector control is
inoperative if the circuit breaker is closed.

i) Each disconnector shall be supplied with auxiliary switch having six normally
open and six normally closed contacts for use by others over and above
those required for switchgear interlocking purposes. The auxiliary switch
contacts are to be continuously adjustable such that, when required, they
can be adjusted to make contact before the main switch contacts.

j) The signaling of the closed position of the disconnector shall not take place
unless it is certain that the movable contacts will reach a position in

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 26 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

which the rated normal current, peak withstand current and short-time
withstand current can be carried safely.

k) The signaling of the open position of the disconnector shall not take place
unless the movable contacts have reached such a position that the
clearance between the contacts is at least 80 percent of the rated isolating
distance.

l) All auxiliary switches and auxiliary circuits shall be capable of carrying a


current of at least 10 A DC continuously.

m) The auxiliary switches shall be capable of breaking at least 2 A in a 220V


DC circuit with a time constant of not less than 20 milliseconds.

n) The disconnectors and safety grounding switches shall have a mechanical


key (padlocking key) and electrical interlocks to prevent closing of the
grounding switches when isolator switches are in the closed position and
to prevent closing of the disconnectors when the grounding switch is in the
closed position.

o) The local control of the isolator and high-speed grounding switches from the
bay module control panel should be achieved from the individual control
switches with the remote/local transfer switch set to local.

p) All electrical sequence interlocks will apply in both remote and local control
modes.

q) Each disconnector shall have a clearly identifiable local, positively driven


mechanical position indicator, together with position indicator on the bay
module control cabinet and provisions for taking the signals to the power
house control room. The details of the inscriptions & colouring for the
indicator are given as under:

Sign Back ground colour

Open position Open Green

Closed position Closed Red

r) All the disconnecting switches shall have endoscopic arrangement allowing


easy visual inspection of the travel of the switch contacts in both open and
close positions, from the outside of the enclosure.

s) The disconnecting switches shall be provided with rating plates and shall be
accessible for inspection.

t) The disconnecting switches shall be capable of being padlocked in both


the open and closed positions with the operating motor automatically
disengaged. The padlocking device shall be suitable for a standard size
lock with a 10mm shank. The padlock must be visible and directly lock the
final output shaft of the operating mechanism. Integrally mounted lock when

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 27 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

provided shall be equipped with a unique key for such three phase group.
Master key is not permitted.

10.04.00 SAFETY GROUNDING SWITCHES

a) Three-pole, group operated, safety grounding switches shall be operated


by electric motor for use on AC / 220V DC ungrounded system and shall be
equipped with a manual operating mechanism for emergency use. The
motor shall be protected against over current and short circuit.

b) In order to provide test facilities for CTs, transformers, cables etc., certain
ground switches may require to be electrically insulated from the
enclosures and have easily removable ground connections.

c) Each safety grounding switch shall be electrically interlocked with its


associated disconnector and circuit breaker such that it can only be closed if
both the circuit breaker and disconnector are in open position. Safety
grounding switch shall however be mechanically key interlocked with its
associated disconnector.

d) Each safety grounding switch shall have clearly identifiable local positive
driven mechanical indicator together with position indicator on the bay
module control cabinet and provision for taking the signal to Power House
Control Room.

e) The details of the inscription and colouring for the indicator are given as
under:

Sign Background colour

Open position Open Green

Closed position Closed Red

f) Interlocks shall be provided so that manual operation of the switches or


insertion of the manual operating device will disable the electrical control
circuits.

g) Each ground switch shall be fitted with auxiliary switches having four
normally open and four normally closed contacts for use by others over and
above those required for local interlocking and position indication purposes.

h) Provision shall be made for padlocking the ground switches in either the
open or closed position.

i) All portions of the grounding switch and operating mechanism required


for grounding shall be connected together utilizing flexible copper
conductors having a minimum cross-sectional area of 50 mm2.

j) The main grounding connections on each grounding switch shall be rated to


carry the full short circuit rating of the switch for 1 s and shall be equipped

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 28 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

with a silver-plated terminal connector suitable for steel strap of adequate


rating for connection to the grounding grid.

k) The safety grounding switches shall conform to the requirements of IEC


62271-102

l) Mechanical position indication shall be provided locally at each switch and


remotely at each bay module control cabinet & in the power house control
room.

10.05.00 HIGH SPEED GROUNDING SWITCHES

a) Grounding switches located at the beginning of the Feeder bay modules


shall be of the high-speed and will be used to discharge the respective
charging currents, in addition to their safety grounding function. These
grounding switches shall also be capable of interrupting the inductive
currents and to withstand the associated TRV.

b) Single phase switches shall be provided with operating mechanism for each
phase suitable for operation from a AC / 220V DC ungrounded supply.

c) The switches shall be fitted with a stored energy closing system to provide
fault making capability.

d) The short circuit making current rating of each ground switch shall be at least
equal to its peak withstand current rating of 100 KA. The switches shall
have inductive / capacitive current switching capability as per IEC-62271-
102.

e) Each high speed make proof grounding switch shall have clearly identifiable
local positive driven mechanical indicator together with position indicator on
the bay module control cabinet and provision for taking the signal to Power
House Control Room.

f) The details of the inscription & colouring for the indicator shall be as under:

Sign Background colour

Open position Open Green

Closed position Closed Red

g) High-speed grounding switch operation should be possible locally from the


bay module control cabinet, or remotely from the relay room & power
house control room in conjunction with opening of the associated
disconnector.

h) These high-speed grounding switches shall be electrically interlocked with


their associated circuit breakers and disconnectors so that the grounding
switches can not be closed if the circuit breakers and disconnectors are
closed.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 29 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

i) Interlocks shall be provided so that the insertion of the manual operating


devices will disable the electrical control circuits.

j) Each high speed grounding switch shall be fitted with auxiliary switches
having four normally open(NO) and four normally closed (NC) auxiliary
contacts for use by others, over and above those required for local
interlocking and position indication. All contacts shall be wired to terminal
blocks in the local bay control cabinet. Provision shall be made for
padlocking the grounding switches in either the open or closed position.

k) All portion of the grounding switches and operating mechanism required


for connection to ground shall be connected together utilizing flexible
copper conductor having minimum cross-sectional area of 50 sq mm.

l) The main grounding connection on each grounding switch shall be rated to


carry the peak withstand current rating of the switch for 1 sec and shall be
equipped with a silver-plated terminal connector suitable for steel strap of
adequate design for connection to the grounding grid.

m) The high speed grounding switches shall conform to the requirements of


IEC-62271-102.

11.00.00 CURRENT TRANSFORMERS

11.01.00 General

11.01.01 The current transformers and accessories shall conform to IEC-60044-1 and other
relevant standards except to the extent explicitly mentioned in the specification.

11.01.02 The particulars of the various cores may likely change within reasonable limits as
per the requirements of protection relays. The contractor is required to have these
values confirmed from the Employer before proceeding with design of the
cores. The other characteristics of CTs shall be as given below:

11.02.00 Type & Rating

a) i) Rated short time thermal current 40


for 1sec., KA(rms)

ii) Rated dynamic current KA(peak) 100

iii) Rated insulation levels As specified

iv) Power frequency over voltage As specified


withstand requirements for
secondary windings

v) Limits of temperature rise As per IEC 185

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 30 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

vi) Maximum radio interference Not exceeding 1000 micro


voltage at 266 KV (rms)

vii) Partial discharge level, 5 or less


pC at 1.1 Un / √3

viii) Nos of Cores As per the details given in Table-I

ix) Accuracy class of


Current Transformer

Measurement CT 0.2

Protection CT PS

11.03.00 Construction Details

a) The current transformers incorporated into the GIS will be used for protective
relaying and metering and shall be of metal-enclosed type. The secondary
windings shall be air insulated and mounted inside the metal enclosure. All
the current transformers shall have effective electromagnetic shields to
protect against high frequency transients.

b) Each current transformer shall be equipped with a marshalling box with


terminals for the secondary circuits, which are connected to the local control
cubicle. The star / delta configuration and the inter connection to the line
protection panels will be done at the CT terminal block located in the local
control cubicle.

c) Rating and Diagram Plates shall be as specified in the IEC specification


incorporating the year of manufacture. The rated extended current rating
voltage and rated thermal current shall also be marked on the name plate.
The diagram plate shall show the terminal markings and relative physical
arrangement of the current transformer cores with respect to the primary
terminals(P1 & P2)

The position of each primary terminal in the current transformer SF6 gas
section shall be clearly marked by two plates fixed to the enclosure at each
end of the current transformer.

d) Current transformers guaranteed burdens and accuracy class are to be


intended as simultaneous for all cores.

e) The current transformers shall be suitable for high speed auto reclosing.

f) Electro magnetic shields to be provided against high frequency transients


typically 1-30 MHz.

g) The wiring between each CT and bay module control cabinet shall be
included in the scope of supply.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 31 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

h) Provision shall be made for primary current injection testing of current


transformers.

12.00.00 BUS VOLTAGE TRANSFORMERS

12.01.00 General

12.01.01 The voltage transformers and accessories shall conform to IEC-60044-1 and other
relevant standards except to the extent explicitly mentioned in the specification.

12.01.02 Voltage transformers shall be of the electro magnetic type with SF6 gas insulation.
The earth end of high voltage winding and the ends of secondary winding shall be
brought out in the terminal box.

12.01.03 The rating and diagram plate shall be provided complying with the requirement of
IEC specification incorporating the year of manufacture and including turns ratio,
voltage ratio, burden, connection diagram etc.

12.01.04 The beginning and end of each secondary winding shall be wired to suitable
terminals accommodated in a terminal box mounted directly on the voltage
transformer section of SF6 switchgear.

12.01.05 All terminals shall be stamped or otherwise marked to correspond with the marking
on the diagram plate. Provision shall be made for earthing of the secondary windings
inside the terminal box.

12.01.06 The transformer shall be able to sustain full line voltage without saturation of
transformer.

12.02.00 Type and Rating


Parameter Winding-I Winding-II Winding-III

a) Rated secon- 110/√3 110/√3 110/√3


dary voltage, V

b) Rated secondary 50 50 50
burden, VA

c) Accuracy 0.2 3P 3P
class

d) Utilisation Metering Spare Protection

e) Transformation ratio 400 KV 110 V


for all windings /√3 /√3

f) Temperature As per IEC

g) Voltage factor 1.5 for 30 sec.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 32 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

h) Rated insulation level As specified

i) One minute power frequency 3KV (rms)


withstand voltage for secondary
winding

j) Radio interference voltage at 1.1Un/√3 1000 micro volts


and frequency range 0.5 to 2 MHz
at 266KV (rms)

k) Partial discharge level 5 pico coulombs or less

12.03.00 Constructional Details

a) The voltage transformers shall be located in a separate bay module on the


bus and will be connected phase-to ground and shall be used for protection,
metering and synchronizing

b) The voltage transformers shall be of induction type, nonresistant and shall


be contained in their own- SF6 compartment, separated from other parts of
installation. The voltage transformers shall be effectively shielded against
high frequency electromagnetic transients. The voltage transformers shall
have three secondary windings.

c) The voltage transformer secondaries shall be wired by Contractor to their


associated secondary circuit breakers in the bay control cabinets.

13.00.00 SF6 BUSHING CONNECTION

13.01.00 SF6 GIS to XLPE Cable Termination

a) The 400KV overhead lines emanating from surface pothead yard are to be
connected to underground 420 KV SF6 GIS through 400KV XLPE cables.
The SF6 gas filled cable termination compartment suitable for making
connection to 2 (two) nos.1Cx800 mm2 XLPE Copper Cable per phase is
under the scope of GIS Contractor. The cable termination kit alongwith its
insulators and structure shall be within the Employer’s scope. The Contractor
shall have to supply all the details for proper co-ordination with the 400KV
XLPE cables Contractor. This interface section shall be designed for ease of
operation and maintenance.

b) The inter connecting busduct shall employ capacitive grading and shall
be divided into independent gas compartments by a barrier insulator with
grading electrodes. The inter connecting GIS compartment shall be filled with
SF6 gas. The gas space on the switchgear side of the barrier insulator
shall have the same SF6 gas pressure as that of switchgear.

c) The SF6 GIS to XLPE cable termination shall conform to IEC-62271-305


(latest edition) and shall have the following ratings:

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 33 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

(a) Rated lightning impulse 1425KV(peak)


withstand voltage

(b) Rated switching impulse 1050KV(peak)


withstand voltage

(c) One minute power frequency 650 KV(rms)


withstand voltage
The copies of the type test certificates shall be supplied by the contractor
alongwith the offer.

d) The provision shall be made for a removable link. The gap created when
the link is removed should have sufficient electric strength to withstand the
switchgear high voltage site tests. The Contractor may suggest
alternative arrangements to meet these requirements. The corona
rings/stress shields for control of electrical field in the vicinity of the
isolation gap shall be provided by the GIS contractor.

e) All supporting structures for the SF6 bus-duct connections between the XLPE
cable sealing ends and the GIS shall be supplied by the GIS Contractor.The
contractor shall coordinate with Power House civil package contractor for
civil works related to foundation of equipments.

f) All contact surfaces of external terminals shall be silver-plated using pure


silver.

g) Sufficient interconnecting bus shall be supplied to connect together the


various items of equipment. Bus stubs with appropriate caps shall be
provided. The provision for return current conductor shall be made at the
interface by the contractor.

h) The openings for access shall be provided in each phase terminal enclosures
as necessary to permit removal of connectors to isolate the XLPE cables to
allow carrying out of insulation tests. The typical arrangement drawing of
interconnecting bus-duct from GIS bay module to XLPE cable termination
end shall be submitted alongwith offer.

13.02.00 Interface Between SF6 GIS to Transformer Oil Bushings

a) The enclosure of the SF6-to-oil bushings of the generator transformers shall


form a part of the supply by the GIS Contractor and shall provide the
transition section between the enclosure of SF6 equipment and the SF6 to-oil
bushing of the transformer . The region adjacent to the interface point shall
meet the minimum requirement as per IEC-62271-306. The ducts and the
casing shall be suitable for the requirements for which it is designed. The
Contractor should specify the forces which shall be transmitted to the SF6
bushing of the transformer. GIS equipment offered by the contractor should
also withstand the forces from transformer to GIS, as intimated by the
transformer Contractor. The Contractor shall have to supply all details for
proper co-ordination with the transformer Contractor alongwith the offer. This

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 34 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

interface section shall be designed in a manner which will allow ease of


operation and maintenance of generator transformer bushing. This
interfacing portion shall be suitably sectionalized alongwith SA.

b) The provision shall be made for a removable link. The gap created when the
link is removed should have sufficient di-electric strength to withstand the
switchgear high voltage site tests. The corona rings/stress shields for control
of electrical field in the vicinity of the isolation gap shall be provided by the
GIS contractor.

c) The SF6 gas pressure within the termination compartment at the


junction of the transformer bushing and the SF6 duct shall be 5.3 bar at
200° C to ensure correct environment for the SF6 bushing termination.

d) Supporting structures for the SF6 duct connections between the transformer
and the GIS shall be supplied by the Contractor. The requirements of any
of the interface drawing for civil construction works of the foundation and
installation of the equipments, shall also be included in the offer.

e) Effective forces generated during the operation of transformer and those


generated in the enclosure and the conductors of the SF6 equipment shall
not exceed the allowable limits specified in the relevant IEC standard.

f) Precise positional alignment of the enclosures is of crucial importance. The


location and tolerances for the connection between the transformer and
the equipment shall be specified by the transformer pacKAge
Contractor. The Contractor is required to make provision for alignment and
positional adjustment within the equipment.

g) Sufficient interconnecting bus shall be supplied to connect together the


various items of equipment. Bus stubs with appropriate caps shall be
provided.

h) The connection at transformer shall allow atleast 25mm of movement in


any direction. The openings for access shall be provided in each phase
terminal enclosures as necessary to permit removal of connectors to isolate
the step-up transformer to carry out insulation tests. The typical
arrangement drawing of interconnecting bus-duct from GIS bay module to
step up transformer bushing housing shall be submitted alongwith offer.
The interface equipment shall incorporate following features.

i) Housing to cover the transformer H.V side oil to SF6 bushing. This
housing shall be filled with SF6 gas after assembly.

ii) Porcelain bushing with oil and SF6 gas separating barrier insulator
and flexible connections between transformer H.V. terminal & SF6
bus duct conductor are to be housed inside the enclosure.

iii) The lateral mounting unit shall be suitable to allow axial assembly
tolerances and to allow the transformers to be easily connected to
or disconnected from the switchgear.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 35 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

iv) Compensators shall be provided to avoid transfer of the transformer


vibrations to the switchgear.

i) SF6 gas enclosure at the SF6 to oil bushing shall conform to the relevant IEC
and meet all the technical requirements as specified.

14.00.00 SURGE ARRESTORS

14.01.00 Each arrestor shall conform to IEC-60099-4 for Gapless Arrester wherever
applicable and shall have the following technical performance characteristics and
ratings.

15.00.00 DUTY REQUIREMENTS

15.01.00 The surge arrester shall be of heavy duty station class and gapless (metal oxide)
type without any series or shut gaps.

15.02.00 The Surge Arresters (SAs) shall be capable of discharging over-voltages occurring
due to switching of unloaded transformers and long lines.

15.03.00 The reference current of SAs shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage. Values and
calculations shall be furnished with offer.

15.04.00 The SAs shall be fully stabilised thermally to give a life expectancy of one hundred
(100) years under site conditions and take care of effect of direct solar radiation.

15.05.00 The SAs shall be suitable for circuit breaker duty cycle in the given system.

15.06.00 The SAs shall protect power transformers, circuit breakers, disconnecting switches,
instrument transformers, etc with insulation levels specified in this specification.

15.07.00 The SAs shall be capable of withstanding meteorological and short circuit forces
under site conditions.

15.08.00 The surge arresters are provided to protect the following equipment whose
insulation levels are indicated in the table A given below. The contractor shall carry
out the insulation coordination studies for deciding the location of the surge
arrestors.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 36 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

TABLE – A
----------------------------------------------------------------------------------------------------------------
S.NO. EQUIPMENT TO BE INSULATION LEVEL
PROTECTED LIGHTNING SWITCHING
IMPULSE (KVp) SURGE 250/2500 (KVp)
FOR 400 KV FOR 400 KV
SYSTEM SYSTEM
1. Power Transformer ± 1300 ± 1050

2. Instrument Transformer ± 1425 ± 1050

3. CB/Isolator

- Phase to ground ± 1425 ± 1050

- Across open contacts ± 1425 ± 900

(± 240) (± 340)

15.09.00 Surge arrestors shall be capable of discharge on severe re-energisation switching


surges on a 400 KV line upto 450 km. length with surge impedance of 300 ohms
and capacitance of 11986 nF/km and over voltage factor of 2.3 p.u.

Surge arrestor shall be capable of discharging energy equipment to class 3 of IEC


for a 420 KV system on two successive operations followed immediately by 50 Hz
energisation with a sequential voltage profile as specified below:

705 KVp for 3 peaks

580 KVp for 0.1 second

565 KVp for 1 second

550 KVp for 10 seconds

15.10.00 400 KV line circuit breakers are equipped with closing resistor of 400 ohms with pre
insertion time switching over voltage to 2.3 p.u.

15.11.00 Type & Rating

i) Rated system Voltage 420KV

ii) System neutral earthing Effectively earthed

iii) Rated voltage of arrestor KV(rms) 390

iv) Rated frequency 50Hz

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 37 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

v) Class of arrester Station type, heavy duty, SF6


gas-insulated, non linear zinc oxide gap less

vi) Maximum continuous operating 303


voltage capability, (L-N), KV rms

vii) Nominal discharge current 10 KA of 8/20 microsec. wave

viii) Discharge current at which 20 KA of 8/20 microsec. wave


insulation coord. is done

ix) Long duration discharge class 3

x) Low current long duration test 1000 A


value (2000 micro sec.)

xi) Pressure relief class Class A of Table VII of IS:3070 or


equivalent IEC.

xii) Partial discharge at 1.05 MCOV Not more than 50 p.C.


(Continuous operating voltage)

xiii) Min. Switching surge residual 730 KVp minimum , 780 KVp maximum
voltage (1 KA)

xiv) Maximum residual voltage at

i) 10KA nominal discharge current 900 KVp

ii) 20KA nominal discharge current 975 KVp

xv) Steep fronted wave residual 1050 KVp


voltage at 10KA

xvi) Current for pressure relief test 40KA(rms)

xvii) Symmetrical fault current 40KA for 1 sec

xviii) High current short duration test 100KAp


value(4/10 micro second work)

xix) Maximum switching surge 840


protective level, KV (Peak)

xx) Maximum residual voltage 760


(discharge voltage) at
10 KA (8/20 microsecond
current wave), KV (peak).

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 38 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

xxi) Maximum equivalent front-of 882


wave protective level, KV (peak)
(10 KA with voltage wave crest in
0.5 micro-second)

One minute dry/wet power frequency 650 KV (rms)


withstand voltage of arrestor housing

xxii) Lightning impulse withstand voltage of


equipment to be protected:

- Transformers, KV(peak) 1300

- GIS component, KV(peak) 1425

xxiii) Switching surge withstand 1050


voltage of equipment to be
protected, KV(peak).

xxiv) Radio interference voltage Not exceeding 1000 micro-volts


at 266 KV(rms)

xxv) Partial discharge level 5 or less Pico coulombs


at 1.1 Un /√3

xxvi) Energy level 8 KJ/KV (minimum )

xxvii) Connection to system Phase to earth

15.11.01 The contractor may select the technical parameters and characteristics of the
surge arrestor so as to obtain a security ratio of atleast 1.30 under all conditions of
over voltages and the basic insulation provided for the transformer winding. The
contractor shall furnish a report containing the technical justification & calculations
in support of the selection of the location and other technical parameters of the
surge arrestor alongwith his bid.

15.11.02 This study report should highlight the technical comments on the proposed
rated voltage, the line discharge class and the energy handling capacity. The basis
for selecting the line discharge class as indicated in the offer may also be furnished
alongwith the offer.

15.11.03 The contractor shall perform an insulation co-ordination study after award of
contract to verify that protection of switchgear, main transformers against over
voltages is adequate. The final surge arrestor characteristics, their numbers and
exact locations of surge arrestors shall be decided after this study.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 39 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

15.12.00 Construction Details

15.12.01 One SF6 gas insulated, metal enclosed surge arrester of the gapless non linear
zinc oxide, heavy duty, station type shall be located on H.V. side of each generator
transformer and and one outdoor lightning arrester on each outgoing feeder bay(line
side). Bidder to consider the number of LAs as indicated in Single line diagram in
Drawing No. 5505-500-PEH-A-006 as minimum quantity. However, additional
lightning arresters, if required, based on the insulation coordination/transient
analysis studies for switchyard systems, to be carried out by the contractor during
detailed engineering, shall be provided by the Contractor.

15.12.02 The arrester enclosure shall be vertically or horizontally mounted to suit the layout
of the switchgear as suggested by the contractor and shall be fitted with a discharge
counter located in an easily accessible position.

15.12.03 The main grounding connection from the surge arrestor to the earth shall be
provided by the Contractor. The size of the connecting conductor shall be such that
all the energy is dissipated to the ground without getting overheated.

16.00.00 BUSBARS

16.01.00 The conductors of the bus bars shall be fabricated from aluminum tubular sections of
cross- sectional area suitable to meet the current rating requirements. The busbars
shall be housed in single phase enclosure The tubular bus section shall be housed
in corrosion resistant aluminum enclosures, filled with pressurized SF6 gas. The
conductors shall be supported from the enclosures by homogeneous epoxy resin
insulators shaped to ensure uniform electrical field distribution and zero corona at
rated voltage. Adequate provisions shall be made for absorption of the thermal
expansions between the conductors and the enclosures. The metal bellow type
compensators for adjusting tension shall be provided where ever required. The
enclosures shall be designed to eliminate as much as possible all external effects of
the flux created by normal and fault currents. The power losses in the system shall
be kept to a minimum. The induced voltages on the enclosures shall not be allowed
to exceed reasonable limits of safety for operating personnel.

16.02.00 The bus end connections shall be made with multi-contact connectors to allow for
axial thermal expansion of the bus. The enclosure connections shall be flanged
and shall be fitted with gaskets or O-ring seals to provide an effective gastight joint
between sections.

16.03.00 Main bus bars shall be designed to have future extension bay as indicated in the
single line diagram. The bus conductor end connectors and enclosure flanges shall
be designed accordingly.

16.04.00 All necessary indoor and outdoor galvanised steel supporting structures for the
proper erection, levelling and alignment of the bus bars shall be provided by the
Contractor.

16.05.00 The interior of all the enclosures except cast flanges of aluminium / aluminum alloy
shall not be painted.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 40 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

16.06.00 The SF6 GIS bus-bars shall have continuous current rating of 2500 Amps.

16.07.00 The system employed shall be of the electrically continuous enclosure type,
allowing free circulation of induced currents in the enclosures. The enclosures
shall be cylindrical in shape and designed for maximum shielding to minimize
electromagnetic forces caused by short circuit currents.

16.08.00 Where the interconnecting GIS bus passes through building walls, flooring or other
enclosures, the Contractor shall supply the wall plates, flanges and their fixtures.

16.09.00 Wherever necessary, to absorb expansion / contraction, relative movement between


the various items of equipment and the earthquake forces, bellows or other
means shall be provided. The contractor must submit details of the means deployed
alongwith the offer.

16.10.00 The Interface requirements between the equipments shall be in the scope of GIS
Contractor.

16.11.00 Each gas compartment barrier shall be easily identifiable from the outside of the
switchgear. The means of identification used shall be a black band, approx. 10mm
wide, permanently affixed to the barrier insulator on the outer surface of the
enclosure at the location of the barrier insulator. In case of leakage of the gas from
any compartment, indication of respective compartments should be provided on the
annunciator.

17.00.00 CONTROL EQUIPMENT

17.01.00 Circuit Breaker Accessories/Auxiliary Equipment

17.01.01 The accessories and auxiliary equipment to be supplied with the circuit breaker and
other components of the same bay module shall include all parts necessary for
proper functioning of the circuit breaker as well as the following items to be
installed in the breaker control cabinet:

a) Operation counter, electrically operated.

b) One set of adequately rated thermostatically controlled, anti-condensation


heater with provision for monitoring of heater failure, wired to terminal blocks.

c) Pair of copper grounding terminals to be located near the control cable


entrance.

d) Operating mechanism, pressurising unit, gauges and switches.

e) All motors shall have individual thermal over-current protection.

f) Circuit breaker SF6 gas pressure monitoring unit and moisture detection unit.

g) One vermin-proof sheet steel cabinet of class IP-54 and adequate size
shall be provided for housing the operating mechanism, control and
auxiliary equipment and for terminating all control, alarm and auxiliary

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 41 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

circuits in suitable terminal blocks. The control cabinet shall be provided


with hinged doors with provision for locking and removable cable gland
plates for bottom cable entry. The viewing windows shall be provided for
observation of the instruments without opening the cabinet. Suitably
engraved name plates shall be provided to identify all the equipment in
the control cabinet.

17.01.02 All control wiring and terminations from the circuit breaker cubicle to the switchgear
bay module control cabinet shall be provided by Contractor.

17.01.03 All control cables shall be PVC insulated, shielded, Fire Retardant, Low Smoke
(FRLS) with stranded copper conductors. Cable shields shall be grounded at
both ends. Grounding connections shall be as short & direct as possible and shall
terminate at the point of entry to cabinets or terminal boxes.

17.01.04 Coaxial type cable glands suitable for use with shielded cables shall be used
at each termination.

17.01.05 All control cables termination shall be plug-in type and shall be installed in such a
manner as to limit the effects of transient electromagnetic voltage on the control
cables to an acceptable level.

17.02.00 Bay Module Control Cabinets

17.02.01 Each switchgear bay module shall be suitable for local control and remote control
(Relay panel room in GIS hall as well as power house control room). The contractor
shall supply the main control cabinet of the floor standing type alongwith GIS
equipments. The cabinet shall have double, full height, hinged, gasketed, lockable
doors. One door shall have a safety glass window through which the various
switchgear controls can be viewed without opening the doors.

17.02.02 The cabinet will be utilized for the switchgear bay local control module and as the
terminating center for all power supply, control annunciation and supervisory wiring
interfacing with Employer's systems.

17.02.03 The following equipments shall be mounted on the cabinet door :

- Remote/local control transfer switch for the circuit breakers and


disconnector switches.

- Normal operation/maintenance control transfer switch for disconnector of


remote electrical controls.

- Mimic diagram of the switchgear bay complete with semaphore


indicators for the switchgear component position indication and local
control switches for open / close or close-trip control of the circuit
breaker, isolators and grounding switches.

The following equipments shall be mounted internally in the cabinet :

- All bay switchgear interlocking wiring and auxiliary relays.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 42 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

- AC and DC power supply circuit breakers.

- All necessary incoming and outgoing terminal blocks.

- Space heaters

- All instruments and devices required for supervision & control of GIS

17.02.04 The bus voltage transformer secondary terminal circuit breaker will be mounted
with in the bus VT bay module control cabinet.

17.02.05 The annunciator system shall have sufficient modules and illuminated windows for
providing annunciation for low / high gas pressure / density, alarms & trips for circuit
breaker operating mechanism and all other abnormal conditions.

17.02.06 Each annunciator module shall have electrically separate changeover contacts for
remote alarm indication. Each remote alarm contact shall be wired to terminal
blocks. The annunciator panel shall be complete with an audible warning horn,
acknowledge/reset for horn silence and lamp test push buttons. The horn shall
automatically silence if the acknowledge reset button is not operated within 1 minute
of the alarm initiation. However, the illuminated window of the fault point shall
continue to flash until the acknowledge signal is given.

17.02.07 The control cabinets shall be suitable for bottom entry of cables.

18.00.00 SUPPORTING STRUCTURES

18.01.00 The Contractor shall design, fabricate and supply the equipment supporting
framework including all rails, transverse & longitudinal beams and supporting
members with all necessary hardware & embedded parts. General structural
designs and structural details shall be subject to the approval of the Employer.

18.02.00 The floor of the switchgear building will be designed to support all the loads
imposed by the equipment supporting framework. The Contractor shall make
provision in his designs to minimize transfer of forces resulting from thermal
expansion or switchgear operation to the walls & floors of the switchgear building.
To facilitate the design of floor of switchgear, the Contractor shall supply the
details of static and dynamic loads to be supported by the slab alongwith the offer.

18.03.00 Non-corrosive metal or cadmium plated steel shall be used for bolts and nuts
throughout the work when either or both are subjected to frequent adjustment or
removal.

18.04.00 All steel structure members shall be hot dip galvanised.

18.05.00 All supporting structures shall be designed in such a way so as to allow dismantling
for the addition of further switchgear components or maintenance of existing
equipment without requiring temporary supports.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 43 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

19.00.00 SF6 GAS PROCESSING UNIT

19.01.00 SF6 gas processing unit suitable for evacuating, liquefying, evaporating, filling,
drying, storing and purifying SF6 gas during the initial installation, subsequent
maintenance and future extension of GIS, shall be provided. The cart shall be
equipped with rubber wheels and shall be easily manouverable by two workers on
the GIS floor. The unit shall be provided with gas testing kit to measure the
moisture contents of the gas and with pressure monitoring system. The
instrument for the measurement of acidity shall also be provided alongwith nozzle
etc.

19.02.00 The unit shall be self-contained (except for additional gas storage bottles) and fully
equipped with at least an electric vacuum pump, gas compressor, gas drier, gas
filter, refrigeration unit, evaporator, gas storage tank, full instrumentation for
measuring vacuum on vacuum pump, compressor inlet temperature, tank
pressure and temperature, valves and piping to perform the following operations as
a minimum requirement:

i. Evacuation from a gas filled compartment using the vacuum pump.

ii. Transfer of SF6 gas from a system at some positive or negative pressure to
the storage tank via the gas drier and filter.

iii. Recirculation of SF6 gas in the storage tank through the drier.

iv. Recirculation of SF6 gas in any switchgear or bus duct compartment


through the drier and filter.

v. Evaporating and filling SF6 gas.

vi. Drawing off and liquefying SF6 gas.

vii. A combination operation of filling SF6 gas into gas system and evacuating
a second gas system using the vacuum pump.

viii. Pressure monitoring.

ix. Measurement of moisture content & acidity measurement. Separate portable


instruments should be included in the offer

20.00.00 MONITORING

20.01.00 The gas density in each gas compartment shall be monitored by electrically
isolated & independently adjustable temperature compensated density switches.
The factory set density switches shall also be acceptable. The relative merits,
however for such switches in place of adjustable density switches shall be indicated
in the offer. Two level density switches shall be provided for each GIS bus
compartment to initiate remote devices of level-I alarm and level-II tripping. The
setting of level-I alarm and level – II tripping shall be such that the dielectric
strengths of SF6 gas are maintained. The necessary indication shall be

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 44 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

provided at the circuit breaker control cabinet identifying the gas compartment
from which a level-I alarm is initiated. Two level density switches shall be provided
for each circuit breaker compartment to initiate the following:

i) Level-I Remote alarm and prevent closing of the breaker in


case it is open.
ii) Level-II Initiation of each circuit breaker 3-pole tripping plus isolation
of the circuit breaker through automatic opening of the
associated disconnecting switches.
Wiring for automatic circuit breaker tripping and isolation shall be in the scope
of Contractor. Wiring between the GIS compartment gas density switches and
the terminals in the circuit breaker control cabinet shall be in the scope of the
Contractor and the continuous shielded cable shall be used.

Additional Monitoring equipments as per Annexure-II shall also be in the scope of


the contractor.

20.02.00 Gas pressure monitoring devices shall be fitted with test valves such that field
testing of the monitoring device can be performed without draining the main gas
system.

20.03.00 Each gas section shall be fitted with a suitable valve for routine gas sampling.

20.04.00 The Contractor shall satisfy the Employer regarding accuracy limits of gas
monitoring devices.

20.05.00 The equipment shall have provision to monitor the following parameters periodically
to check anomalies and/or wear & tear of equipment.

i) Operation of mechanical components:

The parameters to be monitored are:

- Fluid pressure(oil) or hydraulic mechanism power reserve

- The displacement speed of the moving parts

- The travel of moving parts

- Friction of moving parts

ii) Wear of circuit breakers interrupting chamber:

The parameters to be monitored are:

- Determination of contact closing position

- Accumulated effect of interrupted currents

- Decomposition products content in SF6 Gas

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 45 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

iii) Insulation failure:

The parameters to be monitored are:

- SF6 gas density monitoring of all the compartments

- High frequency current detection for partial discharge detection

- Sonic detection

iv) Safety bursting disc for each SF6 gas compartment.

21.00.00 TECHNICAL REQUIREMENTS

21.01.00 Common Requirements

All the SF6 gas insulated circuit breakers, disconnectors, grounding switches and
bus bars shall be of single isolated phase type.

21.02.00 Protective Finish

All the exterior surfaces shall be cleaned and painted before leaving the factory
with one coat of approved primer and two coats of water resistant approved
paint on the equipment. The under-side of all painted surfaces bearing upon
the concrete foundation shall be given two coats of approved primer. Extra paint for
retouching at site shall be made available by the Contractor.

21.03.00 Fire Retardancy

a) All components shall be fire retardant and shall be tested in accordance


with IEC 695. Gas emmissivity when the material is heated shall be minimal.
PVC material shall not be used.

b) Control cables in a grouped environment shall not catch fire flame or


continue to burn when tested as per IEC 695. The method of test and
criteria for success or failure shall be in accordance with the above IEC.

22.00.00 GROUNDING

22.01.00 The grounding system shall be designed and provided as per IEEE-80-2000 and
CIGRE-44 to protect operating staff against any hazardous touch voltages and
electro-mechanical interferences.

22.02.00 The GIS contractor shall define clearly what constitutes the main grounding bus of
the GIS. The GIS contractor must supply the entire material for grounding bus of GIS
viz conductor, clamps, joints, bimetallic strips( for connection between different type
of earthing materials), operating and safety platforms etc. The GIS contractor is also
required to supply all the earthing conductors and associated hardware material for
the following:

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 46 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

i) Connecting all GIS equipment, bus ducts, enclosures, control cabinets,


supporting structure etc. to the ground bus of GIS.

ii) Connecting grounding bus of GIS to the groundmat riser in transformer / GIS
cavern to be provided by the Employer.

22.03.00 The enclosure of the GIS shall be grounded at several points so that there shall be
grounded cage around all the live parts. A minimum of two nos. of grounding
connections should be provided for each of circuit breaker, transformer terminals,
cable terminals, surge arrestors, earth switches and at each end of the bus bars.
The grounding continuity between each enclosure shall be effectively interconnected
with links or straps to bridge the flanges. Subassembly-to-subassembly bonding
shall be provided to provide gap & safe voltage gradients between all intentionally
grounded parts of the GIS assembly & between those parts and the main grounding
bus of the GIS.

22.04.00 The enclosure grounding system shall be designed to minimize circulating


currents and to ensure that the potential rise is kept to an acceptable level. Each
marshalling box, local control panel, power and control cable sheaths and other non
current carrying metallic structures shall be connected to the grounding system of
GIS via connections that are separated from GIS enclosures.

22.05.00 The grounding connector shall be of sufficient mechanical strength to withstand


electromagnetic forces as well as capable of carrying the anticipated maximum fault
current without overheating. At least two grounding paths shall be provided to
connect each point to the main grounding bus. Necessary precautions should be
undertaken to prevent excessive currents from being induced into adjacent frames,
structures of reinforcing steel and to avoid establishment of current loops via other
station equipment. Care should be taken to prevent discontinuities in enclosure
grounding path at the transformer connections to GIS to prevent circulating currents
in the circuit breaker and transformer tank made of steel.

22.06.00 All flexible bonding leads shall be of tinned copper. All connectors, for attaching
flexible bonding leads to grounding conductors and grounding conductors to
support structures shall be tinned bronze with stainless steel or tinned bronze
hardware.

22.07.00 The contractor shall provide suitable measure to mitigate transient enclosure voltage
caused by high frequency currents caused by lightning strikes, operation of surge
arrester, phase/earth fault and discharges between contracts during switching
operation. The grounding system shall ensure safe touch & step voltages in all the
enclosures. The contractor shall provide suitable barrier of non-liner resistor/counter
discontinued SF6/Transformer and SF6/ HV cable bushing etc. to mitigate transient
enclosure voltage.

23.00.00 HIGH VOLTAGE TRANSIENTS

High voltage transients from switching operations and internal faults are coupled to
the external enclosure of the GIS. Since the effects of these transients on people
are not known, the operating personnel are required to avoid contact with the
enclosure during switching operations. Such a restriction is considered

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 47 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

undesirable. The Contractor is therefore required to furnish the details of the


devices and techniques to be deployed by him for reducing transients to an
acceptable level along with his offer.

24.00.00 BURN THROUGH PREVENTION

24.01.00 The Contractor shall furnish the details regarding the design features of their
equipment which are intended to prevent burn through when an internal arc
occurs. Internal arcing test reports for aluminum enclosures of a similar
configuration and wall thickness of the equipment should be included in the
offer. The worst case of fault with an arc adjacent to a spacer should be
considered and discussed in the offer. The effect of pressure rise and time to burn
through should also be discussed for an internal arc. The latest and most
efficient technique of burn through shall be incorporated by the Contractor and the
details of the same shall be furnished by the Contractor alongwith the offer.

24.02.00 The Contractor is required to furnish the details regarding techniques to be used
by him to reduce or eliminate the probability of burn through.

25.00.00 BOLTING REQUIREMENTS

25.01.00 The details of bolt sizes and threading shall be shown on the appropriate drawings.

25.02.00 Where self locking type of nuts are used , they shall be of the reusable type. The
pressed type of nuts are not acceptable.

25.03.00 The Contractor shall arrange all the foundation bolts, embedments and insertions as
required well in advance in order to enable the Employer to make provision for these
embedments in the slab as required.

26.00.00 HEATERS

26.01.00 All the heaters shall be suitable for connection to a 240V AC, single phase, 50 Hz
supply. The heater in the mechanism housing shall be connected inside the
housing to this supply and shall be thermostatically controlled. The leads to the
tank heaters shall be enclosed in a conduit.

26.02.00 All the thermostats and the temperature indicating devices shall be calibrated in
metric units.

27.00.00 SERVICE LIFE

27.01.00 SF6 circuit breakers, disconnecting switches and grounding switches will be
subjected to frequent and occasionally repetitive, no load / full load
operations and switching off short circuit currents , capacitive and inductive
currents within their ratings. In order to minimize maintenance and
component replacement, the Contractor shall submit proof that all offered SF6 GIS
equipments has withstood a life of 10,000 mechanical operations. The
maintenance free period for any of its external components shall not be less
than 5 years intervals & internal components including refilling of gas shall not be

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 48 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

less than 10 years. The Contractor shall propose the recommended period for
scheduled maintenance.

28.00.00 WELDING

28.01.00 Pressure Vessel and Pressure Pipe Welding

28.02.00 The pressure vessel and pressure piping shall be designed and built according
to the requirements of International standards for construction & inspection of
boilers and pressure vessels.

28.03.00 All welding and brazing must satisfy the requirements of the relevant
Indian/International standards.

28.04.00 In addition to the requirements of the specifications, the following requirements shall
also be fulfilled:

a) All welding procedures to be used in the fabrication of pressure vessels and


pipings shall be submitted to Employer for approval. These procedures must
be in consistence with the International Standards.

b) All butt welds shall be full penetration welds

c) All the welding works shall be performed by the qualified welders and the test
certificates of welder qualification duly approved by reputed test house shall
be submitted to the Employer.

28.05.00 Non-Destructive Examination Procedure (NDE)

NDE procedures to be adopted by the fabricator shall be submitted to the Employer


for approval. As a minimum requirement, butt welds on pressure vessels and
pressure piping shall be subjected to radiography inspection.

29.00.00 INSPECTION AND TESTING

29.01.00 General

29.01.01 All the equipment, apparatus, materials and supplies provided by the contractor
under this contract shall be subjected to tests in the shop and at the field in the
presence of Employer for conformity with the requirements of the specifications.
The method and procedure of the tests shall be as specified for the particular
item or shall be in conformity with the applicable recognized standards for making
such test. The details of the test procedures and test equipment to be used should
be intimated to the Employer well in advance i.e. not less than 30 days before these
tests are conducted. Unless otherwise specified, the contractor shall perform all
shop and field tests.

29.01.02 The Contractor shall submit a detailed quality assurance plan within 30 days after
the commencement date intimating the testing program to the Employer for
approval. The testing of the related equipment shall be coordinated so that

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 49 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

testing may proceed with minimum delay. The performance tests shall start,
proceed, stop and be resumed in accordance with the approved schedule.

29.01.03 The Contractor shall, at its own expense, promptly make good all defects evident by
testing or made apparent in any other ways. After defects in the equipment have
been rectified, the equipment will be subjected to such retesting as may be
necessary until the equipment is proved to be in satisfactory operation.

29.01.04 Within 30 days of completion of each and every specified test, including
commissioning tests, the Contractor shall submit six signed copies of the test
reports to the Employer.

29.01.05 The test reports shall indicate the tests performed, the results obtained,
instruments used, names of personnel carrying out the tests and provisions for
signatures of witnesses. They shall also show the number and date. The format
of these reports shall be submitted alongwith testing procedure for the Employer's
approval well in advance.

29.01.06 The test report shall include, but not necessarily be limited to the following.

- A description of the test equipment with diagram showing arrangement


of the test instruments and devices.

- Sample computations, wherever necessary or desirable to show the test


values employed in the equations.

- Curves showing relation of tested quantities.

- Data in tabulated form

- The comparison of the test results with the guaranteed requirements of


the specification and explanation of deviations, if any.

29.02.00 Shop Tests

29.02.01 All major parts of the equipment, especially those necessitating sub-division of
parts for transport and subsequent reassembly at site, shall be match assembled
in the factory and carefully match marked before dismantling. The dowel holes
shall be provided with dowels to assist in reassembly. The accuracy of fitting has
to be assured at site at all stages of assembly.

29.02.02 Each transport section of switchgear shall be shop tested.

29.02.03 Switchgear components forming part of GIS namely circuit breakers, disconnectors,
grounding switches, current transformers, Voltage transformers, surge arrestors &
SF6 interface bushing, the routine tests of which have been covered under other
relevant IEC standards and which do not form the part of tests specified below shall
have these tests performed before being assembled into the switchgear.
However, for electronic modules, equipment and individual components burn-in
tests, temperature & voltage stress tests shall also be performed. Routine tests
shall be conducted by automatic processes, wherever practicable particularly during

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 50 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

testing of wiring. An example of the other tests referred to above would be as


follows:

a) Verification of terminal markings and accuracy & composite error tests


for current and potential transformers.

b) Routine and standard acceptance tests for surge arrestors specified in


IEC60099-4 relevant to metal oxide type arrestors without gaps.

c) Routine tests (on transport section) :

i) Dry Power frequency voltage withstand tests on the main circuit.

ii) Dielectric tests on auxiliary and control circuit.

iii) Tests to verify the resistance of the main circuit

iv) Partial discharge tests

v) Pressure test on enclosures

vi) Gas tightness test.

vii) Mechanical operation tests.

viii) Tests of auxiliary, electrical and hydraulic devices.

ix) Check of wiring.

x) Power frequency voltage dry tests

xi) Voltage tests on auxiliary and control circuits

xii) Fluid leakage tests (where applicable)

The applicable standards for the above tests shall be IEC 62271-203 , IEC 62271-
100 and IEC 60694/ 62271-1.

In addition, corrosion protection tests at random on all equipment shall be


performed.

29.03.00 Mechanical Tests

Mechanical tests shall be carried out as per respective IEC and also include the
following.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 51 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

(a) Mechanical operation of Circuit Breaker

- 25 open and close operations at rated voltage & rated pressure.

- 5 open and close operations at minimum voltage & minimum


pressure.

- 5 open and close operations at maximum voltage & maximum


pressure.

- 5 close - open cycles at rated voltage and rated pressure.

- 5 open-close-open cycles at rated voltage and rated pressure.

- 5 close open operating cycles with the tripping mechanism


energised by the closing of the main contacts.

- 5 open-close sequences 0-0.3 sec-CO-3 min-CO for line breakers.

(b) The operating times are to be recorded as follows:

- Opening time measured at rated supply voltage for each pole.

- Closing time measured at rated supply voltage for each pole.

- Recording of time travel diagram.

- Measure hydraulic mechanism recharging time after one opening


and closing.

(c) Mechanical operation of Disconnector and Ground Switches

- 5 open/close cycles at rated voltage.

- 5 open/close cycles at minimum voltage.

- 5 open/close cycles at maximum voltage.

- Ensure operation of interlocks in proper sequence.

(d) Gas tightness leak test on single pole assembly of switchgear module.

(e) Design and visual checks as per respective IEC.

29.04.00 Electrical Tests/Routine Tests

29.04.01 The electrical tests to be performed on the specified factory assemblies shall be as
per respective IEC and shall include the following:

- Main circuit resistance measurement for each pole.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 52 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

- Measurement of resistance of circuit breaker close and trip coils.

- Measurement of power consumption of motor operated mechanism at rated


supply voltage.

- Ensure operation of electrical interlocks in proper sequence.

(a) Control cubicle

- Operation or functional checks of all circuits at rated supply voltage.

- Dielectric test of auxiliary circuits at 2000 V at 50 Hz for one minute.

- Operation test of all pressure density monitoring switches.

- Dielectric tests (in the following order) :

- Power frequency withstand test

- Partial discharge test

(b) Current transformers (As perIS-2705 / IEC 185)

i) Verification of terminal marking & polarity.

ii) Power frequency dry withstand tests on primary windings

iii) Power frequency dry withstand tests on secondary windings

iv) Over voltage inter-turn test.

v) Determination of errors or other characteristics.

vi) Partial Discharge tests (as per IS: 11322)

For the protective current transformers the following additional tests shall be
performed :

i) Knee point voltage test

ii) Exciting current test

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 53 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

iii) Secondary winding resistance tests

iv) Turns ratio test

v) For the protective current transformers (other than class PS type the
following additional tests should be performed :

vi) Current error & phase displacement

vii) Composite error test

c) Surge arresters (As per IEC-60099-4).

i) Measurement of reference voltage.

ii) Residual voltage test.

iii) Satisfactory absence from partial discharges & contact noise to be


checked on each unit by any sensitive method adopted by contractor.

iv) A leakage check may be made on each unit by any sensitive method
adopted by contractor in case of arrester unit with sealed housing.

v) Current distribution test for multi-column arrester.

d) Disconnectors & grounding switches (As per IEC-62271-102)

i) Power frequency voltage withstand dry tests of the main circuit and
auxiliary circuits.

ii) Voltage withstand tests on auxiliary and control circuits.

iii) Measurement of the resistance of the main circuit.

iv) Mechanical operating tests.

v) Tests to prove as per IS:1818

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 54 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

e) Voltage transformers (As per IEC 60044-2/IS 3156)

i) Verification of terminal marking.and polarity

ii) Power frequency dry withstand tests on primary and secondary


windings.

iii) Determination of errors or other characteristics

iv) Partial discharge measurement as per IS:11322

f) Routine tests for circuit-breakers (as per IEC 62271-100) :

i) Power frequency voltage withstand of dry tests on the main circuit

ii) Voltage withstand tests on control and auxiliary circuits

iii) Measurement of the resistance of the main circuit

iv) Mechanical operating tests

v) Design and visual checks

29.05.00 Any assembly which fails to meet the requirements of these tests shall not be
shipped, without the specific approval of the Employer.

29.06.00 In addition to the above tests, all the enclosures shall be pressure tested after
manufacture in accordance with the latest requirements of IEC 62271-203.

29.07.00 The routine tests for bus bars shall be as per the relevant IEC standard and shall
include the tests as specified.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 55 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

PERCENTAGE CHECKS TO BE APPLIED FOR VARIOUS TESTS

SL. NAME OF SUPPORT GAS ENCLOSURE CONDUCTOR ACCESSORIES


NO. THE TEST INSULATOR BARRIER

1 2 3 4 5 6 7

i) Dimension 100% 100% 100% 100% 100%

ii) Gas Tightness -- 100% 100% -- 100%

iii) Pressure Test -- 100% 20% -- --

iv) Welding (X-ray) -- -- 10% -- --

v) Electric -- -- -- 100% --
resistance

vi) 50Hz voltage 100% 100% -- -- --


withstand

vii) Partial 100% 100% -- -- --


discharges **

viii) Section shall 100% 100% 100% 100% --


be RIV free at
2 times rms
line to ground

ix) Weld shall -- -- 100% -- --


be leak tested
with SF6 leak
detector

x) Contact -- -- -- 100% --
resistance
measurement
at plug in
contact

xi) Cleanliness 100% 100% 100% 100% 100%


aspect

xii) Silvering -- -- -- * --

xiii) Packing * * * * *

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 56 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

* : Sample tests or control

-- : Not required

** : Sample tests on insulators alone and 100% for insulators in sub-


assemblies
29.08.00 Type Tests

29.08.01 The following type tests shall be conducted on a complete single pole assembly
of one typical switchgear bay module as per IEC 62271-203 . The components
forming parts of the GIS which are covered by other standards shall comply with
and shall be type tested according to those standards.

i) Lightning impulse voltage dry tests.

ii) Switching impulse voltage dry tests.

iii) Power frequency voltage dry tests.

iv) Partial discharge tests.

v) Radio interference voltage tests.

vi) Test to prove the temperature rise of any part of the equipment and
measurement of the resistance of the main circuit.

vii) Test to prove the ability of the main circuit and earthing circuit to carry the
rated peak and the rated short time withstand current.

viii) Test to verify the making and breaking capacity of the included switching
devices.

ix) Test to satisfactory operation of the of the included switching devices.

x) Test to prove the strength of enclosures.

xi) Gas tightness test

xii) Electromagnetic compatibility test

xiii) Test on partitions

xiv) Internal arc tests.

xv) Mechanical operation tests.

xvi) Test to prove the satisfactory operation at limit temperature.

xvii) Verification of degree of protection of auxiliary and control circuits.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 57 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

xviii) Test to prove performance under thermal cycling and gas tightness test on
insulators

xix) Earthquake withstand test.

29.09.00 In case the contractor has not type tested a similar module for earthquake withstand
test he shall supply supporting design calculations of simulated parameters of this
test.

29.10.00 Following type tests on one piece each of related component parts of a single pole
assembly of one typical switchgear bay module shall be conducted.

a) Circuit breakers (In accordance with IEC 62271-100 )

i) Dielectric test.

ii) Radio Interference Voltage tests.

iii) Temperature rise-tests.

iv) Measurement of Resistance of Main Circuit.

v) Short time withstand current & peak withstand current tests.

vi) Mechanical operation test at ambient temperature .

vii) Miscellaneous Provisions for making & breaking test.

viii) Short circuit current making & breaking tests.

ix) Verification of degree of protection

x) EMC test .

xi) Critical current tests.

xii) Single Phase short circuit tests.

xiii) Short line fault tests.

xiv) Out of phase making & breaking tests.

i. Capacitive current switching tests.

ii. Tightnes test

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 58 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

b) Surge arresters (In accordance with IEC60099-4)

i) Insulation withstand tests.

ii) Residual voltage tests.

iii) Long duration current impulse withstand test

iv) Operating duty tests.

v) Pressure relief test.

vi) Tests of arrestor disconnectors.

vii) Artificial pollution test.

viii) Partial discharge test.

ix) Seal leakage test.

x) Current distribution test for multi column arrestor.

c) Disconnectors & Earth switches (In accordance with IEC 62271-102 )

i) Dielectric tests

ii) Radio interference voltage (r.i.v.) tests

iii) Temperature – rise tests

iv) Measurement of the resistance of the main circuit (for isolators)

v) Short-time and peak withstand current test

vi) Tests to prove the short-circuit making performance of earthing


switches

vii) Operating & mechanical endurance tests

viii) Operation at the temperature limits

d) CTs (As per IEC 60044-1)

i) Short time current tests.

ii) Temperature rise test.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 59 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

iii) Lightning impulse test for current transformers for


service in electrically exposed installation
iv) Switching impulse voltage tests for CTs for 420 KV and above

v) Determination of errors or other characteristics

Special tests (optional)

i) Chopped lightning impulse test

e) Potential transformers (as per IEC 60044-2)

I. Temperature rise tests.


II radio interference voltage (r.i.v)
III. Lightning Impulse test.

IV. Switching Impulse test.

V. Determination of errors.

VI. Short circuit withstand capability test.

Special tests (optional )

i) Chopped lightning impulse test as a type test

29.11.00 Pressure vessel test

Test according to used pressure vessel code shall be performed on the enclosures.

29.12.00 Shop Test Reports

The Contractor shall furnish to the Employer six bound certified copies of a report
describing the complete shop tests. This report shall include, but not necessarily
be limited to the following:

- A description of the test equipment with diagram showing arrangement


of the test instruments and devices.

- Sample calculations, wherever necessary or desirable, to show the test


values employed in the equations.

- Curves showing relation of tested quantities.

- Data in tabulated form

- Comparison of the test results with the guaranteed requirements of the


specifications and justification of deviations, if any.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 60 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

29.13.00 Performance Tests

Performance tests will be required to prove that equipment meets the requirements
of the specifications and the guarantees. All the tests shall be conducted by the
contractor subject to Employer's approval. The contractor shall supply all labour,
consumables, materials, equipment, meters, gauges etc. necessary for the
performance of all the tests and recording the results of the tests. The contractor
shall assume full responsibility for the operation and safety of the equipment during
all tests. The reports of all the tests shall be prepared by the contractor and
incorporated in the final test report. The performance tests shall comprise of:

a) Field stage tests, to be carried out during erection, to demonstrate that the
equipment or any component or subassembly has been properly erected
and functions correctly.

b) Commissioning tests, precedent to the acceptance of work, in respect of the


equipment or any section of the equipment, to demonstrate proper operation.

c) Final acceptance tests, precedent to issue of a Final Acceptance Certificate,


to prove compliance with performance guarantees.

29.14.00 Field Stage Tests

From time to time at various stages of erection, tests of sub-assemblies of the


equipment shall be carried out as instructed by the Employer. The contractor shall
make records of all measurements and shall make corrections or adjustments as
required. A record of all stage tests shall be embodied in a report. These tests
shall include, but not be limited to the following:

(a) Continuous testing of the properties of SF6 gas through the entire filling
period.

(b) Test to check the continuity of wiring and correct operation of electrical
systems.

(c) Testing of all current carrying & ground connections to all conductors and
terminal pads, to determine that the surfaces & all the bolted connections
are tightly secured with lock washers; testing of all the flexible connections to
ensure that sufficient slack is available for expansion.

(d) Individual inspection of pressure relief devices, pressure gauges, moisture


detectors and all other auxiliary devices to examine their condition.

(e) Checking of cabling between apparatus by the contractor, prior to


acceptance tests. Written evidence shall be produced on these tests.
Random checks shall be made in the presence of the Engineer.

(f) Measurement of the insulation resistance of the various measuring and


control circuits, including cables, instruments and apparatus wherever
practical and feasible.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 61 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

(g) Operation checks of operating mechanism, all control, signaling, measuring,


metering, recording and interlocking equipment to confirm complete
conformity with designed data.

Prior to commencement of these tests, the contractor shall submit a detailed


programme to Employer’s for approval. Detailed records, including all the
details of tests performed and the results obtained shall be prepared by the
contractor and furnished to the Employer.

29.15.00 Commissioning Tests

On completion of the erection and installation, the contractor shall give the Employer
a written certificate stating that the equipment has been erected and installed in
accordance with the specifications and approved drawings, thus giving notice of
readiness to be carried out before the equipment is placed into regular service. The
contractor shall demonstrate that all specification have been met and in addition,
that the entire equipment, including all auxiliary equipments & accessories, are
properly erected, installed and correctly adjusted. The following commissioning
tests shall be performed as per IEC 62271-203, CIGRE working Group 23.03, 1975-
Electra No.42, 7-29:

(a) One minute power frequency withstand tests for the main circuits. As per
IEC 62271-203 high voltage tests at site with lightning impulse and switching
impulse voltages are also acceptable as alternative. The Contractor may
carry out either of the above tests but relative merits of particular type of test
over the other tests to be carried out by the contractor should be indicated in
the offer.

(b) Partial discharge measurement tests.

(c) Voltage tests for the main circuits

(d) Voltage tests for the auxiliary and control circuits.

(e) Tests to verify the resistance of the main circuits.

(f) Operation tests for various components.

(g) Gas leakage tests.

(h) Calibration of SF6 gas pressure/density switches.

Measurement of moisture.

After erection, a test shall be made to prove the absence of the


dangerous voltages in the enclosure and other metal parts such as pipes
and framework. If the tests prove the existence of any fault or faults in the
equipment, or any failure to meet the requirements of the specifications
the Employer may direct Contractor to rectify the defects or repair,
reconstruct or replace faulty work and Contractor shall without delay, carry
out the instructions of the Employer in this respect.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 62 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

Except as otherwise provided hereunder, responsibility for apparatus & test


equipment and the control thereof shall be exercised by contractor subject
to the over riding control of the Employer.

Commissioning tests shall be as per the IEC standard and shall not be
restricted to the tests stated above. The Contractor shall also recommend
any additional commissioning tests.

29.16.00 Final Acceptance Tests

After commissioning tests have been satisfactorily completed, the contractor, in


cooperation with and under the supervision of Employer shall conduct the final
acceptance tests listed below to determine whether all the requirements of these
specifications have been fulfilled:

a) SF6 GIS complete with all appurtenances, shall be operated at


continuous rating and at such part loading as may be directed by the
Employer, continuously for 30 calendar days.

b) All shop tests included in the test report as specified shall be deemed to be a
part of the final acceptance tests. Routine tests may be repeated at the site,
if, in the opinion of the Employer, these are necessary to establish the
conformity of the equipment with the specifications.

c) A record of all performance tests shall be embodied in a test report.

Successful completion of the final acceptance tests shall be a condition


precedent to a final acceptance certificate for the equipment.

29.17.00 Test Reports

The contractor shall record all the relevant facts and the quantities on the basis of
which a final test report shall be prepared. Such reports will be prepared in a form
approved by the Employer and reproduced at the expense of the contractor in six
copies for submission to the Employer.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 63 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

TABLE -1

PARAMETERS OF THE CT IN GIS

Sl. Application Current Output Accuracy Min Knee Max CT Max.


No. ratio burden Point seconda exciting
(VA) voltage ry current
(volts) res.(oh (mA) at
ms) knee
point
voltage

1 Bus bar 2000-1000- • PS 2000- 10/5/2.5 30//60/120


protection 500/1A 1000-500

2 Bus bar 2000-1000- • PS 2000- 10/5/2.5 30//60/120


protection 500/1A 1000-500

3 Metering 2000-1000- 20 0.20 2000-


500/1A 1000-500

4 Differential 2000-1000- • PS 2000- 10/5/2.5 30//60/120


protection 500/1A 1000-500

5 Differential 2000-1000- • PS 2000- 10/5/2.5 30//60/120


protection 500/1A 1000-500

Note:

The rated continuous thermal current of all CTs shall be 125 % of 2000 A for all bays.

TABLE –2

PARAMETERS OF VOLTAGE TRANSFORMERS OF GIS BUS

Sl Particulars Secondary-I Secondary-II Secondary-


No III
1 Rated Secondary Voltage 110/√3 110/√3 110/√3
2 Application Protection Protection Metering
3 Accuracy 3P 3P 0.2
4 Output Burden( Minimum) 50VA 50VA 50VA

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 64 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

Annexure-I

1.00.00 MANDATORY MAINTENANCE EQUIPMENT

1.01.00 SF6 Gas Handling Plants:-

a) SF6 gas filling and evacuating equipment (Portable)- 1 No.:

The capacity of this plant shall be such that it shall not take appreciable time
for filling or evacuating of a GIS bay including all equipments compartment.
The required vacuum for complete evacuation shall be attained with the help
of this plant.

b) SF6 gas filtering, drying, storage and recycling plant- 1 No.:

- This shall include all the necessary devices for measurement of


purity, moisture content, decomposition products etc. of SF6 gas
mixing with air/oil/moisture during above process should be proved to
be Nil during testing.

- The plant shall be complete with accessories and fittings so that SF6
gas from the breaker can be directly filled in the plant storage
reservoir.

- In case purging of the equipment before filling with SF6 gas is


desirable, then the required equipment for dry gases etc. shall be
furnished as a part of the plant.

- For heavy items within the plant, the lifting hooks shall be provided for
lifting and moving with the overhead cranes.

- The capacity of the plant shall be such as to handle and store 300 kg
of SF6 gas.

1.02.00 i) These SF6 gas handling plants shall be complete with all the necessary pipes,
couplings, flexible tubes and valves for coupling to the equipment.

ii) The design and construction of the plant, valves, couplings, connections shall
be such that leakage of SF6 gas shall be minimum. Similarly valves,
couplings and pipe work shall be so arranged that accidental loss of gas to the
atmosphere shall be minimum.

1.03.00 SF6 gas analyzing equipment and instruments should have capacity for
performing the following functions:

a) The moisture content measurement or alternatively dew point measurement.

b) The SF6 gas content measurement.

c) Sensitivity should not be affected by dust, humidity, heat & wind etc.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 65 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

d) Acidic product detection

NOTE: The equipments should have in-built calibration facility. The


calibration/sensitivity check shall be demonstrated at contractor’s supplier’s works.

1.04.00 SF6 Gas leak detector - 2 nos.:

The SF6 gas leak detector shall meet the following requirements:

a) The detector shall be free from induced voltage effects.

b) The sensing probe shall be such that it can reach all the points on the GIS
where leakage is to be sensed.

c) The accuracy of the equipment shall be atleast 10 ppm.

1.05.00 Operational analyser and Signature analysis equipment- 1no.:

The operational analyser shall meet the following requirements:

a) Operational analyser shall be one complete system, which once installed


should record all the parameters, as laid down in subsequent clauses.

b) It shall have facility to record the breaker contact movement during opening,
closing, auto reclosing and make-break operation, the speed of contacts at
various stages of operation, travel of contacts, opening time, closing time and
make break time ,etc.

c) The analyser shall have provisions for recording atleast 12 different functions
of the circuit breaker. All necessary transducers (i.e three nos. for complete
3 phase speed and travel record of breaker), cables, pickups, attachments
required for the breaker shall be supplied with the analyser. The cables
supplied shall be sufficient enough for recordings at site on a completely
assembled and erected breaker.

d) The analyser shall be suitable for operation outdoor and shall be suitably
shielded against induced charges.

e) The output of the analyser shall be on a plain paper or any paper having
infinite shelf life and the output thus obtained shall have a long life and shall
not require any special storage facility. Photographic paper is not acceptable.

f) All the necessary catalogues, write up for operation and maintenance of the
analyser shall be furnished alongwith each analyser and peripheral system.

g) Demonstration at manufacturer’s premises for functional/operational check


and compatibility with breaker.

The necessary equipments for monitoring various parameters of circuit breaker


termed as signature analysing shall be supplied along with all softwares, laptop

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 66 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

computer, devices etc. with the breaker. The same shall be demonstrated at site on
a fully assembled breaker.

1.06.00 Nitrogen filling device (Applicable for Hydraulically operated breaker):

a) The device shall be suitable for operation outdoor and shall be suitably
shielded against induced charges.

b) The capacity of the plant shall be such that the N2 filling in one pole can be
carried out in shortest time.

c) The plant shall be driven by 1 ph./3ph. AC supply.

d) The plant shall be complete (with N2 cylinder) and with all accessories
required for charging of N2 at site.

e) Demonstration at manufacturer’s premises/site for functional/ operational


check shall be carried out.

f) All catalogues, write up etc. shall be supplied with device.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 67 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

Annexure-II

1,00.00 DEW POINT METER

1.01.00 The meter shall be capable of measuring the due point of SF6 Gas of the Circuit
Breaker/GIS equipment It should be portable and adequately protected for outdoor
use. The meter shall be provided with due point hygrometer with digital indication to
display the due point temperature in degree C. or PPM. It should be capable of
measuring the corresponding pressure at which due point is being measured.

1.02.00 The measurement and use of the instrument must be simple, direct without the use of
any other material/chemical like dry ice/acetone etc. It should be battery operated
with rechargeable batteries.

1.03.00 The equipments should have the following parameters

a. Measuring range: Upto -100 degree C Dew Point

b. Accuracy: + 2 degreeC.

c. Display: 4 digit LCD, inch. High

2.00.00 PORTABLE PD MONITORING SYSTEM FOR GAS INSULATED SWITCHGEAR

2.01.00 GENERAL

The equipment shall be used for detecting different types of defects in Gas Insulated
Stations (GIS) such as Particles, Loose shields and Partial Discharges as well as for
detection of Partial discharges in other types of equipment such as Cable Joints,
CTs and PTs.

2.02.00 It shall be capable for measuring PD in charged GIS environment as EHV which
shall have bandwith in order of 10 KHz – 500 KHz with possibility to select a wide
range of intermediate bandwidths for best measurement results. The principal of
operation shall be on acoustic technique and the method of measurement shall be
non-intrusive. The instrument is able to detect partial discharges in cable joints,
terminations, CTs and VTs etc., with the hot sticks.

2.03.00 Detection and measurement of PD and bouncing particles shall be displayed on built
in large LCD display and the measurement shall be stored in the instrument and
further downloadable to a PC for further analysis to locate actual source of PD such
as free conducting particles, floating components, voids in spacers, particle on
spacer surfaces etc.

2.04.00 The equipments should have the following parameters:

a. Measurement shall be possible in noisy environment.

b. Stable reading shall be possible in presence of vibrations within complex GIS


assemblies, which can produce signals similar to PD.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 68 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GAS INSULATED SWITCHGEAR (E1)

c. Environment should have necessary synchronizing circuits to obtain PD


correlation with power cycle and power frequency.

d. The equipment shall be battery operated with built-in battery charger. It shall
also be suitable for 230V AVC/50 Hz input.

e. Measurement shall be possible in the charged switchyard in the presence of


EMI/EMC. Supplier should have supplied similar detector for GIS application
to other utilities. Performance certificate and the list of users shall be supplied
alongwith the offer.

f. Instrument shall be supplied with standard accessories i.e., re-locatable


sensors with mounting arrangements, connecting cables (duly screened) to
sensors, Lap-top PC, diagnostic software, carrying case, rechargeable battery
pack with charger suitable for 230V AC, 50 Hz supply connecting cables (duly
screened) to view in storage.

g. The function of software shall be covering the following :

- Data recording, storage and retrival in computer

- Data base analysis

- Template analysis for easy location of fault inside the GIS

- Evaluation of PD measurement i.e., Amplitude, Phase


Synchronisation etc.

- Evaluation of bouncing/loose particles with flight time and estimation


on size of particle.

- Report generation

h. To prove the suitable in charged switchyard condition, practical demonstration


shall be conducted before acceptance.

i. Supplier shall have “Adequate after sales service” facility in India

j. Necessary training may be accorded to personnel to make use of the kit for
locating PD sources inside the GIS.

k. Instrument shall be robust and conform to relevant standard.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 69 OF 69
400 KV SWITCHYARD PACKAGE CHAPTER –E1
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E2

ISOLATORS (AIS)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
ISOLATORS (E2)

1.00.00 GENERAL

1.01.00 The isolators and accessories shall conform in general to IEC 62271-102 except to
the extent explicitly modified in specification.

1.02.00 Earth switches shall be provided on isolators wherever called for.

1.03.00 The isolators and earth switches shall be motor operated.

1.04.00 Complete isolator with all the necessary items for successful operation shall be
supplied.

1.05.00 Isolators shall be horizontal centre break type and Tandem type..

2.00.00 DUTY REQUIREMENTS

2.01.00 Isolators and earth switches shall be capable of withstanding the dynamic and
thermal effects of the maximum possible short circuit current of the system in their
closed position. They shall be constructed such that they do not open under
influence of short circuit current and wind pressure together. The earth switches
wherever provided shall be constructional interlocked so that the earth switches can
be operated only when the isolator is open and vice-versa.

2.02.00 In addition to the constructional interlock, isolator and earth switches shall have
provision to prevent their electrical and manual operation unless the associated and
other interlocking conditions are met. All these interlocks shall be of fail safe type.

2.03.00 Suitable individual interlocking coil arrangements shall be provided. The interlocking
coil shall be suitable for continuous operation from DC supply and within a variation
range as stipulated in relevent section . The interlock coil shall be provided with
adequate contacts for facilitating permissive logic for ‘DC’ control scheme of the
isolator as well as for AC circuit of the motor to prevent opening or closing of
isolators when the interlocking coil is not energised.

2.04.00 The earthing switches shall be capable of discharging trapped charges of the
associated lines. Isolator and earth switches shall be able to bear on the terminals
the total forces including wind loading and electrodynamic forces on the attached
conductor without impairing reliability or current carrying capacity.

2.05.00 The isolator shall be capable for making / breaking normal currents when no
significant change in voltage occurs across the terminals of each pole of the isolator
on account of making / breaking operation.

3.00.00 CONSTRUCTIONAL FEATURES

3.01.00 The isolators shall be provided with high pressure current carrying contacts on the
hinge/ jaw ends and all contact surfaces shall be silver plated. The thickness of
silver plating should not be less than 25 microns. The contacts shall be accurately
machined and self aligned.

TAPOVAN VISHNUGAD HYDRO E LECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER – E2 PAGE 1 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
ISOLATORS (E2)

3.02.00 The isolator shall be provided with a galvanised steel base provided with holes and
designed for mounting on a lattice/pipe support structure. The base shall be rigid
and self supporting. The position of movable contact system (main blades) of each
of the isolator and earthing switch shall be indicated by a mechanical indicator at the
lower end of the vertical rod of shaft for the isolator and earthing switch. The
indicator shall be of metal and shall be visible from operating level.

3.03.00 All metal parts shall be of non-rusting and non-corroding metal. Current carrying
parts shall be from high conductivity electrolytic copper/aluminium. Bolts, screws and
pins shall be provided with lock washers. Keys or equivalent locking facilities, if
provided on current carrying parts, shall be made of copper silicon alloy or
equivalent. The live parts shall be designed to eliminate sharp joints, edges and
other corona producing surfaces.

3.04.00 The isolators shall be so constructed that the switch blade will not fall to the closed
position if the operating shaft gets disconnected. Isolators and earthing switches
including their operating parts shall be such that they cannot be dislodged from their
open or closed positions by gravity, wind pressure, vibrations shocks or accidental
touching of the connecting rods of the operating mechanism. The switch shall be
designed such that no lubrication of any part is required except at very infrequent
intervals.

3.05.00 The insulator of the isolator shall conform to the requirements stipulated under
Chapter-E12 and shall have a min. cantilever strength of 800 kg. Pressure due to
the contact shall not be transferred to the insulators after the main blades full close.
The insulators shall be so arranged that leakage current will pass to earth and not
between terminals of the same pole or between phases.

3.06.00 The terminal connectors shall conform to requirements stipulated under Chapters-E0
and E12.

4.00.00 EARTHING SWITCHES

Where earthing switches are specified these shall include the complete operating
mechanism and auxiliary contacts. The earthing switches shall form an integral part
of the isolator and shall be mounted on the base frame of the isolator. Earthing
switches shall be suitable for local operation only. The earthing switches shall be
constructional interlocked with the isolator so that the earthing switches can be
operated only when isolator is open and vice versa.

5.00.00 OPERATING MECHANISM AND CONTROL

5.01.00 The Contractor shall offer, motor operated switches having padlock arrangement on
both ‘ON’ and ‘OFF’ positions.

5.02.00 Limit switches for control shall be fitted on the isolator/ earth switch shaft, within the
cabinet to sense the open and close positions of the isolators and earth switches.

TAPOVAN VISHNUGAD HYDRO E LECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER – E2 PAGE 2 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
ISOLATORS (E2)

5.03.00 It shall not be possible, after final adjustment has been made for any part of the
mechanism to be displaced at any point in the travel sufficient enough to allow
improper functioning of the isolator when the isolator is opened or closed at any
speed.

5.04.00 Control cabinet/operating mechanism. box shall conform to requirements stipulated


in Chapter-E12 and IS:5039/IS:8623/IEC: 439 as applicable.

6.00.00 OPERATION

6.01.00 Isolator shall be gang operated for main blades and earth switches. The operation of
the three poles shall be well synchronised and interlocked.

6.02.00 The design shall be such as to provide maximum reliability under all service
conditions. All operating linkages carrying mechanical loads shall be designed for
negligible deflection. The length of inter insulator and interpole operating rods shall
be capable of adjustments.

6.03.00 The design of linkages and gears be such so as to allow one man to operate the
handle with ease for isolator and earth switch.

7.00.00 TESTS

7.01.00 In continuation to the requirements stipulated under Part-A the isolator alongwith
operating mechanism shall conform to the type tests and shall be subjected to
routine tests and acceptance tests in accordance with IEC 62271-102. Minimum 50
nos. mechanical operations will be carried out on 1 (one) isolator assembled
completely with all accessories as acceptance test. During final testing of isolator
sequential closing/ opening of earth switch shall also be checked only after isolator
is fully open/close. Acceptance test shall be carried out with operating box.

7.02.00 The insulator shall conform to all the type tests as per IEC 168. In addition to all
type, routine and acceptance tests, as per IEC-168, the following additional routine/
acceptance tests shall also be carried out:

(a) Bending load test in four directions at 50% min. bending load guaranteed in
all insulators.

(b) Bending load test in four directions at 100% min. bending load guaranteed on
sample insulators in a lot.

(c) Torsional test on sample insulator of a lot.

8.00.00 PARAMETERS

8.01.00 General

(a) Type of isolator Outdoor type

(b) Rated frequency 50 Hz

TAPOVAN VISHNUGAD HYDRO E LECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER – E2 PAGE 3 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
ISOLATORS (E2)

(c) Number of poles Three (3)

(d) Operating time Not more than 12 sec.

(e) Rated short time withstand current 40 KA rms for One (1) second
of isolator and earthswitch

(f) Rated dynamic short circuit 100 KAp


withstand current of isolator
and earthswitch

(g) Control voltage 220V DC

(h) Auxiliary contacts on Isolator As required plus 8NO and 8NC


contacts per pole/isolator as spare.
The contacts shall have continuous
rating of 10A and breaking capacity of
2A with circuit time constant of
minimum 20 millisecond at 220V DC.
Additionally MBB contacts as required
shall also be provided.

(i) Auxiliary contacts on earth switch Total 6NO and 6NC

(j) Rated mechanical terminal load As per Table III of IEC 60129

(k) Temperature rise over ambient As per IEC:60129

(l) Minimum creepage distance As indicated in Section – E0

(m) Rated ambient temperature 40 degree C

(n) System neutral earthing Effectively earthed

(o) Seismic acceleration 0.36 g horizontal

(p) Support structure height Adequate so that lowest part of


support insulator of equipment is
minimum 2550 mm from ground or
plinth level.

(q) Rated mechanical terminal Load As per Table III of IEC 60129

(r) Operating mechanism of Motor operated


Isolator and Earth Switch

(s) Temperature rise As per Table V of IEC 694 for an


ambient of 50 deg. C.

TAPOVAN VISHNUGAD HYDRO E LECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER – E2 PAGE 4 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
ISOLATORS (E2)

8.02.00 400KV Class Disconnectors

(a) Rated voltage 420 KVrms

(b) Rated continuous current Minimum 2500 A at rated


ambient temperature

(c) Rated Insulation levels

i. Rated one minute power i) 520 KV rms between live


terminals and earth.

Frequency withstand voltage ii) 610 KV rms across isolating


distance.

ii. Rated Lightning Impulse i) ±1425 KVp between live


withstand voltage terminals and earth.

ii) ± 1425 KVp impulse on one


terminal and 240 KVp power
freq. Voltage of opposite polarity
on other terminal (across
isolating distance).

iii. Rated switching impulse i) ± 1050 KVp between live


withstand voltage terminals and earth.

ii) ± 900 KVp impulse on one


terminal and 345 KVp power
freq. voltage of opposite polarity
on other terminal (across
isolating distance).

(d) Max. Radio interference 1000 micro volts for freq. between 0.5
voltage MHz and 2.0 MHz at voltage 266
KVrms.

(e) Corona extinction voltage Not less than 320 KV rms

(f) Phase to phase spacing 7000 mm

TAPOVAN VISHNUGAD HYDRO E LECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER – E2 PAGE 5 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E3

INSTRUMENT TRANSFORMERS (AIS)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTRUMENT TRANSFORMERS (E3)

1.00.00 CODES AND STANDARDS

Current transformers IEC 60044, BS:3938, IS: 2705

Voltage transformers IEC 60186, IEC 186A, IEC 358, IS:3156

Insulating oil IS:335

2.00.00 GENERAL REQUIREMENTS

2.01.00 The instrument transformers i.e. current and voltage transformers shall be single
phase transformer units and shall be supplied with a common marshaling box for a
set of three single phase units.

2.02.00 The tank as well as top metallics shall be hot dip galvanised or painted Grey color
RAL 9002

2.03.00 The instrument transformers shall be hermetically sealed units. The instrument
transformers shall be provided with filling and drain plugs.

2.04.00 Polarity marks shall indelibly be marked on each instrument transformer and at the
lead terminals at the associated terminal block.

2.05.00 The insulators shall have a cantilever strength of more than 500 kg.

3.00.00 CURRENT TRANSFORMERS (CTs)

3.01.00 The CTs shall have single primary of either ring type or hair pin type or bar type.

3.02.00 In case of “Bar Primary” inverted type CTs, the following requirements shall be
met:

3.03.00 The secondaries shall be totally encased in metallic shielding providing a uniform
equipotential surface for even electric field distribution.

3.04.00 The lowest part of insulation assembly shall be properly secured to avoid any risk
of damage due to transportation stresses.

3.05.00 The upper part of insulation assembly sealing on primary bar shall be properly
secured to avoid any damage during transportation due to relative movement
between insulation assembly and top dome.

3.06.00 The insulator shall be one piece without any metallic flange joint.

3.07.00 The CT shall be provided with oil sight glass.

3.08.00 The core lamination shall be of cold rolled grain oriented silicon steel or other
equivalent alloys. The cores shall produce undistorted secondary current under
transient conditions at all ratios with specified parameters.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION- VI CHAPTER-E3 PAGE 1 OF 7
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTRUMENT TRANSFORMERS (E3)

3.09.00 Different ratios shall be achieved by secondary taps only, and primary
reconnections shall not be accepted.

3.10.00 The guaranteed burdens and accuracy class are to be intended as simultaneous
for all cores.

3.11.00 The instrument security factor at all ratios shall be less than five (5) for metering
core. If any auxiliary CT/reactor is used, then all parameters specified shall be met
treating auxiliary CTs/reactors as integral part of CT. The auxiliary CT/reactor shall
preferably be in-built construction of the CT. In case it is separate, it shall be
mounted in secondary terminal box.

3.12.00 The physical disposition of protection secondary cores shall be in the same order
as given under CT requirement table(s) given below.

3.13.00 The CTs shall be suitable for high speed auto-reclosing.

3.14.00 The secondary terminals shall be terminated on stud type suitable non-
disconnecting terminal blocks inside the terminal box of degree of protection IP:55
at the bottom of CT.

3.15.00 The CTs shall be suitable for horizontal transportation.

3.16.00 The CTs shall have provision for taking oil samples from bottom of CT without
exposure to atmosphere to carry out dissolved gas analysis periodically. Contractor
shall give his recommendations for such analysis, i.e. frequency of test, norms of
acceptance, quantity of oil to be withdrawn, and treatment of CT.

4.00.00 VOLTAGE TRANSFORMERS (CVTs)

4.01.00 Voltage transformers shall be of capacitor voltage divider type with electromagnetic
unit.

4.02.00 The CVTs shall be thermally and dielectrically safe when the secondary terminals
are loaded with guaranteed thermal burdens.

4.03.00 The electro-magnetic unit (EMU) shall comprise of compensating reactor,


intermediate transformer, and protective and damping devices. The oil level
indicator of EMU with danger level marking shall be clearly visible to maintenance
personnel standing on ground.

4.04.00 The secondaries shall be protected by HRC cartridge type fuses for all windings In
addition fuses shall also be provided for protection and metering windings for
connection to fuse monitoring scheme. The secondary terminals shall be
terminated on stud type non-disconnecting terminal blocks via the fuse inside the
terminal box of degree of protection IP: 55. The access to secondary terminals
shall be without the danger of access to high voltage circuit.

4.05.00 The damping device shall be permanently connected to one of the secondary
winding and shall be capable of suppressing ferro-resonance oscillations.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION- VI CHAPTER-E3 PAGE 2 OF 7
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTRUMENT TRANSFORMERS (E3)

4.06.00 CVTs shall be suitable for high frequency (HF) coupling for power line carrier
communication. Carrier signals must be prevented from flowing into potential
transformer (EMU) metering circuit by means of RF choke/reactor suitable for
effective blocking the carrier signals over the entire frequency range of 40 to 500
kHz. HF terminal shall be brought out through a suitable bushing and shall be
easily accessible for connection to the coupling filters of the carrier communication
equipment. The HF terminal shall be provided with earthing link with fastener.

4.07.00 A protective surge arrester/spark gap shall preferably be provided to prevent break
down of insulation by incoming surges and to limit abnormal rise of terminal voltage
of shunt capacitor, tuning reactor, RF choke, etc. due to short circuit in transformer
secondary. The details of this arrangement (or alternative arrangement) shall be
furnished by Contractor for Employer’s review.

4.08.00 The protection cores shall not saturate at about 1.5 times the rated voltage for a
min. duration of 30 secs.

4.09.00 The accuracy of metering core shall be maintained through the entire burden range
upto 75 VA on all three windings without any adjustments during operations.

5.00.00 MARSHALLING BOX

5.01.00 Marshaling box shall conform to all requirements as given in Section E12. The
wiring diagram for the interconnection of three phases instrument transformer shall
be pasted inside the box in such a manner so that it is visible and it does not
deteriorate with time. Terminal blocks in the marshaling box shall have facility for
star/delta formation, short circuiting and grounding of secondary terminals. The box
shall have enough terminals to wire all control circuits plus 20 spare terminals.

6.00.00 PARAMETERS FOR CURRENT TRANSFORMERS

6.01.00 400 KV Current Transformers

(a) Rated dynamic current 100 KA (peak)

(b) One minute power frequency 5 KV


withstand voltage between
secondary terminal and earth

(c) Partial discharge level 10 pico Coulombs max.

(d) Temperature rise As per IEC 60044

(e) Type of insulation Class A

(f) Number of cores Five (5): Details are given in Table- I


below.

(g) Rated frequency 50 Hz

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION- VI CHAPTER-E3 PAGE 3 OF 7
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTRUMENT TRANSFORMERS (E3)

(h) System neutral earthing Effectively earthed

(i) Installation Outdoor (up right)

(j) Seismic acceleration 0.36 g horizontal

(k) Rated short time thermal current 40 KA for 1 sec.

(l) Number of terminals in marshalling All terminals of control circuits wired


box upto marshalling box plus 20 terminals
spare.

(m) Rated extended primary current 125% of rated primary current of


2000A

(n) Rated system voltage (Um) 420 KV (rms)

(o) Corona extinction voltage (min) 320 KV (rms)

(p) Radio Interference Voltage at 1000 micro volts


266 KV at frequency range 0.5 to
2 MHz (rms)

(q) Rated insulation levels

i. 1.2/50 micro-sec. impulse 1425 KVp

ii. 250/2500 micro-sec. 1050 KVp


switching surge withstand
voltage (dry & wet)

iii. One minute power 630 KV rms


frequency withstand
voltage

7.00.00 PARAMETERS FOR VOLTAGE TRANSFORMERS

7.01.00 400 KV CVTs

(a) Rated frequency 50 Hz

(b) System neutral earthing Effective earthed

(c) Installation Outdoor

(d) Seismic acceleration 0.36 g horizontal

(e) System fault level 40 KA for 1 sec.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION- VI CHAPTER-E3 PAGE 4 OF 7
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTRUMENT TRANSFORMERS (E3)

(f) Standard reference range of 96% to 102% for protection and 99%
frequencies for which the to 101% for measurement.
accuracies are valid

(g) High frequency capacitance for Within 80% to 150% of rated entire
carrier frequency range capacitance

(h) Equivalent resistance over Less than 40 ohms


entire carrier frequency range

(i) Stray capacitance and stray As per IEC:358


conductance of LV terminal over
entire carrier frequency range

(j) One minute power frequency


withstand voltage

a) between LV (HF) terminal 10KV rms for exposed terminals or 4


and earth KV rms for terminals enclosed in a
weather proof box.

b) For secondary winding 2 KV rms

(k) Temp. rise over an ambient temp. As per IEC 60186


of 40 deg. C

(l) Number of terminals in control All terminals of control circuits wired


Cabinet upto marshalling box plus 10 terminals
spare.

(m) Rated total thermal burden 750 VA

(n) Partial discharge level 10 pico Coulombs max.

(o) Number of cores As per details given in Table-II below.

(p) Rated system voltage 420 KV (rms)

(q) Rated insulation levels

i) 1.2 micro sec. impulse 1425 KV (peak)

ii) 250/2500 micro sec. 1050 KV (peak)


switching surge withstand
voltage (dry & wet)

(r) Radio Interference voltage at 1000 micro volts (max.)


266 KV at frequency range
0.5 to 2 MHz(rms)

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION- VI CHAPTER-E3 PAGE 5 OF 7
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTRUMENT TRANSFORMERS (E3)

(s) Corona extinction voltage (min.) 320 KV (rms)

(t) HF Capacitance a) 3 Nos. of CVT with 4400 pF capacitance

b) 3 Nos. of CVT with 8800 pF capacitance

Bidder shall quote the unit prices for the above items in the relevant Bid proposal
sheets for price adjustment based on actual quantities required during detailed
engineering.

8.00.00 TESTS

8.01.00 The current and voltage transformers shall confirm to type tests and shall be
subjected to routine tests in accordance with the relevant IS/IEC and shall also
conform to the following additional type tests :

i) Radio Interference test - As per IS:8263

ii) Switching impulse withstand test.

iii) Thermal withstand test i.e. application of rated voltage and rated current
simultaneously by synthetic test circuit.

iv) Seismic withstand test alongwith structure.

v) Thermal co-efficient test i.e. measurement of Tan-Delta as function of


temperature (at ambient and between 80 deg. C and 90 deg. C) and
voltage (at 0.3, 0.7, 1.0 and 1.1 Um).

vi) Fast transient test.

vii) Each CT shall be subjected to capacitance and Tan delta test at site

viii) CTs’ shall be subjected to Instrument security factor(ISF) test

8.02.00 Each CT shall be subjected to Capacitance and Tan Delta test at site.

8.03.00 CT’s shall be subjected to Instrument Security Factor test (ISF).

8.04.00 In addition to routine tests as per IEC/IS, measurement of partial discharge in


continuation with power frequency withstand test required for 400 KV current
transformer.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION- VI CHAPTER-E3 PAGE 6 OF 7
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTRUMENT TRANSFORMERS (E3)

TABLE -1
PARAMETERS OF THE CT IN AIS

Sl. Application Current ratio Output Accuracy Min Knee Max CT Max.
No burden Point secondary exciting
(VA) voltage res. (ohm) current(m)
(volts) at knee
point
voltage

1 • Differential 2000-1000- • PS 2000- 10/5/2.5 30//60/120


500/1A 1000-500
Protection

2 • Differential 2000-1000- • PS 2000- 10/5/2.5 30//60/120


Protection 500/1A 1000-500

3 • Metering 2000-1000- 20 0.20 2000-


500/1A 1000-500

4 Line Differential 2000-1000- • PS 4000- 10/5/2.5 30//60/120


protection 500/1A 2000-1000

5 Line Differential 2000-1000- • PS 4000- 10/5/2.5 30//60/120


protection 500/1A 2000-1000

Note:

The rated continuous thermal current of all CTs shall be 125% of 2000 A for all bays.

TABLE –2

PARAMETERS OF CAPACITIVE VOLTAGE TRANSFORMERS OF AIS BUS

Sl Particulars Secondary-I Secondary-II Secondary-III


No

1 Rated Secondary Voltage 110/√3 110/√3 110/√3

2 Application Protection Protection Metering

3 Accuracy 3P 3P 0.2

4 Output Burden( Minimum) 50VA 50VA 50VA

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION- VI CHAPTER-E3 PAGE 7 OF 7
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E4

SURGE ARRESTORS (AIS)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SURGE ARRESTERS (E4)

1.00.00 GENERAL

1.01.00 The Surge Arresters shall conform in general to IEC-60099-4 and IS:3070 except to
the extent modified in the specification and shall be in accordance with requirements
under Part-A.

1.02.00 Arresters shall be hermetically sealed units, self supporting construction, suitable for
mounting on lattice type support structures.

2.00.00 DUTY REQUIREMENTS

2.01.00 The Surge Arresters (SAs) shall be capable of discharging over-voltages occurring
due to switching of unloaded transformers and long lines.

2.02.00 The reference current of SAs shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage. Values and
calculations shall be furnished with offer.

2.03.00 The SAs shall be fully stabilised thermally to give a life expectancy of one hundred
(100) years under site conditions and take care of effect of direct solar radiation.

2.04.00 The SAs shall be suitable for circuit breaker duty cycle in the given system.

2.05.00 The SAs shall protect power transformers, circuit breakers, disconnecting switches,
instrument transformers etc with insulation levels specified in this specification. The
Contractor shall carry out the insulation coordination studies for deciding the exact
location and quantity of the SAs.

2.06.00 The SAs shall be capable of withstanding meteorological and short circuit forces
under site conditions.

3.00.00 CONSTRUCTIONAL FEATURES

3.01.00 Each Surge Arrester (SA) shall be hermetically sealed single phase unit.

3.02.00 The non linear blocks shall be sintered metal oxide material. The SA construction
shall be robust with excellent mechanical and electrical properties.

3.03.00 SAs shall have pressure relief devices and arc diverting ports suitable for preventing
shattering of porcelain housing and to provide path for flow of rated fault currents in
the event of SA failure.

3.04.00 The SA shall not fail due to porcelain contamination.

3.05.00 Seals shall be effectively maintained even when SA discharges rated lightning
current.

3.06.00 Porcelain shall be so coordinated that external flashover will not occur due to
application of any impulse or switching surge voltage upto maximum design value
for SA. The cantilever strength of the insulator shall be minimum 500kg.

TAPOVAN VASHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) PART-VI CHAPTER - E4 PAGE 1 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SURGE ARRESTERS (E4)

3.07.00 The end fittings shall be non-magnetic and of corrosion proof material.

3.08.00 The Contractor shall furnish the following:

a) The heat treatment cycle details with necessary quality checks used for
individual blocks alongwith insulation layer formed across each block.

b) Metalizing coating thickness for reduced resistance between adjacent discs


alongwith procedure for checking the same.

c) Details of thermal stability test for uniform distribution of current on individual


discs.

d) Detailed energy calculations to prove thermal capability of discs.

4.00.00 FITTINGS AND ACCESSORIES

4.01.00 Each SA shall be complete with insulating base for mounting on structure.

4.02.00 SAs shall be provided with grading and/or corona rings as required.

4.03.00 Self contained discharge counters, suitably enclosed for outdoor use (IP:55 degree
of protection) and requiring no auxiliary or battery supply shall be fitted with each SA
alongwith necessary connections to SA and earth. Suitable leaKAge current meters
shall also be supplied in the same enclosure. The reading of milliammeter and
counter shall be visible through an inspection glass panel to a man standing on
ground. A pressure relief vent/suitable provision shall be made to prevent pressure
build up.

4.04.00 The Contractor shall also supply micro-processor based portable maintenance
equipment for monitoring resistive current of SA. This equipment shall be suitable for
measurement in GIS also.

5.00.00 PARAMETERS

5.01.00 General

(a) System neutral earthing Effectively earthed

(b) Installation Outdoor

(c) i) Nominal discharge current 10 KA of 8/20 microsec. wave

ii) Discharge current at which 20 KA of 8/20 microsec. wave


insulation coord. is done

(d) Rated frequency 50 Hz

(e) Long duration discharge class 3

TAPOVAN VASHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) PART-VI CHAPTER - E4 PAGE 2 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SURGE ARRESTERS (E4)

(f) Current for pressure relief test 40 KA rms

(g) Prospective symmetrical fault current 40 KA rms for 1 second

(h) Low current long duration test 1000 A


value (2000 micro sec.)

(i) Pressure relief class Class A of Table VII of IS:3070


or equivalent IEC.

(j) Partial discharge at 1.05 MCOV Not more than 50 p.C.


(Continuous operating voltage)

(k) Siesmic acceleration 0.36 g horizontal

(l) Reference ambient temp. 40 deg. C

5.02.00 400 KV class Surge Arrester

(a) Rated system voltage 420 KV

(b) Rated arrestor voltage 390 KV

(c) Minimum discharge capability 8 kJ/KV or corresponding to


minimum discharge
characteristics given in clause
n) below whichever is higher.

(d) Continuous operating voltage 303 KV rms


(COV) at 50 deg. C

(e) Min. Switching surge residual 730 KVp minimum,


voltage (1 KA) 780 KVp maximum

(f) Maximum residual voltage at

i) 10KA nominal discharge current 900 KVp

ii) 20KA nominal discharge current 975 KVp

(g) Steep fronted wave residual 1050 KVp


voltage at 10KA

(h) High current short duration test 100 KAp


value (4/10 microsec. wave)

(i) Min. Total creepage distance 10500 mm

(j) One minute dry/wet power frequency 630 KV (rms)


withstand voltage of arrestor housing

TAPOVAN VASHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) PART-VI CHAPTER - E4 PAGE 3 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SURGE ARRESTERS (E4)

(k) Impulse withstand voltage of arrestor 1425 KVp


Housing with 1.2/50 micro sec. wave.

(l) RIV at 266 KV (rms) Less than 1000 micro volts

(m) The surge arrestors are provided to protect the following equipment whose
insulation levels are indicated in the table A given below. The contractor shall
carry out the insulation coordination studies for deciding the location of the
surge arrestors.

TABLE – A

--------------------------------------------------------------------------------------------------------------
SNO. EQUIPMENT TO BE INSULATION LEVEL
PROTECTED
_________________________________________________________________

LIGHTNING SWITCHING
IMPULSE (KVp) SURGE 250/2500 (KVp)
FOR 400 KV FOR 400 KV
SYSTEM SYSTEM

1. Power Transformer ± 1300 ± 1050

2. Instrument Transformer ± 1425 ± 1050

3. CB/Isolator

- Phase to ground ± 1425 ± 1050

- Across open ± 1425 ± 900


contacts (± 240) (± 340)
---------------------------------------------------------------------------------------------------------------

(n) Surge arrester shall be capable of discharging energy equipment to class 3


of IEC for a 420 KV system on two successive operations followed
immediately by 50 Hz energisation with a sequential voltage profile as
specified below:

705 KVp for 3 peaks


580 KVp for 0.1 second
565 KVp for 1 second
550 KVp for 10 seconds

(o) 400 KV line circuit breakers are equipped with closing resistor of 400 ohms
with pre insertion time switching over voltage to 2.3 p.u.

TAPOVAN VASHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) PART-VI CHAPTER - E4 PAGE 4 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
SURGE ARRESTERS (E4)

6.00.00 Surge Arresters shall conform to all type tests as per IEC and shall be subjected to
routine and acceptance tests in accordance with IEC-60099-4.

The resistive current drawn by the arrestor for at rated voltage shall be indicated in
the routine test report.

TAPOVAN VASHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) PART-VI CHAPTER - E4 PAGE 5 OF 5
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E5

POST INSULATOR (AIS)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
POST INSULATOR (E5)

1.00.00 GENERAL

1.01.00 The post insulators shall conform in general to latest IS:2544 and IEC - 815.

2.00.00 CONSTRUCTIONAL FEATURES

2.01.00 Post type insulators shall consist of a porcelain part permanently secured in a metal
base to be mounted on the supporting structures. They shall be capable of being
mounted upright. They shall be designed to withstand any shocks to which they may
be subjected to by the operation of the associated equipment. Only solid core
insulators shall be accepted. Height of post insulator shall be preferably as given in
Clause No. 4.00.00 of this section.

2.02.00 The other requirements of insulator as given in Section – E12 shall also be
applicable.

3.00.00 TESTS

3.01.00 In accordance with the stipulations under part-A the post insulators shall conform to
type tests and acceptance, sample and routine tests as per IS:2544, IEC-168 shall
be carried out.

3.02.00 In addition to acceptance/sample/routine tests as per IS:2544, IEC-168, the following


tests shall also be carried out.

(a) Ultrasonic tests on all cutshells as routine check.

(b) Visual examination and magnaflux test on all flanges prior to fixing.

(c) Check for uniformity of thickness and weight of zinc coating as a sample test
from each lot of flanges prior to fixing.

(d) Bending load test shall be carried out at 50% minimum failing load in four
directions as a routine test.

(e) Bending load in four directions at 100% minimum bending load guaranteed
on samples as per clause-2.3 of IEC. Subsequently this post insulator shall
not be used.

(f) Tests for deflection measurement at 20, 50, 70% of specified minimum failing
load on sample.

3.03.00 The post insulator shall conform to following type tests as applicable according to
voltage class:

(a) Switching Impulse withstand test (dry & wet)

(b) Lightning Impulse withstand test (dry)

(c) Power frequency withstand test (dry & wet)

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E5 PAGE 1 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
POST INSULATOR (E5)

(d) Measurement of RIV


(e) Corona extinction voltage test
(f) Test for deflection under load.
(g) Test for mechanical strength,

4.00.00 PARAMETERS
I. 400 KV class Bus Post Insulator
(a) Type Solid core type
(b) Voltage class (KV) 400

(c) Dry and wet one minute power frequency 680


withstand voltage (KV)

(d) Dry impulse withstand positive and 1550


negative (KVp)

(e) Wet switching surge withstand 1175 (As per IEC)


voltage (KVp)

(f) Max. radio interference voltage (μV) 1000


for any frequency between 0.5 MHz to
2 MHz at voltage of 266 KV (rms)
between phase to ground.

(g) Corona extinction voltage (KV rms) 320


(h) Total min. cantilever strength (Kg) 800
(i) Min. torsional moment (Kg m) 600
(j) Total height of insulator (mm) 3650
i) Top PCD. (mm) 127
ii) Bottom PCD (mm) 300
(k) No. of bolts : Top 4
Bottom 8
(l) Diameter of bolt holes (mm)
Top M16

Bottom dia 18

(m) Pollution level as per IEC – 815 Class III, Heavy

(n) Min. total creepage distance (mm) 10500

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E5 PAGE 2 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
POST INSULATOR (E5)

Note: If corona extinction voltage is to be achieved with the help of corona


ring or any other similar device, the same shall be deemed to be
included in the scope of the bidder without any price implication to
NTPC.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E5 PAGE 3 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E6

WAVE TRAPS (AIS)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
WAVE TRAPS (E6)

1.00.00 GENERAL

The Wave Trap covered under the package shall conform to IEC 353 or IS:8792,
IS:8793 and relevant IEC/IS Specifications except to the extent modified by the
specification.

2.00.00 LOCATION OF EQUIPMENT

2.01.00 Wave Traps as specified under this section shall be installed at the respective
transmission line bays as indicated in the single line diagram.

3.00.00 TECHNICAL REQUIREMENTS

3.01.00 Wave Trap shall be inserted into high voltage transmission line to prevent undue
loss of carrier signal for all power system conditions. Its impedance shall be
negligible at power frequency (50 Hz) so as not to disturb power transmission but
shall be relatively high over the frequency band appropriate to carrier transmission.

3.02.00 Wave trap shall consist of a main coil designed to carry continuously the rated
current without exceeding the limit of temperature rise. It shall be supplemented
with a protective device and tuning device.

3.03.00 Wave trap shall be Broad Band tuned for its entire carrier frequency range.
Resistive component of impedance of the Wave trap within its carrier frequency
blocking range shall not be less than 570 ohms.

3.04.00 Wave trap shall be provided with a protective device in the form of lightning arrestor
which shall be designed and arranged such that neither significant alternation in its
protective function nor physical damage shall result from either temperature rise or
the magnetic field of the main coil at continuous rated current or rated short time
current. The protective device shall neither enter into operation nor remain in
operation, following transient actuation by the power frequency voltage developed
across the line trap by the rated short time current. The protective device shall be
shunt connected to the main coil and tuning device.

The lightning arrestor shall be of gapless/gap type. Its rated discharge current shall
be 10 KA. Coordination, however, shall be done by taking 20 KA discharge current
into account.

3.05.00 The lightning arrestor provided with the Wave trap of each rating shall fully comply
with the requirements of IS-3070-Part-I (1974)/IEC-60099-4. It shall conform to type
tests as applicable and type test certificate for the same shall be submitted by the
Bidder.

3.06.00 The lightning arrester provided with the Wave trap shall be subject to routine and
acceptance tests as per IEC – 60099.

3.07.00 The Wave trap on 400 KV lines shall show no visual corona at extinction voltage of
320 KV rms. Suitable corona rings shall be incorporated in the line trap for 400 KV.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER-E6 PAGE 1 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
WAVE TRAPS (E6)

3.08.00 Wave trap shall be equipped with bird barriers.

3.09.00 Wave trap shall be spray painted with light admiralty Grey paint RAL-9002

3.10.00 Wave trap shall conform to IEC 353 (latest) fulfilling the following technical
particulars.

a) Rated power frequency 50 Hz

b) Rated system voltage 400 KV

c) Highest system voltage 420 KV

d) Rated continuous current 2500 Amps .


at 40 degree C ambient

e) Rated short time current for 1sec. 40 KA

f) i) Nominal discharge current 10 KA of 8/20 microsec. wave

ii) Discharge current at which 20 KA of 8/20 microsec. wave


insulation coord. is done

g) Type of tuning Broad Band

h) Rated Blocking band-width To be indicated by the contractor

i) Inductance
a) 2 Nos. with 1.0mH inductance

b) 2 Nos. with 0.5mH inductance

Bidder shall quote the unit price for the above items in the relevant Bid
proposal sheets for price adjustment based on actual quantities required
during detailed engineering

j) Radio Inteference voltage not more than 500 micro volts/N.A.


level at 266 KV

k) Corona extinction voltage level 320 KV rms (min)/N.A.

3.11.00 The Bidder shall indicate continuous current rating of the Wave trap at 45 deg.C
ambient.

3.12.00 In accordance with the requirements stipulated under Part-A, the Wave Trap shall
confirm to following type tests and shall be subjected to routine and acceptance
tests as per IEC-353.

a) Measurement of inductance of the main coil

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER-E6 PAGE 2 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
WAVE TRAPS (E6)

b) Measurement of temperature rise

c) Insulation tests

d) Short time current tests

e) Corona Extinction Voltage Measurement

f) Radio Interference Voltage measurement

4.00.00 WAVE TRAP MOUNTING

4.01.00 The Wave Trap for 400 KV shall be suitable for outdoor pedestal mounting and shall
be mechanically strong enough to withstand the stresses due to maximum wind
pressure of 195 kg/square metre.

4.02.00 For pedestal mounting, each Wave trap shall be mounted on a tripod structure
formed by three solid core type insulators shall be of non-magnetic material. The
Support structures and insulator stacks are also covered in the scope of supply.

5.00.00 TERMINAL CONNECTOR

5.01.00 The Wave traps for 400 KV shall be suitable for connecting to ACSR twin bundle
conductor.

5.02.00 Terminal Connectors shall conform to IS-5561 and shall be in accordance with
requirements stipulated in Section E12.

5.03.00 Terminal Connectors for conductor(s) shall be suitable for either horizontal or vertical
take-off of the conductor(s).

5.04.00 Clamps/connectors shall conform to type test and shall be subject to routine tests
as per IS: 5561. In case of 400 KV, test reports shall be also submitted for following
additional type tests.

a) Visual Corona Extinction Test

b) Radio Interference Voltage Measurement

5.05.00 Bidders are required to submit alongwith their bid typical drawings clearly indicating
the above mentioned features of the Wave traps, Wave trap mounting arrangement
and terminal connectors.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER-E6 PAGE 3 OF 3
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E7

LIGHTING (COMMON)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO. LIGHTING (E7)

1.00.00 GENERAL
1.01.00 The lighting system and its accessories shall conform in general to the relevant
standards except to the extent explicitly modified in the specification and shall be in
accordance with the requirement specified elsewhere. The switchyard lighting shall
be carried out by fixtures mounted on the switchyard structures/masts to be
provided at appropriate locations.
1.02.00 Supply, storage and installation of various lighting fixtures complete with lamps and
accessories on the gantries and switchyard structures shall be carried out by the
contractor.
1.03.00 Supply, storage and installation of lighting panels, including their cable terminations,
from switchyard LT switchboard/ Lighting distribution boards shall be carried out by
the contractor.
1.04.00 Supply, storage and installation of fixture supports, complete with all accessories
including junction boxes shall be carried out by the contractor.
1.05.00 All the civil works like fixing of anchor bolts, erection of lighting panels etc. shall be
carried out by the contractor. Hardwares for fixing of fixtures etc. are also included in
the erection component of the items.
1.06.00 Laying and termination of 415 V Aluminium conductor PVC armoured power cables
of 2Cx6 mm2 from lighting panel to the junction box at the bottom of the gantry/
structures for the lighting fixture and looping from one gantry/structures to the other
shall be carried out by the contractor.
1.07.00 Laying and termination of 415 V Aluminium conductor PVC armoured power cables
of 3 ½ Cx 35 mm2 (or of required size whichever is higher) from switchyard LT
switchboard/ Lighting distribution boards to lighting panels shall be carried out by the
contractor.
1.08.00 Power supply shall be fed from 415/240V normal AC power supply through suitable
number of conveniently located lighting panels (LPs).
1.09.00 Lighting panels, fixtures, masts, distribution boards, switchboxes, conduits, junction
boxes, etc. shall be properly installed and earthed as per relevant IE rules.
1.10.00 All outdoor fixtures shall be weather proof type (IP 55 as per IS 2147). Fluorescent
fixtures shall be provided with electronic ballasts.
1.11.00 All luminaries and their accessories and components shall be of the type readily
replaceable by the available Indian makes. All fixtures and accessories shall of
reputed make and non-corrosive type. Acrylic covers/louvers shall be of non-
yellowing type.
1.12.00 The constructional features of lighting distribution boards shall be similar to AC/DC
distribution boards described elsewhere. Outgoing circuits in LPs shall be provided
with MCBs of adequate ratings.

1.13.00 Wiring shall be by multi-stranded PVC insulated colour coded copper wires laid in GI
conduits. Minimum size of the wire shall not be less than 1.5 sq.mm. copper or 4
sq.mm. aluminium. Wires shall conform to IS:694 and wiring installation shall be as
per IS:732.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 1 OF 3
400 KV SWITCHYARD PACKAGE CHAPTER - E7
BID DOC NO.: CS-5505-500-2
CLAUSE NO. LIGHTING (E7)

1.14.00 Conduits shall be of heavy duty type, hot dip galvanised steel conforming to IS:9537.
In corrosive areas, conduits shall have additional suitable epoxy coating.

1.15.00 All outdoor lighting systems shall be automatically controlled by synchronous timer
or photocell. Arrangement shall be provided in the panel to bypass the
timer/photocell for manual control.

2.00.00 LIGHTING FIXTURES AND ACCESSORIES

2.01.00 General

2.01.01 All lighting fixtures and accessories shall be designed for continuos operation under
atmospheric conditions existing at site, without reduction in the life or without
deterioration of materials and wiring etc.

2.01.02 Lighting fixtures shall be as given below:

1x400W weather proof miniature flood lighting with aluminium housing polished
inside and stove enameled grey outside suitable to Bajaj type BHEF 21-S or
Crompton type FBD-14 or Philips type SVF -12.

All the fixtures shall be supplied with matching lamps.

2.02.00 Lighting fixtures

2.02.01 The lighting fixtures and accessories shall be designed to operate at 240V AC 50Hz
with supply voltage variation of ± 10%, frequency variation of ± 5%and combined
voltage and frequency variation of ± 10%.

2.02.02 All fixtures shall be complete with accessories like ballasts, igniters, power factor
improvement capacitors etc. These shall be mounted inside the fixtures as far as
possible. If these cannot be accommodated inside, then a separate metal enclosed
weather proof box shall be included to accommodate these. The starting time of
these lamps to attain full light output shall be minimum. Each fixture shall have
terminals suitable for 2.5 sq.mm stranded flexible copper conductor.

2.02.03 The mounting facility and conduit knockouts for the fixtures shall be as required and
shall be suitable for cable/conduit entry.

2.02.04 On completion of the manufacture, all surfaces of the fixtures shall be thoroughly
cleaned and degreased. The fixtures shall be free from scale, rust, sharp edges and
burns.

2.02.05 All enamel finishing shall have a minimum thickness of 2 mils for outside surface and
1.5 mils for inside surface. The finish shall be non porous and free from blemishes,
blisters and fading.

2.02.06 The housing shall be stove enamelled or vitreous enamelled or anodised aluminium
as relevant for the type of fixtures.

2.03.00 Lamps

2.03.01 Sodium vapour lamps shall be colour corrected type with screw caps.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 2 OF 3
400 KV SWITCHYARD PACKAGE CHAPTER - E7
BID DOC NO.: CS-5505-500-2
CLAUSE NO. LIGHTING (E7)

2.03.02 The contractor shall furnish typical wiring diagram for HPSV fitting including all
accessories. The diagram shall include all technical details of accessories i.e.
starters, chokes, capacitors and igniters etc.

3.00.00 LIGHTING PANELS

3.01.00 Each panel shall be provided with one incoming triple pole switchfuse unit with
neutral link and outgoing MCB’s as specified.

3.02.00 The panel shall have degree of protection of IP55 as per IS 2147. The panel shall be
single front construction, front hinged and front connected, suitable for floor
mounting.

3.03.00 The panel shall be provided with a circuit directory plate (of anodised aluminium with
the inscriptions indelibly etched on the plate) which is fitted on the inside of the door.

3.04.00 Each panel shall be provided with one no. ON indicating lamp for each phase.

3.05.00 The main busbars of the panel shall be of aluminium alloy with adequate cross
section to carry rated and short circuit currents. The maximum temperature of the
busbars shall not exceed 85 degree C. The busbars shall be able to withstand a fault
level of 9KA for 1 sec.

3.06.00 Switches shall be hand operated air break type, heavy duty confirming to IS 4064.
The fuses shall be of class 3 type (9KA prospective breaking current).

3.07.00 The MCB’s shall in general conform to IS 8828. The rating shall be well coordinated
with the corresponding circuits and shall be ‘Morarjee Dorman’ or ‘Standard’ make or
its equivalent.

3.08.00 The contactors shall be of full voltage, direct on line air break, single throw,
electromagnetic type. They shall be provided with atleast 2 NO and 2 NC type
auxiliary contacts.

3.09.00 The panels shall be provided with proper identification labels for the panel, incoming
and outgoing circuits etc.

4.00.00 ILLUMINATION LEVELS AND TYPE OF FIXTURES AND LUMINAIRES

Location Average Illumination Type of Fixture


level (lux)

Switchyard 20 (general) HPSV flood light,


weather proof

50 (on strategic HPSV flood light,


equipment) weather proof

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 3 OF 3
400 KV SWITCHYARD PACKAGE CHAPTER - E7
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E8

LT SWITCHGEAR & DBs (COMMON)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

1.00.00 CODES AND STANDARDS

1.01.00 All equipments shall, generally, comply with the updated issues of :

I) IEC-947, IS-13947

II) Indian Electricity Act

III) Indian Electricity Rules

1.02.00 Equipment complying with any other authoritative / internationally recognised


standards such as IEC, British, U.S.A., German, etc. will also be considered if it
ensures performance equivalent or superior to indian Standards . In such cases the
bidder shall clearly indicate the standard adopted and furnish the copy of latest
English version of the same alongwith the bid and bring out the salient features for
comparison.

2.00.00 GENERAL REQUIREMENTS

2.01.00 This section covers supply, installation, testing and commissioning of all the 415V
Switchgears, AC Distribution Boards (ACDBs), Lighting Distribution Boards (LDBs)
and 220V & 48V DC Distribution Boards (DCDBs), complete with all components
and accessories for commissioning these boards.

2.01.00 To derive 415V AC power from two feeders available in Station Service Boards
installed inside the power house through cable connection is included in the scope
of Contractor.

2.02.00 To provide auxiliary AC power supply to various station equipments, 415 V AC


switchboards are to be supplied and installed by the Contractor.

2.03.00 The Bidder shall meet the requirement of feeders under his scope of works. The
contractor shall supply all equipments and devices required for satisfactory
operation..

2.04.00 The AC switchgear Boards shall comprise of suitable incoming breaker for each
board and bus coupler breaker with proper interlocking mechanism. Each
distribution board shall consist of adequate nos of of 63A modules type E complete
with base frame anchoring bolts, fuses, cable glands etc. The lighting distribution
board shall comprise of adequate nos. of MCCBs of 63A rating including support
channel, installation of base frame etc. 220V DC distribution Board shall have
sufficient nos of feeders to extend DC supply to all required equipments covered
under the package. 48 V DC distribution Board shall be consist of adequate nos of
32A feeders with MCCB.

3.00.00 CONSRUCTIONAL DETAILS OF SWITCHBOARDS

3.01.00 All Switchboards. i.e., 415V Switchgears, AC Distribution Boards (ACDBs), Lighting
Distribution Boards (LDBs) and 220V/48V DC Distribution Boards (DCDBs) shall be
of metal enclosed, indoor, floor-mounted, free-standing type.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 1 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

3.02.00 All switchboard frames and load bearing members shall be fabricated using suitable
mild steel structural sections or pressed and shaped cold-rolled sheet steel of
thickness not less than 2.0 mm. Frames shall be enclosed in cold-rolled sheet steel
of thickness not less than 1.6 mm. Doors and covers shall also be of cold rolled
sheet steel of thickness not less than 1.6 mm. Stiffners shall be provided wherever
necessary. The gland plates thickness shall be 3.0 mm (minimum) for hot / cold-
rolled sheet steel and 4.0 mm (minimum) for non-magnetic material.

3.03.00 All panel edges and cover / door edges shall be reinforced against distortion by
rolling, bending or by the addition of welded reinforcement members. The top covers
of the panels should be designed such that they do not permanently bulge/ bend by
the weight of maintenance personnel working on it.

3.04.00 The complete structures shall be rigid, self-supporting, free from flaws, twists and
bends. All cutouts shall be true in shape and devoid of sharp edges.

3.05.00 All switchboards shall be of dust-proof and vermin-proof construction and shall be
provided with a degree of protection of IP : 52 as per IS:13947. Provision shall be
made in all compartments for providing IP : 52 degree of protection, when circuit -
breaker or module trolley has been removed. All cutouts shall be provided with
synthetic rubber gaskets. The switchboards which are meant for outdoor duty shall
be provided with degree of protection of IP : 54 as per IS : 13947.

3.06.00 Provision of louvers on switchboards would not be preferred.

3.07.00 All switchboards shall be of uniform height not exceeding 2450 mm.

3.08.00 Switchboards shall be easily extendable on both sides by the addition of vertical
sections after removing the end covers.

3.09.00 Switchboards shall be supplied with base frames made of structural steel sections,
alongwith all necessary mounting hardware required for welding down the base
frame to the foundation / steel insert plates. The base frame height shall be such
that floor finishing (50 mm thick) to be done by Employer after erection of the
switchboards does not obstruct the movement of doors, covers, with drawable
modules etc.

3.10.00 All switchboards shall be divided into distinct vertical sections (panels), each
comprising of the following compartments:

a. BUSBAR COMPARTMENT

A completely enclosed bus bar compartment shall be provided for the


horizontal and vertical busbars. Bolted covers shall be provided for access
to horizontal and vertical busbars and all joints for repair and maintenance
which shall be feasible without disturbing any feeder compartment. Auxiliary
and power busbars shall be in separate compartments.

b. SWITCHGEAR / FEEDER COMPARTMENT

All equipments associated with an incomer or outgoing feeder shall be


housed in a separate compartment of the vertical section. The compartment
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 2 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

shall be sheet steel enclosed on all sides with the withdrawable units in
position or removed. Insulating sheet at rear of the compartment is also
acceptable. The front of the compartment shall be provided with the hinged
single leaf door with captive screws for positive closure.

c. CABLE COMPARTMENT OR CABLE ALLEY

A full-height vertical cable alley of minimum 175 mm width shall be provided


for power and control cables. Cable alley shall have no exposed live parts
and shall have no communication with busbar compartment. Cable
terminations located in cable alley shall be suitably shrouded to prevent
accidental contact by falling of tools etc. For distribution boards, the partition
between the feeder compartment and cable alley made of FRP sheet may
also be offered. It shall be of such construction as to allow cable cores with
lugs to be easily inserted in the feeder compartment for termination.
Wherever. cable alleys are not provided for distribution boards, segregated
cable boxes with complete shrouding for individual feeders shall be provided
at the rear for direct termination of cables in each individual feeder. For
circuit breaker external cable connections, a separately enclosed cable
compartment shall also be acceptable. The contractor shall furnish suitable
plugs to cover the cable openings in the partition between feeder
compartment and cable alley. Cable alley door shall be hinged.

d. CONTROL COMPARTMENT

A separate compartment shall be provided for relays and other control


devices associated with a circuit breaker.

3.11.00 Sheet steel barriers shall be provided between two adjacent vertical panels running
to the full height of the switchboard, except for the horizontal busbar compartment.
Synthetic rubber gasket shall be provided between the panel sections to avoid
ingress of dust into panels. Each shipping section shall have full metal sheets at
both ends for transport and storage.

3.12.00 After isolation of power and control circuit connections it shall be possible to safely
carryout maintenance in a compartment with the busbar and adjacent circuit live.
Necessary shrouding arrangement shall be provided for this purpose. Wherever
two breaker compartments are provided in the same vertical section insulating
barriers and shrouds shall be provided in the rear cable compartment to avoid
accidental touch with the live parts of one circuit when working on the other circuit.

3.13.00 All 415 V switchgear (circuit-breaker) panels shall be of single -front type. MCCs and
DBs shall be of single -front construction. All single-front switchboards shall be
provided with single-leaf, hinged or bolted covers at the rear. The bolts shall be of
captive type. The covers shall be provided with “DANGER” labels. All panel doors
shall open by 90 deg. or more.

3.14.00 All ACDBs, Lighting DBs and DCDBs shall be of fixed module type. All 415 V circuit-
breaker modules and MCC modules shall be of fully drawout type having distinct
‘Service’ and ‘Test’ positions. The equipments pertaining to a drawout type incomer
or feeder module shall be mounted on a fully withdrawable chassis which can be

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 3 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

drawn out without having to unscrew any wire or cable connection. Suitable
arrangement with cradle/ rollers and guides shall be provided for smooth movement
of the chassis. For modules of size more than half the panel height, double guides
shall be provided for smooth removal or insertion of module. All identical module
chasis of same size shall be fully interchangeable without having to carryout any
modifications.

3.15.00 All disconnecting contacts for power and control circuits of drawout moduels shall be
of robust and proven design, fully self aligning and spring -loaded. Both fixed and
moving contacts shall be silver - plated and replaceable. The spring- loaded power
and control drawout contacts shall be on withdrawable chassis and same on fixed
portion shall not be accepted. Detachable plug and socket type control terminals
shall also be acceptable.

3.16.00 Individual opening in the vertical bus enclosure shall permit the entry of moving
contacts from the drawout modules into vertical droppers.

3.17.00 All equipment and components shall be neatly arranged and shall be easily
accessible for operation and maintenance. The internal layout of all modules shall
be subject to Employer’s approval. The Contractor shall submit dimensional
drawings showing complete internal details of busbars and module components, for
each type and rating for approval of Employer.

3.18.00 The power and control cable entries shall be from the bottom.

3.19.00 Each switchboard shall be provided with undrilled, removable type gland plate which
shall cover the entire cable alley. Bidder shall ensure that sufficient cable glanding
space is available for all the cables coming in a particular section through gland
plate. For all single core cables, gland plate shall be of non-magnetic material. The
gland plate shall preferably be provided in two distinct parts for the easy of
terminating addition cables in future. The gland plate shall be provided with gasket to
ensure enclosure protection. Recommended drilling chart of gland plates for all
power and control cables in the vertical panels shall be indicated by the Contractor
in the respective G.A. drawings of the boards.

3.20.00 The Bidder shall consider layout of panels in a switchbaord consisting of various
feeder modules required for the system in a straight line, unless specified otherwise.
The actual composition and disposition of various modules in a switchboard shall be
finalised during detailed engineering.

3.21.00 Clearances

The minimum clearance in air between phases and between phases and earth for
the entire run of horizontal and vertical busbars and bus-link connections at circuit-
breaker shall be 25 mm. For all other components, the clearance between “two live
parts”, “a live part and an earthed part”, shall be atleast ten (10) mm throughout.
Wherever it is not possible to maintain these clearances, insulation shall be
provided by sleeving or barriers. However, for horizontal and vertical busbars the
clearances specified above should be maintained even when the busbars are
sleeved or insulated. All connections from the busbars upto switch / fuses shall be
fully shrouded / insulated and securely bolted to minimise the risk of phase to phase
and phase to earth short circuits.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 4 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

4.00.00 POWER BUSBARS AND INSULATORS

4.01.00 All 415 V Switchboards and ACDBs shall be provided with three phase and neutral
busbars.. DCDBs shall be provided with two (2) busbars . Entire busbar system of
DCDBs shall be insulated.

4.02.00 All busbars and jumper connections shall be of high conductivity aluminium alloy /
copper of adequate size.

4.03.00 The cross-section of the busbars shall be uniform throughout the length of
switchboard and shall be adequately supported and braced to withstand the stresses
due to the specified short circuit currents. Neutral busbar short circuit strength shall
be same as main busbars.

4.04.00 All busbars shall be adequately supported by non-hygroscopic, non-combustible,


track-resistant and high strength sheet moulded compound or equivalent type
polyester fibre glass moulded insulator. Separate supports shall be provided, for
each phase and neutral busbar. If a common support is provided, anti-tracking
barriers shall be provided between the supports. Insulator and barriers of
inflammable material such as Hylam, shall not be accepted. The busbar insulators
shall be supported on the main structure.

4.05.00 All busbar joints shall be provided with high tensile steel bolts, Belleville/ spring
washers and nuts, so as to ensure good contacts at the joints. Non-silver plated
busbar joints shall be thoroughly cleaned at the jointed locations and a suitable
contact grease shall be applied just before making a joint. All bolts shall be tightened
by torque spanner to the recommended value. The overlap of the busbars at each
joint surface shall be such that the length of overlap shall be equal to or greater than
the width of the busbar.

4.06.00 All copper to aluminim joints shall be provided with suitable bimetallic washers.

4.07.0 All busbars shall be colour coded as per IS : 375.

Wherever the busbars are painted with black matt paint, the same should be
suitable for temperature encountered in the switchboard under normal operating
conditions.

4.08.00 The Bidder shall furnish calculations establishing the adequacy of busbar sizes for
specified current ratings.

4.09.00 All busbars shall have PVC sleeves (not taped) wherever called for in the
Specification.

5.00.00 AUXILIARY BUSBARS AND CONTROL TRANSFORMERS.

5.01.00 AC CONTROL SUPPLY BUSBAR

Each bus-section of all Switchgears shall be provided with two(2) nos. 415V / 110V
control transformers. The 110V AC control supply from the control transformers
shall be run through the MCC by means of two sets of control supply busbars of
electrolytic copper. In case of one transformer failure, whole bus section can be fed
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 5 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

through single transformer. The control supply to different modules shall be tapped
individually from the control supply busbars.

5.02.00 DC CONTROL SUPPLY BUSBARS

Electrically controlled circuit breaker boards shall be provided with DC control supply
busbars. The manually controlled breakers shall also be provided with such busbars
in case relays are provided.. The Contractor shall provide suitable terminals,
switchfuse etc. to receive the DC supply and distribute the same through above
mentioned control busbars to the required modules of the respective section. The
DC control supply bus of one section shall be coupled to the control supply of other
section through a switch located in the buscoupler breaker panel. The DC supply to
the buscoupler breaker may be given from any of the control buses.

5.03.00 SPACE HEATER BUSBARS

Panel and motor space heaters shall be fed from separate AC auxiliary busbars
running throughout the switchboard. The supply for these busbars shall be tapped
from incomer, before the isolating switch/ circuit breaker.

5.04.00 CONTROL TRANSFORMERS

The control transformers shall be 415 V/110 V with neutral point-earthed, of


insulation class ‘B’ or better. The sizing of Control transformers shall be carried out
by Bidder considering the actual load of power contactors, auxiliary contactors,
indicating lamps and other equipments in the module circuit. An additional load of 15
watts should also be considered for each module, for remote auxiliary relays and
lamps to be connected in the control circuit of modules. Bidder shall also ensure that
control transformers are adequately designed for meeting the momentary loading
requirements & the voltage drop during this condition shall not be more than 5%.

6.00.00 EARTH BUS AND EARTHING

6.01.00 A galvanised steel earth bus shall be provided at the bottom of each panel and shall
extend throughout the length of each switchboard. It shall be welded / bolted to the
framework of each panel and breaker earthing contact bar. Vertical earth bus shall
be provided in each vertical section which shall in turn be bolted / welded to main
horizontal earth bus.

6.02.00 The earth bus shall have sufficient cross section to carry the momentary short circuit
and short time fault current to earth, as indicated in “Technical Parameters”, without
exceeding the allowable temperature rise.

6.03.00 Suitable arrangements shall be provided at each end of the horizontal earth bus for
bolting to Employer’s earthing conductors. The horizontal earth bus shall project out
of the switchboard ends and shall have predrilled holes for this connection. All joint
splices to earth bus shall be made through atleast two bolts, and taps by proper lug
and bolt connection.

6.04.00 All non-current carrying metal work of the switchboard shall be effectively bonded to
the earth bus. Electrical conductivity of the whole switchgear enclosure framework
and truck shall be maintained even after painting.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 6 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

6.05.00 The carriage and breaker frame shall get earthed while being inserted in the panel
and positive earthing of the breaker frame shall be maintained in all positions, i.e.
SERVICE & ISOLATED, as well as throughout the intermediate travel.

6.06.00 Each module frame shall get engaged to the vertical earth bus before the
disconnecting contacts on the module are engaged to the vertical busbars.

6.07.00 All metallic cases of relays, instruments and other panel-mounted equipments shall
be connected to earth by independent stranded copper wires of size not less than
2.5 sq. mm. All the equipment mounted on the door shall be earthed through flexible
wire/braids. Insulation colour code of earthing wires shall be green. Earthing wires
shall be connected to terminals with suitable clamp connectors, soldering is not
acceptable. Looping of earth connections which would result in loss of earth
connections to other devices, when a device is removed, is not acceptable.
However, looping of earth connections between equipments to provide alternative
paths to earth bus is acceptable.

6.08.00 VT and CT secondary neutral point earthing shall be at one place only, i.e. on the
terminal block. Such earthing shall be made through links so that earthing of one
secondary circuit shall be removed without disturbing the earthing of other circuit.

6.09.00 All hinged doors having potential carrying equipment mounted on it shall be earthed
by flexible wire/ braid. For doors not having potential carrying equipment mounted
on it, earth continuity through scraping hinges/ hinge pins of proven design may
also acceptable. The Contractor shall establish earth continuity at site also.

7.00.00 CIRCUIT BREAKERS

7.01.00 Circuit breakrers shall be three pole, air break, horizontal drawout type , and shall
have fault making and breaking capacities as specified. The circuit breakers which
meet specified parameters of continuous current rating and fault making / breaking
capacity only after provision of cooling fans or special device shall not be
acceptable.

7.02.00 Circuit breakers alongwith its operating mechanism shall be provided with suitable
arrangement for easy withdrawal. Suitable guides shall be provided to minimise
misalignment of the breaker.

7.03.00 There shall be “SERVICE”, “TEST” and “FULLY WITHDRAWN” positions for the
breakers. In “Test” positon the circuit breaker shall be capable of being tested for
operation without energising the power circuits i.e. the power contacts shall be
disconnected, while the control circuits shall remain undisturbed. Locking facilities
shall be provided so as to prevent movement of the circuit breaker from the
“SERVICE”, “TEST” or “ FULLLY WITHDRAWN” position. It shall be possible to
close the door in “Test” position.

7.04.00 All circuit breakers shall have short circuit releases and shunt trip coil irrespective of
the type of operating mechanism.

7.05.00 All circuit breakers shall be provided with “4 NO” and “ 4NC” potential free auxiliary
contacts. These contacts shall be in addition to those required, for internal

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 7 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

mechanism of the breaker and should be directly operated from breaker operating
machanism. In case the manufacturer does not have a proven arrangement for
providing the required number of circuit breaker auxiliary contacts on the fixed
portion of the cubicle, necessary electrically reset latched relays similar to Alshtom
make type VAJC11 relays shall be provided complete with all wiring in series with
service position limit switch contacts, for multiplying the circuit breaker mounted
auxiliary contacts and provide 4 NO and 4 NC contacts . Separate limit switches,
each having required numbers of contacts shall be provided in both “SERVICE “ and
“TEST” position of the breaker. All contacts shall be rated for making, continuously
carrying and breaking 10 Amp at 240 V AC and 1 Amp (Inductive) at 220 V DC
respectively.

7.06.00 Suitable mechanical indications shall be provided on all circuit breakers to show
“OPEN”, “CLOSE”, “SERVICE “, “TEST” AND “SPRING CHARGED” positions.

7.07.00 Main poles of the circuit breakers shall operate simultaneously in such a way that
the maximum difference between the instants of contacts touching during closing
shall not exceed half a cycle of rated frequency.

7.08.00 All circuit breakers shall be provided with the following interlocks :

i) Movement of a circuit breaker between “SERVICE” and “TEST” position


shall not be possible unless it is in open position. Attempted withdrawal of a
closed circuit breaker shall preferably not trip the circuit breaker. In cases the
offered circuit breaker trips on attempted withdrawal as a standard interlock,
it shall be ensured that sufficient contact exist between the fixed and drawout
contact at the time of breaker trip so that no arcing takes place even with the
breaker carrying it’s full rated current.

ii) Closing of a circuit breaker shall not be possible unless it is in “SERVICE”


position, “TEST” position or in “FULLY WITHDRAWN” position.

iii) Circuit-breaker cubicles shall be provided with safety shutters operated


automatically by the movement of the circuit breaker carriage, to cover the
stationary isolated contacts when the breaker is withdrawn. It shall however
be possible to open the shutters intentionally against pressure for testing
purposes.

iv) Circuit breakers shall be provided with coded key / electrical interlocking
devices.

7.09.00 Circuit breaker shall be provided with electrical anti-pumping and trip free feature,
even if mechanical anti-pumping feature is provided.

7.10.00 Mechanical tripping shall be possible by means of front mounted Red “trip” push-
button. In case of electrically operated breakers these push buttons shall be
shrouded to prevent accidental operation.

7.11.00 Means shall be provided to slowly close the circuit breaker in “withdrawn position”, if
required, for inspection and setting of contacts. In “service position” slow closing
shall not be possible.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 8 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

7.12.00 Complete shrouding/ segregation shall be provided between incoming and outgoing
bus links of breakers. In case of bus coupler breaker panels the busbar connection
to and from the breaker terminals shall be segregated such that each connection
can be approached and maintained independently with the other bus section live.
Dummy panels if required to achieve the above feature shall be included in the
Bidder’s scope of supply.

8.00.00 OPERATING MECHANISM :

Circuit breaker shall be provided with either of the following mechanisms.

8.01.00 Manually operated Mechanism

i) Manually operated mechanism shall be of manual spring charging, stored


energy type.

ii) The circuit breaker shall have a spring charging handle and push-button for
closing the breaker mechanically after the spring has been charged.
However, closing by spring charging handle after the spring has been fully
charged shall also be acceptable, provided the movement of contacts does
not take place with the movement of handle and the contacts operate only
when the spring stored energy is released. Overcharging of spring shall not
be possible.

iii) The closing action of the circuit breaker shall charge the tripping spring,
thus making it ready for tripping.

iv) The circuit breaker shall be provided with the interlocks so that it shall not
close unless the spring is fully charged.

8.02.00 POWER OPERATED MECHANISM

i) Power operated mechanism shall be provided with a universal motor suitable


for operation on 220 V DC/240 AC Control supply, with voltage variation from
90% to 110% rated voltage. Motor insulation shall be class “E” or better.

ii) The motor shall be such that it requires

iii) Not more than 30 seconds for fully charging the closing spring at minimum
available control voltage.

iv) Once the closing springs are discharged, after one closing operation of circuit
breaker, it shall automatically initiate recharging of the spring.

v) The mechanism shall be such that as long as power is available to the motor,
a continuous sequence of closing and opening operations shall be possible.
After failure of power supply at least one open-close-open operation shall be
possible.

vi) Provision shall be made for emergency manual charging and as soon as this
manual charging handle is coupled, the motor shall automatically get
mechanically decoupled.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 9 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

vii) All circuit breakers shall be provided with closing and trip coils. The closing
coil shall operate correctly at all values of voltage between 85% to 110% of
rated control voltage. The trip coil shall operate satisfactorily at all values of
voltage between 70% to 110% of rated control voltage.

vii) Provision for mechanical closing of the breaker only in “Test” and
“WITHDRAWN” positions shall be made. Alternately, the mechanical closing
facility shall be normally made inaccessible; accessibility being rendered only
after deliberate removal of shrouds.

8.03.00 TELESCOPIC TROLLY

Telescopic trolly or suitable arrangement shall be provided for maintenance of


circuit-breaker module in a cubicle. The trolly shall be such that the top most
breaker module can be withdrawn on the trolly and can be lowered for maintenance
purpose. The telescopic trolly shall be such that all type, size and rating of breaker
can be withdrawn /inserted of a particular switchgear.

9.00.00 AIR BREAK SWITCHES

9.01.00 Air break switches shall be of heavy duty, single throw, group operated, load break,
fault make type when associated with fuses. All switches for motor circuits shall be
of utilisation category AC-23 with 1NO +1NC auxiliary contact which shall be wired
to the control circuit All switches for other outgoing feeders shall be of utilization
category AC-22. All switches for DC circuits shall be suitable for 220 V DC and shall
be of DC-22 utilisation category .

9.02.00 Continuous current rating of the switches shall be selected by the contractor as
required for the system.”.

9.03.00 The combination of switch-fuse unit would be preferred. However, if separate switch
and fuses are provided, switch shall be located before fuses.

9.04.00 The main switches shall be operable from outside the module door. The switch
handle shall clearly indicate the position of switch. Switch operating handles shall be
provided with padlocking facilities. However, incomer switches of switchboards shall
be provided with padlocking facility in both ‘ON’ and ‘OFF’ positions.

9.05.00 Interlocks shall be provided such that the cubicle door will not open when the switch
is in closed position and the switch will close only when the door is closed. However,
suitable means shall be provided to intentionally defeat these interlocks.

9.06.00 Switches and fuses for AC/DC control supply and heater supply wherever required,
shall be mounted inside the cubicles. Toggle switch is not acceptable.

10.00.00 CONTROL AND SELECTOR SWITCHES

10.01.00 Control and Selector switches shall be of rotary type, with escutcheon plates clearly
marked to show the function and positions. The switches shall be of sturdy
construction suitable for mounting on panel front. Switches with shrouding of live
parts and sealing of contacts against dust ingress shall be preferred.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 10 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

10.02.00 Circuit breaker control switches shall have three positions and shall be spring return
to “NEUTRAL” from “CLOSE” and “TRIP” positions and shall have pistol grip
handles. The control switch shall have adequate number of contacts in each position
and shall have at least two (2) contacts closing in “Close” position, and two (2)
contacts closing in ‘Trip’ position unless specified otherwise.

10.03.00 Circuit breaker selector switches for motor feeders ( M- type) shall have two stay
put position marked ‘Switchgear’, ‘Normal’ respectively. They shall have at least
three contacts for each of the two positions and shall have black spade handles.
Circuit breaker selector switches for other feeders shall have two stay put positions
marked ‘Switchgear’ and ‘Normal’ with two contacts for each of the two positions.

10.04.00 Ammeter and voltmeter selector switches shall have four stay put positions with
adequate number of contacts for 3-phase 4-wire system. These shall have oval
handles. Ammeter selector switches shall have make before break type contacts to
prevent open circuiting of CT secondaries.

10.05.00 Contacts of the switches shall be spring assisted and shall be of suitable material to
give a long trouble free service.

10.06.00 The contact ratings shall be at least the following :

i. Make and carry, continuously, 10 A at 220 V DC and 110 V AC

ii. Breaking current at 220 V DC, 1 A (inductive).

iii. Breaking current at 110 V AC, 5A and 0.3 lagging p.f

11.00.00 CONTACTORS

11.01.00 Motor starter contactors shall be of air break, electromagnetic type rated for
uninterrupted duty as per IS : 13947 Part-4 Section- 1.

11.02.00 Contactors shall be double-break, non-gravity type and their main contacts shall be
silver faced.

11.03.00 Direct-on-line contactors shall be of utilisation category AC3. Reversing starters shall
comprise of forward and Reverse contactors mechanically and electrically
interlocked with each other. These contactors shall be of utilisation category AC4.
DC contactors shall be of DC-3 utilisation category.

11.04.00 The number of normally open (NO) and normally closed (NC) auxiliary contacts of a
contactor shall be as per requirement. It shall, however, be not less than
2NO+2NC.

11.05.00 Operating coil of contactors shall be of 110 V AC unless otherwise specified


elsewhere. The contactor shall operate satisfactorily between 85% to 110% of the
rated voltage. The contactor shall not drop out at 70% of the rated voltage but shall
definitely drop out at 20% of the rated voltage.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 11 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

11.06.00 Contactors for DC drives shall have a coil voltage of 220 V DC. DC operated
contactor coil shall have an economy resistor and shall be suitable for satisfactory
continuous operation at 85% to 110% of the rated voltage.

12.00.00 FUSES

12.01.00 All fuses shall be of HRC cartridge fuse link type. Screw type fuses shall not be
accepted. Fuses for AC circuits shall be rated for 80 kA rms. (prospective) breaking
capacity at 415 V AC and for DC circuits 20 kA rms. breaking capacity at 220 V DC.

12.02.00 Fuse shall have visible operation indicators. Insulating barriers shall be provided
between individual power fuses.

12.03.00 Fuse shall be mounted on insulated fuse carriers, which are mounted on fuse bases.
Wherever it is not possible to mount fuses on carriers, fuses shall be directly
mounted on plug-in type of bases. In such cases one set of insulated fuse pulling
handles shall be supplied with each switchboard.

12.04.00 Suitable Fuse ratings shall be selected by the Bidder to achieve proper
coordination. Switch rating shall in no case be less than the fuse rating.

12.05.00 The Neutral links shall be mounted on fuse carriers, which shall be mounted on fuse
bases.

13.00.00 INSTRUMENT TRANSFORMERS

13.01.00 All current and voltage transformers shall be completely encapsulated, cast resin
insulated type suitable for continuous operation at the temperature prevailing inside
the switchgear enclosure, when the switchboard is operating at its rated condition
and the specified ambient temperature. The class of insulation shall be ‘E’ or better.

13.02.00 All instrument transformers shall be able to withstand the thermal and mechanical
stresses resulting from the maximum r.m.s. short circuit breaking and peak making
current ratings of the associated switchgear.

13.03.00 All instrument transformers shall have clear indelible polarity markings. All
secondary terminals shall be wired to separate terminals on an accessible terminal
block where star point formation and earthing shall be done.

13.04.00 Current transformers may be multi or single-core type. All voltage transformers shall
be single phase type . However separate set of CT shall be provided for differential
protection purpose.

13.05.00 The bus VTs shall be housed in a separate compartment. All VTs shall have readily
accessible HRC current limiting fuses on both primary and secondary sides.

13.06.00 All CTs shall be provided with supports independent of busbar/busbar supports.

13.07.00 The CTs shall be located in such a way that they can be easily approached for
maintenance without necessitating shut down of adjacent feeders.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 12 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

14.00.00 RELAYS & TIMERS

14.01.00 All relays and timers in protective circuits shall be flush mounted on panel front with
connections from the inside. They shall have transparent, dust tight covers
removable from the front. All protective relays shall have a drawout construction for
easy replacement from the front. They shall either have built-in test facilities, or shall
be provided with necessary test blocks and test switches located immediately below
each relay. The auxiliary relays and timers may be furnished in non-drawout cases.

14.02.00 All AC relays shall be suitable for operation of 50 Hz with 110 Volt VT secondary and
1A or 5A CT secondary.

14.03.00 DC auxiliary relays shall be designed for 220 V DC unless otherwise specified and
shall operate satisfactorily between 75% and 110% of the rated voltage. Relays shall
have adequate thermal capacity for continuous operation in circuit in which they are
used.

14.04.00 Protective relays, auxiliary relays and timers shall be provided with hand reset
operation indicators for analysing the cause of operation.

14.05.00 All relays shall withstand a test voltage of 2.5KV AC rms for one second or 2 KV AC
rms for one minute.

14.06.00 All fuse protected contactor controlled motor and actuator starters shall be provided
with three element, ambient temperature compensated, time lagged, hand reset type
thermal overload relays with single phasing protection using differential movement
and bimetallic strips. The single phasing protection shall operate even with 100% of
the set current flowing in two of the phases and no current in the third phase. The
setting ranges shall be properly selected to suit the motor ratings and shall be
adjustable type. These relays shall have a separate black coloured hand reset push
button mounted on compartment door and shall have atleast one NO + one NC
contact.

14.07.00 All releases in circuit breakers shall conform to IS ; 13974 Part-2. The releases shall
be instantaneous or time delayed as per the requirement mentioned in module
description. The releases shall have an operation indicator. A contact denoting
“release operated” should be available for connecting to relay 86 circuit. . The
instantaneous release used for motor feeders shall be co-ordinated such that it does
not operate with motor starting current.

15.00.00 INDICATING INSTRUMENTS

15.01.00 All indicating and integrating meters shall be flush mounted on panel front. The
instruments shall be of at least 96 mm. square size with 90 degree linear scale and
shall have an accuracy class of 2.0 or better. The covers and cases of instruments
and meters shall provide a dust and vermin proof construction.

15.02.00 All instruments shall be compensated for temperature errors and factory calibrated
to directly read the primary quantities means shall be provided for zero adjustment
without removing or dismantling the instruments.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 13 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

15.03.00 All instruments shall have white dials with black numerals & lettering. Black knife
edge pointer shall be provided for meters.

15.04.00 Ammeters shall have a compressed scale at the upper current region to cover the
starting current upto 6.0 times the CT primary current.

16.00.00 PUSH BUTTONS

16.01.00 Push-buttons shall be of spring return, push to actuate type,. Their contacts shall be
rated to make, continuously carry and break 10 A at 110 V AC and 1 A (inductive) at
220 V DC.

16.02.00 All push -buttons shall have two (2) normally open and two(2) normally closed
contact, unless specified otherwise. The contact faces shall be of silver alloy.

16.03.00 All push-buttons shall be provided with integral escutcheon plates marked with its
function.

16.04.00 The colour of the button shall as follows :

Green for motor START, breaker CLOSE.

Red: for motor trip, breaker open.

Black: for all annunciation functions, overload reset and miscellaneous commands.

16.05.00 All push buttons on panels shall be located in such a way that Red push button shall
always be to the left of Green push buttons.

16.06.00 All emergency push buttons shall have mushroom knobs.

17.00.00 INDICATING LAMPS

17.01.00 Indicating lamps shall be of the panel mounting, filament type and low watt
consumption. Lamps shall be provided with non-hygroscopic series resistors,
preferably built-in the lamp assembly. The lamps shall have escutcheon plates
marked with its function, wherever necessary.

17.02.00 Lamps shall have translucent lamp-covers of the following colours, as warranted by
the application :

Red for motor ON, breaker CLOSE.

Green for motor OFF , breaker OPEN.

White for motor AUTO TRIP.

Blue for all healthy conditions (e.g. control supply, and also for ‘SPRING
CHARGED”).

Amber for all Alarm Conditions (e.g. overload). Also for “SERVICE” and “TEST”
position indications.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 14 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

17.03.00 Bulbs and lamp covers shall be easily replaceable from the front of the cubicle. The
method of mounting indicating lamp fittings on panels shall prevent their rotation
under the action of lamp removal or replacements, reliance upon the tightness of
ring nut for the purpose is not sufficient.

17.04.00 Indicating lamps should be located just above the associated push-button / control
switches. Red lamps shall invariably be located to the right of green lamps. In case a
white lamp is also provided, it shall be placed between the red and green lamps
along the centre line of control switch / push button pair. Blue and Amber should
normally be located above the Red and Green lamps.

17.05.00 When associated with push-buttons, red lamps shall be directly above the green
push-button and green lamp shall be directly above the red push button.

17.06.00 All indicating lamps shall be suitable for continuous operation at 90% to 110% of
their rated voltage.

18.00.00 SPACE HEATER

18.01.00 Space heaters shall be provided in the switchboards wherever the manufacturer
considers them necessary and recommends their provision for preventing harmful
moisture condensation.

18.02.00 The space heaters shall be suitable for continuous operation on 240 V AC , 50 Hz.,
single phase supply, and shall be automatically controlled by thermostats.
Necessary switches and fuses shall be provided.

18.03.00 The circuit for each panel and motor space heater should have an isolating switch,
HRC fuse and isolating link. in addition, the space heater circuit of each panel shall
also have a thermostat of suitable rating.

19.00.00 INTERNAL WIRING

19.01.00 All switchboards shall be supplied completely wired internally upto the terminals,
ready to receive external cables.

19.02.00 All intercubicle and interpanel wiring and connections between panels of same
switchboard including all bus wiring for AC and DC supplies shall be provided by the
Bidder.

19.03.00 All auxiliary wiring shall be carried out with 650 V grade, single core stranded copper
conductor, colour coded, PVC insulated wires. Conductor size shall be 1.5 mm2
(min.) for control circuit wiring and 2.5 mm2 (min) for CT and space heater circuits.

19.04.00 Extra flexible wires shall be used for wiring to devices mounted on moving parts
such as hinged doors. The wire bunches from the panel inside to the doors shall be
properly sleeved or taped.

19.05.00 All wiring shall be properly supported, neatly arranged, readily accessible and
securely connected to equipment terminals and terminal blocks.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 15 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

19.06.00 All internal wiring terminations shall be made with solderless crimping type tinned
copper lugs which shall firmly grip the conductor or an equally secure method.
Similar lugs shall also be provided at both ends of component to component wiring.
Insulating sleeves shall be provided over the exposed parts of lugs to the extent
possible. Wago type terminal shall also be provided with lugs.

19.07.00 Engraved core identification ferrules marked to correspond with panel wiring
diagram shall be fitted at both ends of each wire. The ferrule shall be of selflocking
type of ‘Novoflex’ or equivalent make. The wire identification marking shall be in
accordance with IS : 375. Red Ferrules should be provided on trip circuit wiring.

19.08.00 All connections from vertical busbars for individual modules above 100 A shall be by
Copper / Aluminium links only. The cable connections for modules less than 100 A
shall be selected in such a way that there will not be any melting / shorting in case
of a short circuit inside the module and the cable shall have current rating to carry
the let through energy of the corresponding fuses in case of a fault. The insulation
of the cable and its cross section shall be decided considering the high ambient
temperature within the module. For all modules where use of cable is envisaged by
the Contractor specific approval from the Employer regarding cable details are to be
taken. For power wiring colour coded wire insulation / tapes shall be provided.

20.00.00 CONTROL TERMINAL BLOCKS

20.01.00 Control terminal blocks shall be of 650 Volts grade, rated for 10 Amps and in one
piece moulding. It shall be complete with insulating barriers, clipon type terminals
and identification strips. Marking on terminal strip shall correspond to the terminal
numbering on wiring diagrams. It shall be ‘Klippon’ type RSF-1 (‘Elmex’ type CSLT-
1) with insulating material of Melamine conforming to ESI standard 12.1 or
equivalent. Terminal blocks may alternatively be of CAGE clamp spring type.

20.02.00 Terminal blocks for CT & VT secondary leads shall be provided with test links &
isolating facilities. CT secondary leads shall be provided with short-circuiting &
earthing facilities. It shall be similar to ‘Elmex’ CATD type. The terminals for remote
ammeter connection etc. shall also be disconnecting type only.

20.03.00 In all circuit breaker panels MCC modules at least 10% spare terminals for external
connections shall be provided and these spare terminals shall be uniformly
distributed on all terminal blocks.

20.04.00 All terminal blocks shall be suitable for terminating on each side two (2) nos.
stranded copper conductors of size upto 2.5 mm2 each.

20.05.00 All terminals shall be numbered for identification and grouped according to the
function. Engraved white-in- black lables shall be provided on the terminal blocks.

20.06.00 Wherever duplication of a terminal block is necessary it shall be achieved by solid


bonding links.

20.07.00 Terminal blocks shall be arranged with atleast 100 mm clearance between two sets
of terminal blocks. The minimum clearance between the first row of terminal blocks
and the associated cable gland plate shall be 250 mm.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 16 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

21.00.00 POWER CABLE TERMINATION

21.01.00 Cable termination compartment and arrangement for power cables shall be suitable
for heavy duty, 1.1 kV grade, stranded aluminium conductor, PVC/ XLPE insulated,
armoured / unarmoured and PVC sheathed cables. The size and type of cable for
individual modules shall be selected by bidder and get approved from Employer. All
necessary cable terminating accessories such as supporting clamps and brackets,
hardware etc shall be provided by the contractor.

21.02.00 All power cable terminals shall be of stud type and the power cable lugs shall be of
tinned copper solderless crimping ring type conforming to IS : 8309. All lugs shall be
insulated/ sleeved.

22.00.00 NAME PLATES AND LABELS

22.01.00 All Switchgears, Distribution Boards, , all feeders, shall be provided with prominent,
engraved identification plates. The module identification plate shall clearly give the
feeder number and feeder designation. For single front switchboards, similar panel
and board identification labels shall be provided at the rear switchgear also.

22.02.00 All name plates shall be of non-rusting metal or 3-ply Lamicoid, with white engraved
letterings on black background. Inscription & lettering sizes shall be subject to
Employer’s approval.

22.03.00 Suitable stencilled paint mark shall be provided inside the panel/module for
identification of all equipments in addition to the plastic sticker labels, if provided.
These labels shall be positioned so as to be clearly visible and shall have the device
number, as mentioned in the module wiring drawings.

22.04.00 Caution name plate “Caution Live Terminals” shall be provided at all points where
the terminals are likely to remain live and isolation is possible only at remote end.

23.00.00 LIGHTING TRANSFORMERS

Each Lighting Distribution Board (LDB) shall be fed from A 415 V / 415V, 50 KVA
isolating transformer which is, in turn, fed from switchgear. The lighting transformer
may, preferably be located inside LDB panel itself. Otherwise, the side of respective
LDB shall locate the same. Lighting transformers shall be dry type, natural air cooled
with class B insulation or better. Impedance of lighting transformer shall be so
selected that the fault level of lighting system shall be reduced to 3 to 5 KA. Lighting
transformers shall be tested as per IS : 2026. Off-circuit tap changer with ± 2.5% and
± 5% tapping shall be provided. In case the transformers are not mounted inside the
LDB panels, the same shall be housed in a separate 2 mm thick CR sheet steel
enclosure with IP-42 degree of protection as per IS : 13947. However, the
transformer terminal box shall have IP-52 degree of protection.

24.00.00 PAINTING

All sheet steel work shall be pretreated, in tanks, in accordance with IS : 6005.
Degreasing shall be done by alkaline cleaning. Rust and scales shall be removed by
pickling with acid. After pickling, the parts shall be washed in running water. Then
these shall be rinsed in slightly alkaline hot water and dried. The phosphate coating
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 17 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

shall be “Class-C “ as specified in IS : 6005. The phosphated surfaces shall be


rinsed and passivated prior to application of stoved lead oxide primer coating. After
primer application, two coats of finishing synthetic enamel paint on panels shall be
applied. Electrostatic painting shall also be acceptable. Finishing paint on panels
shall be Grey RAL 9002. The inside of the panels shall be glossy white. Each coat
of finishing shall be properly stoved. The paint thickness shall not be less than 50
microns. Finished parts shall be coated by peelable compound by spraying method
to protect the finished surfaces from scratches, grease, dirt and oil spots during
testing, transportation, handling and erection. All hardwares shall be nickel
chromium plated / zinc passivated. The pad locking plate shall be suitably painted to
avoid rusting.

25.00.00 GASKETS

The gaskets, wherever specified, shall be of good quality synthetic rubber with good
ageing, compression and oil resistance characteristics suitable for panel
applications.

26.00.00 TEMPERATURE RISE

The temperature rise of the horizontal and vertical busbars and main bus links
including all power drawout contacts when carrying 90% of the rated current along
the full run shall in no case exceed 65 deg C with silver plated joints and 50 deg C
with all other types of joints over an outside ambient temperature of 40 deg C.
Temeprature rise for the busbars shall be carried out at 90% of the rated current
and no diversity factor shall be used for temperature rise test.

27.00.00 DERATING OF EQUIPMENTS

27.01.00 The Bidder shall, ensure that the equipments offered will carry the required load
current at site ambient conditions specified and perform the operating duties without
exceeding the permissible temperature as per Indian Standards / Specification.
Continuous current rating at 40 deg C ambient in no case shall be less than 90% of
the normal rating specified.

27.02.00 The Bidder shall indicate clearly the derating factors if any employed for each
component and furnish the basis for arriving at these derating factors duly
considering the specified current ratings and ambient temperature of 40 deg C.

28.00.00 PROTECTION CO-ORDINATION

It shall be the responsibility of the Contractor to fully coordinate the overload and
short circuit tripping of the circuit breakers fuses to provide satisfactory
discrimination. Further the various equipment supplied shall meet the requirements
of Type II class of Co-ordination as per IS : 8544.

29.00.00 TESTS AND TEST REPORTS

29.01.00 The following type test certificates on each type & rating of L.T. Switchgear, and
distribution boards shall be submitted.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 18 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

(a) Short time withstand test with circuit breaker mounted inside the switchgear
panel

(b) Temperature rise test.

(c) Type II-Short circuit co-ordination test for any three rating of MCC module as
selected by the Employer.

(d) Test sequence-1 & combined test sequence shall be carried out on each
rating of circuit breaker mounted inside the panel.

(e) Degree of protection tests.

29.02.00 Routine tests shall be carried out on all switchboards and associated equipments, as
per relevant standards and approved QP at Contractor’s cost.

29.03.00 Routine checking to observe compliance to degree of protection, first numeral , on


switchboard enclosures and busbar chambers shall be as under :

a) IP -4 X It shall not be possible to insert a one mm dia. steel wire into the
enclosure from any direction, without using force.

b) IP-5X It shall not be possible to insert a thin sheet of paper under gaskets
and through enclosure joints.

30.00.00 COMMISSIONING CHECK TESTS

30.01.00 After installation of panels, power and control wiring and connections, Contractor
shall perform operational tests on all switchboards, to verify proper operation of
switchboards / panels and correctness of all equipment in each and every respect.

30.02.00 The Contractor shall carry out the following commissioning checks, in addition to
other checks and tests recommended by the manufacturers.

30.03.00 General

i. Check name plate details according to the approved drawings.

ii. Check for physical damage.

iii. Check tightness of all bolted connections, by torque wrench.

iv. Check earth connections.

v. Check cleanliness.

vi. Check all moving parts for proper lubrication.

30.04.00 CIRCUIT BREAKERS

i. Check alignment of breaker truck for free movement.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 19 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

ii. Check correct operation of shutters .

iii. Check control wiring for correctness of connections, continuity and IR values.

iv. Manual operation of breakers completely assembled.

v. Closing /opening operation, manually and electrically.

vi. Trip free and anti-pumping operation.

vii. I.R. values of contacts.

viii. Contact resistance.

ix. Check on spring charging motor, correct operation of limit switches and time
for charging.

x. All functional checks

xi. Breaker closing and tripping time, if required.

30.05.00 CURRENT TRANSFORMERS

i. Visual inspection.

ii. IR value

iii. Ratio check.

iv. Magnetising current.

v. Wiring connection.,

vi. spare CT cores, if any, to be shorted and earthed.

30.06.00 VOLTAGE TRANSFORMERS

i. Visual inspection.

ii. IR Value

iii. Ratio check

iv. Magnetising current

v. Line connection as per connection diagram.

30.07.00 CUBICLE WIRING

i. Check all switch developments

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 20 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DBs (E8)

ii. Each wire shall be traced by continuity tests and it shall be ensured that the
wiring is as per relevant drawing. All inter-connections between panels /
equipment shall be similarly checked.

iii. All the wires shall be meggered to earth.

iv. Functional checking of all control circuit e.g., closing, tripping, control,
interlock, supervision and alarm circuit.

30.08.00 RELAYS

i. Check connections and wiring.

ii a) Megger all terminals to body.

b) Megger AC to DC terminals.

iii. Check operating characteristics by secondary injection.

iv. Check minimum pick up voltage of DC coils.

v. Check operation of electrical / mechanical targets.

vi. Relay settings.

vii. Check CT and VT connections with particular reference to their polarities.

30.09.00 METERS

i. Visual inspection.

ii. Megger all insulated partitions.

iii. Check CT and VT connections with particular reference to their polarities for
power type meters.

iv. Calibration.

30.00.00 COMPLETNESS OF EQUIPMENT

All the fittings and accessories that might not have been mentioned specifically in
the specification but are necessary for equipment's of the plant, shall be deemed to
be included in the specification and shall be supplied and furnished by the
Contractor without any extra cost/charge.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 21 OF 21
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E8
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E9

LT POWER AND CONTROL CABLES


(COMMON)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO L T POWER AND CONTROL CABLES (E9)

1.00.00 CODES AND STANDARDS

1.01.00 Cables IS:1554, IS:7098, IS:502, IS:6380, IS:9968

2.00.00 GENERAL REQUIREMENTS

2.01.00 All cables shall be suitable for high ambient, high humid tropical Indian climatic
conditions. All cables shall be Flame Retardant Low Smoke (FRLS) type designed to
withstand the mechanical, electrical and thermal stresses under the foreseen steady
state and transient/fault conditions, and shall be suitable for the proposed method of
installation.

2.02.00 The aluminium/copper wires used for manufacturing the cables shall be true circular
in shape before stranding and shall be of uniformly good quality, free from defects.
All aluminium used in the cables shall be of H2 grade.

2.03.00 The fillers and inner sheath shall be of non hygroscopic, fire retarding material,
softer than insulation and outer sheath shall be suitable for the temperature of the
cable.

2.04.00 For cables having more than five (5) cores, each core shall be identified by number
marking. However, for cables upto five (5) cores, the same shall be by colour.

2.05.00 The normal current rating of all the PVC insulated cables shall be as per IS 3961.

2.06.00 All the cables used in the switchyard shall be armoured.

2.07.00 Other parameters of the cables are as follows:

Particulars Power cables Control cables


XLPE PVC
Conductor

i) Material Stranded Aluminium Stranded plain annealed copper

ii) Size As required As required, but min.


Min. 6 sq.mm size 1.5 sq.mm. size

iii) Shape Circular / Circular /


sector shaped sector shaped

Main Insulation

i) Material XLPE PVC PVC

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B
SECTION-VI PAGE 1 OF 1
400 KV SWITCHYARD PACKAGE CHAPTER - E9
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E10

SUBSTATION AUTOMATION SYSTEM


(COMMON)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

PREAMBLE

This specification is based on the understanding that a complete integrated


Substation Automation System (SAS)/SCADA including GRP is required for the 400
kV SWYD that provides a central station from where the complete 400 kV substation
can be monitored and controlled. The status of the generator plant must also be
available to the substation operator. The SAS/SCADA offered shall fulfill the criteria
given in Clause No. 1.03.00 of Sub-Section-VI of Part-A.

Provision is made for remote monitoring and control of the substation from two
control rooms, i.e. a local (Switchyard Protection Room as well as Main Plant
Control Room) and remote control center (possibly future).

Provision is made for extension of SAS to the Generation control room to enable the
operators in the power station to Control as well as Monitor the 400 kV substation
network.

1.00.00 GENERAL REQUIREMENTS

1.01.00 The Bidder’s scope of work shall include the supply, delivery, installation, testing and
commissioning of the following:

1.01.01 The Substation Automation System (SAS) for the 400 kV network, including
Substation Controllers, Bay Controllers, Workstations, MIMIC display, rear projection
display, metering, protection, Control Room furniture and all other equipment
required for the SAS for the 400 kV network as defined in this specification.

Control & Monitoring of complete Switchyard from Main Plant Control room through
two nos OWS and one no. LVS (which shall be supplied loose by the Employer).
The installation, networking ,testing , commissioning, etc shall be in the bidder’s
scope.

1.01.02 The integration with Employer’s OPC-compliant DCS of the main plant shall be in
bidders scope. The integration of status and analog signals such as MW, MVAR,
Generation Voltage from the Main Plant DCS into the switchyard SAS and GRP
Relay Status information, switchyard status, etc from the switchyard SAS into the
Main Plant DCS network shall be possible. To facilitate above ,two nos OPC
compliant gateways shall be provided by the bidder.

1.01.03 Communication Gateways shall be provided by the bidder at CCR to facilitate


control & Monitoring of complete switchyard from remote control centre,

1.01.04 Communication Gateways ( alongwith Modems) shall be provided by the bidder for
communicating switchyard information to RLDC and NTPC OS control Room.

1.01.05 The architecture for the SAS is enclosed as Drg Title “Substation Automation
System Architecture”. The Bidder shall provide full details of the offered system
Architecture with the Bid.

1.01.06 The point-to-point testing of all signals for the 400 kV network at the plant end and
protection equipment end and the terminal end (Substation Controller and Operator
Workstations) at the substation shall be the responsibility of the bidder.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 1 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

1.01.07 The point-to-point testing of all signals of the Main Plant DCS gateway shall be the
responsibility of the Employer. The bidder shall be responsible for all the works on
switchyard SAS.

1.02.00 The SAS shall be suitable for full protection, control, metering, monitoring and
communication functions of all the bays in the bidder’s scope.

1.03.00 The SAS shall be a computer-based system that shall integrate independently
operating subsystems, such as Bay Control Units, Bay Protection Units including
GRP, Metering, and alarm annunciation, into a unified data acquisition, monitoring,
protection and control system in the substation. The Substation Controllers, Bay
Control Units, Bay Protection Units, disturbance recorders, time synchronizing
equipment, the Energy Metering System and relay test kit offered should meet the
proven-ness criteria specified elsewhere. The bidder shall state any limitations in
this regard during Bidding, and provide details of any similar systems (previous
generation) supplied by the contractor that are in successful operation.

1.04.00 All the systems comprising the SAS shall be state-of-the-art, based on industry
standards, suitable for operation under electrical conditions present in the EHV
substations, follow the latest engineering practice, ensure long term compatibility
requirements and continuity of equipment supply and safety of the operating staff.

1.05.00 The SAS architecture shall be flexible to allow future extensions in switchyard. Only
IEC 61850 protocols shall be used for inter-device communication, with the
exception of the engineering bus.

1.06.00 The SAS at substation level and the communication network(s) shall be designed in
a dual redundancy configuration. No single failure of any component / module of the
SAS, including the communication links, shall cause loss of functionality of the SAS
of more than a single bay.

1.07.00 Each component / module of SAS, including all the communication links, shall be
provided with built-in supervision and self-diagnostic features and any failures shall
be alarmed to the operator.

1.08.00 The SAS shall be designed such that no periodic testing and maintenance is
required for various subsystems comprising SAS. On-line testing routines for
various subsystems of SAS shall be provided.

1.09.00 SAS shall be designed such that maintenance, modification or extension of its
components / modules shall not cause shutdown of the complete SAS.

1.10.00 The SAS and all its components shall be synchronized from a GPS time referenced
clock receiver. The Time Synchronization Equipment shall also be in Bidder’s scope
of supply. A timing accuracy of better than 1 ms shall be achieved for all the devices
within the SAS.

1.11.00 The Bidder shall provide all the documentation required during project
implementation and during the life cycle of SAS for operation and maintenance. A
list of such documentation shall be reviewed and approved by the Employer during
detailed engineering.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 2 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

1.12.00 The SAS shall be suitable for inter-operation with future Intelligent Electronic
Devices (IED) like Bay Control Units and Bay Protection Units from various suppliers
operating on IEC61850, in order to facilitate a more efficient and cost-effective
monitoring, control and protection of complete substation.

1.13.00 Employer intends to ensure interoperability of any third party IEC61850 compatible
IEDs to be incorporated in future with the offered SAS. Bidder to provide all
necessary data information in this regard.

1.14.00 The SAS shall be designed so that a skilled operator (without any background in
microprocessor-based technology) shall be able to operate it easily after he has
been provided with some basic training.

1.15.00 The SAS supplied as per this specification shall be designed and constructed to
meet all specification requirements for 15 years. Further, the Bidder should
guarantee for hardware and software support for 15 (fifteen) years to guard against
obsolescence. SAS equipment or components that can not meet this life
expectancy or specified design and operational requirements or likely to become
obsolete during the entire service life shall be identified and their expected failure
rate / obsolescence period with corrective action shall be indicated by the bidder in
his proposal. When no such information is furnished, the SAS shall be deemed to
be suitable for above service life and requirements. All requirements / devices of the
SAS that are not listed under recommended spares shall have a normal life
expectancy exceeding the specified expected life of the SAS.

2.00.00 SAS RELIABILITY REQUIREMENTS

2.01.00 Each component and equipment offered by the Bidder shall be of established
reliability. The minimum target reliability of each piece of equipment like each
electronic module/card, power supply, peripheral etc. shall be established by the
Bidder considering its failure rates/meantime between failures (MTBF), meantime to
repair (MTTR), such that the availability of the complete system is assured. The
guaranteed annual system availability shall not be less than 99.9%.

2.02.00 The Bidder shall submit reliability and maintainability values including detailed
calculation for the projected overall system availability along with all assumptions
supported by relevant standard for each device/equipment/system module which,
with the help of a schematic of various systems connected in series or in parallel as
the case may be, and Mean Time Between Failures (MTBF) & Mean Time to Repair
(MTTR) values for the various equipment shall show that availability calculation is as
specified in IEEE standard-P-1046 or equivalent. This shall be submitted by the
Bidder along with his bid.

2.03.00 To ensure availability, adequate redundancy in system design shall be provided at


hardware and software level to satisfy the availability criteria indicated above.

2.04.00 The bidder shall furnish in the bid a composite list of bought out items (i.e. items not
from his own manufacturing range) which the Bidder has included in his proposal
along with the name of proposed sub-vendors, as a part of his proposal. However,
the make and model of all bought out items supplied by the Bidder shall be as
approved by the Employer during the detailed engineering stage.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 3 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

3.00.00 SAS PERFORMANCE REQUIREMENTS

3.01.00 It shall be the responsibility of the Bidder to predict and indicate in the bid, the worst
case loading conditions and design the system accordingly to meet the same. The
worst case loading conditions shall include the following tasks as a minimum:

3.01.01 All analog inputs scanning and processing is in progress and all the data is being
transmitted over the system bus every one second.

3.01.02 Four operator comments for information from any Operator Workstation with in a
base period of one minute.

3.01.03 A burst of 100 alarms is generated over a period of 10 s.

3.01.04 One operator control is generated every 10 s.

3.01.05 Data collection for logs/reports is in progress.

3.01.06 Data collection for historical storage and trend function in progress.

3.01.07 Data collection of fault records is in progress.

3.01.08 All health monitoring functions/diagnostics in progress.

3.01.09 All output devices are in operation with rated performance/speed.

3.01.10 All data are transferred to the Operator Workstations.

3.02.00 Duty Cycle Time

The Substation Controller processor spare duty cycle (free time)

Under the worst case loading conditions, each processor shall have:

a) 40% free time when measured over any two second period

b) 60% free time when measured over any one minute period

3.03.00 Interbay Bus and Substation Network Spare Duty (free time)

The Interbay Bus and Substation Network shall have minimum 50% free time during
the worst case loading conditions measured over any two-second period.

The Bidder shall furnish all necessary data to fully satisfy the Employer that the
processor spare duty cycle figures quoted by the bidder are realistic and based on
configuration and computational capability of the offered system and these shall be
actually implemented system as commissioned at project site.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 4 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

3.04.00 Display Response Time

The display response time under worst case conditions for all displays shall not be
worse than 1.5secs for HMI displays. The display response time is defined as the
time interval between the pressing of the last key demanding a display and
completion of the requested display on CRT with full foreground and background
information, and/or the updating of status indications according to plant changes,
and/or the updating of event / alarm register according to alarm conditions.

4.00.00 SOFTWARE LICENSE AND UPGRADES

4.01.00 The bidder shall provide all software licenses for all the software being used in SAS
system. The license shall be provided on a site license basis and shall be valid for
the plant / equipment life cycle. The license shall not be hardware / machine specific
i.e. if any hardware / machine is changed / upgraded, the same software license
shall be valid and the Employer shall not have to seek fresh license or renewal of
license.

In the case of anti-virus software, the license shall include regular updates untill the
end of warranty and one year AMC period.

The Bidder shall guarantee that all software are defect free and meet the system
specifications, and undertake to fix any defects which may arise during the life of the
system at no cost to the Employer.

4.02.00 All software versions in components of the SAS shall be the latest official releases
as on the date of shipment from works and shall include all software updates etc.
released till that date. A certificate to this effect shall be furnished by the bidder at
the time of pre-dispatch inspection for each software package. All new software
revisions and/or patch updates that are released before the end of the warranty
period which addresses system defects shall be implemented on site and the system
re-tested to validate system integrity by the bidder at no cost to the Employer (This
excludes new revisions which provides additional functionality). The bidder shall
periodically inform the designated officer of the Employer about software updates /
new releases that would be taking place after the system is commissioned.

5.00.00 DESIGN AND OPERATING REQUIREMENTS OF SAS

5.01.00 Appendix-A to the Chapter E-10 gives the main functional components / subsystems
of SAS. This list serves as a guide to the bidder to offer correct quantities and does
not relieve the bidder of any requirement specified elsewhere in the specification.
The SAS specification has priority over this list of quantities. Appendix-A is enclosed.

5.02.00 The control hierarchy and control levels of the SAS shall be based on the logical
structure of the SAS, which is as follows:

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 5 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

Control Level 3 Remote Control Center

Control Level 2 Substation Level (HMI)

Control Level 1 Bay Control Units

Control Level 0 Switchgear Equipment

5.03.00 The data exchange between Control Level 3 and Control Level 2 shall take place via
the communication links provided by the Employer for remote telemetry and control
of the substation using the IEC60870-5-101/104/OPC protocol. However, protocol
may subject to change and shall be finalized during detailed engg.

5.04.00 The data exchange between Control Level 2 and Control Level 1 shall take place via
the inter-bay / station communication bus using the IEC61850 protocol. The inter-
bay communication bus shall support peer-to-peer communications capability.

5.05.00 The data exchange between Control Level 1 and Control Level 0 shall be by means
of hard-wired status / control signals between Switchgear Equipment and Bay
Control / Protection Units and analog signals from CTs / CVTs.

6.00.00 SUBSTATION LEVEL FUNCTIONALITY

6.01.00 Control Functions

i) The SAS shall perform control functions on various switchyard equipment


based on the status, analog and logical inputs acquired by SAS from various
bay control units.

ii) It shall be possible to monitor and control all the switchyard bays in the
Bidder’s scope, and monitor the status of the Generator plant (status and
analog signals such as MW, MVAR, Generation Voltage, GRP Relay Status,
information etc)from any of the Operator Workstations at Control Level 2 i.e
either from switchyard Control Room or Main Plant control Room. However,
in the case of maintenance, failure or emergency, it shall be possible to
control the individual bays from the Bay Control Units at Control Level 1.

iii) Clear control priorities shall ensure that operation of a particular bay
equipment (Circuit Breaker or Isolator) cannot be initiated simultaneously
from more than one of the control levels. The priority shall always be on the
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 6 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

lowest enabled control level. The selected control level shall be indicated at
all the levels so that the operator is aware of his control capabilities.

iv) The SAS shall have provision of Device Tagging for all the substation
devices. This function is to block the control of any substation device in such
a manner that its command is prevented from Operator’s Workstations.

v) Interlocking shall be implemented and shall ensure that no illegal switch


operation can be performed by any control initiated from Control Level 3,
Control Level 2 or Control Level 1. Interlocking shall be implemented on bay
level as specified in relevant section of this specification.

6.02.00 Sequence of Events and Alarm Management

i) The SAS shall be capable of reporting on both Operator Workstation and


printers, the time sequenced record of events occurring in the substation.
Separate logs shall be created for alarms and events and both the logs shall
be time-tagged. Suitable filters, based on date and time, bay number, device
number, function etc. shall be provided for both alarm as well as event logs
for ease of viewing.

ii) The SAS shall record in non-volatile memory all changes of alarms and plant
statuses of switchyard equipment, including the alarms generated by Bay
Control and Bay Protection units. It shall be possible to print historic events
and real-time (unacknowledged and non-cleared) alarms after a system
failure or reset with no loss of information.

iii) All the alarms and events shall be time tagged at the Bay Controller or Bay
Protection unit with a time resolution of 1 ms.

iv) The SAS shall include all the alarms and changes of plant statuses of the
400 kV networks.

v) The SAS shall acquire the alarm signals from Bay Control Units and Bay
Protection Units with preset priorities and on receipt of an alarm, shall
generate an audible signal and report it either upon request or automatically
to the respective printer.

vi) The Employer shall approve the list of alarms and plant statuses to be wired
for Sequence of Events log and Alarm Management, during detailed
engineering stage.

6.03.00 Historical Data Management and Trending

i) The SAS shall maintain historical data in bulk non-volatile memory. The
historical data shall be available for review and editing by authorized user.

ii) The SAS shall monitor specified incoming information for historical data
base, perform calculations on some of the incoming data and store incoming
and calculated data in the non-volatile memory as historical data.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 7 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

iii) The historical data shall include Digital Fault Records and Sequence of Event
logs received from bay protection units and bay control units.

iv) It shall be possible to trend any measurement signal or summation of signals


available in real time or data available in the historical database, in the shape
of trend curves.

6.04.00 Operations Log

It shall be possible to create a daily operations log, in a user-defined format, about


the substation operations as well as any failures / tripping therein. It shall also be
possible to include on daily basis all the information required to keep a historical
record of equipment behavior.

6.05.00 Reports

The SAS should be capable of generating different types of reports, which can be
presented in the operator interface screens upon request or programmed for
automatic presentation in printers. It shall be possible to generate reports with
information from both historical data base and real time information.

6.06.00 Mass Storage Back up

Either an industry standard DVD writer or tape streamer shall be provided to permit
mass storage of all information existing in the computers hard disks such as
application programs, database configuration, historical data, operations log etc.

6.07.00 System Security

i) Security features shall be provided at each level for safeguarding against


unauthorized access. An alarm message will be displayed at the Control
Centre and recorded in the logs for any unauthorized access attempts. The
bidder shall provide software locks and passwords to the Employer’s
engineers at site for all operating and application software at all levels.

ii) The system shall maintain a SYSTEM CHANGE log, recording all system
changes made along with the identification of the person making the change,
date, time and area of the system modified. The format and details of this
log shall be finalized during detailed engineering.

iii) No single failure either of equipment or power source shall result in rendering
any part / subsystem of SAS inoperative, except that the information related
to failed part / component is not available.

iv) To ensure system security, the complete functionality of SAS shall be divided
into various system security levels, to be decided by Employer during
detailed engineering. Each security level shall offer certain functionality of
the SAS to users e.g.

Security Level 0 – Display only of Graphics, Real Time data and Historical
Data

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 8 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

Security Level 1 – Normal Control Operations, Access to acknowledge alarm


logs

Security Level 2 – Restricted Control Operations; access to edit / defeat bay


interlocks

Security Level 3 – Complete access, engineering and maintenance of


configurations and databases.

v) The users shall be grouped into various user-groups with each user having a
user name and password. The level of accessibility to each user group shall
be pre-defined.

vi) The system administrator group shall have complete access to SAS and
shall be able to add / remove users and redefine access rights.

vii) The various system security levels and various user groups shall be defined
by the Employer during detailed engineering.

6.08.00 GATEWAYS: Remote Interface with RLDC, OS control Room & Remote Control
Centre

6.08.01 The SAS shall have provision for interfacing with remote RLDC through suitable
gateways with adequate number of ports alongwith modems at Substation Level as
shown in the tender drawing. The modems, to be supplied by the bidder, shall be
suitable for use with PLCC, being provided for 400kV lines and to be used for
communication between the switchyard and RLDC using communication protocol
IEC 60870-5-101. Each port shall allow for remote telemetry and control of the
400kV networks in the substation using IEC 60870-5-101. The interface ports for
communication with RLDC shall use V.24/V.28 communication standard (CCITT
Std.) for interfacing with modems. The interoperability requirements for above shall
be furnished during detailed engineering. One (1) number of suitable modem shall
also be supplied as loose item for each of the above serial ports for the remote end.

6.08.02 Only selected information such as bus voltage, frequency, active / reactive power
through various feeders, open / close status of circuit breakers, isolators etc is
required to be shared with RLDC. However, actual list of information to be shared
with RLDCs shall be finalized during detailed engineering. The bidder shall have to
demonstrate the availability of desired information at the output of modem at site.

6.08.03 Provision for interfacing with owners remote control station (OS Control Room)
through gateways with adequate number of ports shall be provided at Substation
Level as shown in the tender drawing. The communication protocol for this port
shall be OPC and the gateway shall be OPC version 2.0a compliant and implement
a OPC – DA 2.0a server and OPC – HAD 2.0a server as per the specification of
OPC foundation. All data like MW, MVAR, CB status etc. shall be through this OPC
Server.

6.08.04 The SAS shall have provision for two ports/Gateways at Substation Level in Main
Plant Control Room (CCR) to interface the SAS with remote Control centre. The

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 9 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

actual communication protocol for these ports/Gateway shall be finalized during


detailed engineering.

6.08.05 Tender Drg Titled “ Substation Automation System Architecture” may be referred for
the above.

6.09.00 DCS Interface

Suitable hardware and software, including adequate number of LAN switches /


gateways, shall be provided, to interface the switchyard SAS with Employer’s OPC-
compliant DCS as shown in the relevant NTPC tender drawing. This is to enable
data exchange between switchyard SAS and Employer’s DCS. The exact signals
shall be finalized during detailed engineering.

7.00.00 SUBSTATION CONTROLLERS AND OPERATOR WORKSTATIONS

a) Redundant Controllers and Operator Workstations shall be provided and


shall be based on the latest state of the art workstations and servers and
technology suitable for industrial applications and switchyard environments.
The minimum specifications indicated in the Appendix-B to Chapter E-10
shall be provided. Appendix-B is enclosed herewith.

b) The main memory shall be sized sufficient to meet the functional and
parametric requirements as specified. The bulk memory shall be sized at 1.5
times the capacity required sufficient to meet the functional and parametric
requirements. However, both the main and the bulk memory shall be subject
to minimum hardware specification. The exact system configuration and
sizing shall be approved by the Employer during detailed engineering.

c) Graphic Mimic display for entire switchyard shall be provided in each OWS.

d) All operator’s functions shall be possible from any of the OWS at any point of
time regardless of which controller is active. Each OWS shall be able to
access all the substation information related data under all operating
conditions.

e) No single failure in Controller shall lead to non-availability of more than one


OWS. In such an event, i.e. single failure leading to non-availability of any
OWS, it shall be possible to monitor the entire switchyard from the other
available OWS.

f) The Workstation shall be based on industry standard hardware and software


which will ensure easy connectivity and portability of all the software being
provided for various IEDs under this contract.

g) Power Fail Auto Restart (PFAR) facility, with automatic time synchronization
to GPS time shall be provided. The only operation required will be the login
of operators.

h) All AC powered Workstations, Communication and/or other SAS devices


shall be powered from 2X100% Inverter Supply connected to the station

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 10 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

batteries or Un-interruptible Power Source (UPS) providing a standby time


equal to the specified station battery standby time.

i) Employer will provide Two Workstations and One Rear Projection Mimic
Display (LVS) loose in the Power Station Control room. Bidder shall
configure the OWS & LVS, to enable the operators in the Power station to
monitor and control the 400kV substation network and alarms. A fibre-optic
extension of the Substation Network LAN is to be provided in the Power
Station control rooms for this purpose.

j) The workstations shall include a color wall mounted rear projection MIMIC
display, on which a dynamic substation overview display screen is projected.
The MIMIC shall be flat. The rear projection MIMIC display shall be on a
single screen LVS having minimum 80 inch diagonal. The MIMIC shall be
suitable for continuous operation in a substation control room environment,
and shall be clearly visible during all hours from the operator positions at the
control desk. The Bidder shall include consumables for 1 year operation of
the unit according to specification. Details of the MIMIC offered shall be
provided during Biding, with an indication of the maintenance required and
typical operating cost of the unit.

7.01.00 Functional Requirements of the HMI Software

i) The HMI shall have an intuitive graphical design to ensure effective use of
the SAS with minimal confusion. The amount of keyboard typing needed for
using the SAS shall be minimized.

ii) The HMI shall be strictly divided into various levels depending on the system
security levels.

iii) The complete Single Line Diagram of the 400kV network, including the
status of the plant equipment, shall be displayed on one or more graphical
displays. A high-level overview display shall be provided, with the ability to
zoom to more detailed displays. Different colors shall be used to differentiate
voltage levels, earthed network components, selected object on screen,
selected object for command, blocked / tagged equipment etc. on the
graphical displays. A library of standard symbols shall be used to represent
switchyard equipment on the graphical displays. The same symbols and
colors used on the 400 kV network SAS shall be used . The graphic displays
shall be subject to Employer’s approval.

iv) The process status of the switchyard in terms of actual values of currents,
voltages, frequency, active and reactive powers ,summated MW/MVAR of all
GT bays, as well as the positions of the circuit breakers, isolators and earth
switches, tap positions, winding temperature, monitoring of GIS etc, shall be
displayed on the station single line diagram.

v) All the Substation Level Functionality described in Clause No. 6.00.00 shall
be possible through HMI.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 11 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

vi) Highest degree of security shall be provided to prevent unwanted operation


of any equipment through SAS. Simultaneous switching of more than one
device from the same or different Control Levels shall not be possible. The
security features to achieve these requirements shall be clearly brought out
in appropriate project-specific documentation of SAS, which shall be
approved by Employer. Once a device is “Selected” for operation, the
operator shall be able to recognize the “Selected” device on all the graphical
and other displays. All other devices shall be blocked as long as a device is
selected for operation. The “execution” of a command shall be possible only
if the device is not blocked and no interlocking condition is being violated.
The interlocking scheme, implemented at the Bay Level, shall be checked
before releasing the “execute” command. The operator shall receive suitable
feedback about the successful or unsuccessful execution of the command. In
case of unsuccessful execution, the reason for non-execution of command
shall be indicated to the operator, which shall include details of the blocking
condition in the interlocking logic. In case of successful execution, the
operator shall receive confirmation about the new switching position of the
equipment depending on the command. The ability to override the
interlocking shall also be available, subject to the security access (see
section 6.07.00).

vii) The following functionality shall be available at the Engineer and Fault
Recording Workstation.

- Formulation and Implementation of interlocking logic for various bay


equipment into Bay Control Units

- Downloading or altering the protection relay settings in the Bay


Protection Units.

- Automatically upload, archive, review and analyze graphically the


Digital Fault Data available from the BCU and Bay Protection Units.

- Ability to export fault records in COMTRADE format.

viii) All workstations shall work on the same Operating system, preferably
Windows XP or Windows ( latest version ). The Bidder shall state any other
recommendations during Biding. Latest anti-virus software shall be supplied
on all workstations.

8.00.00 COMMUNICATION NETWORK BUS

8.01.00 General

i) The technology employed must be applicable to substation environment,


incorporating substation noise immunity and isolation.

ii) The data communication network (substation / interbay bus) shall provide a
redundant bus configuration, either ring or dual star topology. The redundant
buses shall be physically separate and shall be routed separately. The

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 12 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

bidder shall submit details regarding the communication system like


communication protocol, bus utilization calculations etc.

iii) Built-in diagnostics shall be provided for easy fault detection and to alarm
any single bus failures. The design and installation of the main
communication bus shall take care of the environmental conditions and
hazardous area classification as applicable to similar services.

iv) The system architecture shall allow a number of application protocols to co-
exist on the application layer of the LAN stack.

8.02.00 Substation Network Bus

i) The substation network LAN configuration / protocol shall be as per the


tender drawing. The substation network LAN shall be an Ethernet LAN based
on IEEE802.3 Ethernet standard using the IP protocol. It shall allow inter-
operability with LANs from other vendors or with IEDs (Intelligent Electronic
Devices) from other vendors in future, supporting IEC 61850.

ii) CAT 5 shielded UTP cables or fibre optic cables shall be employed for all
Ethernet data communication bus. Fibre optic cables shall be used wherever
the Ethernet connection is in excess of 50m, or where the connection
extends between rooms or buildings. The Bidder shall ensure that structured
cabling philosophy and good engineering practices as per internationally
accepted standards are followed, for ease of maintenance and traceability,
and that fibre-optic cables are adequately protected. Armoured Fibre Optic
cables shall be used in all cable routes containing other armoured electrical
cables.

iii) The LAN shall have a data communication speed of minimum 100MBPS. It
shall be sufficient to meet the responses of the system in terms of displays,
monitoring and control commands according to the design.

iv) Suitable hardware and software interface shall be provided to link main plant
DCS station bus.

8.03.00 400 kV Interbay Network Bus

i) An Interbay Communication bus shall be provided for the 400 kV network ,


which shall support peer-to-peer communication, and communication to the
Substation Controller.

ii) The communication protocol used for all devices including Bay Control Units
and Bay Protection Units shall be the IEC61850 protocol. No hardwiring of
alarms shall be permitted between Bay Protection Units and Bay Control
Units. As a minimum, all Bay Controller Units and primary relays i.e,
Distance, Differential, BUS BAR PROTECTION and multi-functional Over
current and Earth fault protection relays offered shall support the IEC61850
protocol. Bidders may use the IEC60870-5-103 protocol only to extract
events / alarms and analogues from secondary protection relay that does not
support the IEC61850 protocol.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 13 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

iii) Fibre optic cables shall be used for Interbay Communication Bus. Bidder
shall ensure that structured cabling philosophy and good engineering
practices as per internationally accepted standards are followed, for ease of
maintenance and traceability. Electrical data connections may only be used
within a cubicle of the same bay.

8.04.00 For the requirements for Generator Circuit LAN, tender drawing “ Substation
Automation System Architecture “ may be referred.

9.00.00 BAY LEVEL FUNCTIONALITY

i) All the Bay Level Functionality shall be built into Bay Control Units (BCUs)
and Bay Protection Units (BPUs).

ii) Dedicated Bay Control Units and Bay Protection Units shall be provided for
each bay in the Bidder’s scope of work. Controls shall be provided as
specified elsewhere in this specification.

iii) BCUs and Bay Protection Units shall be provided at Control Level 1 i.e. Bay
Level of Logical Architecture, to facilitate control, monitoring and protection of
switchyard equipment. One Bay Control Unit shall provide complete
functionality for one 400kV bay. Each set of BCUs shall have sufficient
analog and digital inputs to acquire the status of each and every circuit
breaker, isolator, earth switch, GIS gas pressure, temperature monitoring etc.
of all the bays in Bidder’s scope. A minimum of 64 Digital Inputs and 32
Digital Outputs per bay shall be provided in associated Bay Control Units. A
minimum number of 16 Analogue input channels (for Current, Voltage) and
minimum of 4 Analogue input channels (4-20mA) per feeder shall also be
provided in the associated BCU.

iv) All the Bay Control Units and Bay Protection Units shall be installed in the
SWYD control room. The protection relays for Generators (GRP) shall be
located in respective power station control rooms.

v) All BCUs and Bay Protection Units shall be provided with self-diagnosis and
supervision functions to ensure maximum availability. BCUs shall require no
periodic routine maintenance and testing. An alarm contact shall be provided
for hardware failures, failures of internal and external auxiliary supplies etc.
Special algorithms shall be provided to check the microprocessor’s
memories. A watchdog function shall supervise the execution of program by
the microprocessor.

9.01.00 Bay Control Units (BCU)

9.01.01 Control and Protection Features of BCUs

The Bay Control Units shall have following built-in functions:

i) Mimic control panel to display graphically the bay configuration, status of


the plant, analogue measurands, alarms, and offer bay level control.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 14 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

ii) Switching of Switchyard Bay Equipment depending on conditions such as


interlocking, synchro-check, control mode, or external status condition.
Adequate safety features like prevention of double operation, command
supervision, block/deblock, over-riding the interlocking etc. shall be provided.
This shall include 2 pole control for closing of circuit breakers, 1 pole control
for tripping of circuit breakers, and 1½ pole control for all other devices. All
such security features shall be finalized and approved by Employer during
detailed engineering.

iii) Status Supervision of switchyard equipment

iv) Interlocking Function to prevent unsafe operation of switchyard equipment


such as circuit breakers, isolators, earth switches etc. Interlocking shall be
implemented on bay level, by user-friendly, menu-driven configuration
software within the BCU, Interlocking shall operate independent from the
Substation Controller. Signaling of statuses between bays shall be
performed by inter-bay communication (peer-to-peer) i.e., Goose messaging.
The auxiliary contacts of each of the equipments shall be wired to the BCU
for this purpose. However for those equipments, which are required for
interlock of other bay equipment, two sets of their contacts shall be wired to
BCUs of two different bays. Such interlocks involving more than one bay
equipment shall be realized through goose messaging. An over-riding /
bypass function for bay-level interlocking shall be provided at appropriate
security level for maintenance or during emergency conditions. Failure of
any one BCU shall not affect the interlocking at any other bay, only the bay
with failed BCU shall not be able to operate. This shall be achieved by
providing a backup mechanism in case of failure of one BCU which affects
the interlocking in another BCU (e.g. a backup mechanism for monitoring the
status of the busbar earths), to allow the remainder BCUs to function with full
interlocking. The bidder shall provide details of their design during Biding.
The interlocking logic shall be defined during the details engineering phase to
prevent illegal operation. The following minimum criteria will be considered:

z Isolators: If the corresponding earth switch is closed, isolator cannot


be closed, and vice versa. If the corresponding circuit breaker is
closed, the isolator cannot be opened. The isolator can not be closed
if any of the earth switches in series till the nearest Isolator is closed.
The earth switch can not be closed if the immediate isolator on either
side is closed.

z Busbar isolators: If the earth switch connected to the busbar is


closed, none of the busbar isolator cannot be closed, and vice versa.

z Busbar earths: All busbar isolators connected to the busbar must be


open and no voltage present before the earths can be closed.

z If voltage is present on the feeders, the earthing switches on the


feeders cannot be closed.

z The earthing switches on the transformer can only be closed when no


voltage is present.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 15 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

v) Analog Measurements for bay voltage (per phase), current (per phase),
frequency, MW and MVAR, tap position and winding temperature of ICT,
shunt reactor. These measurements shall not require the use of any
intermediate transducers. The accuracy of measurement shall be 0.5% for
voltage, current and frequency, and 1.0% for MW and MVAR. The measured
and computed values shall be displayed locally on BCU and on operator’s
workstation located in central control room.

vi) Event and Alarm Handling: BCUs shall acquire all the bay level alarms and
events from field inputs with a resolution and time tagging of 1 ms and shall
transfer these to operator’s workstation over substation LAN.

vii) Synchronization Check Feature: Synchronization Check feature shall


determine the difference between the amplitudes, phase angles and
frequencies of two voltage vectors. Checks shall be provided to detect a
dead line or bus bar. The voltage difference and phase angle difference
settings shall be adjustable. A common hand held synchroscope with a
compatible synchronizing socket in each BCU shall also be provided.

9.02.00 Bay Protection Units

9.02.01 General

i) Each Bay Protection Unit shall comprise two or more numerical relays to
meet the protection requirements specified for each type of feeder.

ii) Bay Protection Units for all Switchyard Bays shall interact with BCUs over
switchyard Interbay Network Bus to share information related to Bay Level
Interlocking, fault data, alarms / events etc. However, the trip commands
from Bay Protection Units shall be hard-wired directly to appropriate
switchyard equipment. Also, critical interlocking data between Bay
Protection Units and Bay Control Units, including the substation level
interlocks such as bus earth switch, busbar protection trip etc., shall also be
hard-wired to ensure complete bay level functionality even in case of failure
of substation LAN. The interlocking information to be hard-wired between
Bay Protection Units and Bay Control Units shall be decided by Employer
during detailed engineering stage.

iii) Bay Protection Units for Main Generator Circuits shall be wired as described
in clause 9.02.03.

iv) The interface of Bay Protection Unit for 400kV lines with PLCC panels shall
be in bidder’s scope.

9.02.02 General Requirements of Numerical Relays and Auxiliary Relays

i) All numerical relays, auxiliary relays and devices comprising the Bay
Protection Units shall be of types, proven for the application, satisfying the
requirements specified elsewhere and shall be subject to the Employer’s
approval. Numerical Relays shall have appropriate setting ranges, accuracy,

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 16 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

resetting ratio, transient overreach and other characteristics to provide the


required sensitivity to the satisfaction of the Employer.

ii) Equipment shall be designed for a working life of at least fifteen years in the
specified environment and application. Components, component ratings and
all other factors determining equipment life shall take this into account.
Normal routine and breakdown maintenance shall be assumed and it is
accepted that certain consumable components and modules may need
periodic replacement or adjustment. However, the Bidder shall state in his
bid, the expected frequency of such replacement or adjustment and life
expectancy.

iii) Numerical relays shall be suitable for efficient and reliable operation of the
protection scheme. The necessary auxiliary relays, trip relays, etc. required
for complete scheme, interlocking, alarm, logging, etc. shall be provided. No
control relay, which shall trip the circuit breaker when the relay is de-
energized, shall be employed in the circuits.

iv) Relays shall be provided with self-reset contacts except for the trip lockout,
which shall have contacts with a manual reset feature. Manual resetting
shall be possible from Control Level 2 as well as Control Level 1 with suitable
authorization.

v) Suitable measures shall be provided to ensure that transients present in CT


& VT connections due to extraneous sources in the EHV system do not
cause damage to the numerical and other relays. CT saturation shall not
cause mal-operation of numerical relays.

vi) Only DC/DC converters shall be provided in the solid state devices /
numerical relays wherever necessary to provide a stable auxiliary supply for
relay operation.

vii) DC batteries in protective relays necessary for relay operation shall not be
acceptable. Equipment shall be protected against voltage spikes in the
auxiliary DC supply.

viii) The numerical relays shall have continuous self-monitoring & cyclical test
facilities. The internal clock of the system shall be synchronized through the
GPS Time Synchronizing System to be supplied under this contract.

ix) Each numerical relay shall have a serial interface on the front for local
communication to a Personal Computer and Printer. Facilities shall be
provided to access each discrete protection function including modification in
relay settings and monitoring of the relay from a HMI or a separate Protection
/ Disturbance Recorder Station provided at the Substation Level and
permanently wired to all the numerical relays comprising various Bay
Protection Units, as shown in NTPC tender drawing . A print out of all
settings, scheme logic, event records etc. shall be accessible through the
HMI. The display of various measured parameters during normal as well as
fault conditions on a segregated phase basis shall be provided. LEDs and a
backlit LCD screen shall be provided for visual indication and display of

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 17 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

messages related to major trips / alarms. Necessary multilevel password


protection shall be provided.

x) The sampling rate of analog inputs, the processing speed and processing
cycle of digital values shall be selected so as to achieve the operating times
of various protection functions specified. In case the Bidder does not have
all the protection functions specified as a part of the standard numerical
relay, separate discrete numerical relays can be provided for such protection.
The reasons for providing such discrete relays shall be clearly outlined in the
bid.

xi) The Bay Protection Units shall be arranged to provide two independent, high
performance and reliable systems with separate DC supplies, separate
CT/VT cores, separate cables and trip relays to obtain 100% redundancy.
Associated trip relays of the two systems shall be separate, having a
sufficient number of contacts for all the functions.

xii) The numerical relays shall be provided with built-in disturbance recording
functionality. The data from DR function shall be available in
IEEE/COMTRADE format and shall be compatible with the dynamic relay
test system being supplied under this contract.

xiii) The manufacturer of the numerical protection system offered shall carry out
the complete engineering, testing and commissioning on site of the offered
protection equipment including the associated relays and protection panels.
The testing and commissioning protocols for the numerical protection
systems offered shall be approved by the Employer before commissioning on
site.

xiv) The numerical relays offered shall have self-diagnostic features to reduce the
down time of the relay and to provide useful diagnostic information upon
detection of an internal fault so as to speed up the maintenance. The
necessary support documentation explaining in detail the self-diagnostic
features of the numerical relays shall be furnished for the Employer’s use.

xv) Pick up range of the Binary inputs shall be minimum 70 V DC / AC.

9.02.03 Protection for Main Generator Circuit

a) For protection purpose, each Main Generator Circuit comprises the


Generator, associated Generator Transformer and the Unit Transformer.
Dedicated Bay Protection Units (BPUs), comprising numerical relays for
various protection functions listed in following clauses, shall be provided for
each Main Generator Circuit to achieve comprehensive protection for all
types of faults and abnormal operating conditions. Numerical relays
constituting the BPUs shall meet the requirements of clause 9.02.02 above.

b) The BPU for each Generator Circuit shall be mounted in Generator Relay
Panels (GRP) to be located in Central Control Room for respective
Generator Circuit. The numerical relays constituting the BPU for all the
Generator Circuits of 4x150MW plant., shall be wired to form a Generator

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 18 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

Circuit LAN and connected to Main Plant Engineering and Fault Recording
Stations, as shown in NTPC drawing. The Main Plant Engineering and Fault
Recording Station shall be located in Central Control Room . The Main Plant
Engineering and Fault Recording Stations shall be connected to the
Substation Level LAN operating on IEC 61850. The preferred configuration
for Generator Circuit LAN is shown in drawing “ Substation Automation
System Architecture “.

c) The Main Plant Engineering Stations shall allow following functionality related
to Numerical Relays for all the Generator Circuits:

- Extract all the alarms, events and fault data captured by numerical
relays.

- Change / upload Relay Settings for various numerical relays.

- Share the data as above with switchyard SAS through Substation


Level LAN.

d) The communication protocol for Generator Circuit LAN shall preferably be


IEC61850.

e) The numerical relays constituting the BPU for each Main Generator Circuit,
shall be configured into two independent Numerical Protection Systems,
each fed from a separate DC supply, such that one numerical protection
system shall be always available to detect and operate for any type of fault in
the Generator Circuit, under condition of failure of the other numerical
protection system AND/OR on failure of the associated DC supply systems of
other numerical protection system. The individual protection systems shall be
connected to independent set of hand re-set trip relays. Trip circuit
supervision shall be provided for continuous monitoring of trip relays, trip
circuit and associated trip coils and the discontinuity shall be annunciated in
Unit / Switchyard Control Room as applicable. Further the system shall have
facilities to accept digital input signals of various alarms and trip conditions of
the Generator transformer and unit transformer with complete galvanic
separation. All interface and coordination requirements with the control,
interlock and protection schemes provided for the switchyard shall be
achieved.

f) The alarm/status of each individual protection function and trip operation


shall be communicated to SCADA. The numerical system shall have built-in
features/hardware interface to provide such inputs to SCADA for
analog/digital values.

9.02.03.01 Following protection functions shall be provided for each Generator Circuit:

a. Duplicated Generator differential protection, 3 pole (87 G1 & 87G2) having


operating time of 25 millisec. or lower at five times the current rating.
(Preferably, One of high impedance type and other bias differential type)
87G2 is applicable only for schemes with GCB.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 19 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

b. Stator Earth Fault Protection covering 100% of winding (64G1), operating on


low frequency signal injection principle suitable for continuous monitoring of
stator insulation even during machine shut down.

c. Stator Standby Earth Fault Protection covering 95% of winding (trip) (64 G2)
with adjustable time delay

d. Inter-turn Fault Protection through comparison of zero sequence voltage


on generator phase and neutral side or through current differential in case
Generator parallel windings are taken out separately for each phase.

e. Duplicated loss of field protection (40G1 & 40G2).

f. Back up Impedance Protection, 3 pole (21G) along with suitable timer for co
ordination with line protections.

g. Negative Sequence Current Protection, alarm and I22t element for trip (46G)
matching with the machine characteristics.

h. Duplicated Low-Forward Power and duplicated reverse power Interlock for


turbine generator (37 G1 & 37G2), each having two stages, short time
delayed interlocked with turbine trip and long time delayed independent of
turbine trip. Suitable interlocks shall be provided for operation during
synchronous condenser mode.

i. Two Stage Rotor Earth Fault Protection (alarm & trip) operating on
principle of continuously monitoring rotor insulation value even during
machine shut down period (64F). Setting range of rotor earth fault protection
(Alarm / trip ) shall be 1 kohm to 20 kohm.

j. Generator circuit breaker failure protection (50ZG), if applicable.

k. Definite Time Delayed Over-Voltage Protection (59G) for alarm and trip.

l. Over fluxing protection (99G & 99T) for generator and generator
transformer having inverse time characteristics suitable for generator /
generator transformer over fluxing capability. Separate relays on either side
of generator circuit breaker to be provided for units having generator circuit
breakers..

m. Overall Differential Protection (87GT).

n. Overhead Line Connection Differential Protection (87HV), including


generator transformer HV winding.

o. Backup Earth Fault Protection on Generator Transformer HV neutral


(51NGT).

p. Generator Under Frequency Protection with alarm and stage trippings


(81G) and with df/dt elements.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 20 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

q. Generator Pole Slipping Protection (98G).

r. Accidental Back Energisation protection (50GDM) for accidental


closure/flashover of

GCB/EHV breaker or EHV disconnecting switch. 50 GDM protection based


on the following two separate principles shall be provided:

1. checking of under voltage and over current at generator terminal

2. Checking of over current and open position of generator breakers.

s. Duplicated Excitation transformer instantaneous and time delayed over


current protection on HV side of excitation transformer, if applicable.

t. Generator Transformer Differential Protection (87T) for individual / three


phase(as applicable) bias type having instantaneous high set over current
elements.

u. Aux. bus bar Over-current protection(50B): For protection of bus bar between
GT, SAT & UAT when GCB is open

v. Earth fault protection for GT LV winding/UT HV winding and connections


(64GT1 & 64GT2) for units having GCB.

w. Individual alarm and trip inputs given by the Generator Transformer ,


SAT and UAT for all operating conditions including the following:

i) Winding temperature protection

ii) Oil temperature protection

iii) Buchholtz protection

iv) OLTC Buchholtz protection

v) OLTC oil surge protection

vi) PRV protection

vii) Power supply fail

viii) Cooler fail

ix) Tap changer trouble

x. VT fuse failure protection having alarms and for blocking the VT fed
protection

y. Trip Circuit, trip relay and DC supply supervision relays for each EHV
breaker and generator protection circuits.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 21 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

z. Relays with flags/LED’s for EHV breakers for indication and logging.

aa. Duplicated hand reset Trip Relays.

bb. Station Aux Transformer (SAT) Differential Protection, 3 pole (87SAT)

cc. SAT HV back-up Overcurrent protection (50SAT, 51SAT), wherever


applicable

dd. SAT LV REF protection(64RSAT), wherever applicable

ee. SAT back-up earth fault protection (51NSAT), wherever applicable

ff. Unit Aux Transformer (UAT) Differential Protection, 3 pole (87UAT)

gg. UAT HV back-up Overcurrent protection (50UAT, 51UAT)

hh. UAT LV REF protection(64RUAT)

ii. UAT back-up earth fault protection (51NUAT)

jj. Any other protection proposed by the bidder.

9.02.03.02 Generator Disturbance Recorder

a. One Disturbance / Fault Recorder (DFR) shall be provided for each


generator.

b. Offered DFR shall be Microprocessor based used to record the graphic form
of instantaneous values of voltage and current in all three phases and
neutral, open and closed positions of relay contacts and breaker during
disturbances.

c. It shall have the facility of fast scan as well as slow scan to record transient
as well as dynamic performance of the system.

d. The DFR for each generator circuit shall have 8 analog/16 digital inputs in
both slow scan and fast scan.

e. Slow Scan Feature

- The input for slow scan rate shall at least be MW, MVAR, field
voltage, frequency and generator terminal voltage. Any transducers,
if required, shall be supplied.

- Shall be suitable to record the frequency excursions and response of


generator field and governor control on system fluctuations.

- Shall have the scan rate in the range of 2.0 to 50.0 Hz.

- The Non-volatile memory in the DR shall be suitable for recording for


a minimum of 15 minute at scan rate corresponding to 2.0 Hz with

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 22 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

possibility to dedicate 10% of the memory space in pre-fault zone of


recording.

- The frequency response of analog signals shall be 25 Hz or better.

f. Fast Scan Feature

The fast scan feature of generator DFR shall meet the requirements
specified elsewhere for the Digital Fault Recording for EHV Lines in clause
9.02.07.

g. All the DFRs provided for various generator circuits of 4X150MW shall be
wired together to a Engineering and Fault Recording Station to be located in
Central Control Room as shown in the relevant NTPC drawing . It shall be
possible to extract the DFR records from any of the DFRs from this
Engineering and Fault Recording Station for review and analysis. In addition,
a laptop shall also be supplied to facilitate downloading of DFR records
locally. Suitable communication port shall be provided for this in each of the
DFRs. The configuration of the laptop shall be finalized during detailed
engineering.

9.02.03.03 Relays / transducers for Employer’s use

a. Seven (7) interposing relays shall be provided for each generator circuit in
respective Generator relay panels for Employer’s use (closing and tripping of
the 400 kV generator breakers and GCB from Unit Control Room).

b. Following transducers ( with Dual output) shall be provided in each of the


generator relay panel for Employer’s use:

(i) 400 kV Bus 1 voltage 4-20mA 0-500kV

(ii) 400 kV Bus 2 voltage 4-20mA 0-500kV

(iii) 400kV Bus 1 frequency 4-20 mA 45-55Hz

(iv) 400kV Bus2 frequency 4-20 mA 45-55Hz

(v) Generator Current R phase 4-20 mA 0-10kA

(vi) Generator Current Y phase 4-20 mA 0-10kA

(vii) Generator Current B phase 4-20 mA 0-10kA

(viii) Generator voltage (R-Y) 4-20mA 0-20kV

(ix) Generator voltage (Y-B) 4-20mA 0-20kV

(x) Generator voltage (B-R) 4-20mA 0-20Kv

(xi) Generator frequency 4-20 mA 45-55Hz

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 23 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

(xii) Generator power factor 4-20 mA 0.5 lead –0.5 lag

(xiii) Generator Active Power 4-20 mA 0-200 MW

(xiv) Generator Reactive Power 4-20 mA 100 lead-200 lag

9.02.03.04 METERING for Generator circuit.

The following integrating meters shall be provided in the generator circuit.:

a) Generator Main and Check MWh meter.

b) Generator Main MVARh meter.

c) MWH meter for each Unit Auxiliary transformer(UAT) and Station Auxiliary
Transformer(SAT)

d) Meters shall be static type. MWH meters shall be of accuracy class of 0.2 or
better. MVARH meters shall have accuracy class of 0.5 or better. These
meters shall have provision for downloading of data through an optical port
and /or through RS 232 / 485 port. These meters will be located in Generator
Relay Panel.

9.02.04 Protection for EHV System (400 kV)

i) The general protection requirements for the 400 kV system are indicated in
the tender drawing for switchyard protection SLD.

ii) The total critical fault clearing time, including the circuit breaker operating
time, from fault initiation in any part of the system under all conditions shall
not be more than 80 ms for faults within zone-I reach (i.e. up to 80% of line
length) and 100 ms for end zone faults including carrier transmission time of
20ms.

iii) The SIR values to be considered for the operating time of relays for the swyd
feeders shall be between 4 and 15. The rated break time for the EHV circuit-
breaker, as offered, shall be considered for the purpose of circuit-breaker
operating time. The Bidder shall furnish the operating time curves at various
SIR values for all types of faults.

9.02.05 EHV Line Protection

Each 400 kV line shall be provided with the following protection:

i) Main-I : Numerical Distance protection scheme suitable for carrier aided


protection.

ii) Main-II : Numerical Distance protection scheme suitable for carrier aided
protection and with a hardware platform different from that of the Main-I
Protection.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 24 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

The Main-I and Main-II distance protection shall be of equal performance


capability.

The Main-I and Main–II distance protection relays shall be connected to two
different protection groups to meet the requirements of clause 9.02.02 (xi)
above.

iii) Local Overvoltage Function: The overvoltage function shall have


adjustable voltage and time settings. It shall monitor all phases and be tuned
to power system frequency. The overvoltage function shall have two
independent voltage and time stages. It is also acceptable for the local
overvoltage function to be a built-in feature of the Main-I and Main-II Distance
Protection relays.

iv) Back-up IDMT Earthfault Function: A back-up IDMT earthfault protection


function shall be provided in each Main protection system. The function shall
measure zero sequence current and have a current setting range of 0,2 In to
0,8 In with a time multiplier range of 0,1 to 1.

v) Open Jumper Protection: The open jumper protection function shall


operate upon detecting negative sequence current and shall provide an
alarm. The open jumper protection function, as a built-in feature of the Main-
I and Main-II protection is also acceptable.

vi) The protective relays shall be suitable for use with capacitor voltage
transformers (CVTs) having non-electronic damping and transient response
as per IEC.

9.02.06 Numerical Distance Protection Scheme

i) The numerical distance relays shall be the latest version meeting the in-
service criteria specified elsewhere.

ii) The distance protection schemes shall be such as to facilitate compatibility


with the protection at the remote ends of the 400 kV transmission lines.

iii) The reaches of relay for zones 1, 2 & 3 should be able to cover line lengths
associated with this contract.

iv) The distance protection shall be of the non-switched type with separate
measurements for all phase-to-phase and phase-to-ground fault types.

v) The protection shall have two, independent, continuously variable, time


settings each with a range of 0 to 5 s for zone-2 and zone-3.

vi) The characteristics shall have adjustable characteristic angle setting ranges
of 45° to 85°.

vii) Tripping characteristics shall be polygonal and / or mho circle with adjustable
offset and with independently adjustable reactive and resistive reaches (for
polygonal characteristics) separately settable for each zone. The type of
tripping characteristics shall be user selectable.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 25 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

viii) The protection shall operate correctly for close-up three-phase faults and
other adverse conditions. It shall operate instantaneously when the circuit-
breaker is closed onto a zero-volt 3-phase fault.

ix) The protection shall provide Phase segregated tripping i.e. single phase as
well as three-phase tripping.

x) The protection shall have a maximum resetting time of 60 milliseconds.

xi) Zone 3 shall have a reverse offset capability adjustable to 10 to 20% of zone-
3 setting, or alternatively, an independent reverse zone 4 shall be provided..

xii) The earth fault measurements shall have zero sequence compensation
variable from 0,5 to 5 (scalar Z0/Z1).

xiii) The setting / reach should not be affected by mutual coupling effects

xiv) It shall have a continuous current rating of 2 times rated current. The relay
shall also be capable of carrying a high short time current of 100 times the
rated current without damage for a period of 1.0 s. The voltage circuit shall
be capable of continuously withstanding 1.2 times the rated voltage and 1.7
times for 3 s.

xv) The protection shall include Power Swing Blocking protection. The power
swing blocking feature shall:

- be of three pole type

- block/unblock tripping during power swing conditions, separately for


each zone.

- have a continuously adjustable time delay on pick up of 0 to 5s.

- be in service during the dead time of a single pole reclosing cycle.

- have user configurable unblocking criteria in the case of fault


detection during a power swing.

xvi) Shall include Fuse Failure Protection, which shall

a) Monitor all the three fuses of the CVT and associated cabling against
open circuit

b) Inhibit trip circuits on operation and initiate annunciation

c) Have an operating time of less than 7.0 ms

d) Remain inoperative for system earth faults

xvii) It shall have user configurable scheme logic such as permissive under-reach
(PUTT), Permissive over-reach (POTT), Direct Transfer Trip, Blocking
scheme etc. using communication channels. The scheme shall be complete
so that the user can select any option on site without any modification. Non-

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 26 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

carrier aided schemes such as Zone-1 extension, Loss of Load etc. shall be
provided to ensure high-speed clearance during channel failure.

xviii) The protection shall be able to distinguish between short circuit and heavy
load conditions.

xix) It shall have supplementary over current and earth fault protection functions.

xx) The dead line charging feature shall have adjustable minimum and maximum
voltages.

xxi) The protection shall have a multiple settings group feature. It shall be
possible to switch between the various available setting groups when the
relay is in service without compromising the protection during the switch-
over.

xxii) The protection shall include the following additional functions:

- Weak-infeed tripping

- Echo function

- Current reversal guard

- Switch onto fault logic

- It shall be suitable for series compensated lines.

9.02.07 Digital Fault Recording

A Digital Fault Recorder shall be provided for each 400kV line. The Digital Fault
Recorder shall meet the following requirements:
a) Shall be used to record the graphic form of the instantaneous values of
analog inputs such as voltages and currents in all the three phases, open
delta voltage and neutral current in the primary circuits in the case of a short
circuit (fault) and a disturbance in the Power System, as per the required
technical parameters.

b) Shall be provided with a self-monitoring facility.

c) Fault / disturbance logs shall be clearly identified by Fault ID, Fault date and
time (hour, minutes, seconds and ms). Time stampings on fault records shall
be synchronized with a GPS clock.

d) The disturbance recorder shall comprise distributed individual acquisition


units, one for each feeder and an evaluation unit which is common for the
entire substation. The acquisition units shall acquire the disturbance data for
the pre-fault, fault and post-fault periods and transfer them to the evaluation
unit automatically for storage on a mass storage device. The acquisition unit
shall be suitable for inputs from current transformers with 1 A rated

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 27 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

secondaries and capacitive voltage transformers with 63.5 V (phase-to-


neutral voltage) rated secondaries.

e) Shall have Scan rate of 1000 Hz or better for sampling each of the analog
channels having a fundamental frequency of 50 HZ. The frequency
response for these channels shall be DC on the lower side to 500 HZ or
better on the upper side. Any interposing devices provided with the DFR
system shall not compromise this frequency response.

f) Shall be provided with sensors based on threshold values of voltage, current


and frequency and rate of change of system frequency. External signals if
required can also be used for triggering the DR. The starting sensors of the
DFR, and pick-up, shall preserve the disturbance/fault data on the non-
volatile solid state memory of the acquisition unit. The setting of the starting
sensors shall be flexible, and shall have reasonable range/steps. The
settings of the starting sensors shall be field programmable.

g) The fault data from the Digital Fault Recording feature shall be available in
IEEE / COMTRADE format. The data format shall be compatible for dynamic
protection relay testing with the relay test kit to be supplied by the Bidder.
The necessary equipment for interfacing and transfer of data shall also be
supplied by the Bidder.

h) All the fault records shall be transferred to the Protection / DR Station at the
Substation Level automatically or on request for further detailed analysis.
The software for analyzing the fault data shall be available at the Substation
Level. The software shall be capable of the complete analysis of fault data,
including the display of RMS/Peak envelop of any voltage / current,
fundamental power frequency deviation, display of instantaneous values of
Real Power (computed value), Reactive Power (computed value), power
factor angle etc. A facility to edit the fault data shall also be provided.

i) Following analog values shall be recorded –

Currents (R-phase, Y-phase, B-phase and Neutral), Voltages (VRY, VYB, VRB,
Open Delta).

The pre-fault recording time shall be at least 200 ms and the post-fault
recording time shall be at least 5.0secs.

8 Analogue channels (IR,IY,IB,IN,VRY,VYB,VBR AND OPEN DELTA)

16 Nos Digital Channels

Amplitude Resolution of Analogue channels(minimum) : 16 bit

Event Resolution of Digital Channel (minimum) : 1 ms

Aux.voltage : 220VDC (+10%,-20%)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 28 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

DFR system offered shall also have a built-in Distance-to-Fault Locator


Function. This function shall be an on-line function and shall be suitable for
circuit-breaker operating times of 2 cycles. The computed distance-to-fault
shall be available as a percentage of line length or kilometers without
requiring any further calculations. It shall have a provision for mutual zero
sequence compensation. It shall have an accuracy of 3% or better for all
types of faults and fault levels. This accuracy shall not be impaired under
following conditions:

- Presence of remote end in-feed

- Predominant DC component in fault current

- High fault arc resistance

- Severe CVT transients

- Mutual zero sequence coupling between adjacent lines

The Digital Fault recorder can be provided as a standalone device or as a


built in feature of numerical relays if it meets all the above requirements

9.02.08 Sequence-of-Event Recording

Sequence of event functionality pertaining to the main protection applications shall


be provided as a part of the individual protection devices. Sequence of event
recording pertaining to the monitoring of non-protection device status information,
such as switchyard open and close states which are not catered for by the main
protection relays, shall be recorded by the bay controller.

The sequence of event recording shall:

(a) have a time resolution of 1 millisecond or better.

(b) be able to cope with up to 40 changes in any one 10 millisecond interval.

(c) the date and time should be printed to the nearest 1 millisecond followed by
a tag describing the point which has operated.

(d) events that occur while another event is in the process of being printed are to
be stored for subsequent printing. Over 100 such events must be stored.

The event printouts shall contain at least the station identification, date and time (in
hour, minutes, seconds and milliseconds), event number and event description (at
least 40 characters).

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 29 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

9.02.09 Auto-Reclose and Synchronizing Check

Auto-reclose (AR) and Synchronizing Check (SC) functionality shall be provided in a


separate device. The interfacing between BCUs and Bay Protection Units for
achieving the AR function logic shall be achieved at Bay Level using communication
LAN as well as standby hard-wired logic between BCU and Bay Protection Units.
The intent of providing the hard-wired logic as a back-up to the software logic is to
ensure that in the event of failure of Substation LAN, the bay level functionality is not
hampered. The AR function shall meet the following criteria:

- Be of single shot type

- Have single-phase and/or three phase reclosing facilities. It shall have a


user-selectable option of single phase, three phase, single & three phase
reclosing or non-auto reclosure mode.

- Incorporate a normal/delayed auto reclosure option with a time range of 1 to


60 s.

- Have a continuously variable three-phase and single-phase dead time of 0,1


to 5 s.

- Have a continuously variable reclaim time of 5 to 300 s.

- Be properly configured for the breaker-and-a-half arrangement, permitting


sequential closing of breakers.

- Incorporate the necessary auxiliary relays and timers to provide a


comprehensive reclosing and synchronizing scheme.

- Have facilities for selecting check synchronizing or dead line charging


features. The user shall have an option to change the required feature.

The built-in Synchronization Check feature shall determine the difference between
the amplitudes, phase angles and frequencies of two voltage vectors. Checks shall
be provided to detect a dead line or bus bar. The voltage difference, phase angle
difference and slip frequency settings shall be adjustable.

9.02.10 Transformer Protection

i) The following protections shall be provided for each SAT/UAT

- Differential Protection (87T)

- Restricted E/F Protection for HV ( if applicable) and LV windings


(64RHV,64RLV)

- Back up over current protection on HV (50/51)

- LV Back-up neutral E/F protection (51N)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 30 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

- Buchholtz/WTI/OTI/Pressure Relief Device / Sudden Pressure Relay


Alarm / Trip

ii) Differential and REF protection shall be configured in separate relays.

9.02.10.01 Transformer differential protection shall:

(a) be of numerical type and shall have continuous self-monitoring and


diagnostic features;

(b) be three-pole type, with faulty phase identification/indication. The operating


time of the relay shall not be greater than 30ms at 5 times the setting.

(c) be stable for magnetizing inrush currents and shall be stable under normal
over-fluxing conditions. Magnetising inrush stability shall not be achieved
through the use of an intentional time delay;

(d) have an internal feature in the relay to take care of the angle and ratio
correction;

(e) have a disturbance recording feature to record the analogue form of


instantaneous values of the current in all three windings (i.e. nine analog
channels) during faults and disturbances for the pre-fault and post-fault
periods. The disturbance recorder shall have the facility to record the
following external digital channel signals in addition to the digital signals
pertaining to the differential relay itself:

. HV breaker (main and tie) status

. LV breaker status

. Buchholtz/On-load tap-changer Buchholtz alarm/trip

. Winding temperature/Oil temperature/Pressure relief alarm/trip of


transformer

The necessary hardware and software for downloading the data captured by
the disturbance recording function to a personal computer available in the
substation shall be included in the scope.

(f) be acceptable with built-in features of definite time overload protection


(alarm) relay provided the technical requirements of these relays specified
under the relevant clauses are met.

9.02.10.02 Restricted Earth Fault Protection shall:

(a) be single-pole type;

(b) be of current/voltage operated high impedance type;

(c) have a suitable non-linear resistor to limit the peak voltage

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 31 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

9.02.10.03 Back-up Directional Over current and Earth Fault Protection with High-set
Function, if applicable

(a) Shall have three over current and one earth fault element(s) which shall be
either independent or composite unit(s) and shall have built-in timer with
suitable range;

(b) shall be of numerical type;

(c) the scheme shall include the necessary VT fuse failure relays for alarm
purposes;

(d) the over current function shall:

- have a low transient, overreach high-set instantaneous unit;

- include hand-reset indication.

(e) the earth fault function shall:

- have a low transient, over-reach high set instantaneous unit;

- include hand reset indication;

- include the necessary separate interposing voltage transformers or


have an internal feature in the relay for open delta voltage to the
relay.

9.02.10.04 Transformer Over fluxing Protection(99T) shall

a) Operate on the principle of voltage to frequency ratio

b) Have inverse time characteristics compatible to transformer over fluxing


withstand capability and also a separate high set feature.

c) Provide an independent alarm with continuously adjustable time delay.

d) Tripping time shall be governed by V/ F vs time characteristic of the relay

e) Have a set of characteristics for various multiplier settings.

f) Have a resetting ratio of 98% or better.

9.02.10.05 Transformer Backup Over current Protection (50/51) shall

1) Be triple pole type

2) Be of definite time over current type

3) Have an adjustable setting range of 20-80%, or 150-600% of rated current


(as applicable) and 0.3 to 3.0 sec time delay

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 32 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

4) Be provided with operation indicator

9.02.10.06 Transformer Backup Earth Fault Protection (51N) shall

1) Be single pole type

2) Be of definite time over current type

3) Have an adjustable setting range of 20-80% of rated current as applicable


and 0.3 to 3.0 sec. Time delay

4) Be provided with operation indicator

9.02.11 400KV Cable Protection

Duplicated differential Protection shall be provided

9.02.11.01 Differential Protection shall:

(a) be of numerical type and shall have continuous self-monitoring and


diagnostic features;

(b) be three-pole type, with faulty phase identification/indication. The operating


time of differential function shall not be greater than 30ms at 5 times the
setting;

9.02.12 EHV Circuit-breaker Protection

Each circuit breaker in the 400 kV switchyard shall be provided with following
protection functions:

i) Local Breaker Back up Protection Function: Duplicated LBB protection


function shall be provided for each circuit breaker in the 400 switchyard. The
LBB protection function for each circuit-breaker shall be interfaced with the
Bus bar protection at the Bay Level over the communication LAN as well as
by hard-wired signals between the Bay Protection Unit and the Busbar
protection panels. The intent of providing the hard-wired logic as a back up
to the software logic is to ensure that in the event of failure of Substation
LAN, the bay level functionality is not hampered. The LBB function as a
built-in function of BCUs or Bay Protection Unit is acceptable provided it
meets all the requirements specified for the LBB function. In addition, the
LBB protection function shall meet following criteria:

- Be three pole type having three single phase units

- Shall operate for stuck breaker conditions

- Have an operating/resetting time each of less than 15 ms.

- The LBB function shall be initiated by external trip contacts from the
Bay Protection Units and after a set time delay shall energize the trip
bus in the busbar protection scheme on which the stuck breaker is
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 33 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

connected for tripping of all breakers connected to the particular bus.


In addition, for all 400 kV breakers (except Lines), an instantaneous
repeat trip command from LBB shall be given to the primary breaker
through a separate trip relay. The interlocking between the BCU and
Bay Protection Units to achieve the LBB functionality shall be
achieved at the Bay Level using the communication LAN as well as
standby hard-wired logic between the BCU and Bay Protection Units.

- Have a setting range of 5 to 80% of rated current

- Have a continuous thermal withstand of 2 times rated current


irrespective of the setting.

- Have time delay feature with a continuously adjustable setting range


of 0,1 to 1 s.

- Shall be an individual phase comprehensive scheme.

- Shall not operate during the single-phase auto-reclosing period.

- Shall provide end-fault protection that initiates a direct transfer trip to


the remote end upon the detection of a loss of SF6

ii) Trip Coil Supervision: A Trip Coil supervision function shall be provided for
each lockout trip relay and each of the circuit-breaker trip coils. It shall
incorporate both the pre-close and post-close supervision of trip coils and
associated trip circuits. An audible alarm shall be given in the event of
operation of trip coil supervision function. It shall have a time delay on drop-
off of not less than 200ms. Trip coil supervision function as a built-in feature
of the BCUs / Bay Protection Units is also acceptable, provided it meets all
other requirements specified here, including loss of DC supply.

9.02.13 Bus bar Protection

9.02.13. 01 Each 400 kV bus bar shall be covered with a duplicated high-speed bus bar
protection scheme connected to two different CT cores. Bus bar protection of each
400 kV bus shall operate in a two-out-of-two mode so as to achieve better security.

9.02.13.02 Each bus bar protection scheme shall:

- Be numerical having modular construction and three pole type.

- Have a maximum operating time for all types of faults of 20ms at five times
the setting value.

- Operate selectively for each busbar.

- Give 100% security up to a 40kA fault level.

- Incorporate continuous supervision for the CT secondary against any


possible open circuit and if it occurs, shall render the relevant zone of
protection in-operative. The zone protection contact shall be bypassed
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 34 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

automatically and the affected zone shall be protected by the appropriate


healthy zone only.

- Not give any false operation during normal load flow in busbars.

- Shall not mal-operate for an out-of-zone fault, particularly with current


transformer saturation under maximum through fault current with maximum
DC offset

- Shall provide independent zones of protection and incorporate clear zone


indication.

- Include individual high speed tripping relays for each feeder, including future
ones, as identified in single line diagram.

- Be transient free in operation.

- Incorporate protection „In-Out“ switches for each zone.

- Be a biased differential type, have operate and restraint characteristics and


self monitoring facilities.

- Shall be of phase segregated type with three-pole tripping

- Shall include individual high speed hand reset tripping relays for each bay

- Shall include continuous DC supply supervision

9.02.13.03 The Bus bar protection relay shall be connected to the Interbay communication bus.
Use of external CT-switching relays and CT ratio correction relays is not acceptable.
The busbar relay settings and analysis of busbar fault data shall be possible from
the Substation Level.

9.03.00 Islanding Scheme

9.03.01 Islanding scheme shall be provided for the entire 400kV switchyard (BUSES I&II) as
below

9.03.02 An under frequency with df/dt based islanding scheme for the whole generating
station shall be provided and shall be located in the switchyard.

9.03.03 Shall employ two out of three channels of U/F and df / dt for high reliability for each
side of the bus section.

9.03.04 Each of the three channels of under frequency islanding scheme shall be
independent from each other, starting from the VT measuring core, control cables,
dc supplies, under frequency or df / dt measuring relay, etc. till the islanding trip
relay of the breaker.

9.03.05 Shall be a multi-step scheme and each step shall have setting range of + 5% to - 8%
with timers of required setting.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 35 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

9.03.06 Shall have a separate dedicated islanding trip relay for each of the EHV breaker
including all 400kV bays and future bays as per switchyard SLD

9.03.07 Separately fused 220V DC supplies shall be employed.

10.00.00 ENERGY METERS

10.01.00 The following energy meters shall be for the 400 kV bays specified below:

A single class 0.2 accuracy energy meter suitable for ABT requirement as specified
below in clause 10.02.00, on each 400 kV Line feeder and on each generator
transformer bay on the positions as indicated on the Protection Single Line
Diagrams.

10.02.00 Technical Requirements of Energy Meters for ABT Requirement

Bidder shall supply energy meters along with metering station , MRI( Meter Reading
Instrument) or lap top (as applicable) as per the technical specification given below:

a) Shall be microprocessor-based conforming to IEC 60687 /IEC 62052-11/IEC


62053-22 / IS 14697

b) Shall carry out measurement of active energy (both import and export ) and
reactive energy (both import and export ) by 3 phase, 4 wire principle suitable
for balanced/ unbalanced 3 phase load.

c) Shall have an accuracy of energy measurement of at least Class 0.2 for


active energy and at least Class 0.5 for reactive energy according to IEC
60687, and shall be connected to Class 0.2 CT cores and Class 0.2 VT
windings.

d) The active and reactive energy shall be directly computed in CT & VT


primary ratings.

e) The reactive energy shall be recorded for each metering interval in four
different registers as MVARh (lag) when active export, MVARh (Lag) when
active import, MVARh (lead) when active export, MVARh (Lead) when active
import.

f) Two separate registers shall be provided to record MVARH when system


voltage is >103% and when system voltage is < 97%.

g) Shall compute the net MWh and MVARh during each successive 15-minute
block metering interval along with a plus/minus sign, instantaneous net
MWh, instantaneous net MVARh, average frequency of each 15 minutes, net
active energy at midnight, , net reactive energy for voltage low and high
conditions at each midnight.

h) Each energy meter shall have a display unit with a seven digit display unit. It
shall display the net MWh and MVARh with a plus/minus sign and average
frequency during the previous metering interval; peak MWh demand since
the last demand reset; accumulated total (instantaneous) MWh and MVARh
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 36 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

with a plus/minus sign, date and time; and instantaneous current and
voltage on each phases.

i) All the registers shall be stored in a non-volatile memory. Meter registers for
each metering interval, as well as accumulated totals, shall be downloadable.
All the net active/reactive energy values displayed or stored shall be with a
plus /minus sign for export/import.

At least the following data shall be stored before being over-written for the
following parameters.

Parameters details Min No of days

1. Net MWH 15 min block 40 days in meter

2. Aver Freq 15 min block 40days in meter

3. Net MVARH for V > 103% 15min block 40days in meter

4. Net MVARH for V < 97% 15min block 40days in met

5. Cumulative 10 days in meter/


Net MWH at every midnight 40 days in PC

6. Cumulative 10 days in Meter/


Net MVARH for V> 103% 40 days in PC
at every midnight
7. Cumulative 10 days in Meter /
Net MVARH for V < 97% 40 days in PC
At every midnight

8. Date and time blocks of VT failure on any phase.


j) Shall have a built in clock and calendar with an accuracy of less than 15
seconds per month drift without assistance of external time synchronizing
pulse.

k) Date/time shall be displayed on demand. The clock shall be synchronized by


GPS time synchronization equipment being supplied by the bidder.

l) The voltage monitoring of all the three voltages shall be provided and alarm
contacts provided to signal failures to the Substation Automation System, as
well as alarm contact to indicate meter healthy status. The meter shall be
suitable to operate with power drawn from the VT supplies. The burden of the
meters shall be less than 2 VA.

m) The power supply to the meter shall be healthy even with a single-phase VT
supply. An automatic backup, in the event of non-availability of voltage in all
the phases, shall be provided by a built in long life battery and shall not need
replacement for at least 10 years with a continuous VT interruption of at least
2 years. Date and time of VT interruption and restoration shall be
automatically stored in a non-volatile memory.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 37 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

n) Shall have an optical port on the front of the meter for data collection from
either a hand held meter reading instrument (MRI) having a display for
energy readings or from a notebook computer with suitable software . The
bidder shall supply the MRI and/or notebook complete with all optical
interface unit required.

o) A dedicated Metering Master Station (MMS), hardwired to all the energy


meters in bidder’s scope shall be provided. The MMS shall be complete to
offer the following functionality:

- To automatically downloaded the meter data from each meter point at


scheduled daily intervals

- To create calculated metering points by addition, subtraction, and


applying multiplication factors to meter points

- To present the demand of each meter point and calculated meter


points in graphical format over specified intervals.

- To calculated the total energy exchanged on meter points or


calculated meter points for different time-of-use periods over specified
intervals.

- To export meter data to Excel format for external analysis.

- To calculate the Unscheduled interchanges (UI) and the


corresponding commercial parameters to suit the ABT requirements.
The exact requirements shall be worked out during detail engineering
stage, in coordination with site.

p) The meter shall have means to test MWh and MVARh accuracy and
calibration at site in-situ and test terminal blocks shall be provided for the
same.

q) Each meter shall have an unique identification code provided by the


Employer and shall e permanently marked on the front of the meter and
stored in the non volatile memory of the meter.

r) The MMS shall be connected to substation LAN so as to facilitate display of


Energy data at other locations of the LAN. However, this may be treated as
optional.

11.00.00 TIME SYNCHRONIZATION EQUIPMENT

i) Two Time Synchronization equipment shall be provided and shall be located


one each in the switchyard Control Room and the main control room. It shall
receive Coordinated Universal Time (UTC) transmitted through Geo
Positioning Satellite (GPS) for time synchronization of all components of the
SAS/ generator relay panel.

ii) Shall be complete in all respects including antenna, all cables, processing
equipment, etc.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 38 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

iii) All auxiliary systems and special cables required for synchronization of the
equipment shall be supplied and commissioned by the Contractor.

iv) Shall work from DC supplies only and the Bidder to clarify if any built-in
battery back up is provided, in which case, same shall be of long life lithium
batteries.

v) Shall be immune to hostile electrical environment. Suitable protections are to


be provided against lightning surges and over-voltages in power supply
systems and antenna feeders.

vi) The system shall be fully tested to the relevant international standards such
as IEC: 801 and IEC: 255. One copy of all the test reports shall be enclosed
with the bid.

vii) All components of the 400 kV SAS, including Substation Controllers,


Workstations, Bay Control Units (BCU) and Bay Protection units (BPU) and
all numeric protection relays shall be synchronized with an accuracy of 1ms.

viii) The system should be able to track more than 1 satellite at a time to ensure
no interruptions of synchronization signals.

ix) The system shall have the following minimum output signals:

· NTP (network time protocol) 10/100Mbits Ethernet port

· IRIG-B00x (TTL, pulse width modulated signal)

· 2 x Pulse per half-hour / Pulse per minute / Pulse per second outputs
via potential free contacts

· Any other output port as may be required for the offered system.

· Alarm status contact indicating healthy status of system

x) These output ports shall be compatible with the requirement of the


equipment to be synchronized i.e. BCUs and BPUs. The master clock in
control room shall also be synchronized with the time synchronization
system.

xi) The equipment should have a periodic time correction facility of one-sec.
periodicity. The equipment shall also have real time display in hour, minute,
second (24 hour mode) and have a separate time display unit to be mounted
on top of the MIMIC panel, having display size of approx. 144mm height.

12.00.00 RELAY TEST EQUIPMENT

i) The required relay test equipment shall comprise the following:

- One dynamic portable relay test system based on type Multi-Amp


PULSAR Cat. 10 E3T3N or Omicron make type CMC256 or
equivalent for allowing dynamic and steady state testing.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 39 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

- Any other auxiliary items like phantom loads, etc. required for testing
all the protection relays supplied under this contract.

ii) It shall have the capability to replay the Disturbance / Fault records acquired
by the numerical relays / stand-alone DR in IEEE / COMTRADE format or
EMTP simulations, to facilitate dynamic testing of all the numerical relays
supplied under this contract. The required software for steady state/dynamic
testing of all the numerical protection relays, energy meters and transducers,
along with a laptop PC, shall also be supplied.

iii) All commissioning tests on protection relays, energy meters and transducers
shall be carried out with this relay test equipment being supplied under this
contract and test reports shall be maintained as per the agreed protocols.

13.00.00 INTERFACE WITH OTHER THIRD PARTY DEVICES/SUBSTATION


AUTOMATION SYSTEM (SAS)

13.01.00 A fibre-optic extension of the Substation Network LAN from switchyard to the Main
Plant is to be provided by the bidder along with all associated hardware.

13.02.00 A separate OPC complaint DCS for Main Plant located in Main Plant Control Room,
will be provided by Employer. Bidder shall interface the requisite status and analog
signals such as MW, MVAR, Generation Voltage, information, etc from the Main
Plant DCS into the SWYD SAS (Note: The I/O list for above shall be made
available to the Bidder during detailed engineering).

13.03.00 The bidder shall provide the necessary gateway so that necessary data such as
Status of 400KV Circuit Breaker, associated Isolator & Earth switch, 400KV Bus
Voltage /frequency, GRP Status, alarms, events etc can be provided to the Main
Plant .The master-slave configuration and the configuration of the gateway computer
for this interface shall be decided during detailed engineering. (Note: The I/O list for
above shall be made available to the Bidder during detailed engineering)

13.04.00 The HMI software at Substation Level shall be so designed that it will require
insignificant changes during interface with third party devices in future. In any case,
such an interface would not impair the working of existing SAS in anyway. Further,
no shutdown of the SAS shall be required to achieve this integration.

13.05.00 The cable and associated hardware required for connecting SAS gateway to the
main plant SCADA terminal and those required between SWYD SAS bus (located in
the main plant Control Room) and the main plant SCADA terminal shall also be
provided by the bidder.

13.06.00 Necessary hardware/software to ensure provision for Remote Interface with RLDC,
OS control Room & remote control centre in line with Cl 6.08.00

14.00.00 PANELS

14.01.00 All panels shall be free standing, floor mounting type and completely metal enclosed.
Cable entries shall be from the bottom. Panels shall be of IP 31 class or better.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 40 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

14.02.00 Panels shall have removable gland plates with glands made of brass and shall be
suitable for armoured cables.

14.03.00 Panels shall be painted. The colour of paint for exterior of the panel shall be as
follows:

a) Ends: Colour-Blue, Shade-RAL5012

b) Front and Rear: Colour-Grey, Shade-RAL9002

14.04.00 Panels shall have a lockable front Plexiglas door and a swing frame. Panels shall
facilitate direct access to any component mounted inside and shall have at least
20% free space for future expansion.

14.05.00 For installation of PGCIL Energy meter alongwith TTB, TBs, etc for GT bays & Line
bays provision of sufficient space, terminal blocks, and associated wiring shall be
made by the bidder.

14.06.00 Earthing

a) The panels shall be equipped with an earth bus of at least 50x6mm2


galvanized steel flat bar or equivalent copper.

b) Earth bus of adjoining panels shall be connected for continuity. The


continuous earth bus so formed shall be connected to the main earth grid at
one end only.

c) All metallic cases of the mounted equipment shall be separately connected to


the earth bus by 2.5mm2 copper wire. No loops in the earth wiring shall be
permitted.

d) CT/VT neutral secondary shall only be earthed at the terminal block of the
panel through links, such that the earthing of one group may be removed
without disturbing others.

e) An independent Electronic Earth System shall be provided as per bidder’s


standard. The electronic earth shall be connected to the substation earth
mat through a dedicated riser.

14.07.00 Panels shall, in general, meet the requirements as specified elsewhere in the
specification.

15.00.00 CONTROL CABLING PHILOSOPHY IN SWITCHYARD

a) Each secondary core of each phase CT/CVT shall be brought to the


equipment marshalling box through independent cables.

b) Each three phase secondary core of each CT/CVT shall be brought to the
associated control/relay panel from the equipment marshalling box through
independent cables.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 41 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

c) Duplicated cores with at least 4mm2 equivalent core cross-sectional area per
connection shall be used for connection of all CT/CVT circuits.

d) VT leads used for tariff metering shall have an equivalent core cross-
sectional area of at least 10 mm2 per phase/neutral connection.

e) Duplicate channels of protection shall have independent cables for tripping,


DC supply, etc.

f) For the following applications multiple cores with at least 4mm2 equivalent
core cross - sectional area per connection shall be used:

i) DC supply to Bay Marshalling box

ii) DC supply to circuit-breaker cubicle

iii) DC looping for closing and tripping circuits of circuit-breaker

g) Spare cores shall be provided as per following norms:

Up to 3-core cable - Nil

5 Core Cable - Min. 1 core

7 to 14 core cables - Min. 2 cores

More than 14 core - Min. 3 cores


h) All the interconnections ( both AC / DC ) within the switchyard and between
switchyard and other systems required for the successful implementation of
the control , interlocks and protection schemes under present package shall
be in the scope of the bidder. Such interconnections between Switchyard
and other system shall include but not limited to the following:

i) CT connections from Owner’s 11 kV/6.6 KV/415V Switchgear /


transformer MB to SWYD Control room for transformer protections as
per relevant protection SLD

ii) CT connections from SWYD to GRP for overall differential protection


and overhang differential protection in line with GRP protection SLD.

iii) Extension of switchyard bus voltages to respective GRPs for


transducer circuit and Generator synchronizing circuit.

iv) Extension of manual closing and tripping commands from the


coupling relays in GRP to EHV generator breakers.

v) Necessary cabling from SWYD CR to GRP for protection interfacing,


Generator EHV breaker closing interlock and signal exchange
between switchyard and GRP.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 42 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

vi) Any special cables ( other than 1.5 sq.mm unarmored required for the
implementation of the protections being provided by the bidder.(eg:
100% stator E/F, Rotor E/F etc)

vii) Necessary interconnections for the Inter tripping / closing, interlocking


between upstream and down stream systems for Station
transformer/ miscellaneous transformer/ unit transformer/Excitation
System..

viii) Necessary interconnections from transformer MB to RTCC (located in


SWYD control room) and RTCC to BCU for OLTC control &
Monitoring.

ix) Necessary interconnections for signal exchange between SWYD/


SWYD CR to interfacing panels of RLDC where ever applicable.

x) Necessary interconnection for signal exchange for DGA of GT shall


be made.

xi) Necessary interfacing between Transformer/Reactor MB and


Switchyard Control Room, Hydrant System and Switchyard Control
Room for transformer monitoring and fire protection system.
16.00.00 FACTORY ACCEPTANCE TESTS (FAT)

16.01.00 All equipment furnished under this specification shall be subject to test by authorized
quality assurance personnel of the bidder and Employer’s representatives during
manufacture, erection and on completion. The approval of the Employer or passing
such inspections or tests will not, however, prejudice the right of the Employer to
reject the equipment if it does not comply with the specifications when erected or
fails to give complete satisfaction in service. The detailed requirement of operational
and pre-FAT tests as well as FAT test (Integrated Test) is given in this Section.

16.01.01 The FAT shall be mutually agreed upon and approved by Employer during detailed
engineering.

16.02.00 Operational and Pre-FAT Tests

a) The authorized quality assurance personnel of the bidder shall conduct all
tests as per the requirements of this clause 16.02.00 and clause 16.03.00
and fully satisfy themselves regarding completeness of hardware, software
and full compliance with specification requirements by all equipment/sub-
systems and the system as a whole before sending notification for FAT to the
Employer. Bidder shall maintain accurate records for all pre-FAT tests which
shall be properly documented and duly certified documents shall be
furnished to Employer at least two weeks prior to FAT tests, while giving
inspection call.

b) Each individual item of equipment/ sub-system/ software package furnished


by the Bidder as well as the complete system as per this specification shall
be inspected and tested by the Bidder in his works for full compliance with

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 43 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

specification requirements, completeness, proper assembly, proper


operation, cleanliness and state of physical condition as applicable.

c) The Bidder shall conduct a point by point wiring continuity check to every
input and output and verify that the wiring connections agree with the
documentation.

d) Bidder shall conduct all tests as per requirements of clause 16.04.00


(Factory Acceptance Tests) to fully satisfy himself regarding completeness of
the system and full compliance with specification requirements for SAS as a
whole as well as for individual components/ software module. This test will be
done for 100% samples, even if the FAT requires tests for only some smaller
percentages.

e) The pre-FAT report shall be in the format of FAT procedure as approved by


the Employer. It shall be accompanied by a very detailed report, in a log
form, of the performance of all pre-FAT Tests. These records shall list not
only the successfully completed tests, but shall detail all system, test and
component failures.

16.03.00 Notification for FAT

a) Bidder shall send notification regarding readiness for FAT and indicate the
proposed date for commencement of FAT to enable the Employer to depute
representatives for participating in these tests. The notification shall be sent
to the Employer not less than one month prior to commencement of the FAT
along with the copies of documents covering pre-FAT results as per clause
16.02.00.

b) The Bidder shall ensure that all hardware and software required for fully
implementing the system as per requirements of this specification is available
and the adequacy of hardware, software, system configuration, etc., is fully
established during the pre-FAT Tests conducted by the Bidder. In case any
deficiencies in hardware and/or software are noticed by the Bidder during the
pre-FAT Tests, the Bidder shall make good all such deficiencies and re-
conduct the required tests to fully satisfy himself regarding completeness of
the system and full compliance with specification requirements before
sending notification to the Employer regarding FAT Tests.

16.04.00 Factory Acceptance Tests (FAT)

16.04.01 Factory Acceptance Tests (FAT) shall include all tests required to fully demonstrate
to Employer’s satisfaction that each equipment/sub-system/system as well as
software modules furnished as per this specification as well as SAS as a whole, fully
meets the functional, parametric and other requirements of this specification and
Employer’s approved drawings/documents under all operating regimes. The testing
shall be conducted with the all the SAS components fully interconnected as per the
final system configuration, including BCU, BPU and other protection relays. The
Employer shall witness all FAT tests.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 44 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

16.04.02 The Factory Acceptance Tests (FAT) shall include all reasonable exercises which
the combination of equipment and software can be expected to perform. These tests
shall be divided into, as a minimum, but not limited to the following categories:

a) Pre power on checks

b) Power on checks

c) Hardware tests

d) Functional tests

e) Parametric tests

f) Specific tests on electronic hardware

g) Power failure auto-restart tests

h) Testing of interlocking

16.04.03 The Bidder shall submit a detailed FAT procedure for Employer’s approval during
detailed engineering stage based on the above guidelines. The FAT procedure to
be submitted by the Bidder shall be detailed and exhaustive enough such that
Employer is satisfied that all the SAS System specification requirements and
features are being tested and the system meets these requirements. The test
results obtained shall be properly documented by the Bidder and furnished in the
Employer approved format as decided during detailed engineering and submitted in
the requisite number of copies with all annexes irrespective of the fact that
Employer‘s representative was present during the tests.

16.04.04 For integrated testing of the total SAS system, the Bidder shall provide an I/O
generator/simulator, which will be connected, to the BCUs simulating the plant status
and plant operation. This will help in generating desired rate and sequence of I/O to
test various BCU and HMI functionality under worst case loading conditions. With
the I/O generator/simulator, all possible interlocking conditions shall be simulated
and controls tested.

16.04.05 Following the tests, if in the opinion of the Employer, the system has not been
adequately manufactured, programmed, tested or debugged the Bidder shall make
good all deficiencies including system parametric specifications of display response
time, processor duty cycle, SOE resolution, etc., and re-run the test to fully satisfy
the Employer regarding full compliance with specification requirements and requisite
quality standards. The Bidder shall be responsible for all travel and accommodation
costs of the Employer related to re-visits and/or re-testing required.

16.04.06 The system shall not be shipped without approval of Employer in writing. Upon
successful completion of FAT, the Employer will provide the Bidder with a written
authorization for shipment of the system equipment to the project site.

16.04.07 Bidder shall note that no payments towards dispatch of equipment and subsequent
activities shall be due and payable to the Bidder till the Bidder is able to successfully

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 45 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

demonstrate to Employer’s satisfaction that the SAS and parts thereof fully meet the
FAT requirements.

16.04.08 The tests shall include the verification of all I/O functions at all Control Levels. The
interface to the control center(s), interface to the 400 kV SAS and interface to the
Power Generation SAS/SCADA system shall be tested with the use of a protocol
simulator.

17.00.00 SITE / COMMISSIONING TESTS

17.01.00 Site tests shall include all tests to be carried out at site upon receipt of equipment. It
shall include but not be limited to testing calibration, configurations and pre-
commissioning trials, start up tests, trial operation and performance and guarantee
tests. The Bidder shall be responsible for all site / commissioning tests.

17.02.00 The Bidder shall maintain all tests, calibration records in Employer approved
formats, and these shall be countersigned by authorized quality assurance
personnel of the Bidder supervising these works.

17.03.00 The Bidder shall maintain master checklists to ensure that all tests and calibration
for all equipment/devices furnished under these specifications are satisfactorily
completed under the supervision of the authorized quality assurance personnel of
the Bidder.

17.04.00 The site / commissioning tests shall be categorized under following categories:

a) Start up tests

b) Calibration and configuration checks

c) Pre-commissioning tests

d) Trial Operation

e) Availability Tests

17.05.00 Point-to-point testing of all the I/O signals in the 400KV network shall be done by the
Bidder at the plant and protection equipment end and the terminal end (Substation
Controller and Operator Workstations) at the substation. The Employer shall be
responsible to test the signals at the Control Centre(s) side.

17.06.00 Point-to-point testing of all the I/O signals in the Generation plant shall be done by
the Bidder at the terminal end (400kV Substation Controller and Operator
Workstations) at the substation. The Employer shall be responsible to test the
signals at the plant and protection equipment end in the Generation plant.

17.07.00 Point-to-point testing shall include:

17.07.01 Verification of all status indications by operating the plant

17.07.02 Verification of event / alarm indications by simulating alarm conditions

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 46 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

17.07.03 Verification of all analogue indications by injection testing

17.07.04 Verification of all controls by operating the plant

17.08.00 Availability Tests

a) The Bidder shall guarantee 99.9 percent availability for a continuous period
of 180 days. Availability guarantee test shall be conducted to assure this
level of availability. If the accrued down time exceeds 0.1% of 180 days,
during availability test run, a new 180 days test run shall start at the time
when the system becomes available again. Loss of availability (unavailable
system) shall be defined as the loss of the systems guaranteed accuracy and
repeatability or of any system function, except however, that the loss of a
function for not more than five percent of the points shall not be considered
loss of availability. Loss of function for not more than 5% of the points shall
be treated as partial unavailability and the corresponding outage time shall
be weighted with respect to the function and the percentage of the points for
which the function is unavailable. Loss of each function shall have one
weighing factor and unavailability of each equipment, peripherals device or
process I/O card etc. shall have another weighing factor. The guaranteed
accuracy and repeatability and system parametric requirements specified in
clauses on system parametric requirements shall be maintained for the entire
180 days run without any manual re-calibration or any other changes made
to the SAS.

b) Downtime shall start upon loss of a system function and shall end upon full
restoration of the affected system function. A minimum of one hour’s down
time shall be charged for each loss of availability in determining system
availability.

c) The Bidder shall submit the Availability Test Procedure for Employer’s
approval. The details regarding outage time, weighing factors for various
systems functions equipment to calculate the down time shall be discussed
and finalized during detailed engineering.

d) The availability test shall start at a date, which will occur, between the
commissioning date and 5 months after commissioning. The bidder will be
notified the date during PG test.

e) The availability test shall be expressed as percentage, which shall be


calculated as (100% x (test duration time – Accumulated test outage
time/Test duration time).

f) System outage time will be accumulated over test duration and calculated as
outage time x weighing factor. The bidder shall submit a list of weighing
factors for all system components along with the bid and the same will be
mutually finalized before contract award. Outage time shall be weighted by
each function’s weighing factor.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 47 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

17.09.00 Conditions for Availability Tests

a) Down time shall start with the notification to bidder about any loss of function.
Downtime shall be exclusive of travel time required by the Bidder, but not in
excess of 8 hours.

b) The bidder shall furnish in his bid recommended spare parts inventory, along
with unit price, to be maintained at site during availability test run. If the spare
parts required for maintenance as recommended by bidder are not available
with Employer for fault repair the outage time necessary for obtaining spare
will not be counted. If the required spare are not recommended by the Bidder
and are required for repairs, then the time required to obtain the part by the
Bidder shall be multiplied by weighting factor or 0.05 and counted as a
accumulated outage time. The spare parts, which are used by the Bidder and
not replaced by the bidder, shall accumulate outage time at the rate of time
required to obtain the spare parts multiplied by the weighing factor of 0.05 if
the part is required on a subsequent outage.

c) The bidder shall be responsible for replacing any of the Employer’s spare
parts which are used in the availability run free of cost to the Employer.

d) Failure of peripheral output devices shall be counted as outage time if failure


of the device affects any for part of the system function.

e) Any degradation of function shall accrue outage time regardless of processor


configuration.

f) During a period of system outage, the Employer shall use operable functions
of the system provided that such use does not interfere with maintenance of
the inoperable functions or hardware as determined by the Bidder.

g) Should the bidder determine that partial use of the system by the Employer
will interfere with the bidder’s maintenance procedures, system outage time
shall accumulate with a weighing factor of 1.0 since no functions are
available to the Employer. This shall include offline servicing.

h) Outage time for each function shall stop at the time the bidder returns each
of the functions in full service and relinquishes full use of the system to the
Employer.

17.09.01 The bidder shall prepare a detailed site / commissioning tests procedure based on
the guidelines given here and submit to Employer for approval during detailed
engineering stage.

17.10.00 System Hand-over and Final Acceptance

17.10.01 The system will be handed-over to the Employer for commercial operation after the
site / commissioning tests have been completed to the satisfaction of the Employer.
A hand-over certificate will be issued by the Employer. The Bidder will still be
responsible for the Availability Tests.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 48 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

17.10.02 Final acceptance of the system by the Employer will take place after the Availability
Tests have been done to the satisfaction of the Employer.

18.00.00 TYPE TEST REQUIREMENTS

18.01.00 Test reports for following type tests shall be submitted for all BCUs / BPUs/DR /
Energy Meter as per Subsection –III ,Part-A, Section – VI of Technical Specification.

18.01.01 BCU/BPU

A. Insulation Tests:

Sl. No. Description

1. Dielectric Withstand Tests IEC 60255-5

2kV rms for 1 minute between all


case terminals connected
together and the case earth.

2kV rms for 1 minute between all


terminals of independent circuits
with terminals on each
independent circuit connected
together.
ANSI/IEEE C37.90-1989
1kV rms for 1 minute across the
open contacts of the watchdog
relays.

1kV rms for 1 minute across


open contacts of changeover
output relays.

1.5kV rms for 1 minute across


open contacts of normally open
output relays.

2. High Voltage Impulse Test, class III IEC 60255-5

5 kV peak; 1.2/50 μsec; 0.5 J; 3


positive and 3 negative shots at
intervals of 5 sec

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 49 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

B. Electrical Environment Tests:


1. DC Supply Interruption IEC 60255-11
The unit will withstand a 20ms
interruption in the auxiliary
supply, in its quiescent state,
Without de-energizing.

2. AC Ripple on DC supply IEC 60255-11

The unit will withstand a 12% ac


ripple on the dc supply.

3. AC voltage dips and short IEC 61000-4-11

Interruptions 20ms interruptions/dips.

4. High Frequency Disturbance IEC 60255–22–1, class III

At 1MHz, for 2s with 200 ohms


source impedance:

2.5 kV peak; 1 MHz; T = 15


μsec; 400 shots/sec; duration 2
sec between independent
circuits and independent circuits
and case earth. 1.0kV peak
across terminals of the same
circuit.

5. Fast Transient Disturbance IEC 60255-22-4, class IV

4kV, 2.5kHz applied directly to


auxiliary supply

4kV, 2.5kHz applied to all


inputs.

6. Surge Withstand Capability IEEE/ANSI C37.90.1 (1989)

4kV fast transient and 2.5kV


oscillatory applied directly across
each output contact, optically
isolated input and power supply
circuit.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 50 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

7. Radiated Immunity C37.90.2: 1995

25MHz to 1000MHz, zero and


100% square wave modulated.
Field strength of 35V/m.

8. Electrostatic Discharge IEC 60255-22-2 Class 4

15kV discharge in air to user


interface, display and exposed
metal work.

IEC 60255-22-2 Class 3

8kV discharge in air to all


communication ports. 6kV
point contact discharge to
any part of the front of the
product.

9. Surge Immunity IEC 61000-4-5: 1995 Level 4

4kV peak, 1.2/50ms between all


groups and case earth.

2kV peak, 1.2/50ms between


terminals of each group.

10. Capacitor Discharge No change of state or any


operation shall occur when a
capacitor of capacitance shown
below, charged to 1,5 × Vn
volts, is connected between any
combination of terminals and
any combination of terminals
and ground.

Master trip circuits - 10 μF

Other protection & control


circuits - 2 μF

Carrier/channel interface - 0,2


μF

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 51 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

C. EMC Tests:

Sl. No. Description

1. Radio-Frequency IEC 60255–22–2, class III


Electromagnetic Field, Non-
Modulated 10 V/m; 27 MHz to 500 MHz

2. Radio-Frequency ENV 50140, class III


Electromagnetic Field, Amplitude
Modulated 10 V/m; 80 MHz to 1000 MHz;
80% AM;

1 kHz

3. Radio-Frequency ENV 50140/ENV 50204


Electromagnetic Field, Pulse
Modulated 10 V/m; 900 MHz; repetition
frequency 200 Hz; duty cycle 50
%

4. Disturbances Induced by Radio ENV 50141, class III


Frequency fields, Amplitude
Modulated 30 A/m continuous; 300 A/m for
3 sec;

50 Hz

5. Power Frequency Magnetic Field EN 61000-4-8, class IV

30 A/m continuous; 300 A/m for


3 sec;

50 Hz

6. Interference Voltage, Aux. EN 50081-*


Voltage
150 kHz to 30 MHz

7. Interference Field Strength EN 50081-*

30 MHz to 1000 MHz

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 52 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

D. Atmospheric Environment Tests:

Sl. No. Description

1. Temperature IEC 60255-6Operating –25 0C to


+55 0C

Storage and transit –25 0C to


+70 0C

IEC 60068-2-1 for Cold

IEC 60068-2-2 for Dry heat

2. Humidity IEC 60068-2-3

56 days at 93% RH and +40 C

E. Mechanical Stress Tests:

Sl. No. Description

1. Vibration (during Operation and IEC 255-21-1; IEC 68-2-6


Transportation)
Response Class 2

Endurance Class 2

2. Shock (during Operation and IEC 255-21-2, class 1, IEC 68-2-


Transportation) 27

Shock response Class 2

Shock withstand Class 1

Bump Class 1

3. Seismic Vibration (during IEC 60255-21-3 Class 2


Operation)

4. Continuous Shock (during IEC 255-21-2, class 1, IEC 68-2-


Transportation) 27

18.01.02 ENERGY METER

All type test reports as per IEC 2052-11/IEC 62053-22

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 53 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

18.01.03 DISTURBANCE RECORDER.

Type test reports for the following tests shall be submitted

i) High Voltage Impulse Test, class III as per IEC 60255 - 3

ii) High Frequency Disturbance as per IEC 60255 – 22 – 1, class III

iii) Fast Transient Disturbance as per IEC 60255 – 22 – 4 , class IV

18.02.00 Functional Tests

All the numerical relays shall be tested for the functions specified in NTPC technical
specifications. In case of Numerical Distance Relays, test reports for dynamic tests
clearly indicating the operating time under different system / fault conditions shall be
submitted.

19.00.00 SETTINGS

Fault levels will be provided to the Contractor by the Employer. The Contractor
shall, based on this information, compile a complete and detailed report for the
setting of the protection elements on all the protection equipment, to the approval of
the Employer. Any additional information required to complete this exercise shall be
timeously requested by the Contractor.

The bidder shall provide the Employer with a philosophy document clearly setting
out the philosophy the bidder will use in determining setting levels. Each setting will
have a brief description of the specific function or element. The setting calculation
and formula will also be shown on the document. All relevant system parameters,
line data, transformer data additionally used for calculating the setting will appear in
the setting document. The bidder will conduct system studies in determining fault
levels on different locations. These study results will also form part of the setting
document. Any additional information required to complete this exercise shall be
timeously requested by the Bidder.

The setting document will be presented and discussed with the Employer prior to
final issue of the document. The final accepted setting document should be made
available to the Employer in PDF format.

It is the Bidder’s responsibility to configure each protection relay to provide the


protection and control facilities required. A full set of relay configuration and setting
files shall be included in the design and documentation submissions. The bidder will
issue three sets of setting documents once accepted by the client and consultant.

20.00.00 FURNITURE

The minimum furniture requirement as specified in Appendix-A to Chapter E-10 shall


be supplied.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 54 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

APPENDIX-A TO CHAPTER E10: SUBSTATION AUTOMATION SYSTEM (SAS)

SL. UNIT QTY

NO. DESCRIPTION OF ITEM

I 400KV Switchyard

1. Panel Mounted Bay Control Units (BCUs) for:

a) 400 kV Generator Transformer Bays (GT#1,GT#2 , Nos. 4


GT #3 & GT#4)

b) 400 kV Line Bays (Line#1 & 2) Nos. 2

c) 400KV Bus Coupler Bay Nos 1

2 Panel Mounted Bay Protection Units (BPUs) for:

a. 400 kV Lines (One set for each line; No. of lines Sets 2
being 2) (Each set shall contain duplicated distance
protection scheme, duplicated LBB, Disturbance
Recorder, 400KV cable protection, Auto-Reclose
Breakers, Trip circuit supervision, etc)

b. 400KV GT Bays (one set for each GT bay, one set Sets 4
shall contain duplicated LBB,Trip circuit supervision,
etc)

c. 400KV Bus coupler bay( one set shall contain Set 1


duplicated LBB, Bus coupler protection scheme, trip
circuit supervision, etc)

2. Bus Bar Protection

400 kV Bus#1 & #2 with Duplicated Bus Bar Protections for Set 1
each bus.

3. Energy Metering System

a Energy Meters (ABT Meters) for:

i. 400 kV Lines Sets 2

ii 400 kV Generator-Transformers Sets 4

b. Networking for Energy Meters, Relays, Disturbance Set 1


recorders for 400KV system including all hardware/
software required e.g. licensed copies of Relay,
Energy meter & DR softwares, networking fiber optic
cable, Desktop PC (above software loaded), printer.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 55 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

4. Islanding Scheme

Islanding scheme for the project based on bus under Set 1


frequency relays with two out of three logic including
independent trip relays for each bay, including future bays.

5. Time Synchronizing Equipment

(one for GRP and one for 400KV Switchyard) Nos. 2

6. Dynamic Relay Test Kit including a Laptop PC (Latest No. 1


version)

II. GENERATOR RELAY PANEL (GRP)

1. GRP for Unit# 1&4 containing Generator, GT,SAT( Sets 2


Gen-V/11.5KV) & UAT (11KV /0.433KV) protection
( one set per generator)

2. GRP for Unit# 2 & 3 containing Generator, GT & Sets 2


UAT protection( one set per generator)

3. Disturbance Recorder ( Slow as well as fast scan) Sets 4


for each Generator ( one set per generator)

4. Energymeters (0.2 class, Non-ABT type) for each Sets 4


Generator, SAT, UAT ( Two sets for unit # 1& 4, with
each set containing Main & check energymeters for
Generator, one for SAT & one for UAT. Two sets for
unit# 2& 3, with each set containing Main & check
energymeters for Generator & one for UAT)

5. Networking for GRP Relays, Disturbance recorder,


energy meters including all hardware/software
required e.g. licensed copies of energymeter, relay &
DR software, networking fiber optic cable, Desktop
PC (above software loaded), printer, furniture etc

III. SAS Accessories

a. Operator’s Workstations with Printer for Bay equipment Sets 2


control, (Two sets for SCR)

i. 400KV Network Controller Sets 2

ii. Engineering Workstation with Printer. Set 1

iii. Portable engineering workstation (Laptop) (loaded Set 1


with software for Energy meter, DR and Relay also)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 56 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

iv. Gateways(IEC 60870-5-101/104 compliant) Set 2


alongwith two modems each per set for interface
with RLDC and OS control Room.

v. Gateways (OPC compliant) for interface with Main Set 2


Plant SCADA.

Vi Gateways (IEC 60870-5-101/104 compliant) for Set 2


interface with Remote Control Station.

vii 400KV Network Controller Sets 2

b. Communication cables (other than fiber optic) including As per


any other software/hardware items necessary for requirement
interconnecting BCUs, BPUs, GRP, Gateways, Main Plant of the
control room to Switchyard Protection room etc. systems

c. Multi-mode Fiber Optic cables required in the SCADA for As per


various interconnections including that between Main Plant requirement
Control room to Switchyard Control Room of the
systems

1. Control Cables

Control cables required for interconnecting analog/status/ As per


control signals between BCUs/BPUs and field equipment requirement
of the
systems

2. Furniture

a. Desk suitable for one workstation/PC and printer Nos. 6

b. Revolving Chair Nos. 6

Note:

This list serves as a guide to the bidder to offer the correct quantities, and does not
relieve the bidder of any requirement specified elsewhere.. Any other item required
as per specification but not mentioned in the list shall be also be deemed to be
included in the scope of the Bidder.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 57 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

APPENDIX B TO CHAPTER E10: SUBSTATION AUTOMATION SYSTEM (SAS)

Minimum Hardware Requirements

Note: This list serves as a guide to the bidder to offer the correct quantities, and does not relieve the bidder of any
requirement specified elsewhere. The SAS specficiation in Chapter 10 has priority over this list of quantities.

Substat
Portable
Engineering and Fault ion
Item Description Operator Workstations Engineering Metering Master Station
Recording Station Control
Workstation
ler
Processor 64 bit Pentium of latest 64 bit Pentium of latest model 64 bit Pentium of 64 bit Pentium of latest model
model latest model
Memory 512 MB upgradeable to 512 MB upgradeable to 1GB 512 MB upgradeable 512 MB upgradeable to 1GB
1GB to 1GB
Hard Disk 2 x 40GB 2 x 80GB 1 x 40GB 1 x 40GB
Monitor Colour 19"; Flat LCD type Colour 19"; Flat LCD type Colour 14"; LCD Colour 19"; Flat LCD type Screen; Resolution 1600x1280
Screen; Resolution Screen; Resolution screen; Active display
To meet
1600x1280 1600x1280
system
specific
Graphic 128 bit with 8MB graphic 128 bit with 8MB graphic 128 bit with 8MB ations
Accelerator card memory memory graphic memory and 128 bit with 8MB graphic memory
230 VAC from UPS 230 VAC from UPS 230 VAC with built-in design 230 VAC from UPS
battery for 2 hours architec
Power Supplies operation ture

Floppy Drive 1 x 3.5" (1.44 MB) 1 x 3.5" (1.44 MB) 1 x 3.5" (1.44 MB) 1 x 3.5" (1.44 MB)
CD-ROM 40x 40x 40x 40x
read/write drive
DVD read/write
drive 24x 24x NA NA
Operating System Windows 2000 or XP Windows 2000 or XP Windows 2000 or XP Windows 2000 or XP

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 59 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (COMMON) (E10)

Printers
Item Description Colour Laser printer A3 B&W Laser printer A4
Paper size A4 & A3 A4
Printing speed 6ppm (colour), 24 ppm (B&W) 24 ppm (B&W)
Type Heavy Duty (50,000 pages per month) Heavy Duty (50,000 pages per month)

Resolution 600 dpi 600 dpi

Memory 128 MB 128 MB


500 sheets A4 & A3 500 sheets A4
Paper input capacity
Communication Port Ethernet port (network ready) & USB port Ethernet port (network ready) & USB port

Paper (1ream=500sheets) 20 reams of A3; 20 reams of A4


Cartridges 4 sets B&W for each printer; 4 sets colour for 4 sets B&W for each printer; 4 sets colour for each
each printer. printer.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 59 OF 59
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-E10
BID DOC NO.: CS-5505-500-2
RLDC
TO OS CONTROL
400KV SWYD Control
MODEM MODEM ROOM Room
COMMUNICATION TSE
DEVICE Printer
Printer(A3- (A4-color
color laser) laser)
Rear Projection Engg & SWYD SWYD
MIMIC Display DFR Network
Station Network
Main Operator
(LVS) Standby Workstat Metring
Controller Controller ion Master
Station
(MMS)

To Energy
meters
Hi-end Dot Matrix (Heartbeat)
MODEM MODEM Printer for SOE
printing

Gateway for Gateway for


RLDC/ OS RLDC/ OS
Control Control
Room Room

Communication: To Sheet 2 /2
IEC61850 protocol
Inter-bay / Station Bus A
Communication: To Sheet 2/2
IEC61850 protocol
Inter-bay / Station Bus B

Engineering Bus
(optional)

To DFR
IEC60870-5-103 workstation IEC60870-5-103

BCU BPU BPU BCU BCU BPU BPU


BCU
Engineering
Workstation Bay n
Bay 1
(portable)
Stand BPU
Option 1 alone Option 1
BPU BPU SEC
SEC BPU DFR PRIM
PRIM (optional) Bay n
Bay 1
Option 2 Option 2

LEGEND: BCU Bay Control Unit


BPU Bay Protection unit
DFR DISTURBANCE and Fault Recorder
TSE Time Synchronizing Equipment
PRIM Primary Relays (as per spec)
SEC Secondary Relays (as per spec)

Notes:
1. The switchyard network controllers and operator workstations are fully
redundant
2. The SWYD Interbay bus shall be a ring or dual redundant star topology,
fiber optic bus.
3. All network connections between rooms or buildings shall be via fiber-
optic.
4 . The BCU includes Graphic mimic display, analogue and status
indications, alarm annunciation, local control, and inter-bay
communication for control with interlocking FOR TENDER PURPOSE ONLY
5. All BCU, BPU, Controllers, Workstations shall be synchronized to GPS
reference time.
6. In case BCU/BPU are provided with only single ethernet port , suitable
ethernet switch shall be provided in each BPU/BCU panel to provide
dual connection to Inter-bay bus.
7. Each gateway shown to be treated as physically separate Device. TAPOVAN VISHNUGAD HEPP
8. Gateway Communication protocol: RLDC->IEC60870-5-101; 400KV SWITCHYARD
OS control room-> OPC
9. Connectivity of Energy Metering Master Station to Station Bus LAN is
optional. TITLE - SUBSTATION AUTOMATION
10. The minimum hard disk capacity of each of the controllers shall be 2 x SYSTEM ARCHITECTURE
80 GB and that of the OWS/EWS/MMS shall be minimum 80 GB.
DRN DGN CHKD APPD DATE DRG. NO. REV.
1246-001-POE-A-001 SH 1/2 0
U#1 TO MAIN
**Rear Projection PLANT
MIMIC Display
Gateway for Gateway for (LVS) U#n
SCADA
Remote Remote
Control Control
Centre Centre Gateway for Connectivity to Gateway for Connectivity to
(IEC 60870-5- (IEC 60870-5- Owner’s OPC-compliant Owner’s OPC-compliant
101/104) 101/104) DCS DCS

Main Plant
Engineering **Operator’s **Operator’s
cum DFR Workstation Workstation
Station

Printer (A3-
color laser)
CCR (Power House Control Room)

TSE Communication: TSE


IEC61850 protocol

FROM
SH 1/2
Communication:
IEC 61850 IEC61850 protocol IEC 61850
protocol converter protocol converter
ENGINEERING BUS
FOR RELAYS
FOR DFR

Engg & Engig &


DFR DFR
Station Station

IEC61850 Non- DFR IEC61850 Non- DFR


compliant IEC61850 FOR Printer compliant IEC61850 FOR Printer
numerical compliant GEN-1 (A4- Color numerical compliant GEN-n (A4- Color
relays numerical Laser) relays numerical Laser)
relays Engineering relays

BPUs FOR GEN-1 Workstation BPUs FOR GEN-n


(portable)
Machine Hall at EL 1289.00m (Near Unit#1)” Machine Hall at EL 1289.00m (Near Unit#n)”

Notes: contd.

11. IEC61850 GOOSE compliant Ethernet switches shall be provided for


FOR TENDER PURPOSE ONLY
realizing the above system.
12. Engg Bus wherever not required on account of IEC61850 compliance
may be treated as optional.
13. IEC61850 compliance for BPUs of Generator Protection is optional.
14. In case it is not possible to accommodate RLDC and OS control
Room interfacing gateways in one PC , the same may provided in
separate PCs i.e RLDC gateway: 2 PCs, OS control Room gateway: TAPOVAN VISHNUGAD HEPP
2 PCs. 400KV SWITCHYARD
** : To be Supplied loose by EM Package Contractor.
TITLE - SUBSTATION AUTOMATION
SYSTEM ARCHITECTURE

DRN DGN CHKD APPD DATE DRG. NO. REV.


0
1246-001-POE-A-001 SH 2/2
PART-B

SUB-SECTION-E11

DC BATTERY AND BATTERY CHARGER


(COMMON)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

The bidder has to offer either Nickel Cadmium Battery or Lead-Acid Plante Battery.
The Battery Chargers shall be accordingly suitable for the type of battery offered.

1.00.00 PART-A: NICKEL-CADMIUM BATTERY

1.01.00 CODES AND STANDARDS

All standards, specifications and codes of practice referred to herein, shall be the
latest editions including all applicable official amendments and revisions as on date
of opening of bid.

All works shall be carried out as per the following standards and codes:

IS : 10918 Specification for vented type Nickel Cadmium Batteries.


IS : 1069 Quality tolerances for water for storage batteries
Indian Electricity Rules
Indian Electricity Acts.
1.02.00 Equipment complying with other internationally accepted standards such as IEC.,
BS, VDE etc. will also be considered if they ensure performance and constructional
features equivalent or superior to standards listed above. In such a case, the Bidder
shall clearly indicate the standard(s) adopted, furnish a copy in English of the latest
revision of the standards alongwith copies of all official amendments and revisions in
force as on date of opening of bid and shall clearly bring out the salient features for
comparison.In case of conflict between this specification and those (IS codes,
Standards etc.) referred to herein, the former shall prevail

2.00.00 GENERAL TECHNICAL REQUIREMENT

2.01.00 Equipments

a) DC Batteries shall be stationary Nickel Cadmium Pocket plate type (KPH)


conforming to IS:10918. The batteries shall be high discharge performance
type as specified.

b) DC batteries shall be suitable for standby duty. The batteries shall normally
be permanently connected to the load in parallel with a charger and shall
supply the load during emergency conditions when AC supplies are lost.
Batteries shall be suitable for a long life under continuous float operations
and occasional discharges. The batteries shall be boost charged at about
1.54 to 1.7 volts per cell maximum and float charged at about 1.42 V/cell.

c) The number of cells for the 48 Volts shall be 37

d) Batteries should be suitable for continuous operation for the maximum


ambient temperature as defined in technical parameters.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 1 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

2.02.00 Construction Features

2.02.01 Containers

Containers shall be made of polypropylene plastic material. Containers shall be


robust, heat resistance, leak proof, non absorbent, alkali resistant, non-bulging type
and free from flaws, such as wrinkles, cracks, blisters, pin holes etc. Electrolyte level
lines shall be marked on container in case of transflucent containers.

2.02.02 Vent Plugs

Vent plugs shall be provided in each cells. They shall be antisplash type, having
more than one exit hole shall allow the gases to escape freely but shall prevent alkali
from coming out. The design shall be such that the water loss due to evaporation is
kept to minimum. In addition the ventilator shall be easily removed for topping up the
cells and of such dimensions that the syringe type hydrometer can be inserted into
the vent to take electrolyte samples.

2.02.03 Plates

The plates shall be designed for maximum durability during all service conditions
including high rate of discharge and rapid fluctuations of load. The construction of
plates shall conform to latest revisions of IS:10918.

The separators shall maintain the electrical insulation between the plates and shall
allow the electrolyte to flow freely. Separators should be suitable for continuous
immersion in the electrolyte without distortion.

The positive and negative terminal posts shall be clearly marked.

2.02.04 Sediment Space

Sufficient sediment space shall be provided so that cells will not have to be cleaned
during normal life and prevent shorts within the cells.

2.02.05 Cell Insulator

Each cell shall be separately supported on PVC/porcelain/hard rubber insulators


fixed on to the racks with adequate clearance between adjacent cells. Minimum
distance between the adjacent cells shall be more than the bulge allowed for two
cells in accordance with IS:1146.

2.02.06 Electrolyte

The electrolyte shall be prepared from battery grade potassium hydroxide


conforming to BS:1069.

The cells shall be shipped in charged condition.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 2 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

Necessary electrolyte for make-up shall be supplied separately.

2.02.07 Connectors and Fasteners

Nickel coated copper connectors shall be used for connecting up adjacent cells and
rows. Bolts, nuts and washers shall be effectively Nickel coated to prevent corrosion.
The thickness of Nickel coating of connectors should be not less than 0.02 mm. All
the terminals and cells inter-connectors shall be fully insulated or have insulation
shrouds. End take off connections from positive and negative poles of batteries shall
be made by single core cables having stranded aluminium conductors and XLPE
insulation. Necessary supports and lugs for termination of these cables on batteries
shall also be supplied by the contractor. All connectors and lugs shall be capable of
continuously carrying the 30 minutes discharge current of the respective batteries
and through fault short circuit current which the battery can produce and withstand
for the period declared. Contractor shall furnish necessary sizing calculations to
prove compliance to the same. Suitable number of Inter-rack connectors shall be
supplied by the Bidder to suit the battery room layout during detailed engineering.

2.02.08 Battery racks

Mild steel racks for all the batteries shall be provided. They shall be free standing
type mounted on procelain/hard rubber/PVC pads insulators. Batteries shall
preferably be located in the single tier arrangement. However, batteries having a
complete cell weight of lower than 50 Kg could be located in the double tier
arrangement. The batteries racks and supports for cable termination shall be coated
with three (3) coats of anti-alkali paint of approved shade. Name plates, resistant to
alkali, for each cell shall be attached on to the necessary racks. The bottom tier of
the stand shall not be less than 150 mm above the floor.

Wherever racks are transported in dismantled conditions, match markings shall be


provided to facilitate easy assembly.

2.02.09 Manufacturer’s Identification System

The following information shall be indelibly marked on outside of each cell.

i) Manufacturers’ name and trade marks

ii) Country and year of manufacture.

iii) Manufacturer type designation.

iv) AH capacity at 5 hour discharge rate.

v) Serial number

The following information shall be given on the instruction cards supplied with the
battery:

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 3 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

a) Manufacturer's instructions for filling and initial charging of the battery


together with starting and finishing charging rate.

b) Maintenance instructions.

c) Designation of cell in accordance with IS:10918.

d) Storing conditions of electrolyte.

3.00.00 TESTS

All routine, type and acceptance test shall be carried out as per latest issue of IS:
10918.

Tests shall have to be carried out in the presence of Employer’s representative, if


desired by the Employer.

3.01.00 Routine Tests

All the routine tests listed below shall be carried out on cells containers, hardware
being supplied:

a) Physical Examination

b) Dimension, Mass & layout

c) Marking

d) Polarity and absence of short circuit.

3.02.00 Type Tests

All type tests reports listed below shall be submitted for Employer’s approval on
cells containers, hardwares of each type being supplied:

a) Physical Examination

b) Dimension, Mass & layout

c) Marking

d) Polarity & absence of short circuit

e) Insulation resistance

f) Dielectric test

g) Life cycle test

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 4 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

h) In addition to above the following type tests reports ( carried out in the
sequence) shall also be submitted:

i) Air pressure test

ii) Tests for capacities for 5 hr and 1/2 hr. discharge rates and test for
voltage during discharge.
iii) Ampere hours and watt-hour efficiency test.

iv) Tests for retention of charge.

v) Endurance tests.

vi) Discharge performance at low temperature.

Type tests shall be carried out on four cells selected at randomly. Two cells shall
undergo all tests except capacity and endurance tests while the others would
undergo only capacity and endurance test.

3.03.00 Acceptance Tests

All acceptance tests as listed below shall be carried out on sample cell selected at
random by the employer before despatch and at site after completion of installation.

a) Physical Examination

b) DImensions, Mass & layout

c) Marking

d) Polarity and absence of short circuit.


e) Air pressure test

f) Ampere - hour capacity

g) Retention of charge
h) Insulation resistance

The Contractor shall arrange for all necessary equipment, including the variable
resistor, tools, tackles and instruments. If a Battery fails to meet the guaranteed
requirements the Employer shall have the option of asking the Contractor to replace
the same.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 5 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

1.00.00 PART-B: LEAD-ACID PLANTE BATTERY

1.01.00 CODES & STANDARDS

All standards, specification and codes of practice, referred to herein, shall be the
latest edition including all applicable official amendments and revisions as on date of
opening of bid.

1.02.00 All works shall be carried out as per the following standards and codes :

IS : 266 Specification for sulphuric acid

IS : 1069 Specification for water for storage batteries

IS : 1146 Specification for rubber & plastic containers for lead acid storage
batteries.

IS : 1652 Specification for stationary cells and batteries, lead acid type (with
plant positive plates).

IS : 3116 Specification for sealing compound for lead acid batteries.

IS : 8320 General requirements and methods of tests for lead acid storage
batteries.

Indian Electricity Rules

Indian Electricity Acts

IS : 6071 Specification for synthetic separators for lead acid batteries.

1.03.00 Equipment complying with other internationally accepted standards such as IEC, BS,
VDE etc. will also be considered if they ensure performance and constructional
features equivalent or superior to standards listed above. In such a case, the Bidder
shall clearly indicate the standard(s) adopted, furnish a copy in English of the latest
revision of the standards alongwith copies of all official amendments and revisions in
force as on date of opening of bid and shall clearly bring out the salient features for
comparison. In case of conflict between this specification and those (IS Codes
Standards etc.) referred to herein, the former shall prevail

2.00.00 GENERAL TECHNICAL REQUIREMENTS

2.01.00 Equipments

2.01.01 DC Batteries shall be stationary lead acid Plante positive plate type conforming to
IS:1652. The battery shall be high discharge performance type.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 6 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

2.01.02 DC Batteries shall be suitable for standby duty. The Batteries shall normally be
permanently connected to the load in parallel with a charger and shall supply the
load during emergency conditions when AC supplies are lost. Batteries shall be
suitable for a long life under continuous float operations and occasional discharges.
The batteries shall be boost charged at about 2.7 volts per cell maximum and float
charged at about 2.2 V/cell:

2.01.03 The number of cells for the 48 Volts shall be 24.

2.01.03 Batteries should be suitable for continuous operation for the maximum ambient
temperature as defined in technical parameters.

2.02.00 Construction Features

2.02.01 Containers

Containers shall be made of transparent glass, hard rubber, suitable robust, heat
resistance, leak proof, non absorbent, acid resistant, non-bulging type and free from
flaws, such as wrinkles, cracks, blisters, pin holes etc. Electrolyte level lines shall be
marked on container in case of transparent containers. Float type level indicator
shall be provided in case of opaque containers. The stem portion of the float should
be long enough to prevent falling of the float inside the container even if there is no
electrolyte in the container. The marking for the electrolyte level should be for the
upper and lower limits. The material of level indicator shall be acid proof and
oxidation proof. Container shall be closed/sealed lid type. Lid and sealing compound
shall be non-cracking type. The container made of hard rubber and plastics shall be
type tested as per IS : 1146. All type tests shall be carried out for sealing compound
as per IS:3116.

The pole sealing arrangement should be such that no acid particle get entrapped
due to acid creep as a result of capillary action and it should be possible to remove
and refix the sealing to carry out the maintenance.

2.03.00 Vent Plugs

Vent plugs shall be provided in each cells. They shall be antisplash type, having
more than one exit hole shall allow the gases to escape freely but shall prevent acid
from coming out. The design shall be such that the water loss due to evaporation is
kept to minimum. In addition the ventilator shall be easily removed for topping up the
cells and of such dimensions that the syringe type hydrometer can be inserted into
the vent to take electrolyte sample.

2.04.00 Plates

The plates shall be designed for maximum durability during all service conditions
including high rate of discharge and rapid fluctuations of load. The construction of
plates shall conform to latest revisions of IS : 1652 as applicable.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 7 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

The separators shall maintain the electrical insulation between the plates and shall
allow the electrolyte to flow freely. Separators should be suitable for continuous
immersion in the electrolyte without distortion. The positive and negative post shall
be clearly marked.

2.05.00 Sediment Space

Sufficient sediment space shall be provided so that cells will not have to be cleaned
during normal life and prevent shorts within the cells.

2.06.00 Cell Insulator

Each cell shall be separately supported on PVC/porcelain/hard rubber insulators


fixed on the racks with adequate clearance between adjacent cells. Minimum
distance between adjacent cells shall be more than the bulge allowed for two cells in
accordance with IS:1146.

2.07.00 Electrolyte

The electrolyte shall be prepared from battery grade sulphuric acid conforming to
IS:266 and distilled water conforming to IS:1069. The cells shall be shipped dry
uncharged. The electrolyte shall be supplied separately.

2.08.00 Connectors and Fasteners

Lead or Lead coated copper connectors shall be used for connecting up adjacent
cells and rows. Bolts, nuts and washers shall be effectively lead coated to prevent
corrosion. The thickness of lead-coating of connectors should not be less than 0.025
mm. The lead coating thickness shall be measured in accordance with APPENDIX F
of IS:6848 (latest edition). All the terminals and cells inter-connectors shall be fully
insulated or have insulation shrouds. End take off connections from positive and
negative poles of batteries shall be made by single core cables having stranded
aluminum conductors and XLPE insulation. Necessary supports and lugs for
termination of these cables on batteries shall also be supplied by the contractor. All
connectors and lugs shall be capable of continuously carrying the 30 minutes
discharge current of the respective Batteries and through fault short circuit current
which the battery can produce and withstand for the period declared. Contractor
shall furnish necessary sizing calculations to prove compliance to the same.

2.09.00 Battery racks

Wooden racks for all the batteries shall be provided. These racks shall be made of
good quality first class seasoned teak wood in line with CPWD specification. They
shall be free standing type mounted on procelain/hard rubber/PVC pads insulators.
Batteries shall preferably be located in the single tier arrangement. However,
batteries having a complete cell weight of lower than 50 Kg could be located in the
double tier arrangement. The batteries rack and wooden support for cable

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 8 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

termination shall be coated with three (3) coats of anti-acid paint of approved shade.
Numbering tags, resistant to acid, for each cell shall be attached on to the necessary
racks. The bottom tier of the stand shall not be less than 150 mm above the floor.
Wherever racks are transported in dismantled condition, suitable match markings
shall be provided to facilitate easy assembly.

2.10.00 Manufacturer’s Identification Systems

The following information shall be indelibly marked on outside of each cell.

i) Manufacturer's name and trade marks

ii) Country and year of manufacture.

iii) Manufacturer type designation.

iv) AH capacity at 10 hour discharge rate.

v) Serial number

3.00.00 TESTS

All routine, type and acceptance tests shall be carried out as per relevant Indian
standards.

Tests shall have to be carried out in the presence of Employer’s representative, if


desired by the Employer.

3.01.00 Routine Tests

All the routine tests listed below shall be carried out on cells containers hardware
being supplied as per the latest issue of IS:1146 and IS:1652.

A) Container

i) Verification of constructional requirements.

ii) Verification of marking and packing.

iii) High voltage tests.

B) Cells and Batteries

i) Verification of constructional requirements.

ii) Verification of markings

iii) Verification of dimensions.

iv) Checking of polarity and absence of short circuit.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 9 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

3.02.00 Type Tests

All type tests listed below shall be carried out on cells containers, hardware of each
type being supplied, as per the latest issue of IS:1146 or IS:1652.

A) Container (Rubber and Plastic containers)

i) High voltage test

ii) Drop Ball test

iii) Plastic Yield Test

iv) Acid resistance test

v) Hydraulic thrust endurance test.

C) Cells and Batteries

The following tests shall be carried out in the sequence given below :

i) Tests for capacities for 10 hr and 30 minutes discharge rates and


test for voltage during discharge.

ii) Ampere hours and watt-hour efficiency test.

iii) Tests for retention of charge.

iv) Endurance tests.

Type tests shall be carried out on three cells selected randomly. Two cells shall
undergo all tests except capacity and endurance tests while the other would undergo
only capacity and endurance test.

3.03.00 Acceptance Tests

All acceptance tests as listed below shall be carried out on sample cell selected at
random by the employer before despatch and at site after completion of installation.

i) Verification of markings.

ii) Verification of dimensions.

iii) Test for capacities for 10 hrs discharge rate alongwith the test for voltage
during discharge.

The Contractor shall arrange for all necessary equipment, including the variable
resistor, tools, tackles and instruments. If a battery fails to meet the guaranteed
requirements, the Employer shall have the option of asking the Contractor to replace
the same.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 10 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

BATTERY CHARGER

1.00.00 CODES AND STANDARDS

1.01.00 All standards, specifications and codes of practice referred to herein shall be the
latest editions including all applicable official amendments and revisions as on date
of opening of bid. In case of conflict between this specification and those (IS codes,
standards etc.) referred to herein, the former shall prevail. All work shall be carried
out as per the following standards and codes.

ANSI-C 37.90a Guide for surge withstand capability tests.

IS:5 Colours for ready mix paints.

IS : 694 PVC Insulated Cable for working voltages upto and including
1100 V.

IS : 1248 Specification for Direct acting indicating analogue electrical


measuring instruments.

IS : 2147 Degree of protection provided by enclosures for low voltage


switch gear and control gear.

IS : 13947 Specification for low voltage switch gear and control gear.

IS : 3231 Electrical relays for power system protection.

IS : 3842 Application guide for Electrical relays for AC System

IS : 3895 Mono-crystalline semi-conductor Rectifier Cells and Stacks.

IS : 4540 Mono crystalline semi-conductor Rectifier assemblies and


equipment.

IS:6005 Code of practice for phosphating of Iron and Steel.

IS:6619 Safety Code for Semi-conductor Rectifier Equipment.

IS:6875 Control switches (switching devices for control and auxiliary


circuits including contactor relays) for voltages upto 1000 V AC
or 1200 V DC.

IS : 9000 Basic environmental testing procedures for electronic and


electrical items.

IS:13703 Low voltage fuses for voltages not exceeding 1000 V AC or


1500 V DC.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 11 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

EEUA-45D Performance requirements for electrical Alarm Annunciation


System.

Indian Electricity Rules

Indian Electricity Act.

1.02.00 Equipment complying with other internationally accepted standards such as IEC, BS,
VDE. etc. will also be considered if they ensure performance and constructional
features equivalent or superior to standards listed above. In such a case, the Bidder
shall clearly indicate the standard(s) adopted, furnish a copy in English of the latest
revision of the standards alongwith copies of all official amendments and revisions in
force as on date of opening of bid and shall clearly bring out the salient features for
comparison.

2.00.00 EQUIPMENT DESCRIPTION

2.01.00 PART-I BATTERY CHARGER FOR LEAD ACID PLANTE TYPE BATTERY

a) The Battery Chargers as well as their automatic regulators shall be of static


type. Battery chargers shall be capable of continuous operation at the
respective rated load in Trickle mode i.e. Trickle charging the associated DC
lead-acid Batteries while supplying the D.C. loads. The Batteries shall be
Trickle charged at 2.15 to 2.25 Volts per cell. All chargers shall also be
capable of Boost Charging the associated D.C. Battery at 2.0 to 2.7 Volts per
cell at the desired rate. The Chargers shall be designed to operate, as
mentioned above, at an ambient air temperature of 40°C.

b) Battery Chargers shall have a selector switch for selecting the battery
charging mode i.e. whether Trickle or Boost charging.

c) All Battery Chargers shall be provided with facility for both automatic and
manual control of output voltage and current. A selector switch shall be
provided for selecting the mode of output voltage/current control, whether
automatic or manual. Means shall be provided to avoid current/voltage
surges of harmful magnitude/nature which may arise during changeover from
Auto to Manual mode or vice-versa under normal operating condition.

d) Soft start feature shall be provided to build up the voltage to the set value
slowly within fifteen seconds. The chargers shall have load limiters which
shall cause, when the voltage control is in automatic mode, a gradual
lowering of the output voltage when the DC load current exceeds the load
limiter setting of the Charger. The load limiter characteristic shall be such that
any sustained overload or short circuit in DC system shall neither damage
the Charger nor shall it cause blowing of any of the changer fuses. The
Charger shall not trip on overload or external short circuit. After clearance of

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 12 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

fault, the Charger voltage shall build up automatically when working in


automatic mode.

e) When on automatic control mode during Trickle charging, the Charger output
voltage shall remain within +/-1% of the set value for AC input voltage
variation of +/-10%, frequency variation of +3/-5%, a combined voltage and
frequency (absolute sum) variation of 10% and a continuous DC load
variation from zero to full load. Uniform and stepless adjustments of voltage
setting (in both manual and automatic modes) shall be provided on the front
of the Charger panel covering the entire Trickle charging output range
specified. Stepless adjustment of the load limiter setting shall also be
possible from 80% to 100% of the rated output current for Trickle charging
mode.

f) During Boost charging, the Battery Chargers shall operate on constant


current mode (When automatic regulator is in service). It shall be possible to
adjust the Boost charging current continuously over a range of 50 to 100% of
the rated output current for Boost charging mode. The charger output voltage
shall automatically go on rising, when it is operating on boost mode, as the
battery charges up. For limiting the output voltage of the charger, a
potentiometer shall be provided on the front of the panel, whereby it shall be
possible to set the upper limit of this voltage anywhere in the output range
specified for boost charging mode. All voltage and current setting
potentiometers shall be vernier type.

g) Energising the Charger with fully charged battery connected plus 10% load
shall not result in output voltage greater than 110% of the voltage setting.
Time taken to stabilise, to within the specified limits in clause 2.01.00 (e),
shall be less than fifteen seconds.

h) Momentary output voltage of the Charger, with the Battery connected shall
be within 94% to 106% of the voltage setting during sudden load Change
from 100% to 20% of full load or vice-versa. Output voltage shall return to,
and remain, within the limits specified in clause 2.01.00 (e) in less than 2
seconds after the above mentioned change.

i) The Charger manufacturer may offer an arrangement in which the voltage


setting device for Trickle charging mode is also used as output voltage limit
setting device for Boost charging mode, and the load limiter of the trickle
charging mode is also used as Boost charging current setting device.

j) Suitable filter circuits shall be provided in all the Chargers to limit the ripple
content (peak to peak) in the output voltage to 1% irrespective of the DC
load, even when they are not connected to a battery.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 13 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

k) The DC System shall be ungrounded and float with respect to the ground
potential when healthy. An earth fault relay shall be provided by the
contractor in the DC distribution board for remote annunciation.

2.02.00 PART-II BATTERY CHARGER FOR NICKEL-CADMIUM TYPE BATTERY

a) The Battery Chargers as well as their automatic regulators shall be of static


type. Battery chargers shall be capable of continuous operation at the
respective rated load in Trickle mode i.e. Trickle charging the associated DC
Nickel-Cadmium Batteries while supplying the D.C. loads. The Batteries shall
be Trickle charged at 1.4 to 1.42 Volts per cell. All chargers shall be capable
of Boost Charging the associated D.C. Battery at 1.53 to 1.7 Volts per cell at
the desired rate. The Chargers shall be designed to operate, as mentioned
above, at an ambient air temperature of 40°C.

b) Battery Chargers shall have a selector switch for selecting the battery
charging mode i.e. whether Trickle or Boost charging.

c) All Battery Chargers shall be provided with facility for both automatic and
manual control of output voltage and current. A selector switch shall be
provided for selecting the mode of output voltage/current control, whether
automatic or manual. Means shall be provided to avoid current/voltage
surges of harmful magnitude/nature which may arise during changeover from
Auto to Manual mode or vice-versa under normal operating condition.

d) Soft start features shall be provided to build up the voltage to the set value
slowly within fifteen seconds. The chargers shall have load limiters which
shall cause, when the voltage control is in automatic mode, a gradual
lowering of the output voltage when the DC load current exceeds the load
limiter setting of the Charger. The load limiter characteristic shall be such that
any sustained overload or short circuit in DC system shall not damage the
Charger, nor shall it cause blowing of any of the charger fuses. The Charger
shall not trip on overload or external short circuit. After clearance of fault, the
Charger voltage shall build up automatically when working in automatic
mode.

e) When on automatic control mode during Trickle charging, the Charger output
voltage shall remain within +/-1% of the set value for AC input voltage
variation of +/-10%, frequency variation of +3 to -5%, a combined voltage
and frequency (absolute sum) varation of 10% and a continuous DC load
variation from zero to full load. Uniform and stepless adjustments of voltage
setting (in both manual and automatic modes) shall be provided on the front
of the Charger panel covering the entire Trickle charging output range
specified. Stepless adjustment of the load limiter setting shall also be
possible from 80% to 100% of the rated output current for Trickle charging
mode.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 14 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

f) During Boost charging, the Battery Chargers shall operate on constant


current mode (When automatic regulator is in service). It shall be possible to
adjust the Boost charging current continuously over a range of 50 to 100% of
the rated output current for Boost charging mode. The charger output voltage
shall automatically go on rising, when it is operating on boost mode, as the
battery charges up. For limiting the output voltage of the charger, a
potentiometer shall be provided on the front of the panel, whereby it shall be
possible to set the upper limit of this voltage anywhere in the output range
specified for boost charging mode. All voltage and current setting
potentiometers shall be vernier type.

g) Energising the Charger with fully charged battery connected plus 10% load
shall not result in output voltage greater than 110% of the voltage setting.
Time taken to stabilise, to within the specified limits in clause 2.02.00 (e),
shall be less than fifteen seconds.

h) Momentary output voltage of the Charger, with the Battery connected shall
be within 94% to 106% of the voltage setting during sudden load change
from 100% to 20% of full load or vice-versa. Output voltage shall return to,
and remain, within the limits specified in clause 2.02.00 (e) in less than 2
seconds after the above mentioned change.

i) The Charger manufacturer may offer an arrangement in which the voltage


setting device for Trickle charging mode is also used as output voltage limit
setting device for Boost charging mode, and the load limiter of the trickle
charging mode is also used as Boost charging current setting device.

j) Suitable filter circuits shall be provided in all the Chargers to limit the ripple
content (peak to peak) in the output voltage to 1% irrespective of the DC
load, even when they are not connected to a battery.

k) The DC System shall be ungrounded and float with respect to the ground
potential when healthy. An earth fault relay shall be provided by the
contractor in the DC distribution board for remote annunciation.

2.03.00 Printed Circuits Boards (PCBs)

PCB shall be made of glass epoxy of 1.6 mm thick, fire resistant, bonded with 99.8%
pure copper foil, free of wrinkles, blisters, scratches and pinholes. The contact
surface of the edge connectors of the PCBs shall be plated with hard gold to a
minimum thickness of 5 microns. Component identification shall be printed on PCB
by silk screen method. All PCBs shall be tropicalised and masked.

2.04.00 Contactors
All Battery Chargers shall have an AC contactor on the input side. It shall be of air
break type and suitable for continuous duty. The operating coil shall be rated for 415
Volts AC.
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 15 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

2.05.00 Thermal Overload Relay

A thermal overload relay incorporating a distinct single phasing protection (using


differential movement of bimetal strips) shall also be provided for the AC input. The
relay shall trip the above contactor.

2.06.00 Rectifier-Transformers and Chokes

The rectifier transformer and chokes shall be dry and air cooled (AN) type. The
rating of the rectifier-transformers and chokes shall correspond to the rating of the
associated rectifier assembly. The rectifier-transformers and chokes shall have
class-B insulation with temperature rise limited to class-A insulation value.

2.07.00 Rectifier Assembly

The rectifier assembly shall be full wave bridge type and designed to meet the duty
as required by the respective Charger. The rectifier cells shall be provided with their
own heat dissipation arrangement with natural air cooling. The rectifier shall utilise
diodes/thyristors and heat sinks rated to carry 200% of the load current continuously
and the temperature of the heat sink shall not be permitted to exceed 85°C absolute
duly considering the maximum charger panel inside temperature. The Contractor
shall submit calculations to show what maximum junction temperature will be and
what the heat sink temperature will be when operating at 200% and 100% load
current continuously duly considering the maximum surrounding air temperature for
these devices inside the charger panel assuming air ambient temperature of 27°C
outside the panel. Necessary surge protection devices and rectifier type fast acting
fuses shall be provided in each arm of the rectifier connections.

2.08.00 Instruments

D.C. voltmeter, D.C. ammeter and A.C. voltmeter in 96 mm square shall be provided
for all Chargers. The instruments shall be flush mounted type, dust proof and
moisture resistant. The instruments shall have easily accessible means for zero
adjustments. The instruments shall be of 1.5 accuracy class.

2.09.00 Air Break Switches

All Chargers shall have AC input and DC output switches of air break, single throw,
load break and fault make type. The contacts of the switches shall open and close
with a snap action. Switches shall be rated for 120% of the maximum continuous
load. ‘ON’ & ‘OFF’ position of the switch shall be clearly indicated.

2.10.00 Control and Selector Switches

Control and selector switches shall be of rotary stayput type with escutcheon plates
showing the functions and positions. The switches shall be of sturdy construction
and suitable for mounting on panel front. Switches with shrouding of live parts and

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 16 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

sealing of contacts against dust ingress shall be preferred. The contact ratings shall
be atleast the following :

i) Make and carry continuously – 10 Amps.

ii) Breaking current at 220 V DC – 0.5 Amp. (inductive)

iii) Breaking current at 240 V AC – 5 Amp. At 0.3 p.f.

2.11.00 Fuses

Fuses shall be of HRC cartridge fuse link type. Fuses shall be mounted on fuse
carriers which are mounted on fuse bases. Wherever it is not possible to mount
fuses on fuse carriers, fuses shall be directly mounted on plug in type bases. In such
cases one insulated fuse pulling handle shall be supplied for each charger. Kick-off
fuses (trip fuses) with alarm contacts shall be provided for all D.C. fuses.

2.12.00 Indicating Lamps

Three (3) indicating lamps shall be provided to indicate A.C. supply availability. The
indicating lamp shall be of panel mounting, filament type low wattage or LEDs and
capable of clear status indication under the normal room illumination. The lamps
shall be provided with series resistors (non-hygroscopic) preferably built in the lamp
assembly and replaceable from front. The lamp covers shall be preferably screwed
type, unbreakable and moulded from heat resistant material.

2.13.00 Blocking Diode

Blocking diode shall be provided in the output circuit of each Charger to prevent
current flow from the D.C. Battery into the Charger.

2.14.00 Annunciation System

Visual indications through indicating lamps/LEDs or annunciation facia as per


EEUA-45D shall be provided in all Chargers for the following:

i) A.C. supply failure

ii) Rectifier fuse failure

iii) Surge circuit fuse failure

iv) Filter fuse failure

v) Load limiter operated

vi) Charger trip

vii) Battery on Boost


TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 17 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

Potential free NO contacts of all above conditions shall be provided for following
remote alarms in the Employer’s Unit Control Board:

a) Battery on boost

b) Charger trouble (this being a group alarm initiated by any of the faults other
than ‘Battery on Boost’)

2.15.00 Name Plates and Marking

The name plates shall be made of non-rusting metal/3 ply Lamicoid and shall have
black back-ground with white engraved letters and secured by screws. These shall
be provided near top edge on the front as well as on rear side of Charger. Name
plates with full and clear inscriptions shall also be provided on and inside the panels
for identification of the various equipments.

3.00.00 CONSTRUCTION

3.01.00 The Chargers shall be indoor, floor mounted, self supporting sheet metal enclosed
cubicle type. The Contractor shall supply all necessary base frames, anchor bolts
and hardware. The Charger shall be fabricated using cold rolled sheet steel shall not
less than 1.6 mm and shall have folded type of construction. The panel frame shall
be fabricated using cold rolled sheet steel of thickness not less than 2.0 mm.
Removable undrilled gland plates of at least 3.0 mm sheet steel and lugs for all
cables shall be supplied by the Contractor. The lugs for cables shall be made of
electrolytic copper with tin coat. Cable sizes shall be determined by the Contractor
and get approved from the Employer. The Charger shall be tropicalised and vermin
proof. Ventilation louvers shall be backed with fine brass wire mesh. All doors and
covers shall be fitted with synthetic rubber gaskets. The Chargers shall have hinged
double leaf doors provided on front and/or backside for adequate access to the
Charger internals. All the Charger cubicle doors shall be properly earthed. The
degree of protection of Charger enclosure shall be atleast IP-42.

3.02.00 All indicating instruments, control & selector switches and indicating lamps shall be
mounted on the front side of the Charger. Design of panels shall be based on the
following dimensions.
a) Overall height - Maximum 2350 mm

b) Operating handles - Maximum 1800 mm


(highest and lowest Minimum 350 mm
positions reached by
operator’s hands),
protective mechanical
indicators

c) Doors and panel - Maximum 1800 mm


handles and locks Minimum 300 mm
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 18 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

3.03.00 Electronic equipments shall be of modular design consisting of plug in modules in


standard 19 inches metallic racks with metallic card guides. The cards should be
provided with proper handles. Card to card wiring should be preferably through a
mother board. Unplanned jumpering and track modifications are not permitted.
Mechanical interlocks to prevent wrong insertion of cards should be provided. Each
card shall have its junction and test points identified. Maintenance aids such as
extension printed wiring boards and jumper leads shall be provided.

3.04.00 The layout of Charger components shall be such that their heat losses do not give
rise to excessive temperature within the Charger panel surface. Location of the
electronic modules will be such that temperature rise of the location, in no case, will
exceed 10°C over ambient air temperature outside the Charger.

3.05.00 Each Charger panel shall be provided with an illuminating lamp and one 5 Amp.
Socket. Switches and fuses shall be provided separately for each of the above.

3.06.00 Locking facilities shall be provided as following:

a) For locking Trickle/Boost selector switch in the trickle position only. This
would be used for having key mechanical interlock between Trickle/Boost
selector switch and isolator in D.C. distribution board.

b) The Charger enclosure door locking requirements shall be met by the


application of padlocks. Padlocking arrangement shall allow ready insertion
of the padlock shackle but shall not permit excessive movement of the locked
parts with the padlock in position.

3.07.00 Wiring

3.07.01 Each Charger shall be furnished completely wired upto power cable lugs and
terminal blocks ready for external connection. The power wiring shall be carried out
with 1.1 KV grade PVC insulated cables conforming to IS:1554 (Part-I). The control
wiring shall be of 1.1KV grade PVC insulated stranded copper conductors of 2.5
sq.mm. conforming to IS:694. Control wiring terminating at electronic cards shall not
be less than 1.0 sq. mm. Control terminal shall be suitable for connecting two wires
with 2.5 sq.mm. stranded copper conductors. All terminals shall be numbered for
ease of connections and identification. At least 20% spare terminals shall be
provided for circuits.

3.07.02 Power and control wiring within panels shall be kept separate. Any terminal or metal
work which remains alive at greater than 415 V, when panel door is opened, shall be
fully protected by shrouding.

3.07.03 An air clearance of at least ten (10) mm shall be maintained throughout all circuits,
except low voltage electronic circuits, right upto the terminal lugs. Whenever this
clearance is not available, the live parts should be insulated or shrouded.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 19 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

3.08.00 Painting

Treatment as per IS:6005. Two coats of lead oxide primer followed by powder
painting with final shade of RAL 9002.

4.00.00 TESTS

4.01.00 The type and routine test shall be carried out on Battery Chargers as per relevant
latest Indian Standards. The Employer reserves the right to witness any or all the
tests.

4.02.00 Type Tests

Following type tests shall be carried out on each rating and type of Battery Charger:

a) Complete physical examination.

b) i) Temperature rise test at full load.

ii) Temperature rise test of rectifier assembly at 200% of full load.

c) Insulation resistance test.

d) High voltage (power frequency) test on power and control circuits except low
voltage electronic circuits.

e) Ripple content test at

i) No load

ii) Half load

iii) Full load

f) Automatic voltage regulator operation test at specified A.C. supply variations


at

i) No load

ii) Half load

iii) Full load

g) Load limiter operation test

h) Efficiency and power factor measurement.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 20 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

i) Input and output surge withstand capability test. Surge Voltage as per ANSI-
C37.90a shall be applied for period not less than 2 sec. At the following
points of the Charger operating at 40 deg. C at full load :

i) Across each A.C. input phase

ii) Across AC input line to ground.

iii) Across D.C. output terminals.

iv) Across each D.C. output terminal to ground

The Charger shall not exhibit any component damage and there shall be no
change in performance as per clause 4.02.00 (f) and (g).

j) Environmental Tests

Steady state performance tests (clause 4.02.00 (f) and (g) ) shall be carried
out before and after each of the following tests.

i) Soak Test

The electronic modules shall be subjected to continuous operation for


a minimum period of 72 hours. During last 48 hours, the ambient
temperature shall be maintained at 50 deg. C. The 48 hour test period
shall be divided into four equal 12 hour segments. The input voltage
during each 12 hours shall be nominal voltage for 11 hours followed
by 110% of nominal voltage for 30 minutes, followed by 90% of
nominal voltage for 30 minutes.

ii) Degree of protection test.

4.03.00 Routine Tests

Following routine tests shall be carried out on all Rectifier transformers.

a) Temperature rise test.

b) Insulation resistance test.

c) High voltage (power frequency) test.

4.04.00 Following routine tests shall be carried out on all Battery Chargers:

a) Complete physical examination.

b) Temperature rise test at full load.

c) Insulation resistance test.


TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 21 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

d) High voltage (power frequency) test.

e) Ripple content test at

i) No load

ii) Half load

iii) Full load

f) Automatic voltage regulator operation test at specified A.C. supply variations


at

i) No load

ii) Half load

iii) Full load

g) Load limiter operation test

h) Checking of proper operation of annunciation system.

i) Dynamic response test

Overshoot/Undershoot in out put voltage of the charger as a result of sudden


change in load from 100% to 20 % and 20% to 100% shall be measured.

j) Burn in Test - shall be carried out on all electrical modules as panels with
module as routine test. During the test panel/ module shall be subjected to
temperature of 50 deg. C for 48 hours in energised condition. The
temperature rise inside the cubicle shall not exceed 10 deg. during the
temperature rise test.

k) Degree of protection test - the charger shall be checked for gasketing


arrangement as per drawing.

4.05.00 Following routine tests shall be carried out on annunciation system

a) Annunciation Assembly & module shall be functionally tested as per EEUA-


45D.

b) Burn in test shall be carried out as per Cl. 4.04.00 (j).

The Contractor shall furnish for inspection, the type and routine tests
certificates for the following components whenever required by the Employer.
Makes of these components (not restricted to) shall be subject to Employer’s
approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 22 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC BATTERY AND BATTERY CHARGER (E11)

i) Relays

ii) Instruments

iii) SCR

iv) Diodes

v) Chokes and transformer.

vi) Annunciator.

4.06.00 Commissioning

The contractor shall carryout the following commissioning tests and checks after
installation of the equipment at site:

a) Complete physical examination.

b) Checking of proper operation of annunciation system.

c) Temperature rise test at full load.

d) Insulation resistance test.

e) Automatic voltage regulator operation.

f) Load limiter operation.

g) Dynamic response test.

Overshoot/Undershoot in output voltage of the Charger as a result of sudden change


in load from 100% to 20% and 20% to 100% shall be measured with the Batteries
connected/disconnected. Output voltage of the Charger connected with Battery
shall be within 94% to 106% of the voltage setting in above conditions and shall
return to, and remain, within the limits specified in clause 2.01.00 (e) or 2.02.00 (e)
in less than 2 seconds (as applicable).

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 23 OF 23
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E11
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E12

REQUIREMENTS OF AUXILIARY ITEMS


(AIS)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

1.00.00 ACSR CONDUCTOR

(a) Code and standard IS 398

(b) Name MOOSE ACSR

(c) Overall diameter 31.77 mm

(d) Weight 2004 kg/km

(e) Ultimate tensile strength 161.2 KN minimum

(f) Strands and wire diameter of

- Aluminium 54 / 3.53 mm

- Steel 7 / 3.53 mm

2.00.00 CLAMPS AND CONNECTORS

2.01.00 The material of clamps and connectors shall be Aluminium alloy casting conforming
to designation A6 of IS:617 for connecting to equipment terminals and conductors of
aluminium. In case the terminals are of copper, the same clamps/connectors shall
be used with 2mm thick bimetallic liner.

2.02.00 The material of clamps and connectors shall be Galvanised mild steel for connecting
to shield wire.

2.03.00 Bolts, nuts and plain washers shall be hot dip galvanised mild steel for sizes M12
and above. For sizes below M12, they shall be electro-galvanised mild steel. The
spring washers shall be electro-galvanised mild steel.

2.04.00 All castings shall be free from blow holes, surface blisters, cracks and cavities. All
sharp edges and corners shall be rounded off to meet specified corona and radio
interference requirements.

2.05.00 They shall have same current rating as that of the connected equipment. All current
carrying parts shall be at least 10 mm thick. The connectors shall be manufactured
to have minimum contact resistance.

2.06.00 Flexible connectors, braids or laminated strips shall be made up of


copper/aluminium.

2.07.00 Current rating and size of terminal/conductor for which connector is suitable shall be
embossed/punched on each component.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 1 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

3.00.00 INSULATOR STRING HARDWARE

3.01.00 The insulator hardware shall be of bolted type and shall be of forged steel except for
insulator cap, which can be of malleable cast iron. It shall also generally meet the
requirements of clamps and connectors as specified above.

3.02.00 In one span, Tension string assembly at one end shall be supplied with suitable turn
buckle.

3.03.00 Disc Insulator

The disc insulator shall meet the following parameters:

A Type Antifog type insulator

b. Size of insulator 255x145

c. Electro mechanical strength 120KN

d. Leakage distance (mm) 430mm minimum or as required to


meet the total creepage.

e. Power frequency withstand voltage 85 KV (dry), 50KV (wet)

3.04.00 Insulator Strings Assembly

1. No of disc 25

2. Electro magnetic strength 120KN/string

3. Creepage distance 10500 mm

4. Power frequency withstand voltage 680 KV rms

5. Lightning Impulse withstand voltage 1550 KV rms

6. Switching impulse withstand voltage 1175 KV rms

4.00.00 SPACERS

4.01.00 Spacers shall conform to IS:10162. They shall be of non-magnetic material except
nuts and bolts, which shall be of hot dip galvanised mild steel.

4.02.00 Spacers shall generally meet the requirements of clamps and connectors as
specified above. Its design shall take care of fixing and removing during installation
and maintenance.

4.03.00 In addition to the type tests as per IS:10162, clamp slip test should have been
conducted. In this test the sample shall be installed on test span of twin/quad bundle
string at a tension of 44.2 KN (4500 kg). One of the clamps when subjected to a

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 2 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

longitudinal pull of 2.5 KN (250 kg) parallel to the axis of conductor shall not slip, i.e.
permanent displacement between conductor and clamp after the test shall not
exceed 1.0 mm. This test should have been performed on all other clamps of the
sample.

5.00.00 EARTHING CONDUCTOR

5.01.00 The main conductor buried in earth shall be 40mm dia rod for main and auxiliary
mat. The earthing conductors over the ground shall be of 75x12 mm GS flat. The
earthing leads for columns, auxiliary structures and cable trenches shall be of 75x12
mm GS flat. The earthing of the lighting fixtures shall be carried out by 16 SWG
wire.

5.02.00 All conductors above the ground level shall be of galvanised steel.

6.00.00 EARTHWIRE FOR LIGHTNING PROTECTION

(a) Number of strands 7 of steel

(b) Strand diameter 3.66 mm

(c) Overall diameter 10.98 mm

(d) Weight 583 kg/km approx.

(e) Ultimate tensile strength 68.4 KN minimum

(f) Total cross-sectional area 73.65 sq.mm.

(g) Calculated d.c. resistance 2.5 ohms/km at 20 deg.C.

(h) Direction of lay of outer layer Right hand

(i) Protective coating for Boiled linseed oil to avoid wet storage stains
storage (white rust)

7.00.00 CABLE SUPPORTS AND CABLE TRAY MOUNTING ARRANGEMENTS

7.01.00 Cable Support Structures & Accessories

a. Cable trenches are normally provided with embedded steel inserts on


concrete floors/walls. The Contractor shall secure supports by welding to
these inserts or available building steel structures.

b. The cable supports shall conform to the requirements indicated elsewhere in


the specification.

c. Insert plates will be provided at an interval of 600 mm wherever cables are to


be supported without the use of cable trays, while at all other places these
will be at an interval of 2000mm.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 3 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

d. The cabling in the switchyard shall be carried out through RCC trenches with
covers. The cable shall be supported on GI angles bolted to the insert plates
in RCC trenches. The RCC trenches shall be provided for the main runs
which would cater to one bay on either side. The spacing of the angle
support shall be 600 mm. The power and control cables shall be supported
on separate tiers. The cabling between the main trench and the equipments
shall be carried out through GI pipes with 40% fill criteria. The interpole
cabling shall also be carried out through GI pipes of suitable sizes.

7.01.02 Cable trays and supports shall be painted after installation. The painting shall be in
conformity with stipulated in Part-C. All welding works inclusive of the consumables
required for fabrication and installation shall be in the scope of the Contractor.

7.02.00 Cable Trays

7.02.01 Hot dip galvanised ladder type cable trays of adequate width are to be provided for
cables.

7.02.02 Aux. power cables are to be laid on the top tray and AC and DC control cables at
bottom trays. Cable trays shall be designed to carry cables load without bending and
proper tray supports shall be provided at every 1 m interval.

7.02.03 Cable trays having power and control cable are spaced at 300 mm and between
control cable trays, the spacing is 225 mm. For tray lengths more than 2.5 m coupler
plates are to be used for joining the two standard tray lengths. All accessories for
cable trays and supports including hardware etc. are included under the scope of
this contract.

7.02.04 Cable trays shall be made of 2 mm thick sheet steel having a slotted rung spacing of
250 mm. Height of cable tray channel shall be 75 mm and the standard length of
trays shall be 2.5 m.

7.02.05 All nuts, bolts, washers etc. to be supplied by the Contractor shall be hot dip
galvanised after fabrication.

7.02.06 The Contractor shall perform all tests and inspection to ensure that material and
workmanship are according to the relevant standards.

8.00.00 BUSHINGS, HOLLOW COLUMN INSULATORS, SUPPORT INSULATORS, AND


DISC INSULATORS

8.01.00 Bushings shall be manufactured and tested in accordance with IS:2099 & IEC:137
while hollow column insulators shall be manufactured and tested in accordance with
IEC 233/IS 5284. The support insulators shall be manufactured and tested as per
IS:2544 / IEC 168/IEC 273. The insulators shall also conform to IEC 815 as
applicable.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 4 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

8.02.00 Support insulators/ bushings/ hollow column insulators shall be designed to have
ample insulation, mechanical strength and rigidity for the conditions under which
they will be used.

8.03.00 Porcelain used shall be homogenous, free from laminations, cavities and other flaws
or imperfections that might affect the mechanical or dielectric quality and shall be
thoroughly vitrified, tough and impervious to moisture. Hollow porcelain should be in
one integral piece in green & fired stage.

8.04.00 Glazing of the porcelain shall be uniform brown in colour, free form blisters, burns
and other similar defects.

8.05.00 When operating at normal rated voltage there shall be no electric discharge between
conductor and insulators which would cause corrosion or injury to conductors or
when operating at normal rated voltage.

8.06.00 The design of the insulator shall be such that stresses due to expansion and
contraction in any part of the insulator shall be lead to deterioration. All ferrous parts
shall be hot dip galvanised.

8.07.00 Contractor shall make available data on all the essential features of design including
the method of assembly of shells and metal parts, number of shells per insulator, the
manner in which mechanical stresses are transmitted through shells to adjacent
parts, provision for meeting expansion stresses, results of corona and thermal shock
tests, recommended working strength and any special design or arrangement
employed to increase life under service conditions.

8.08.00 Post type insulators shall consist of a porcelain part permanently secured in metal
base to be mounted on supporting structures. They shall be capable of being
mounted upright. They shall be designed to withstand all shocks to which they may
be subjected to during operation of the associated equipment.

8.09.00 Bushing porcelain shall be robust and capable of withstanding the internal pressures
likely to occur in service. The design and location of clamps, the shape and the
strength of the porcelain flange securing the bushing to the tank shall be such that
there is no risk of fracture. All portions of the assembled porcelain enclosures and
supports other than gaskets, which may in any way be exposed to the atmosphere
shall be composed of completely non hygroscopic material such as metal or glazed
porcelain.

8.10.00 All iron parts shall be hot dip galvanised and all joints shall be air tight. Surface of
joints shall be trued, porcelain parts by grinding and metal parts by machining.
Insulator/ bushing design shall be such as to ensure a uniform compressive
pressure on the joints.

8.11.00 In accordance with the requirements stipulated under Part-A, bushings, hollow
column insulators and support insulators shall conform to type tests and shall be
subjected to routine tests and acceptance test/ sample test in accordance with
relevant standards.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 5 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

8.12.00 The parameters of bushings/ Hollow column insulators/ support insulators shall
conform to the parameters given in section E0. Insulator shall also meet requirement
of IEC - 815 as applicable, having alternate long & short sheds.

9.00.00 CABINETS, BOXES, KIOSKS, PANELS, ETC.

9.01.00 All types of control cabinets, junction boxes, marshalling boxes, lighting panels,
terminal boxes, operating mechanism boxes, etc. shall generally conform to IS:5039,
IS:8623 and IEC:439 as applicable.

9.02.00 They shall be of painted sheet steel or aluminium. The thickness of sheet steel shall
be 2mm cold rolled or 2.5mm hot rolled. The thickness of aluminium shall be 3mm
and shall provide rigidity. Top of the boxes shall be sloped towards rear of the box.
The paint shall be of grey RAL 9002 on the outside and glossy white inside.
However, the junction and switch boxes shall be of hot dip galvanised sheet steel of
1.6mm thickness.

9.03.00 The cabinets/boxes/kiosks/panels shall be free standing or wall mounting or


pedestal mounting type. They shall have hinged doors with padlocking arrangement.
All doors, removable covers and plates shall be gasketed all around with neoprene
gaskets.

9.04.00 The degree of protection of of all the outdoor boxes shall not be less than IP 55 as
per IS 2147.

9.05.00 The cable entry shall be from bottom, for which removable gasketed cable gland
plates shall be provided.

9.06.00 Suitable 240V, single phase, 50Hz AC heaters with thermostats controlled by switch
and fuse shall be provided to maintain inside temperature 10deg. above the
ambient.

9.07.00 The size of enclosure and the layout of equipment inside shall provide generous
clearances. Each cabinet/box/kiosk/panel shall be provided with a 15A, 240V AC, 2
pole, 3 pin industrial grade receptacle with switch. For incoming supply, MCB of
suitable rating shall be provided. Illumination of each compartment shall be with door
operated incandescent lamp. All control switches shall be of rotary switch type.

9.08.00 Each cabinet/box/kiosk/panel shall be provided with two earthing pads to receive
75mmx12mm GS flat. The connection shall be bolted type with two bolts per pad.
The hinged door shall be connected to body using flexible wire. The
cabinets/boxes/kiosks/panels shall also be provided with danger plate, and internal
wiring diagram pasted on inside of the door. The front label shall be on a 3mm thick
plastic plate with white letters engraved on black background.

10.00.00 BAY MARSHALLING BOX

10.01.00 Each bay of the switchyard shall be provided with a Bay Marshaling Box located at a
convenient location to receive and distribute cables within the bay. It shall meet all
the requirements as specified for cabinets/boxes above.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 6 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

10.02.00 It shall have three separate distinct compartments for following purposes:

- To receive two incoming 415V, three phase, AC supplies controlled by 100A


four pole MCBs with auto changeover provision, and to distribute five (5)
three phase ac supplies controlled by 32A four pole MCBs. It shall also be
provided with 63A, 3 phase 4 pin industrial grade receptacle with rotary
switch.

- To receive three phase incoming from first compartment and to distribute ten
(10) single phase ac supplies controlled by 16A two pole MCBs.

- 120 nos. terminal blocks in vertical formation for interlocking facility.

11.00.00 TERMINAL BLOCKS

11.01.00 They shall be non-disconnecting stud type of extensible design equivalent to Elmex
type CAT-M4.

11.02.00 The terminal blocks shall be of 1100V grade, and rated to continuously carry
maximum expected current. The conducting part shall be tinned or silver plated.

11.03.00 They shall be of moulded, non-inflammable thermosetting plastic. The material shall
not deteriorate with varied conditions of temperature and humidity. The terminal
blocks shall be fully enclosed with removable covers of transparent, non-
deteriorating plastic material. Insulating barriers shall be provided between the
terminal blocks so that the barriers do not hinder the wiring operation without
removing the barriers.

11.04.00 The terminals shall be provided with marking tags for wiring identification.

11.05.00 Unless otherwise required (expected current rating) or specified, terminal blocks
shall be suitable for connecting the following conductors on each side:

All CT & VT circuits - Min. four 2.5 sq.mm. copper flexible conductor

AC & DC power supply - Two 16 sq.mm. aluminium conductor


Circuits

Other control circuits - Min. two 2.5 sq.mm. copper flexible conductor

11.06.00 The terminal blocks for CT and VT secondary leads shall be provided with test links
and isolating facilities. CT secondary leads shall also be provided with short
circuiting and earthing facilities.

12.00.00 WIRING

12.01.00 All wiring shall be carried out with 1100 V grade stranded copper wires. The
minimum size of the stranded conductor used for internal wiring shall be as follows :

(a) All circuits except CT circuits 2.5 sq.mm

(b) CT circuits 4 sq. mm (minimum number of strands shall be 3 per conductor).

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 7 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

12.02.00 All internal wiring shall be securely supported, neatly arranged readily accessible
and connected to equipment terminals and terminal blocks.

12.03.00 Wire terminations shall be made with solderless crimping type of tinned copper lugs
which firmly grip the conductor and insulation. Insulated sleeves shall be provided at
all the wire terminations. Engraved core identification plastic ferrules marked to
correspond with the wiring diagram shall be fitted at both ends of each wire. Ferrules
shall fit tightly on the wires shall not fall off when the wires is disconnected from
terminal blocks.

12.04.00 All wires directly connected to trip circuit breaker shall be distinguished by the
addition of a red coloured unlettered ferrule. Number 6 & 9 shall not be included for
ferrules purposes.

12.05.00 All terminals including spare terminals of auxiliary equipment shall be wired upto
terminal blocks. Each equipment shall have its own central control cabinet in which
all contacts including spare contacts from all poles shall be wired out. Interpole
cabling for all equipment’s shall be carried out by the Contractor.

13.00.00 CABLE GLANDS AND LUGS

13.01.00 Cable glands shall be Double compression type, tinned/Nickel plated (coating
thickness not less than 20 microns in case of tin and 10 to 15 microns in case of
nickel) brass cable glands for all power and control cables. They shall provide dust
and weather proof terminations. They shall comprise of heavy duty brass casting,
machine finished and tinned to avoid corrosion and oxidation. Rubber components
used in cable glands shall be neoprene and of tested quality. Required number of
packing glands to close unused openings in gland plates shall also be provided.

13.02.00 The cable glands shall be tested as per BS:6121. The cable glands shall also be
duly tested for dust proof and weather proof termination.

13.03.00 Cables lugs shall be tinned copper solder less crimping type conforming to IS:8309
and 8394 suitable for aluminum or copper conductor (as applicable). The cable lugs
shall suit the type of terminals provided. The cable lugs shall be of Dowell make or
equivalent.

14.00.00 CONDUITS, PIPES AND ACCESSORIES

14.01.00 The Contractor shall supply and install all rigid conduits, mild steel pipes, flexible
conduits, hume pipes, etc. including all necessary sundry materials, such as tees,
elbows, check nuts, bushing reduces, enlargers, wooden plugs, coupling caps,
nipples, gland sealing fittings, pull boxes, etc.

14.02.00 Rigid conduits shall be heavy duty type, hot dip galvanized conforming to IS:9537
Part-I & II and shall be suitable for heavy mechanical stresses, threaded on both
sides and threaded length shall be protected by zinc rich paint. All rigid conduits/
pipes shall be of reputed make.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 8 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

14.03.00 Flexible conduits shall be heat-resistant lead coated steel, water-leak, fire and rust
proof and shall be of reputed make.

15.00.00 MOTOR CONTROL CENTRE

15.01.00 The 415 Volt motor control centres (if provided separately) shall conform to the
requirements for boxes/cabinets/kiosks. They shall be fixed type, shall be fully
sectionalised and shall be equipped with load break switches. Motor feeders shall be
provided with isolating switch fuse unit and Contractor with thermal overload relay
and single phase protection. The motor Contractor shall have one normally open
auxiliary contact for alarm purposes. The motor control circuit shall be independent
from all other control circuits.

15.02.00 Isolating Switches

The incoming power supply isolating switch operation handle shall be interlocked
with the control cabinet door as to prevent opening of door when main switch is
closed. Device for by passing the door interlock shall also be provided. Switch
handle shall have provision for locking in both fully open and fully closed positions.

15.03.00 Fuses

All fuses shall be of the HRC cartridge type, conforming to IS:2208 and suitable to
mount on plugin type of fuse bases. Fuses shall be provided with visible operation
indicators to show that they have operated. All accessible live connections shall be
adequately shrouded, and it shall be possible to change fuses with the circuit alive,
without danger of contact with live conductor. Insulated fuse pulling handle shall be
supplied with each control cabinet.

16.00.00 MOTORS

16.01.00 Motors shall be “Squirrel Cage” three phase induction motors of sufficient size
capable of satisfactory operation for the application and duty as required for the
driven equipment and shall conform to type tests and shall be subjected to routine
tests as per applicable standards.

16.02.00 Enclosures

(a) For motors to be installed outdoor, the motor enclosure shall have degree of
protection IP:55. For motors to be installed indoor, i.e. inside a box, the motor
enclosure shall be dust proof equivalent to IP:44.

(b) Two independent earthing points shall be provided on opposite sides of the
motor for bolted connection of earthing conductor.

(c) Motors shall have drain plugs so located that they will drain water resulting
condensation or other causes from all pockets in the motor casing.

(d) Motors weighing more than 25 kg shall be provided with eyebolts, lugs or
other means or facility for lifting.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 9 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

16.03.00 Operational Features :

(a) Continuous motor ratings (name plate rating) shall be at least suitable for the
driven equipment at design duty operating point of driven equipment that will
arise in service.

(b) Motors shall be capable of giving rated output without reduction in the
expected life span when operated continuously in the given system.

16.04.00 Starting Requirements

(a) All induction motors shall be suitable for full voltage direct on-line starting.
These shall be capable of starting and accelerating to the rated speed
alongwith the driven equipment without exceeding the acceptable winding
temperature even when the supply voltage drops.

(b) Motors shall be capable of withstanding the electrodynamic stresses and


heating imposed if it is started at a voltage of 110% of the rated value.

(c) The locked rotor current shall not exceed six(6) times the rated full load
current for all motors subject to tolerance given in IS:325.

(d) Motors when started with driven equipment imposing full staring torque and
supply voltage conditions specified shall be capable of withstanding at least
two successive starts from cold condition at room temperature and one start
from hot condition without injurious heating of winding. The motors shall also
be suitable for three equally spread starts per hour under the above referred
supply condition.

(e) The locked rotor withstand time under hot condition at 110% of rated voltage
shall be more than starting time with the driven equipment of minimum
permissible voltage by a least two seconds or 15% of the accelerating time
whichever is greater. In case it is not possible to meet the above
requirement, the Contractor shall offer centrifugal type speed switch mounted
on the motor shaft which shall remain closed for speeds lower than 20% and
open for speeds above 20% of the rated. The speed switch shall be capable
of withstanding 120% of the rated speed in either directions of rotation.

16.05.00 The maximum permissible temperature rise over the ambient temperature shall be
within the limits specified in IS:325 (for 3 phase induction motors) after adjustment
due to increased ambient temperature specified.

16.06.00 The double amplitude of motor vibration shall be within the limits specified in IS:729.
Vibration shall also be within the limits specified by the relevant standard for the
driven equipment when measured at the motor bearings.

16.07.00 All the induction motors shall be capable of running at 80% of rated voltage for a
period of 5 minutes.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 10 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
REQUIREMENTS OF AUXILIARY ITEMS (E12)

17.00.00 AUXILIARY SWITCH

The auxiliary switch shall conform of following type tests:

(a) Electrical endurance test - A minimum of 1000 operations for 2A. D.C. with a
time constant greater than or equal to 20 milliseconds with a subsequent
examination of mV drop/ visual defects/ temperature rise test.

(b) Mechanical endurance test - A minimum of 5000 operations with a


subsequent checking of contact pressure test/ visual examination

(c) Heat run test on contacts

(d) IR/HV test, etc.

18.00.00 TYPE TESTS

All equipment with their terminal connectors, control cabinets, main protective relays,
etc. as well as insulators, insulator strings with hardwares, clamps and connectors,
marshalling boxes, etc., shall conform to type tests and shall be subjected to routine
and acceptance tests in accordance with the requirements stipulated under
respective equipment sections.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E12 PAGE 11 OF 11
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E13

INSTALLATION (COMMON)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

1.00.00 EARTHING

The earthing shall be done in accordance with requirements given in Annexure-I of


this section and drawing enclosed with the specifications. Earthing of panels shall be
done in line with the requirements given in respective equipment section of this
specification.

2.00.00 CIVIL WORKS

The civil works shall be done in accordance with requirements stipulated under
Part-B, Section C-0 of this specification.

3.00.00 STRUCTURAL STEEL WORKS

The structural steel works shall be done in accordance with requirements stipulated
under Part-B, Section-C-0 of this specification.

4.00.00 BAY EQUIPMENT

4.01.00 The disposition of equipment to be supplied are shown in enclosed single line
diagrams and layout drawings.

4.02.00 The Contractor shall prepare layout drawings and submit the same for approval of
the Employer. The approval of drawing shall not absolve Contractor from his
responsibility regarding designing & engineering of switchyard and Contractor shall
be fully responsible for all works covered in the scope of this specification.

5.00.00 LIGHTNING PROTECTION

5.01.00 Direct stroke lightning protection (DSLP) shall be provided in the switchyard by
shield wires.

5.02.00 Lightning protection System down conductors shall not be connected to other
conductors above ground level. Also no intermediate earthing connection shall be
made to Surge arrester and Voltage Transformer, earthing leads for which shall be
directly connected to rod electrode.

5.03.00 Every down conductor shall be provided with a test joint at about 150mm above
ground level. The test joint shall be directly connected to the earthing system.

5.04.00 The lightning protection system shall not be in direct contact with underground
metallic service ducts and cables.

6.00.00 EQUIPMENT ERECTION NOTES

(a) All support insulators, circuit breaker interrupters and other fragile equipment
shall be handled with cranes with suitable booms and handling capacity.

(b) Where, assemblies are supplied in more than one section, Contractor shall
make all necessary mechanical and electrical connections between sections

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 1 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

including the connection between buses. Contractor shall also do necessary


adjustments/alignments necessary for proper operation of circuit breakers,
isolators and their operating mechanisms. All components shall be protected
against damage during unloading, transportation, storage, installation, testing
and commissioning. Any equipment damaged due to negligence or
carelessness or otherwise shall be replaced by the Contractor at his own
expense. The contractor shall strictly follow manufacturer’s recommendations
for handling and erection of equipment.

(c) The slings shall be of sufficient length to avoid any damage to insulator due
to excessive swing, scratching by sling ropes etc. Handling equipment, sling
ropes etc. should be tested before erection and periodically thereafter for
strength.

(d) Bending of piping should be done by a bending machine and through cold
bending only. Bending shall be such that inner diameter of pipe is not
reduced. The pipes shall be thoroughly cleaned before installation.

(e) Cutting of the pipes wherever required shall be such as to avoid flaring of the
ends. Hence only a proper pipe cutting tool shall be used. Hack saw shall not
be used.

(f) For cleaning the inside and outside of hollow insulators only Muslin or leather
cloth shall be used.

7.00.00 STORAGE OF EQUIPMENT

Contractor is responsible for the proper storage and maintenance of all


materials/equipment entrusted to him. The Contractor shall provide & construct
adequate storage shed for proper storage of equipment. Sensitive equipment shall
be stored indoors. All equipment during storage shall be protected against damage
due to acts of nature or accidents. Contractor shall take all required steps to carryout
subsequent inspection of materials/equipment stored as well as erected until the
same is taken over by the Employer. The storage instructions of the equipment
manufacturers/Engineer-in-Charge shall be strictly adhered to.

8.00.00 JUNCTION BOXES

Contractor shall supply and install junction boxes complete with terminals as
required. The brackets, bolts, nuts and screws required for the erection are included
in the scope of Contractor. The junction boxes shall conform to the requirements of
Section E-12.

9.00.00 CABLE TAGS AND MARKERS

9.01.00 Each cable and conduit run shall be tagged with numbers that appear in the cable
and conduit schedule.

9.02.00 The tag shall be of aluminium with the number punched on it and securely attached
to the cable conduit by not less than two turns of 20 SWG GI wire conforming to IS:

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 2 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

280. Cable tags shall be of rectangular shape for power cables and of circular shape
for control cables.

9.03.00 Location of cables laid directly underground shall be clearly indicated with cable
marker made of galvanised iron plate.

9.04.00 Location of underground cable joints shall be indicated with cable marker with an
additional inscription “Cable joint”.

9.05.00 The marker shall project 150mm above ground and shall be spaced at an interval 30
meters and at every change in direction. They shall be located on both sides of road
and drain crossings.

9.06.00 Cable tags shall be provided on all cables at each end (just before entering the
equipment enclosure), on both sides of a wall or floor crossing, on each duct/conduit
entry. Cable tags shall be provided inside the switchgear, motor control centres,
control and relay panels etc., wherever required for cable identification, such as
where a number of cables enter together through a gland plate.

9.07.00 The cable tags and markers are included in the scope of the Contractor.

9.08.00 Specific requirements for cabling, wiring ferrules as covered in respective equipment
section shall also be complied with.

10.00.00 STORAGE AND HANDLING OF CABLE DRUMS

Cable drums shall be unloaded, handled and stored in an approved manner and
rolling of drums shall be avoided as far as practicable. For short distances, the
drums may be rolled provided they are rolled slowly and in proper direction as
marked on the drum. In absence of any indication the drums may be rolled in the
same direction it was rolled during taking up the cables.

11.00.00 CABLE TERMINATIONS AND CONNECTIONS

11.01.00 The termination and connection of cables shall be done strictly in accordance with
cable and termination kit manufacturer’s instructions, drawing and/or as directed by
the Employer.

11.02.00 The work shall include all clamping, fittings, fixing, plumbing, soldering, drilling,
cutting, taping, heat shrinking(where applicable), connecting to cable terminal,
shorting and grounding as required to complete the job.

11.03.00 All consumable materials are included in the scope of the Contractor.

11.04.00 The equipment will be generally provided with undrilled gland plates for
cables/conduit entry. The Contractor shall be responsible for drilling of gland plates,
painting and touching up. Holes shall not be made by gas cutting.

11.05.00 The contractor shall tag/ferrule the control cable cores at all terminations, as
instructed by the Employer. In panels where a large number of cables are to be

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 3 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

terminated and cable identification may be difficult, each core ferrule may include the
complete cable number as well.

11.06.00 Spare cores shall be similarly tagged with cable numbers and coiled up.

11.07.00 Control cables shall have stranded copper conductor. Bare portion of the solid
conductors shall be tinned after removing the insulation and shall be terminated
directly without using cable lugs.

11.08.00 All cable entry points shall be sealed and made vermin and dust proof. Unused
openings shall be effectively closed.

11.09.00 If the cable end box or terminal enclosure provided on the equipment is found
unsuitable and requires modification, the same shall be carried out by the Contractor
as directed by the Employer.

11.10.00 Directly Buried Cables

11.10.01 The Contractor shall construct the cable trenches required for directly buried cables.
The scope of work for construction of cable trenches for cables shall include
excavation, preparation of sand bedding, soil cover, supply and installation of brick
or concrete protective covers, back filling and reaming, supply and installation of
route markers and joint markers.

11.10.02 Laying the cable and providing protective covering shall be as per approved
drawing.

11.11.00 Installation of Cables

11.11.01 Power and control cables shall be laid in separate trays/tiers. The order of laying of
various cables shall be as follows, for cables other than directly buried:

(a) Power cables on top trays/tiers.

(b) Control, instrumentation and other service cables in bottom trays/tiers.

11.11.02 Single core cables in trefoil formation shall be laid with a distance of three times the
diameter of cable between trefoil centre lines. All power cables shall be laid with a
minimum centre to centre distance equal to twice the diameter of the cable.

11.11.03 Power and control cables shall be securely fixed to the trays/supports. Trefoil
clamps for single core cables shall be pressure die-cast aluminium (LM-6), Nylon-6
or fibre glass and shall include necessary fixing GI nuts, bolts, washer, etc. These
are required at every 2 metre of cable runs. Vertical and inclined cable runs shall be
secured with 25mm wide and 2mm thick aluminium strip clamps at every 2m.
Horizontal runs in cable trays and trenches shall be secured using 4mm nylon cord
at every 2m.

11.11.04 Cables shall not be bent below the minimum permissible limit. The permissible limits
are as follows :

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 4 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

(a) Type of cable & voltage grade Minimum bending radius

(b) Power cable 12 D

(c) Control cables 10 D

Where D is overall diameter of cable.

11.11.05 Where cables cross roads, drains and rail tracks, the cables shall be laid in
reinforced spun concrete or steel pipes, burried at not less than one metre depth.

11.11.06 In each cable run some extra length shall be kept at a suitable point to enable one
(for LT Cables ) or two (for H.T cables) straight through joints to be made, should the
cable develop fault at a later date.

11.11.07 Selection of cable drums for each run shall be so planned as to avoid using straight
through joints. In case joints are necessary the same shall be supplied by the
Contractor. Cable splices will not be permitted except where called for by the
drawings, unavoidable or where permitted by the Employer.

11.11.08 Control cable terminations inside equipment enclosures shall have sufficient lengths
so that switching of termination in terminal blocks can be done without requiring any
splicing.

11.11.09 Metal screen and armour of the cable shall be bonded to the earthing system of the
station, wherever required.

11.11.10 Rollers shall be used at intervals of about 2.0 metres, while pulling cables.

11.11.11 All due care shall be taken during unreeling, laying and termination of cable to avoid
damage due to twist, kink, sharp bends etc.

11.11.12 Cable ends shall be kept sealed to prevent damage.

11.11.13 Inspection on receipt, unloading and handling of cables shall generally be in


accordance with IS: 1255 and other Indian Standard Codes of practices.

11.11.14 Wherever cables pass through floor or through wall openings or other partitions, wall
sleeves with bushes having a smooth curved internal surface so as not to damage
the cables, shall be supplied, installed and properly sealed by the Contractor at no
extra charges.

11.11.15 The erection work shall be carried out in a neat workmanlike manner and the areas
of work shall be cleaned of all scrap materials, etc. after the completion of work in
each area every day. Contractor shall remove the RCC/steel bench covers before
taking up the work and shall replace all the trench covers after the erection work in
that particular area is completed or when further work is not likely to be taken up for
some time.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 5 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

11.11.16 Contractor shall furnish three copies of the report on work carried out in a particular
week, such as cable numbers and a date on which laid, actual length and route,
testing carried out, alongwith the marked up copy of the cable schedule and
interconnection drawing wherever any modifications are made.

11.11.17 Contractor shall paint the tray identification number on each run of trays at an
interval of 10m.

11.11.18 In case any part of a cable is damaged, the same shall be replaced by a healthy
cable, at no extra cost.

11.11.19 All cable terminations shall be appropriately tightened to ensure secure and reliable
connections. The Contractor shall cover the exposed part of all cable lugs whether
supplied by him or not with insulating tape, sleeve or paint.

11.12.00 Conduits, Pipes and Duct Installation

11.12.01 Contractor shall supply all conduits, pipes and ducts as specified and to be shown in
detailed engineering drawing. Flexible conduit shall be used between junction box
and equipment terminal boxes or as per requirement. Where vibration is anticipated,
the flexible conduit shall be as per the relevant IS.

11.12.02 Contractor shall have his own facility for bending, cutting and threading the conduits
at site. Cold bending should be used. All cuts & threaded ends shall be made
smooth without leaving any sharp edges. Anti corrosive paint shall be applied at all
field threaded portions. The Contractor shall supply and apply this protective
material.

11.12.03 All conduit/pipes shall be extended on both sides of wall/floor/openings. Exposed


conduits/pipes shall be adequately clamped at an interval of about 2m. The
fabrication and installation of supports and the clamping shall be included in the
scope of work by Contractor.

11.12.04 When two lengths of conduits are joined together through a coupling, running
threads equal to twice the length of coupling shall be provided on any length to
facilitate easy dismantling of two conduits.

11.12.05 Conduit installation shall be permanently connected to earth by means of special


approved type of earthing clamps. G.I. Pull wire of adequate size shall be laid in all
conduits before installation.

11.12.06 Each conduit run shall be painted with its designation as indicated on the drawings,
such that it can be identified at each end.

11.12.07 Embedded conduits shall have a minimum concrete cover of 50mm. Positioning and
ensuring proper alignment during concrete by other agencies shall be the
responsibility of the Contractor.

11.12.08 Conduit runs sleeves shall be provided with the bushings at each end.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 6 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

11.12.09 Metallic conduit runs at termination shall have two locknuts and a bushing for
connection. Flexible conduits shall also be suitably clamped at each end. Bushings
shall have rounded edges so as not to damage the cables.

11.12.10 Where embedded conduits turn upwards from a slab or fill, the termination
dimensions shown on the drawings, if any, shall be taken to represent the position of
the straight extension of the conduit external to and immediately following the bend.
At least one half the arc length of the bend shall be embedded.

11.12.11 For underground runs, Contractor shall excavate and back fill as necessary.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 7 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

ANNEXURE-I
Page 1 of 4

EARTHING NOTES

1.00.00 GENERAL

1.01.00 The quantity of Earthing conductor shall be determined by the contractor. Exact
location of earthing connections shall be designed to suit the site conditions.

1.02.00 Neutral points of systems of different voltages, metallic enclosures and frame works
associated with all current carrying equipments and extraneous metal works
associated with electric system shall be connected to a single earthing system
unless stipulated otherwise.

1.03.00 Earthing system installation shall be in strict accordance with the latest editions of
Indian Electricity Rules, relevant Indian Standards and Codes of practice and
Regulations existing in the locality where the system is installed.

1.04.00 Bolts and nuts required for earthing all main equipment structures and for connecting
with earthing system as explained above shall be in the scope of the Contractor.

2.00.00 DETAILS OF EARTHING SYSTEM

Item Size Material

Main Earthing conductor 40mm dia rod Mild steel rod

Conductor above ground & 75 x 12mm Galvanized


earthing leads or 50 x 6mm steel flat
(for equipment)

Rod Electrode 40mm dia, Mild steel rod


3000mm long

G.I. Earthwire 7/8 SWG GI

3.00.00 EARTHING CONDUCTOR LAYOUT

3.01.00 Earthing conductors in outdoor areas shall be burried atleast 600mm below finished
grade level unless stated otherwise.

3.02.00 Minimum 6000mm spacing between rod electrodes shall be provided unless
stipulated otherwise.

3.03.00 Wherever earthing conductors cross cable trenches, underground service ducts,
pipes, tunnels, railway tracks etc., it shall be laid atleast 300mm below them and
shall be re-routed in case it fouls with equipment/structure foundations.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 8 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

ANNEXURE-I
Page 2 of 4

3.04.00 Tap connections from the earthing grid to the equipment/structure to be earthed,
shall be terminated on the earthing terminals of the equipment/structure, if the
equipment is available at the time of laying the grid. Otherwise, “earth insert” with
temporary wooden cover or “earth riser” shall be provided near the equipment
foundation/pedestal for future connections to the equipment earthing terminals.

3.05.00 Earthing conductor along their run on cable trenches, trays, ladders, columns,
beams, walls, etc. shall be supported by suitable welding/cleating at intervals of
750mm. Earthing conductors along cable trenches shall be on the wall nearer to the
equipment. Wherever it passes through walls, floors etc. galvanized iron sleeves
shall be provided for the passage of the conductor. Both ends of the sleeves shall
be sealed to prevent the passage of water through the sleeves.

3.06.00 Earthing conductor around the building shall be buried in earth at a minimum
distance of 1500mm from the outer boundary of the building. In case high
temperature is encountered at some location, the earthing conductor shall be laid
minimum 1500mm away from such location.

3.07.00 In outdoor areas, tap connections shall be brought 300mm above ground level for
making connections in future, in case equipment is not available at the time of grid
installations.

3.08.00 Earthing conductors crossing the road shall be either installed in hume pipes or laid
at greater depth to suit the site conditions.

3.09.00 Earthing conductors embedded in the concrete fibre shall have approximately 50mm
concrete cover.

4.00.00 EQUIPMENT AND STRUCTURE EARTHING

4.01.00 The connection between earthing pads and the earthing grid shall be made by short
and direct earthing leads free from kinks and splices. In case earthing pads are not
provided on the item to be earthed, same shall be provided in consultation with
engineer.

4.02.00 Metallic pipes, conduits and cable tray sections for cable installation shall be bonded
to ensure electrical continuity and connected to earthing conductors at regular
interval. Apart from intermediate connections, beginning points shall also be
connected to earthing system.

4.03.00 Metallic conduits shall not be used as earth continuity conductor.

4.04.00 A separate earthing conductor shall be provided for earthing lighting fixtures, lighting
poles, receptacles, switches, junction boxes, lighting conduits, etc.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 9 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

ANNEXURE-I
Page 3 of 4

4.05.00 Wherever earthing conductor crosses or runs along metallic structures such as gas,
water, steam, conduits, etc. and steel reinforcement in concrete it shall be bonded to
the same.

4.06.00 Cable and cable boxes/glands, lockout switches etc. shall be connected to the
earthing conductor running alongwith the supply cable which, in turn, shall be
connected to earthing grid conductor at minimum two points, whether specifically
shown or not.

4.07.00 Railway tracks within switchyard area shall be bonded across fish plates and
connected to earthing grid at several locations.

4.08.00 Earthing conductor shall be burried 2000mm outside the switchyard fence. Every
post of the fence and gates shall be connected to earthing loop by one lead.

4.09.00 Flexible earthing connectors shall be provided where flexible conduits are connected
to rigid conduits to ensure continuity.

4.10.00 Equipment earthing (Riser & welding of two conductors) shall be done as per
enclosed sketch. ( Drg. No. 5505-500-POE-A-11)

5.00.00 JOINTING

5.01.00 Earthing connections with equipment earthing pads shall be of bolted type. Contact
surfaces shall be free from scales, paint, enamel, grease, rust or dirt. Two bolts
shall be provided for making each connection. Equipment bolted connections, after
being checked and tested, shall be painted with anti-corrosive paint/compound.

5.02.00 Connection between equipment earthing lead and between main earthing
conductors shall be welded/brazed type. For rust protections, the welds should be
treated with red lead oxide and afterwards thickly coated with bitumen compound to
prevent corrosion.

5.03.00 Steel to copper connections shall be brazed type and shall be treated to prevent
moisture ingression.

5.04.00 Resistance of the joint shall not be more than the resistance of the equivalent length
of the conductor.

5.05.00 All ground connections shall be made by electric arc welding. All welded joints shall
be allowed to cool down gradually to atmospheric temperature before putting any
load on it. Artificial cooling shall not be allowed.

5.06.00 Bending of large diameter rod/thick conductor shall be done preferably by gas
heating.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 10 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

ANNEXURE-I
Page 4 of 4

5.07.00 All arc welding with large diameter conductors shall be done with low hydrogen
content electrodes.

6.00.00 POWER CABLE EARTHING

Metallic sheaths and armour of all multi core power cables shall be earthed at both
equipment and switchgear end. Sheath and armour of single core power cables
shall be earthed at switchgear end only.

7.00.00 SPECIFIC REQUIREMENT FOR EARTHING SYSTEMS

7.01.00 Earthing terminal of each surge arrester, capacitor voltage transformer and lightning
down conductors shall be directly connected to rod electrode which in turn, shall be
connected to Main earthing grid.

7.02.00 Earthing mat comprising of closely spaced (300mm x 300mm) conductors shall be
provided below the operating handles of the isolators.

7.03.00 For specific requirements for earthing at panel refer to Section- E-10,Statioin
Automation System of this specification.

8.00.00 SPECIFIC REQUIREMENTS FOR LIGHTNING PROTECTION SYSTEM

8.01.00 Conductors of the lightning protection system shall not be connected with the
conductors of the safety earthing system above ground level.

8.02.00 Down conductors shall be cleated on the structures at 2000mm interval.

8.03.00 Connection between each down conductor and rod electrodes shall be made via test
joint located approximately 150mm above ground level.

8.04.00 Lightning conductors shall not pass through or run inside G.I. conduits.

8.05.00 Lightning protection system installation shall be in strict accordance with the latest
editions of Indian Electricity Rules, Indian Standards and Codes of practice and
Regulations existing in the locality where the system is installed.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 11 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

PROCEDURE FOR NON DESTRUCTIVE TESTING

A. LIQUID PENETRANT EXAMINATION OF WELDED JOINTS

(a) Evaluation of indications:

Relevant indications are those which result from mechanical


discontinuities. Rounded indications or indications which are circular
or elliptical with the length less than three times the width.

Linear indications are those indications in which the length is more


than three times the width.

Any questionable or doubtful indications, shall be retested to verify


whether or not actual defects are present.

Localised surface imperfections, such as may occur from machining


marks, surface conditions, may procedure similar indications which
are not relevant to the detection of unacceptable discontinuities.

(b) Acceptance standards

All surfaces to be examined shall be free of linear indications.

Four or more rounded defects with any dimensions more than 1.6mm
in a line separated by 1.16 inch (1.6mm) or less (edge to edge).

(c) Defect removal and repair

Unacceptable imperfections shall be removed and re-examination


made to assure the complete removal. Whenever a defect is
removed and subsequent repair by welding is not required, the
excavated area shall be blended into the surrounding surface so as to
avoid sharp notches, crevices or corners. Where welding is required
after removal of a defect, the area shall be cleaned and welding
performed in accordance with a qualified welding procedure.
Completed repairs shall be re-examined by the method originally
used for detection of the defect.

(d) Treatment of imperfections believed non-relevant

Any indication of an imperfection which is believed to be non-relevant


shall be regarded as a defect unless, on re-evaluation, it is shown by
re-examination by the same method or by the use of other non-
destructive methods and/or by surface conditioning that no
unacceptable defect is present.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 12 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

(e) Examination of areas from which defects have been removed

After a defect is thought to have been removed and prior to making


weld repairs, the area shall be examined by suitable methods to
ensure the defect has been eliminated.

(f) Re-examination of repaired area

After repairs are made, the repaired areas shall be blended.

B. RADIOAGRAPHIC EXAMINATION OF WELDED JOINTS

Radiographic examination shall cover minimum 10% of weld seam and


acceptance standard for visual examination and Radiography shall be as
follows:

Any of the following imperfections shall not be acceptable:

(i) Cracks

(ii) Zone of incomplete fusion or penetration, which exceed 10% of the


weld length of the joint. In longitudinal or transverse butt weld, where
full penetration is intended by the weld procedure, some lack of
penetration is acceptable. The total length of weld with lack of
penetration shall not exceed 10% of the overall weld length. At no
place, shall weld penetration be less than 90% of the thickness of the
material. Continuous occurrence of lack of penetration is permitted,
but shall not exceed 50mm in any 500mm length of weld.

(iii) Inadequate weld dimensions, Root Cavity (shrinkage) and


incompletely filled groove greater than 10% effective throat thickness.

(iv) Excess penetration shall be permitted provided it does not exceed


25% of the wall thickness or 4mm whichever is smaller.

(v) Weld reinforcement:

Build up in excess of 25% of the effective throat thickness shall be


dressed. Any reinforcement shall be substantially symmetrical about
the centreline of the weld and shall be of smooth contour blending
smoothly at the toes with the parent material.

(vi) Undercutting and overlapping greater than 10% effective throat


thickness.

(vii) Elongated cavities and/or worm holes exceeding 3mm dia or


equivalent area in length provided the limitations on porosity are met
with.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 13 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

(viii) Copper, tungsten or oxide inclusions greater than t/4 or 3mm dia or
its equivalent area, whichever is smaller.

(ix) Crater pipes exceeding 25% effective throat thickness or 3mm


whichever is smaller.

(x) Porosity:

Scattered porosity not exceeding 0.5% by volume is acceptable. In


general, the size of the pores shall not exceed 0.8mm dia, but
occasional 1.6mm dia pores may be acceptable, provided the
following limits are not exceeded:

Where pore size is 0.4mm or less, upto 150t pores may be permitted
in 1000mm sq. area or radiograph.

Where pore size is 0.8 mm dia or less, upto 19t pores may be
permitted in 1000mm sq. area or radiograph.

Where pore sizes are generally 0.8mm dia or less, but occasional
1.6mm dia pores are present, upto 9t of 0.8mm dia may be permitted
in 1000mm sq. area of radiograph, provided the number of pores upto
1.6mm in dia does not exceed it.

However, visible surface porosity > 1mm dia is not acceptable.

Note:

In all cases, t = thickness of the thinnest section of the weld under


examination.

Unacceptable weld defects shall be repaired in accordance with the


original welding procedure. All repairs shall be 100% inspected in
accordance with original testing procedure.

Erection Drawings to be submitted by the Contractor

1. Single line diagram

2. Switchyard layout (Plan & Section)

3. Equipment & Foundation Cable trench layout

4. Structural Arrangement Drawing

5. Earthmat Layout

6. Composite G.A. Drawing

7. Clearance Diagram

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 14 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
INSTALLATION (E13)

8. Cable Trench Sections

9. Equipment Earthing details

10. Welding Details

11. All Design Calculations

12. G.A. of Clamps and Connectors Drawings

13. G.A. and Part Drawing of Insulator String and Hardware

14. G.A. and Schematics of all Marshalling Kiosks and cabinets

15. Data Sheets and Drawings of all Other Miscellaneous Items

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION PART-B


POWER PROJECT (4 X 130 MW) SECTION-VI CHAPTER - E13 PAGE 15 OF 15
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-E14

SITE TESTING AND COMMISSIONING


(COMMON)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO SITE TESTING AND COMMISSIONING (E14)

1.00.00 INTRODUCTION

An indicative list of tests is given below. Contractor shall perform any additional test
based on specialities of the items as per the field QP/ instructions of the equipment
supplier or Employer without any extra cost to the Employer. The Contractor shall
arrange all instruments required for conducting these tests alongwith calibration
certificates and shall furnish the list of instruments to the Employer for approval.

2.00.00 GENERAL CHECKS

(a) Check for physical damage.

(b) Visual examination of zinc coating/ plating

(c) Check from name plate that all items are as per order/ specification.

(d) Check tightness of all bolts, clamps and connecting terminals using toque
wrenches.

(e) For oil filled equipment check for oil leakage, if any. Also check oil level and
top up.

(f) Check ground connections for quality of weld and application of zinc rich
paint over weld joint of galvanized surfaces.

(g) Check cleanliness of insulator and bushings.

(h) All checks and tests specified by the manufactures in their drawings and
manuals as well as all tests specified in the relevant code of erection.

(i) Check for surface finish of grading rings (corona control ring.)

(j) Pressure test on all pneumatic lines at 1.5 times the rated pressure shall be
conducted.

3.00.00 ISOLATORS

(a) Insulation resistance of each pole

(b) Manual and electrical operation on interlocks

(c) Insulation resistance of control circuits and motors.

(d) Ground connections

(e) Contact resistance

(f) Proper alignment to minimise the vibration to the extreme possible during
operation.

(g) Measurement of operating torque for disconnector and Earth switch

(h) Resistance of operating and interlocking coils.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 1 OF 3
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E14
BID DOC NO.: CS-5505-500-2
CLAUSE NO SITE TESTING AND COMMISSIONING (E14)

4.00.00 CURRENT TRANSFORMERS

(a) Insulation Resistance Test

(b) Polarity test.

(c) Ratio identification test-checking of all ratios on all cores by primary injection
of current.

(d) Magnetising characteristics test.

5.00.00 VOLTAGE TRANSFORMERS

(a) Insulation resistance test

(b) Polarity test

(c) Ratio test

6.00.00 SURGE ARRESTER

(a) Grading leakage current

(b) Resistance of ground connection.

7.00.00 WAVE TRAP

(a) Insulation resistance test.

(b) Visual check.

8.00.00 SUBSTATION AUTOMATION SYSTEM

The tests as listed under chapter E10 shall be carried out.

9.00.00 STATION EARTHING

(a) Check soil resistivity

(b) Check continuity of grid wires

(c) Check earth resistance of the entire grid as well as various sections of the
same.

(d) Check for weld joint and application of zinc rich paint on galvanised surface.

(e) Dip test on earth conductor prior to use.

10.00.00 CONDUCTOR STRINGING AND POWER CONNECTORS

(a) Physical check for finish

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 2 OF 3
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E14
BID DOC NO.: CS-5505-500-2
CLAUSE NO SITE TESTING AND COMMISSIONING (E14)

(b) Electrical clearance check

(c) Testing of torque by torque by torque wrenches on all bus power connectors
and other accessories.

(d) Milli volt drop test on all power connectors.

(e) Sag and tension check on conductors.

11.00.00 INSULATORS

Visual examination for finish damage, creepage distance, etc.

12.00.00 CHECKS AFTER COMMISSIONING

(a) Thermal scan of all connections.

(b) Night vision corona check.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-B PAGE 3 OF 3
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER - E14
BID DOC NO.: CS-5505-500-2
PART-B

SUB-SECTION-C0

TECHNICAL SPECIFICATION

CIVIL WORKS

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

TECHNICAL SPECIFICATION - CIVIL WORKS

1.00.00 GENERAL REQUIREMENTS


1.01.00 This chapter includes the technical requirements for 400 KV Switchyard at Tapovan
Vishnugad HEPP, including associated design and preparation of all civil & structural
drawings and execution of all associated civil works. This Chapter deals mainly with
technical specifications for the design, supervision and construction of complete civil
& structural works complete under the scope of this contract.

1.02.00 The specifications are intended for general description of work, quality and
workmanship. The specifications are not however exhaustive to cover minute details
and the work shall be executed according to relevant latest Indian Standards / IRC
or IRS Specifications. In the absence of the above, the work shall be executed
according to the best prevailing practices in the trade, recommendations of relevant
American or British Standards or to the instructions of Project Manager. The IS
standards / IRC or IRS specifications to be followed are mentioned in the technical
specifications attached hereto. They shall be latest edition / version of the same
issued 15 days prior to the date of opening of this tender. The Bidder is expected to
get himself clarified on any doubts about the specifications etc. before bidding, and
the discussions recorded in writing with the Employer in respect of interpretation of
any portion of this document.

The contractor shall take all necessary precautions to protect all the existing
equipments, structures, facilities & buildings etc. from damage. In case any damage
occurs due to the activities of the Contractor on account of negligence, ignorance,
accidental or any other reason whatsoever, the damage shall be made good by the
Contractor at his own cost to the satisfaction of the Project Manager. The Contractor
shall also take all necessary safety measures, at his own cost, to avoid any harm /
injury to his workers and staff from the equipment & facilities of the power station.

During the progress of work, the Project Manager will exercise supervision of the
work to ensure that the technical provisions of the contract are being followed and
the work is being executed accurately and properly. However, such supervision shall
in no way relieve the Contractor of the responsibility for executing the work in
accordance with the specifications.

Before submitting the bid, the Bidder shall inspect and examine the site and its
surroundings and shall satisfy himself as to the nature of the ground and subsoil, the
availability of materials necessary for completion of the work, means of access to
site and in general shall himself obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect his offer. No
extra claim consequent on any misunderstanding or otherwise shall be allowed.

2.00.00 LAYOUT AND LEVELS

The layout and levels of all structures etc. shall be made by the Contractor at his
own cost from the general grid of the plot and bench marks given by the Project
Manager. The Contractor shall give all help in instruments, material and men to the
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 1 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

Project Manager, at no extra cost, for checking the detailed layout & correctness of
the layout and levels. However the Contractor shall be solely responsible for their
correctness.

3.00.00 CODES AND STANDARDS

3.01.00 All standards, specifications, acts and code of practice referred to herein shall be the
latest editions including all applicable official amendments and revisions.

3.02.00 In case of conflict between this specification and those ( IS standards, codes etc. )
referred to here - in, the former shall prevail.

3.03.00 Some of the relevant Indian standards, Acts and Codes are referred to here below :

(a.) EXCAVATION AND FILLING


IS : 2720 (Part – II, IV TO VIII, XIV, XXI, XXIII, XXIV, XXVII TO XXIX, XL)

Methods of test for soils - determination for water content etc.

IS : 4701 Code of practice for earth work on canals.


IS : 9758 Guide lines for Dewatering during construction
IS : 10379 Code of practice for field control of moisture and compaction
of soils for embankment and sub - grade.
(b.) PROPERTIES, STORAGE AND HANDLING OF COMMON BUILDING
MATERIALS
IS : 280 Specification for mild steel wire for general engineering
purposes.

IS : 456 Code of practice for plain and reinforced concrete.

IS : 457 Code of practice for general construction of plain &


reinforced concrete for dams & other massive structures.

IS : 516 Method of test for strength of concrete.

IS : 650 Specification for standard sand for testing of cement.

IS : 1199 Methods of sampling and analysis of concrete.

IS : 1791 General requirements for batch type concrete mixers.

IS : 1838 Specification for preformed fillers for expansion


(Part - I) joints in concrete pavements and structures (non - extruding
and resilient type).

IS : 2438 Specification for roller pan mixer.


TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 2 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 2502 Code of practice for bending and fixing of bars for concrete
reinforcement.

IS : 2505 General requirements for concrete vibrators, immersion type.

IS : 2506 General requirements for concrete vibrators, screed board


type.

IS : 2514 Specification for concrete vibrating tables.

IS : 2645 Specification for Integral cement water proofing compounds.

IS : 2722 Specification for portable swing weigh batches for concrete.


(single and double bucket type)

IS : 2750 Specification for Steel scaffolding.

IS : 2751 Code of practice for welding of mild steel plain and deformed
bars for reinforced concrete construction.

IS : 3025 Methods of sampling and test waste water.

IS : 3366 Specification for Pan vibrators.

IS : 3370 Code of practice for concrete structures for the storage of


(Part I to IV) liquids.

IS : 3414 Code of practice for design and installation of joints in


buildings.

IS : 3550 Methods of test for routine control for water used in industry.

IS : 3558 Code of practice for use of immersion vibrators for


consolidating concrete.

IS : 4014 Code of practice for steel tubular scaffolding.


(Parts I & II)

IS : 4326 Code of practice for earthquake resistant design and


construction of buildings.

IS : 4656 Specification for form vibrators for concrete.

IS : 4925 Specification for batching and mixing plant.

IS : 4990 Specification for plywood for concrete shuttering work.

IS : 5256 Code or practice for sealing joints in concrete lining on


canals.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 3 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 5525 Recommendations for detailing of reinforcement in


reinforced concrete work.

IS : 5624 Specification for foundation bolts.

IS : 6461 Glossary of terms relating to cement concrete.

IS : 6494 Code of practice for water proofing of underground water


reservoirs and swimming pools.

IS : 6509 Code of practice for installation of joints in concrete


pavements.

IS : 7861 Code of practice for extreme weather concreting.


(Parts I & II)

IS : 9012 Recommended practice for shot concreting.

IS : 9103 Specification for admixtures for concrete.

IS : 9417 Recommendations for welding cold worked steel bars for


reinforced concrete construction.

IS : 10262 Recommended guidelines for concrete mix design.

IS : 11384 Code of practice for composite construction in structural


steel and concrete.

IS : 12118 Specification for two - parts poly sulphide.

IS : 12200 Code of practice for provision of water stops at transverse


contraction joints in masonry and concrete dams.

IS : 13311 Method of non - destructive testing of concrete.

Part – 1 Ultrasonic pulse velocity.

Part – 2 Rebound hammer.

SP : 23 Handbook of concrete mixes

SP : 24 Explanatory Handbook on IS : 456 - 1978

SP : 34 Handbook on concrete reinforcement and detailing.


(c.) CAST - IN - SITU CONCRETE AND ALLIED WORKS
IS : 280 Specification for mild steel wire for general engineering
purposes.

IS : 456 Code of practice for plain and reinforced concrete.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 4 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 457 Code of practice for general construction of plain & reinforced


concrete for dams & other massive structures.

IS : 516 Method of test for strength of concrete.

IS : 650 Specification for standard sand for testing of cement.

IS : 1199 Methods of sampling and analysis of concrete.

IS : 1791 General requirements for batch type concrete mixers.

IS : 1838 Specification for preformed fillers for expansion


(Part - I) joints in concrete pavements and structures (non - extruding
and resilient type ).

IS : 2438 Specification for roller pan mixer.

IS : 2502 Code of practice for bending and fixing of bars for concrete
reinforcement.

IS : 2505 General requirements for concrete vibrators, immersion type.

IS : 2506 General requirements for concrete vibrators, screed board type.

IS : 2514 Specification for concrete vibrating tables.

IS : 2645 Specification for Integral cement water proofing compounds.

IS : 2722 Specification for portable swing weigh batches for concrete.


(single and double bucket type)

IS : 2750 Specification for Steel scaffolding.

IS : 2751 Code of practice for welding of mild steel plain and deformed
bars for reinforced concrete construction.

IS : 3025 Methods of sampling and test waste water.

IS : 3366 Specification for Pan vibrators.

IS : 3370 (Part I Code of practice for concrete structures for the storage of
to IV) liquids.

IS : 3414 Code of practice for design and installation of joints in buildings.

IS : 3550 Methods of test for routine control for water used in industry.

IS : 3558 Code of practice for use of immersion vibrators for


consolidating concrete.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 5 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 4014 (Parts I Code of practice for steel tubular scaffolding.


& II)

IS : 4326 Code of practice for earthquake resistant design and


construction of buildings.

IS : 4656 Specification for form vibrators for concrete.

IS : 4925 Specification for batching and mixing plant.

IS : 4990 Specification for plywood for concrete shuttering work.

IS : 5256 Code or practice for sealing joints in concrete lining on canals.

IS : 5525 Recommendations for detailing of reinforcement in reinforced


concrete work.

IS : 5624 Specification for foundation bolts.

IS : 6461 Glossary of terms relating to cement concrete.

IS : 6494 Code of practice for water proofing of underground water


reservoirs and swimming pools.

IS : 6509 Code of practice for installation of joints in concrete pavements.

IS : 7861 Code of practice for extreme weather concreting. (Parts I & II)

IS : 9012 Recommended practice for shot concreting.

IS : 9103 Specification for admixtures for concrete.

IS : 9417 Recommendations for welding cold worked steel bars for


reinforced concrete construction.

IS : 10262 Recommended guidelines for concrete mix design.

IS : 11384 Code of practice for composite construction in structural steel


and concrete.

IS : 12118 Specification for two - parts poly sulphide.

IS : 12200 Code of practice for provision of water stops at transverse


contraction joints in masonry and concrete dams.

IS : 13311 Method of non - destructive testing of concrete.

Part – 1 Ultrasonic pulse velocity.

Part – 2 Rebound hammer.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 6 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

SP : 23 Handbook of concrete mixes

SP : 24 Explanatory Handbook on IS : 456 – 1978

SP : 34 Handbook on concrete reinforcement and detailing.


(d.) PRECAST CONCRETE WORKS
SP : 7 National Building Code - Structural design of prefabrication
(PartVI / Sec.7) and systems building.

IS : 10297 Code of practice for design and construction of floors and


roofs using precast reinforced / prestressed concrete ribbed
or cored slab units.

IS : 10505 Code of practice for construction of floors and roofs using pre
– cast reinforced concrete units.
(e.) MASONRY AND ALLIED WORKS
IS : 1905 Code of Practice for Structural Safety of Buildings - Masonry
walls.

IS : 2212 Code of Practice for Brickwork.

IS : 2250 Code of Practice for Preparation and use of Masonry Mortar.

SP : 20 Explanatory hand book on masonry code.


(f.) SHEETING WORKS
IS : 277 Galvanised steel sheets (plain or corrugated).

IS : 459 Unreinforced corrugated and semi - corrugated asbestos


cement sheets.

IS : 513 Cold - rolled carbon steel sheets.

IS : 730 Specification for fixing accessories for corrugated sheet


roofing.

IS : 1626 Specification for Asbestos cement building pipes and pipe


fittings, gutters and gutter fittings and roofing fittings.

IS : 2527 Code of practice for fixing rain water gutters and down pipe
for roof drainage.

IS : 3007 Code of practice for laying of asbestos cement sheets.

IS : 5913 Methods of test for asbestos cement products.

IS : 7178 Technical supply conditions for tapping screw.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 7 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 8183 Bonded mineral wool.

IS : 8869 Washers for corrugated sheet roofing.

IS : 12093 Code of practice for laying and fixing of sloped roof covering
using plain and corrugated galvanised steel sheets.

IS : 12866 Plastic translucent sheets made from thermosetting polyester


resin (glass fibre reinforced).

IS : 14246 Specification for continuously pre - painted galvanised steel


sheets and coils.
(g.) FABRICATION AND ERECTION OF STRUCTURAL STEEL WORK
IS : 2016 Specification for plain washers.

IS : 814 Specification for covered Electrodes for Metal Arc Welding for
weld steel.

IS : 1852 Specification for Rolling and Cutting Tolerances for Hot rolled
steel products.

IS : 3502 Specifications for chequered plate.

IS : 6911 Specification for stainless steel plate, sheet and strip.

IS : 3757 Specification for high strength structural bolts

IS : 6623 Specification for high strength structural nuts.

IS : 6649 High Tensile friction grip washers.

IS : 800 Code of practice for use of structural steel in general building


construction.

IS : 816 Code of practice for use of Metal Arc Welding for General
Construction.

IS : 4000 Code of practice for assembly of structural joints using high


tensile friction grip fasteners.

IS : 9595 Code of procedure of Manual Metal Arc Welding of Mild Steel.

IS : 817 Code of practice for Training and Testing of Metal Arc


Welders.

IS : 1811 Qualifying tests for Metal Arc Welders (engaged in welding


structures other than pipes).

IS : 7215 Tolerances for fabrication steel structures.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 8 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 12843 Tolerance for erection of structural steel.

IS : 4353 Recommendations for submerged arc welding of mild steel


and low alloy steels.

SP:6 (Part 1 to 7) ISI Hand book for structural Engineers.

IS : 1608 Method of Tensile Testing of Steel products other than


sheets, strip, wire and tube.

IS : 1599 Method of Bend Tests for Steel products other than sheet,
strip, wire and tube
IS : 802 (1977)
Code of practice for use of Structural Steel inOver head
Transmission Line Towers.
IS : 228 Methods of chemical Analysis of pig iron, cast iron and plain
carbon and low alloy steel.

IS : 2595 Code of Practice for Radio graphic testing.

IS : 1182 Recommended practice for Radiographic Examination of


fusion welded butt joints in steel plates.

IS : 3664 Code of practice for Ultra sonic Testing by pulse echo


method.

IS : 3613 Acceptance tests for wire flux combination for submerged Arc
Welding.

IS : 3658 Code of practice for Liquid penetrant Flaw Detection.

IS : 5334 Code of practice for Magnetic Particle Flaw Detection of


Welds.
(h.) PLASTERING AND ALLIED WORKS
IS : 1635 Code of practice for field slaking of Building lime and
preparation of putty.

IS : 1661 Application of cement and cement lime plaster finishes.

IS : 2333 Plaster - of - paris.

IS : 2402 Code of practice for external rendered finishes.

IS : 2547 Gypsum building plaster.

IS : 3150 Hexagonal wire netting for general purpose.


(i.) WATER SUPPLY, DRAINAGE AND SANITATION
IS : 458 Specification for concrete pipes.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 9 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 554 Dimensions for pipe threads, where pressure tight joints are
made on thread.

IS : 651 Specification for salt glazed stoneware pipes.

IS : 774 Flushing cisterns for water closets and urinals.

IS : 775 Cast iron brackets and supports for wash basins and sinks.

IS : 778 Copper alloy gate, globe and check valves for water works
purposes.

IS : 781 Cast copper alloy screw down bib taps and stop valves for
water services.

IS : 782 Caulking lead.

IS : 783 Code of practice for laying of concrete pipes.

IS : 1172 Basic requirements for water supply, drainage and sanitation.

IS : 1230 Cast iron rain water pipes and fittings.

IS : 1239 Mild steel tubes, tubulars and other wrought steel fittings.

IS : 1536 Centrifugally cast (Spun) iron pressure pipes for water, gas
and sewage.

IS : 1537 Vertically cast iron pressure pipes for water, gas and sewage.

IS : 1538 Cast iron fittings for pressure pipe for water, gas and sewage.

IS : 1703 Ball valves (horizontal plunger type) including float for water
supply purposes.

IS : 1726 Cast iron manhole covers and frames.

IS : 1729 Sand cast iron spigot and socket, soil, water and ventilating
pipes, fittings and accessories.

IS : 1742 Code of practice for building drainage.

IS : 1795 Pillar taps for water supply purposes.

IS : 1879 Malleable cast iron pipe fittings.

IS : 2064 Code of practice for selection, installation and maintenance of


sanitary appliances.

IS : 2065 Code of practice for water supply in building.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 10 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 2326 Automatic flushing cisterns for urinals.

IS : 2470 (Part - I Code of practice for installation of septic tanks.


& II)

IS : 2501 Copper tubes for general engineering purposes.

IS : 2548 Plastic seat and cover for water - closets.

IS : 2556 (Part 1 Vitreous sanitary appliances (vitreous china).


to 15)

IS : 2963 Non - ferrous waste fittings for wash basins and sinks.

IS : 3114 Code of practice for laying of cast iron pipes.

IS : 3311 Waste plug and its accessories for sinks and wash basins.

IS : 3438 Silvered glass mirrors for general purposes.

IS : 3486 Cast iron spigot and socket drain pipes.

IS : 3589 Electrically welded steel pipes for water, gas and sewage
(200mm to 2000mm nominal diameter).

IS : 3989 Centrifugally cast (Spun) iron spigot and socket soil, waste
and ventilating pipes, fittings and accessories.

IS : 4111 (Part I Code of practice for ancillary structure in sewerage system.


to IV)

IS : 4127 Code of practice for laying of glazed stone - ware pipes.

IS : 4764 Tolerance limits for sewage effluents discharged into inland -


surface waters.

IS : 4827 Electro plated coating of nickel and chromium on copper and


copper alloys.

IS : 5329 Code of practice for sanitary pipe work above ground for
buildings.

IS : 5382 Rubber sealing rings for gas mains, water mains and sewers.

IS : 5822 Code of practice for laying of welded steel pipes for water
supply.

IS : 5961 Cast iron grating for drainage purpose.

IS : 7740 Code of practice for road gullies.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 11 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 8931 Cast copper alloy fancy bib taps and stop valves for water
services.

IS : 8934 Cast copper alloy fancy pillar taps for water services.

IS : 9762 Polyethylene floats for ball valves.

IS : 10446 Glossary of terms for water supply and sanitation.

IS : 10592 Industrial emergency showers, eye and face fountains and


combination units.

IS : 12592 Specification for precast concrete manhole covers and


frames.

IS : 12701 Rotational moulded polyethylene water storage tanks.

SP : 35 Hand book on water supply and drainage.

- Manual on Sewerage and sewage treatment (Published by


CPH & EEO) As updated.
(j.) Loading
IS : 875 (Pt. I to Code of practice for design loads other than earthquake for
V) buildings and structures.

IS : 1893 Criteria for earthquake resistant design of structures.

IS : 4091 Code of Practice for design and construction of foundation for


transmission line towers & poles.

IRC : 6 Standard specifications & code of practice for road bridges,


Section - II Loads and stresses.

M.O.T. Deptt. of railways Bridge Rules.


(k.) SAFETY
IS : 3696 (Part I & Safety code for scaffolds and ladders.
II)

IS : 3764 Safety code for excavation work.

IS : 4081 Safety code for blasting and related drilling operations.

IS : 4130 Safety code for demolition of buildings.

IS : 5121 Safety code for piling and other deep foundations.

IS : 5916 Safety code for construction involving use of hot bituminous


materials.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 12 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

IS : 7205 Safety code for erection on structural steelwork.

IS : 7293 Safety code for working with construction machinery.

IS : 7969 Safety code for handling and storage of building materials

IS : 11769 Guidelines for safe use of products containing asbestos.

Indian Explosives Act. 1940 as updated.

4.00.00 SUBMISSIONS

The following documents shall be submitted by the Bidder for approval of the
Employer, prior to commencement of fabrication and erection / construction. This list
is not exhaustive but indicative only :

1. G A drawing showing co-ordinates of various Gantry structures and


facilities.

2. Drawing showing underground facilities with co-ordinates of all facilities such


as Gantry foundation, equipment foundation, R.C.C cable trench, cable
ducts, drains, sumps, pits, culverts, other foundations etc.

3. Proposed erection / construction scheme for various structural and civil


works envisaged as per design requirement.

4. Foundation design & drawing for Gantry structure & LM.

5. Foundation design &drawing for equipment supports, their control cubicles,


bus post supports and bay marshalling kiosks

6. Details of RCC cable and pipe trenches with necessary precast RCC
removable covers with lifting facility, sump pits, back-filling, cable trays and
supports,

7. Site preparation, soil sterilization / antiweed treatment including gravel filling,


but excluding major leveling.

8. Complete fencing along with gate for the switchyard

9. Structural steel fabrication drawings and Reinforcement bar bending


schedules for reference.

10. Electronic soft copy of all the approved drawings/calculations in Cat-II / Cat-I.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 13 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

5.00.00 DESIGN PARAMETERS

Gantry structure, which consist of open web towers connected by girders. These
shall be made of structural steel conforming to IS: 2062 Grade and duly galvanized
conforming to IS: 2629. All joints shall be bolted connections. All bolts shall be
16mm dia conforming to IS:12427:1988 of property class 5.6 conforming to
IS:1367(Part 6):1980. Nuts shall conform to I.S 1363(Part 3):1992 of property class
5 .Butt splice is used for splicing the main members and splice shall be located away
from the node point. IS: 802 - 1977 “Code of practice for use of structural steel in
overhead transmission line towers” shall be followed for design of structural
supports, Height & type of towers shall be established based on electrical
requirements. A provision of ± 30-degree angle of deviation of line in horizontal
plane and ± 20 degree deviation in vertical plane is considered and the resulting
worst combination of forces shall be considered for design. For all outgoing and in
coming feeders, the conductor span shall be 200 m.

LOADING CONDITIONS

Towers and girders shall be designed for the following loading conditions :

a) Transverse load due to wind.

b) Longitudinal load due to unbalanced tension in conductor.

c) Transverse load due to deviation of conductor.

d) Torsion load due to unbalanced vertical and horizontal forces.

e) Short circuit forces including ‘snatch’ in case of bundled conductor.

f) A construction load of 150 Kg shall be allowed on any member whose


horizontal axis is 45 degree or less with the horizontal during erection of
structure.

g) Temperature stress.

h) Earthquake forces as per IS:1893.


i) Ice loading
The occurrence of earthquake and maximum wind pressure is unlikely to take place
at the same time. The structure shall be designed for either of the two. However,
temperature stresses can be ignored, as these towers are freestanding structure in
open space.

Load Combinations and Factor of Safety

Simultaneous application of following loads shall be considered for the design of


switchyard structure :

a) Normal condition

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 14 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

1. Wind load on bus bars, shield wires, insulator strings, electrical


equipment, structural members etc.

2. Unbalanced load due to conductor/wire tension.

3. Dead load of wires/conductors, insulator, electrical equipment and


structural members.

4. Load due to angle of deviation of the approach span.

5. Torsion loads due to unbalanced vertical & horizontal forces.

b) Abnormal conditions

1. short-circuit forces

2. seismic forces

Note :

1) Earthquake forces shall not be combined with wind forces.

2) Direction of wind shall be assumed such as to produce maximum stresses in


any member for the combination of wind load with conductor tensions. The
wind acting perpendicular and parallel to bus conductor and shield wire shall
be considered separately.

3) The conductor tension shall be assumed as acting on only one side of the
gantry for the analysis and design of switchyard gantries.

6.00.00 FACTOR OF SAFETY

The factor of safety for the design of members for switchyard structures shall be
considered as 2.0 for normal conditions & 1.5 for Abnormal Conditions

7.00.00 MINIMUM THICKNESS OF MEMBERS & GALVANIZING THICKNESS

All steel work used in construction of gantry structure should be galvanized and
minimum section thickness should not be less than 4 mm. Weight of zinc coating
shall be at least 0.610 kg/m2 & foundation bolts shall have heavier zinc coating at
least 0.80 kg/m2

8.00.00 SPECIAL DESIGN CONSIDERATION FOR LIGHTNING MASTS

Diagonal wind condition shall be considered for lightning masts. Provision of IS:
875(Part-III) - 1987 shall apply for inclined wind condition. Lightning mast shall be
provided with minimum two nos. of platforms are at 12.5 m & other at 25.0 m an
internal ladder for climbing purpose upto platform at top level. Top of platform shall
have grating, railing and two guard plates.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 15 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

9.00.00 DESIGN CONSIDERATION FOR EQUIPMENT SUPPORT

The supporting structure for P.I., LA, CVT, Isolator, CT & Wave Trap equipment
shall be comprised of lattice structural steel conforming to IS 2026 and shall be
designed as per IS: 802

10.00.00 SWITCHYARD SURFACING

Entire area of switchyard shall be provided with broken stone filling which shall
consist of 75mm thick stone metal filling of 40 mm stone aggregate on the top and
75mm thick filling of 20 mm stone aggregate below. Each layer shall be compacted
by using half ton roller with 4-5 passes and suitable water sprinkling. Before laying
the broken stone fill, the top layer of the soil shall be treated for anti-weed
considering the type of weeds found in the vicinity. The antiweed - soil sterilisation
details such as manufacturer's name, their specification, test certificate, etc. shall be
furnished for Owner's approval. Any modification if required in the proposed
antiweed treatment chemical shall have to be done by the contractor at no extra cost
to the Owner. The contractor shall be required to furnish a performance guarantee
of three years for the antiweed treatment. This guarantee shall be commenced from
the date of completion of work or date of handing over, whichever is later.

11.00.00 SWITCHYARD TRENCHES

Cable trenches shall be provided for routing of cables to equipments through a


common marshalling box for each bay. Each cable trench shall cater to two bays on
either side. The cable trench shall be of adequate size. The trenches located within
switchyard shall project at least 300 mm above the finished formation level so that
no storm water shall enter into the trench. The bottom of trench shall be provided
with a longitudinal slope of 1:500. The downstream end of cable trenches shall be
connected through pipe drains to the nearby RCC manholes (to convey water from
trenches) of storm water drainage system. The precast covers shall not be more
than 300mm in width and shall not be more than 65 kg. Lifting hooks shall be
provided in the precast coveres. Trenches shall be given a slope of 1:50 in the
direction perpendicular to the run of the trenches. PVC water stop shall be provided
at all expansion joints of all trenches. Angle of size 50x50x6 mm (minimum) with
lugs shall be provided in the edges of RCC cable trenches supporting cover, edges
of manhole supporting, supporting edges of precast RCC cover and any other place
where breakage of corners of concrete is expected.

12.00.00 DESIGN CONSIDERATION FOR FOUNDATION

Detail design of foundation shall be as per IS: 4091 “code of practice for design and
construction for transmission line tower and poles”. The F.O.S. for foundation shall
be 10% more than factor of safety for supporting structure i.e. 2.2 for normal
condition and 1.65 for abnormal condition

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 16 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

12.01.00 Seismic Loads

All structures shall be designed for seismic forces adopting the site specific seismic
information is placed at Annexure – I to this chapter and using the other provisions
in accordance with IS : 1893.

12.02.00 Wind Load

All structures shall be designed for wind forces in accordance with the IS : 875 ( Part
- 3 ) and as specified in this document. Site specific wind parameters is placed at
Annexure - II to this chapter.

12.03.00 Increase in permissible stresses

The increase in permissible stress of materials and soil bearing pressure for different
load combinations under wind, seismic and temperature loads shall be as per
relevant IS Codes.

12.04.00 STRUCTURAL DESIGN CRITERIA

12.04.01 CHAIN LINK FENCING

The fence shall comprise of PVC coated G.I. chain link fencing of minimum 8G
(including PVC coating) of mesh size 75 mm and of height 2.4 m above toe wall with
a 600 mm high galvanised concertina at the top, such that total fence height of 3.0m
above toe wall is achieved. The diameter of the steel wire for chain link fence
(excluding PVC coating ) shall not be less than 12G.

The PVC coated chain link will be stretched by the clips at 0.5m intervals to three
strands of galvanised high tensile spring steel wire ( HTSSW ) of 12G interwoven
chain link wire mesh and kept under tension which in turn are attached to the fence
post with security nuts and bolts. On every fourth post a clamping strip will be
threaded through the links of chain link and bolted to the fence post with the help of
security nuts and bolts.

Above the chain link a 600 mm high tensile serrated galvanised wire (HTSW)
concertina will be stretched to 6m and attached to two strands of galvanised HTSSW
by means of clips at 1 m intervals. These two HTSSW strands will be attached to the
fence posts with 1 / 2" security fasteners.

All nuts, bolts, fasteners, clamping strips, clamps, clips, etc. shall be hot dip
galvanised. Weight of zinc coating shall be at least 900 gm / Sq. M.

All fence posts shall be 65x65x6 MS angles spaced at 2.5mC/C. All straining posts
shall be 65x65x6 ms angles. All corner posts will have two stay posts and every

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 17 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

tenth post will have transverse stay post suitable RCC foundations for the post and
stays shall be provided based on the prevailing soil conditions.

Toe walls either of brick masonry with bricks of class designation 50 with minimum
crushing strength 50 Kg / M2 or of hollow concrete block masonry shall be provided
between the fence posts all along the run of the fence with suitable foundation. Toe
wall shall be minimum 200 mm above the formation level with 50 thick PCC coping
(1 : 2 : 4) and shall extend minimum 300 below formation level. Toe wall shall be
plastered with cement sand mortar (1 : 6) on both sides and shall be painted with
coats of texture cement paint (Sand tex matt or equivalent) of approved colour &
make. Toe wall shall be provided with weep holes at appropriate spacings.

12.04.02 M. S. GATE

M. S. Gate of 3.0 M wide x 2.6 M height shall be provided to provide access through
the fencing to the switchyard. It shall be made in two leaf, with locking
arrangements. The gate shall be made with outer frame of 50 NB (Medium) M. S.
Pipe, vertical & horizontal runners with 40x6 M. S. flat and weld mesh of opening
size 50 x 25 mm and nominal size of mesh 4 mm dia. Hinges, al-drops and other
accessories shall be provided for effective working of the gate.

13.00.00 MATERIALS AND GRADE OF CONCRETE

13.01.00 Concrete

13.01.01 Minimum grade of structural concrete shall be M25 conforming to IS : 456.

13.01.02 Blinding concrete below foundations, cable trenches, shall be PCC of minimum
grade M-7.5,

13.01.03 Blinding concrete under brick foundations shall be minimum 150mm thick in PCC of
minimum grade M-10.

13.02.00 Cement

Cement shall be ordinary Portland cement conforming to IS : 269, Portland slag


cement conforming to IS : 455, Fly ash based pozzolona cement conforming to IS
1489 (Part - I), or Portland pozzolona cement conforming to IS 1489 (Part - II).For
miscellaneous concrete works, Fly ash based Portland pozzolona cement or Blast
slag cement may be used as per the specifications if directed by the Project
Manager. Ordinary portland cement conforming to IS 269 shall be used for all
structures requiring grade of concrete M - 25 or above. Supply of all types of cement
shall be in Bidder’s scope. Further the Contractor shall meet the following
requirement:

The contractor shall use the aggregate available locally conforming to IS 383.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 18 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

The Contractor shall use lower cement content in the concrete while designing the
concrete mix.

Contractor shall procure cement having alkali content as low as possible but limited
to maximum 0.9%.

13.03.00 Reinforcement Steel

HYSD bars (Fe 415) conforming to IS : 1786 shall be used for all structures. Supply
of reinforcement steel shall be in bidder’s scope.

13.04.00 Structural Steel

Structural steel shall be of tested quality and shall be of mildsteel of Grade ‘A’ up to
20 mm thickness and of Grade ‘B’ with normalised steel for thickness above 20 mm
and shall conform to IS : 2062. Chequered plates shall conform to IS : 3502 and MS
pipes for handrail shall conform to medium grade of IS : 1161.

All gratings shall be electroforged type. Minimum thickness of the grating shall be
40mm. The opening size shall not be more than 30mm x 100mm.The minimum
thickness of the main bearing bar shall be 3mm. All gratings located inside the
building shall be sand blasted and provided with two coats of suitable primer and two
coats of finish paint (black colour) as per approved painting system. All gratings
located outside the building shall be hot double dip galvanised at the rate of 610 gms
/ Sq. M.. Supply of all structural steel shall be in Bidder’s scope.

13.05.00 Materials

(1) Masonry units shall be stones, bricks or concrete block units. The Contractor
shall submit samples of bricks and blocks to the Project Manager for
approval.

(2) Cement, sand and water shall be as specified in the relevant section of
"Concrete".

(3) Masonry units shall have a moisture content (expressed as a percentage of


total absorption) of not more than 30% at time of delivery. Units made from
cinder aggregate shall not be used.

(4) All stones, bricks and blocks shall be adapted to the wall thickness and
approved by the Engineer-in-Charge.

(5) All bricks shall be uniform in size and shape, deep red in colour and well
burnt. They shall be clean and free from flaws, cracks and underburnt lumps
or defects of any kind. The bricks may be local product available in the
vicinity of the Site, but the quality shall conform to a standard acceptable to
the Engineer-in-Charge.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 19 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

(6) All concrete blocks shall be of the nominal face dimension 200x400 mm and
shall be uniform in size. They shall be clean and free from flaws and cracks.

(7) The mortar shall be thoroughly mixed until uniform in colour and shall be
used before it has taken initial set. Mortar which has partially set shall not be
used, nor shall more water be added to it. The mortars shall be composed as
follows :

a) Cement-lime mortar: 150 kg cement + 250 kg hydrated lime + 1 m3 sand


+ water

b) Cement mortar: 300 kg cement + 1 m3 sand + water

14.00.00 GEOTECHNICAL INVESTIGATION & FOUNDATION SYSTEM

14.01.00 Details pertaining to Geo-Technical Investigation and Foundation system are


specified at ANNEXURE-III to this chapter.

15.00.00 TESTS FOR MATERIAL / WORKMANSHIP

All tests required for various bought out items, materials, quality of workmanship or
any other tests as desired by Project Manager and as specified in technical
specification shall be carried out by the Contractor at his own cost in the presence of
the authorised representative of the Engineer.

The quality assurance check lists are given at the end of respective chapters /
sections of this specifications. The Contractor shall submit comprehensive Quality
Assurance plan for all materials, equipment, workmanship, services etc. and get it
approved from the Project Manager. This shall include setting up a test laboratory at
site. However, such check list shall in no way limit the liability and responsibility of
the Contractor in regard to quality of workmanship as detailed out in the
specifications.

16.00.00 ALTERATION IN SPECIFICATION AND DESIGN

The Project Manager shall have the power to make any alteration and omissions
from, additions to or substitution for, the original specifications, drawings, designs
and instructions that may appear to him to be necessary during the progress of the
work, and the Contractor shall carry out the work in accordance with any instruction
which may be given to him in writing signed by the Project Manager and such
alterations, omissions, additions or substitutions shall not invalidate the contract and
any altered, added or substituted work which the Contractor may be directed to do in
the manner above specified as part of the work shall be carried out by the Contractor
on the same conditions in all respects on which the Contractor agreed to do the
original contract work. The time for completion of work shall be altered in the
proportion that the altered, added or substituted work bears to the original contract
work, and the certificate of the Project Manager shall be conclusive as to such
proportion.
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 20 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

The rates for the altered items of work shall be worked out on the following basis
and necessary alternations in the total amount shall be made on that basis:

(a.) The rates to be reimbursed or recovered shall be taken as same as those


given in CPWD – State PWD (latest) for those items for which the rates are
available in CPWD - State PWD (latest). However, the premium as officially
declared by CPWD’s official circulars, at the time of carrying out these works,
the same shall also be applicable.

(b.) Rates for the items not covered under CPWD - State PWD (latest) shall be
derived from the rates of similar items of CPWD schedule of rates. However,
the premium as officially declared by CPWD on the above State PWD rates if
existing or prevalent through CPWD’s official circulars, at the time of carrying
out these works, the same shall be applicable.

(c.) In the event there is no similar class of work specified in the CPWD - State
PWD (latest) the Contractor shall work on a rate for such an item on the
basis of the prevalent market rates for materials / men / machines and submit
the same together with the detailed analysis to the Project Manager within 7
days. The Project Manager shall thereafter review the correctness and then
conduct necessary negotiations with the Contractor to arrive at a mutually
agreeable rate. Engineer’s decision in regard to rates of such items shall be
final and binding on the Contractor.

In case of conflict between this chapter and other Chapters of Technical


Specifications, provisions given in this chapter shall govern in the case of civil &
structural works

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 21 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

SITE SPECIFIC SEISMIC PARAMETERS FOR DESIGN OF


STRUCTURES

The various site specific seismic parameters for the project site shall be as follows:

1) Peak ground horizontal acceleration for *MCE = : 0.38g


for **DBE = : 0.19g

2) Multiplying factor to be applied to the


site specific horizontal acceleration
spectral coefficients (in units of gravity
cceleration ‘g’) to obtain the design
acceleration spectra

a) For moment resisting steel frames : 0.14


designed and detailed as per
IS:800 and moment resisting RC
frames designed and detailed as per
IS:456

b) For braced steel frames designed : 0.11


and detailed as per IS:800

c) For moment resisting RC frames : 0.083


designed and detailed as per
IS:456 and IS:13920

d) For design of structures not covered : 0.14


under 2 (a) to 2 (c) above and under 3
below

3) Multiplying factor to be applied to the : 0.20


site specific horizontal acceleration spectral
coefficients (in units of gravity acceleration
‘g’) for design of equipment and structures
where inelastic action is not relevant or
not permitted

Note: g = Acceleration due to gravity

The horizontal seismic acceleration spectral coefficients are furnished in subsequent


pages.

* MCE = Maximum Considered Earthquake.

** DBE = Design Based Earthquake.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 22 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

Time (T) Damping (D)


(s) 1% 2% 5% 7% 10%
0 1 1 1 1 1

0.015 1 1 1 1 1
0.03 1 1 1 1 1
0.045 1.519589 1.417224 1.276977 1.231218 1.186136

0.06 2.044857 1.815038 1.518872 1.427015 1.338855


0.075 2.574389 2.199016 1.737632 1.600086 1.470729
0.09 3.107343 2.572316 1.939564 1.756965 1.588064

0.105 3.64316 2.936963 2.128497 1.901546 1.694543


0.12 4.18144 3.294364 2.306971 2.03637 1.792533
0.135 4.721884 3.645548 2.476778 2.163207 1.88366

0.15 5.026 3.991298 2.63924 2.283345 1.969094


0.165 5.026 4.007 2.743 2.356 2.004
0.18 5.026 4.007 2.743 2.356 2.004
0.195 5.026 4.007 2.743 2.356 2.004
0.21 5.026 4.007 2.743 2.356 2.004
0.225 5.026 4.007 2.743 2.356 2.004
0.24 5.026 4.007 2.743 2.356 2.004
0.255 5.026 4.007 2.743 2.356 2.004
0.27 5.026 4.007 2.743 2.356 2.004
0.285 5.026 4.007 2.743 2.356 2.004
0.3 5.026 4.007 2.743 2.356 2.004
0.315 5.026 4.007 2.743 2.356 2.004
0.33 5.026 4.007 2.743 2.356 2.004
0.345 5.026 4.007 2.743 2.356 2.004
0.36 5.026 4.007 2.743 2.356 2.004
0.375 5.026 4.007 2.743 2.356 2.004
0.39 5.026 4.007 2.743 2.356 2.004
0.405 5.026 4.007 2.743 2.356 2.004
0.42 5.026 4.007 2.743 2.356 2.004
0.435 5.026 4.007 2.743 2.356 2.004
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 23 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

0.45 5.026 4.007 2.743 2.356 2.004


0.465 5.026 4.007 2.743 2.356 2.004
0.48 5.026 4.007 2.743 2.356 2.004

0.495 5.026 4.007 2.743 2.356 2.004


0.51 5.026 4.007 2.743 2.356 2.004
0.525 5.026 4.007 2.743 2.356 2.004

0.54 5.026 4.007 2.743 2.356 2.004


0.555 5.026 4.007 2.743 2.356 2.004
0.57 5.026 4.007 2.743 2.356 2.004

0.585 5.026 4.007 2.743 2.356 2.004


0.6 5.026 4.007 2.743 2.356 2.004
0.615 5.026 4.007 2.743 2.356 2.004

0.63 5.026 4.007 2.743 2.356 2.004


0.645 5.026 4.007 2.743 2.356 2.004
0.66 5.026 4.007 2.743 2.356 2.004
0.675 5.026 4.007 2.743 2.356 2.004
0.69 5.026 4.007 2.743 2.356 2.004
0.705 5.026 4.007 2.743 2.356 2.004
0.72 5.006944 4.007 2.743 2.356 2.004
0.735 4.904762 4.007 2.743 2.356 2.004
0.75 4.806667 4.007 2.743 2.356 2.004
0.765 4.712418 3.950327 2.743 2.356 2.004
0.78 4.621795 3.874359 2.743 2.356 2.004
0.795 4.534591 3.801258 2.743 2.356 1.973585
0.81 4.450617 3.730864 2.706173 2.319753 1.937037
0.825 4.369697 3.66303 2.65697 2.277576 1.901818
0.84 4.291667 3.597619 2.609524 2.236905 1.867857
0.855 4.216374 3.534503 2.563743 2.197661 1.835088
0.87 4.143678 3.473563 2.51954 2.15977 1.803448
0.885 4.073446 3.414689 2.476836 2.123164 1.772881
0.9 4.005556 3.357778 2.435556 2.087778 1.743333
0.915 3.939891 3.302732 2.395628 2.053552 1.714754
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 24 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

0.93 3.876344 3.249462 2.356989 2.02043 1.687097


0.945 3.814815 3.197884 2.319577 1.98836 1.660317
0.96 3.755208 3.147917 2.283333 1.957292 1.634375

0.975 3.697436 3.099487 2.248205 1.927179 1.609231


0.99 3.641414 3.052525 2.214141 1.89798 1.584848
1.005 3.587065 3.006965 2.181095 1.869652 1.561194

1.02 3.534314 2.962745 2.14902 1.842157 1.538235


1.035 3.483092 2.919807 2.117874 1.815459 1.515942
1.05 3.433333 2.878095 2.087619 1.789524 1.494286

1.065 3.384977 2.837559 2.058216 1.764319 1.473239


1.08 3.337963 2.798148 2.02963 1.739815 1.452778
1.095 3.292237 2.759817 2.001826 1.715982 1.432877

1.11 3.247748 2.722523 1.974775 1.692793 1.413514


1.125 3.204444 2.686222 1.948444 1.670222 1.394667
1.14 3.162281 2.650877 1.922807 1.648246 1.376316
1.155 3.121212 2.61645 1.897835 1.62684 1.358442
1.17 3.081197 2.582906 1.873504 1.605983 1.341026
1.185 3.042194 2.550211 1.849789 1.585654 1.324051
1.2 3.004167 2.518333 1.826667 1.565833 1.3075
1.215 2.967078 2.487243 1.804115 1.546502 1.291358
1.23 2.930894 2.456911 1.782114 1.527642 1.27561
1.245 2.895582 2.427309 1.760643 1.509237 1.260241
1.26 2.861111 2.398413 1.739683 1.49127 1.245238
1.275 2.827451 2.370196 1.719216 1.473725 1.230588
1.29 2.794574 2.342636 1.699225 1.456589 1.216279
1.305 2.762452 2.315709 1.679693 1.439847 1.202299
1.32 2.731061 2.289394 1.660606 1.423485 1.188636
1.335 2.700375 2.26367 1.641948 1.407491 1.175281
1.35 2.67037 2.238519 1.623704 1.391852 1.162222
1.365 2.641026 2.213919 1.605861 1.376557 1.149451
1.38 2.612319 2.189855 1.588406 1.361594 1.136957
1.395 2.584229 2.166308 1.571326 1.346953 1.124731
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 25 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

1.41 2.556738 2.143262 1.55461 1.332624 1.112766


1.425 2.529825 2.120702 1.538246 1.318596 1.101053
1.44 2.503472 2.098611 1.522222 1.304861 1.089583

1.455 2.477663 2.076976 1.506529 1.291409 1.078351


1.47 2.452381 2.055782 1.491156 1.278231 1.067347
1.485 2.427609 2.035017 1.476094 1.26532 1.056566

1.5 2.403333 2.014667 1.461333 1.252667 1.046


1.515 2.379538 1.994719 1.446865 1.240264 1.035644
1.53 2.356209 1.975163 1.43268 1.228105 1.02549

1.545 2.333333 1.955987 1.41877 1.216181 1.015534


1.56 2.310897 1.937179 1.405128 1.204487 1.005769
1.575 2.288889 1.91873 1.391746 1.193016 0.99619

1.59 2.267296 1.900629 1.378616 1.181761 0.986792


1.605 2.246106 1.882866 1.365732 1.170717 0.97757
1.62 2.225309 1.865432 1.353086 1.159877 0.968519
1.635 2.204893 1.848318 1.340673 1.149235 0.959633
1.65 2.184848 1.831515 1.328485 1.138788 0.950909
1.665 2.165165 1.815015 1.316517 1.128529 0.942342
1.68 2.145833 1.79881 1.304762 1.118452 0.933929
1.695 2.126844 1.782891 1.293215 1.108555 0.925664
1.71 2.108187 1.767251 1.281871 1.09883 0.917544
1.725 2.089855 1.751884 1.270725 1.089275 0.909565
1.74 2.071839 1.736782 1.25977 1.079885 0.901724
1.755 2.054131 1.721937 1.249003 1.070655 0.894017
1.77 2.036723 1.707345 1.238418 1.061582 0.886441
1.785 2.019608 1.692997 1.228011 1.052661 0.878992
1.8 2.002778 1.678889 1.217778 1.043889 0.871667
1.815 1.986226 1.665014 1.207713 1.035262 0.864463
1.83 1.969945 1.651366 1.197814 1.026776 0.857377
1.845 1.95393 1.63794 1.188076 1.018428 0.850407
1.86 1.938172 1.624731 1.178495 1.010215 0.843548
1.875 1.922667 1.611733 1.169067 1.002133 0.8368
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 26 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

1.89 1.907407 1.598942 1.159788 0.99418 0.830159


1.905 1.892388 1.586352 1.150656 0.986352 0.823622
1.92 1.877604 1.573958 1.141667 0.978646 0.817188

1.935 1.863049 1.561757 1.132817 0.971059 0.810853


1.95 1.848718 1.549744 1.124103 0.96359 0.804615
1.965 1.834606 1.537913 1.115522 0.956234 0.798473

1.98 1.820707 1.526263 1.107071 0.94899 0.792424


1.995 1.807018 1.514787 1.098747 0.941855 0.786466
2.01 1.793532 1.503483 1.090547 0.934826 0.780597

2.025 1.780247 1.492346 1.082469 0.927901 0.774815


2.04 1.767157 1.481373 1.07451 0.921078 0.769118
2.055 1.754258 1.47056 1.066667 0.914355 0.763504

2.07 1.741546 1.459903 1.058937 0.907729 0.757971


2.085 1.729017 1.4494 1.051319 0.901199 0.752518
2.1 1.716667 1.439048 1.04381 0.894762 0.747143
2.115 1.704492 1.428842 1.036407 0.888416 0.741844
2.13 1.692488 1.418779 1.029108 0.88216 0.73662
2.145 1.680653 1.408858 1.021911 0.875991 0.731469
2.16 1.668981 1.399074 1.014815 0.869907 0.726389
2.175 1.657471 1.389425 1.007816 0.863908 0.721379
2.19 1.646119 1.379909 1.000913 0.857991 0.716438
2.205 1.634921 1.370522 0.994104 0.852154 0.711565
2.22 1.623874 1.361261 0.987387 0.846396 0.706757
2.235 1.612975 1.352125 0.980761 0.840716 0.702013
2.25 1.602222 1.343111 0.974222 0.835111 0.697333
2.265 1.591611 1.334216 0.96777 0.829581 0.692715
2.28 1.58114 1.325439 0.961404 0.824123 0.688158
2.295 1.570806 1.316776 0.95512 0.818736 0.68366
2.31 1.560606 1.308225 0.948918 0.81342 0.679221
2.325 1.550538 1.299785 0.942796 0.808172 0.674839
2.34 1.540598 1.291453 0.936752 0.802991 0.670513
2.355 1.530786 1.283227 0.930786 0.797877 0.666242
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 27 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

2.37 1.521097 1.275105 0.924895 0.792827 0.662025


2.385 1.51153 1.267086 0.919078 0.787841 0.657862
2.4 1.502083 1.259167 0.913333 0.782917 0.65375

2.415 1.492754 1.251346 0.90766 0.778054 0.649689


2.43 1.483539 1.243621 0.902058 0.773251 0.645679
2.445 1.474438 1.235992 0.896524 0.768507 0.641718

2.46 1.465447 1.228455 0.891057 0.763821 0.637805


2.475 1.456566 1.22101 0.885657 0.759192 0.633939
2.49 1.447791 1.213655 0.880321 0.754618 0.63012

2.505 1.439122 1.206387 0.87505 0.7501 0.626347


2.52 1.430556 1.199206 0.869841 0.745635 0.622619
2.535 1.422091 1.19211 0.864694 0.741223 0.618935

2.55 1.413725 1.185098 0.859608 0.736863 0.615294


2.565 1.405458 1.178168 0.854581 0.732554 0.611696
2.58 1.397287 1.171318 0.849612 0.728295 0.60814
2.595 1.38921 1.164547 0.844701 0.724085 0.604624
2.61 1.381226 1.157854 0.839847 0.719923 0.601149
2.625 1.373333 1.151238 0.835048 0.71581 0.597714
2.64 1.36553 1.144697 0.830303 0.711742 0.594318
2.655 1.357815 1.13823 0.825612 0.707721 0.59096
2.67 1.350187 1.131835 0.820974 0.703745 0.58764
2.685 1.342644 1.125512 0.816387 0.699814 0.584358
2.7 1.335185 1.119259 0.811852 0.695926 0.581111
2.715 1.327808 1.113076 0.807366 0.692081 0.577901
2.73 1.320513 1.10696 0.80293 0.688278 0.574725
2.745 1.313297 1.100911 0.798543 0.684517 0.571585
2.76 1.306159 1.094928 0.794203 0.680797 0.568478
2.775 1.299099 1.089009 0.78991 0.677117 0.565405
2.79 1.292115 1.083154 0.785663 0.673477 0.562366
2.805 1.285205 1.077362 0.781462 0.669875 0.559358
2.82 1.278369 1.071631 0.777305 0.666312 0.556383
2.835 1.271605 1.065961 0.773192 0.662787 0.553439
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 28 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

2.85 1.264912 1.060351 0.769123 0.659298 0.550526


2.865 1.25829 1.054799 0.765096 0.655846 0.547644
2.88 1.251736 1.049306 0.761111 0.652431 0.544792

2.895 1.24525 1.043869 0.757168 0.64905 0.541969


2.91 1.238832 1.038488 0.753265 0.645704 0.539175
2.925 1.232479 1.033162 0.749402 0.642393 0.53641

2.94 1.22619 1.027891 0.745578 0.639116 0.533673


2.955 1.219966 1.022673 0.741794 0.635871 0.530964
2.97 1.213805 1.017508 0.738047 0.63266 0.528283

2.985 1.207705 1.012395 0.734338 0.629481 0.525628


3 1.201667 1.007333 0.730667 0.626333 0.523
3.015 1.195688 1.002322 0.727032 0.623217 0.520398

3.03 1.189769 0.99736 0.723432 0.620132 0.517822


3.045 1.183908 0.992447 0.719869 0.617077 0.515271
3.06 1.178105 0.987582 0.71634 0.614052 0.512745
3.075 1.172358 0.982764 0.712846 0.611057 0.510244
3.09 1.166667 0.977994 0.709385 0.608091 0.507767
3.105 1.161031 0.973269 0.705958 0.605153 0.505314
3.12 1.155449 0.96859 0.702564 0.602244 0.502885
3.135 1.14992 0.963955 0.699203 0.599362 0.500478
3.15 1.144444 0.959365 0.695873 0.596508 0.498095
3.165 1.139021 0.954818 0.692575 0.593681 0.495735
3.18 1.133648 0.950314 0.689308 0.590881 0.493396
3.195 1.128326 0.945853 0.686072 0.588106 0.49108
3.21 1.123053 0.941433 0.682866 0.585358 0.488785
3.225 1.117829 0.937054 0.67969 0.582636 0.486512
3.24 1.112654 0.932716 0.676543 0.579938 0.484259
3.255 1.107527 0.928418 0.673425 0.577266 0.482028
3.27 1.102446 0.924159 0.670336 0.574618 0.479817
3.285 1.097412 0.919939 0.667275 0.571994 0.477626
3.3 1.092424 0.915758 0.664242 0.569394 0.475455
3.315 1.087481 0.911614 0.661237 0.566817 0.473303
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 29 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

3.33 1.082583 0.907508 0.658258 0.564264 0.471171


3.345 1.077728 0.903438 0.655306 0.561734 0.469058
3.36 1.072917 0.899405 0.652381 0.559226 0.466964

3.375 1.068148 0.895407 0.649481 0.556741 0.464889


3.39 1.063422 0.891445 0.646608 0.554277 0.462832
3.405 1.058737 0.887518 0.643759 0.551836 0.460793

3.42 1.054094 0.883626 0.640936 0.549415 0.458772


3.435 1.049491 0.879767 0.638137 0.547016 0.456769
3.45 1.044928 0.875942 0.635362 0.544638 0.454783

3.465 1.040404 0.87215 0.632612 0.54228 0.452814


3.48 1.03592 0.868391 0.629885 0.539943 0.450862
3.495 1.031474 0.864664 0.627182 0.537625 0.448927

3.51 1.027066 0.860969 0.624501 0.535328 0.447009


3.525 1.022695 0.857305 0.621844 0.53305 0.445106
3.54 1.018362 0.853672 0.619209 0.530791 0.44322
3.555 1.014065 0.85007 0.616596 0.528551 0.44135
3.57 1.009804 0.846499 0.614006 0.526331 0.439496
3.585 1.005579 0.842957 0.611437 0.524128 0.437657
3.6 1.001389 0.839444 0.608889 0.521944 0.435833
3.615 0.997234 0.835961 0.606362 0.519779 0.434025
3.63 0.993113 0.832507 0.603857 0.517631 0.432231
3.645 0.989026 0.829081 0.601372 0.515501 0.430453
3.66 0.984973 0.825683 0.598907 0.513388 0.428689
3.675 0 0.822313 0.596463 0.511293 0.426939
3.69 0 0.81897 0.594038 0.509214 0.425203
3.705 0 0.815655 0.591633 0.507152 0.423482
3.72 0 0.812366 0.589247 0.505108 0.421774
3.735 0 0.809103 0.586881 0.503079 0.42008
3.75 0 0.805867 0.584533 0.501067 0.4184
3.765 0 0.802656 0.582205 0.49907 0.416733
3.78 0 0.799471 0.579894 0.49709 0.415079
3.795 0 0.796311 0.577602 0.495125 0.413439
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 30 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

3.81 0 0.793176 0.575328 0.493176 0.411811


3.825 0 0.790065 0.573072 0.491242 0.410196
3.84 0 0.786979 0.570833 0.489323 0.408594

3.855 0 0 0.568612 0.487419 0.407004


3.87 0 0 0.566408 0.48553 0.405426
3.885 0 0 0.564221 0.483655 0.403861

3.9 0 0 0.562051 0.481795 0.402308


3.915 0 0 0.559898 0.479949 0.400766
3.93 0 0 0.557761 0.478117 0.399237

3.945 0 0 0.55564 0.476299 0.397719


3.96 0 0 0.553535 0.474495 0.396212
3.975 0 0 0.551447 0.472704 0.394717

3.99 0 0 0.549373 0.470927 0.393233


4.005 0 0 0.547316 0.469164 0.39176
4.02 0 0 0.545274 0.467413 0.390299
4.035 0 0 0.543247 0.465675 0.388848
4.05 0 0 0.541235 0.463951 0.387407
4.065 0 0 0.539237 0.462239 0.385978
4.08 0 0 0.537255 0.460539 0.384559
4.095 0 0 0.535287 0.458852 0.38315
4.11 0 0 0.533333 0.457178 0.381752
4.125 0 0 0.531394 0.455515 0.380364
4.14 0 0 0.529469 0.453865 0.378986
4.155 0 0 0.527557 0.452226 0.377617
4.17 0 0 0.525659 0.4506 0.376259
4.185 0 0 0.523775 0.448984 0.37491
4.2 0 0 0.521905 0.447381 0.373571
4.215 0 0 0.520047 0.445789 0.372242
4.23 0 0 0.518203 0.444208 0.370922
4.245 0 0 0.516372 0.442638 0.369611
4.26 0 0 0.514554 0.44108 0.36831
4.275 0 0 0.512749 0.439532 0.367018
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 31 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

4.29 0 0 0.510956 0.437995 0.365734


4.305 0 0 0.509175 0.436469 0.36446
4.32 0 0 0.507407 0.434954 0.363194

4.335 0 0 0.505652 0.433449 0.361938


4.35 0 0 0.503908 0.431954 0.36069
4.365 0 0 0.502176 0.43047 0.35945

4.38 0 0 0 0.428995 0.358219


4.395 0 0 0 0.427531 0.356997
4.41 0 0 0 0.426077 0.355782

4.425 0 0 0 0.424633 0.354576


4.44 0 0 0 0.423198 0.353378
4.455 0 0 0 0.421773 0.352189

4.47 0 0 0 0.420358 0.351007


4.485 0 0 0 0.418952 0.349833
4.5 0 0 0 0.417556 0.348667
4.515 0 0 0 0.416168 0.347508
4.53 0 0 0 0.41479 0.346358
4.545 0 0 0 0.413421 0.345215
4.56 0 0 0 0.412061 0.344079
4.575 0 0 0 0.41071 0.342951
4.59 0 0 0 0.409368 0.34183
4.605 0 0 0 0.408035 0.340717
4.62 0 0 0 0.40671 0.33961
4.635 0 0 0 0.405394 0.338511
4.65 0 0 0 0.404086 0.337419
4.665 0 0 0 0.402787 0.336334
4.68 0 0 0 0.401496 0.335256
4.695 0 0 0 0.400213 0.334185
4.71 0 0 0 0 0.333121
4.725 0 0 0 0 0.332063
4.74 0 0 0 0 0.331013
4.755 0 0 0 0 0.329968
TAPOVAN VISHNU HYDRO ELECTRIC
TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 32 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

4.77 0 0 0 0 0.328931
4.785 0 0 0 0 0.3279
4.8 0 0 0 0 0.326875

4.815 0 0 0 0 0.325857
4.83 0 0 0 0 0.324845
4.845 0 0 0 0 0.323839

4.86 0 0 0 0 0.32284
4.875 0 0 0 0 0.321846
4.89 0 0 0 0 0.320859

4.905 0 0 0 0 0.319878
4.92 0 0 0 0 0.318902
4.935 0 0 0 0 0.317933

4.95 0 0 0 0 0.31697
4.965 0 0 0 0 0.316012
4.98 0 0 0 0 0.31506
4.995 0 0 0 0 0.314114

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 33 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

ANNEXURE-I

CRITERIA FOR EARTHQUAKE RESISTANT DESIGN OF STRUCTURES AND


EQUIPMENT

All structures shall be designed for seismic forces adopting the site specific seismic
information provided in this document and using the other provisions in accordance
with IS:1893 (Part 1):2002. Pending finalisation of Parts 2 to 5 of IS:1893, provisions
of part 1 shall be read along with the relevant clauses of IS:1893:1984, for structures
other than the buildings.

A site specific seismic study has been conducted for the project site. The peak
ground horizontal acceleration for the project site, the site specific acceleration
spectral coefficients (in units of gravity acceleration ‘g’) in the horizontal direction for
the various damping values and the multiplying factor (to be used over the spectral
coefficients) for evaluating the design acceleration spectra are as given at the end of
this Annexure.

Vertical acceleration spectral values shall be taken as 2/3rd of the corresponding


horizontal values.

The site specific design acceleration spectra shall be used in place of the response
acceleration spectra, given at figure-2 in IS:1893 (Part 1). The site specific
acceleration spectra along with multiplying factors specified in Annexure-I includes
the effect of the seismic environment of the site, the importance factor related to the
structures and the response reduction factor. Hence, the design spectra do not
require any further consideration of the zone factor (Z), the importance factor (I) and
response reduction factor (R) as used in the IS:1893 (Part 1).

Damping in Structures

The damping factor (as a percentage of critical damping) to be adopted shall not be
more than as indicated below for:

a) Steel structures : 2%

b) Concrete structures and brick : 5%


structures in cement mortar

c) Concrete Stacks / ND Cooling : 2%


Towers

d) Steel stacks : As per IS:6533 &


CICIND Model Code,
whichever is more critical.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 34 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

Method of Analysis

Since most structures in a power plant are irregular in shape and have irregular
distribution of mass and stiffness, dynamic analysis for obtaining the design seismic
forces shall be carried out using the response spectrum method. The number of
vibration modes used in the analysis should be such that the sum total of modal
masses of all modes considered is at least 90 percent of the total seismic mass and
shall also meet requirements of IS:1893 (Part 1). Modal combination of the peak
response quantities shall be performed as per Complete Quadratic Combination
(CQC) method or by an acceptable alternative as per IS:1893 (Part 1).

If the design base shear (VB) , obtained from modal combination, is less than the
base shear (‘VB), computed using the approximate fundamental period (Ta) given in
IS:1893:Part 1 and using site specific acceleration spectra with appropriate
multiplying factor, the response quantities (e.g. member forces, displacements,
storey forces, storey shears and base reactions) shall be enhanced in the ratio of
‘VB/ VB. However, no reduction is permitted if ‘VB is less than VB.

For building less than 12m in height, design seismic base shear and its distribution
to different floor levels along the height of the building may be carried out as
specified under clause 7.5, 7.6 & 7.7 of IS:1893 (Part 1) and using site specific
design acceleration spectra. The design horizontal acceleration spectrum value (Ah)
shall be computed for the fundamental natural period as per clause 7.6 of IS:1893
(Part 1) using site specific spectral acceleration coefficients with appropriate
multiplying factor given in Annexure-I.
Further, the spectral acceleration coefficient shall get restricted to the peak spectral
value if the fundamental natural period of the structure falls to the left of the peak in
the spectral acceleration curve.

Design/Detailing for Ductility

The site specific design acceleration spectra is a reduced spectra and has an in-built
allowance for ductility. Structures shall be engineered and detailed in accordance
with relevant Indian/International standards to achieve ductility.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 35 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

ANNEXURE-II

CRITERIA FOR WIND RESISTANT DESIGN OF STRUCTURES


AND EQUIPMENT

All structures shall be designed for wind forces in accordance with IS:875 (Part-3)
and as specified in this document. Site specific information is given at the end of
this Annexure.

Along wind forces shall generally be computed by the Peak (i.e. 3 second gust)
Wind Speed method as defined in the standard.

Along wind forces on slender and wind sensitive structures and structural elements
shall also be computed, for dynamic effects, using the Gust Factor or Gust
Effectiveness Factor Method as defined in the standard. The structures shall be
designed for the higher of the forces obtained from Gust Factor method and the
Peak Wind Speed method.

Analysis for dynamic effects of wind must be undertaken for any structure which has
a height to minimum lateral dimension ratio greater than “5” and/or if the
fundamental frequency of the structure is less than 1 Hz.

Susceptibility of structures to across-wind forces, galloping, flutter, ovalling etc.


should be examined and designed/detailed accordingly following the
recommendations of IS:875 (Part-3) and other relevant Indian standards.

It should be estimated if size and relative position of other structures are likely to
enhance the wind loading on the structure under consideration. Enhancement factor,
if necessary, shall suitably be estimated and applied to the wind loading to account
for the interference effects.

Damping in Structures

The damping factor (as a percentage of critical damping) to be adopted shall not be
more than as indicated below for:

a) Welded steel structures : 1.0%

b) Bolted steel structures : 2.0%

c) Reinforced concrete structures : 1.6%

d) Steel stacks : As per IS:6533 & CICIND


Model Code whichever is
more critical.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 36 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

SITE SPECIFIC DESIGN PARAMETERS


The various design parameters, as defined in IS: 875 (Part-3), to be adopted for the
project site shall be as follows:

a) The basic wind speed “V ” at ten : 39 metres/second


b
metres above the mean ground level

b) The risk coefficient “K ” : 1.06


1

c) Category of terrain : Category-1

Note: Notwithstanding the values of the above mentioned parameters, the


design wind pressure so computed at any point shall not be taken less
than 195 Kg/m2 based as IS:802 (1977) for design of Switchyard Gravity
& equipment supporting structure.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 37 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

ANNEXURE-III

FOUNDATION SYSTEM AND GEOTECHNICAL DATA

1.00.00 SOIL DATA AND FOUNDATION SYSTEM

Recommended bearing capacity for design of foundations and Bore-log data is given
at Annexure to this chapter. The requirements for the foundation systems to be
adopted are as given in the following clauses.

1.01.00 Soil Data

1.01.01 Employer has carried out detailed GEOTECHNICAL INVESTIGATION in the areas
pertaining to this package. The detailed geotechnical investigation report comprising
of boreholes, Laboratory tests, Chemical analysis, etc. in respect of the sub-strata
prevailing at site will be made available for the Bidder’s study at the Employer’s
office, if required. The onus of correct assessment / interpretation and understanding
of the existing subsoil condition / data is on the Bidder.

1.02.00 Foundation System


The requirements for the foundation system to be adopted are as given in
subsequent clauses.

1.02.01 General Requirements

(a) All structures/equipment shall be supported either on suitable open


foundations (isolated, combined, raft) or on pile foundations as required.

(b) The roads, ground floor slabs, trenches, channels/drains and other lightly
loaded structures (such as staircase foundation with foundation loading
intensity less than 5 T / M2) may be supported on open / shallow foundations
resting on virgin / controlled compacted filled up soil.

(c) All foundations shall be designed in accordance with relevant parts of the
latest revisions of Indian Standards. The water table for design purpose shall
be considered at Finished Ground Level.

(d) No other foundation shall rest on the filled up ground / soil.

(e) A combination of open and pile foundations shall not be permitted under the
same equipment / structure / building.

(f) It shall be ensured that all foundations of a particular equipment / structure /


building shall rest on one bearing stratum.

(g) For identifying the sub strata for founding purposes, the Contractor shall
depute / post an experienced geotechnical Engineer / Geologist at site to
verify and ensure that the foundations rest in the specified strata.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 38 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

1.02.02 Open Foundations


In case open foundations are adopted, following shall be adhered to.

(a) The minimum width of foundation shall be 1.0 m.

(b) The minimum depth of foundation shall be 1.0 m below natural ground level.

(c) Minimum founding level, bearing capacity and permissible settlements shall
be as given in the Annexure - 1 to this specification. The bearing capacities
higher than those mentioned in the Annexure - 1 shall not be permitted. At
intermediate founding levels, the bearing capacity shall be considered same
as the net allowable bearing pressure corresponding to the immediate
shallow level.

(d) GWT shall be considered at F.G.L for design of Foundation.

Incase pile foundations are to be adopted the requirements under para “pile
foundations” shall be adhered to.

1.03.00 Special Requirements

1.03.01 Details of treatment for foundations / underground structures required to counteract


soil / water chemical environment, cement type, grade of concrete, type of
reinforcement, cover to reinforcement and protective coating to foundations, etc.
shall be as mentioned in Annexure-1 of this specification.

1.04.00 Excavation and Filling

1.04.01 For excavation works, comprehensive dewatering arrangement wherever required


shall be adopted.

1.04.02 Excavation for shallow foundations shall be covered with PCC immediately after
reaching the founding level. In case of any local loosening of soil or pockets are
encountered at founding level during excavation the same shall be removed and
compensated by PCC M 7.5. The foundation pits shall be maintained dry during
construction period.

1.04.03 The final layer of about 300 mm thickness above the founding level shall be
excavated by suitable means, so as to avoid disturbance to founding stratum.

1.04.04 Backfilling around foundations, pipes, trenches, sumps, pits, plinths, etc. shall be
carried out with approved material in layers not exceeding 300 mm thick when
compacted and each layer shall be compacted to 90% of standard proctor density
for cohesive soils and to 75% of relative density for non cohesive soils.

1.04.05 The founding level for trenches/channels shall be decided as per functional
requirement. The bottom of excavation shall be properly compacted prior to casting
of bottom slab of trenches / channels.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 39 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

1.04.06 CBR tests for pavement design shall be carried out by the Contractor after earth
filling (if applicable) has been completed upto the formation level.

1.04.07 Following details shall be submitted by the Bidder before start of work at site.

(a) Scheme for initial pile load tests in vertical, lateral and uplift modes along
with supporting design calculations and methodology for installation of
working piles and the complete piles installation data for individual pile
including the pile test result for all piles (for reference only).

(b) Analysis of proportioning of major footings to minimise differential settlement.

(c) Scheme of dewatering, sheet piling, etc. to the Engineer at site for his
reference.

For open foundations, the total permissible settlement and differential settlement
shall be governed by IS:1904 / IS:13063 and from functional requirements,
whichever is more stringent. However, total settlement shall not exceed the values
given in Annexure - 1 of this specification.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 40 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

SOIL DATA AND FOUNDATION SYSTEM

a) Logs of representative boreholes from this area are enclosed with this
Annexure.

b) Foundation system to be adopted for various structures shall be as given in


Table - 1 below.

Table – 1 : Foundation System for Switchyard Structures


----------------------------------------------------------------------------------------------------------------
Switchyard Structure TYPE OF FOUNDATION TO
BE ADOPTED
---------------------------------------------------------------------------------------------------------------

Tower foundations Raft Foundation

Equipment foundations Open Foundation

Cable trenches etc. Open Foundation

----------------------------------------------------------------------------------------------------------------

c) For Isolator, combined foundation shell be provided for each pole.

d) The minimum founding level and the corresponding net allowable bearing
pressure shall be as given in Table – 2 below.

Table – 2: Net Allowable Bearing Pressure


----------------------------------------------------------------------------------------------------------------
Structure Founding Width/ Net Remarks
Level Diameter of Allowable
Foundation Bearing
(m) Pressure
t/m2
---------------------------------------------------------------------------------------------------------------
Structures in 1.5 m below 1 to 6 Finished
Switchyard NGL > 6 (Rafts) 10 Ground Level
(FGL) is 3.5-
4.0 m above
Natural
Ground Level
(NGL)
3.0m 1 to 6 10
below NGL > 6 (Rafts)
--------------------------------------------------------------------------------------------------------------
The net allowable bearing pressure higher than above mentioned values
shall not be permitted. At intermediate levels the bearing capacity shall be
same as the net allowable bearing pressure corresponding to the immediate
shallower level mentioned above. The test for the safe bearing capacity
shall be carried out by the Contractor at no extra cost to NTPC for detailed

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 41 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. TECHNICAL SPECIFICATION (CIVIL WORKS)

designing purposes. In case the actual value is different from the above
value, actual value shall be taken for the detailed design.

e) Excavations for foundations shall be covered with PCC immediately after


reaching the founding level. In case of any local loosening of soil or if loose
pockets are encountered, at the founding level during excavation, the same
shall be removed and compensated by PCC (1:3:6). The foundation pits shall
be maintained dry during the complete construction period.
f) Permissible Settlement of Foundations:
For open foundations, the total permissible settlement and differential
settlement shall be governed by IS: 1904 / IS: 13063 and from functional
requirements whichever is more stringent. However, total settlement shall be
restricted to the following:

Isolated Foundations 40 mm

Raft (widths greater than 6 m) 75 mm

In case the total permissible settlement is to be restricted to less than as


above specified from functional requirements, then the net allowable bearing
pressure shall be reduced / reviewed accordingly in consultation with
Employer.
g) For roads, ground floor slabs, trenches and other lightly loaded structures,
the safe bearing capacity shall be limited to 5 t/m2 resting at 1.0 m depth in
virgin / controlled compacted filled up soil.

TAPOVAN VISHNU HYDRO ELECTRIC


TECHNICAL SPECIFICATION PART-B
POWER PROJECT (4 X 130 MW)
SECTION-VI C-0 PAGE 42 OF 42
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART - C

GENERAL TECHNICAL REQUIREMENTS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL SPECIFICATION


(4 X 130 MW) SECTION-VI
400 KV SWITCHYARD PACKAGE PART-C
BID DOC NO.: CS-5505-500-2
TABLE OF CONTENTS

PART - C

GENERAL TECHNICAL REQUIREMENTS

------------------------------------------------------------------------------------------------------------------------------------
CLAUSE NO. DESCRIPTION PAGE NO.
------------------------------------------------------------------------------------------------------------------------------------

1.00.00 General Technical Requirements 1


1.01.00 General Requirements 1
1.02.00 Limit of Contract 3
1.03.00 Standards 3
1.04.00 Name Plate 4
1.05.00 Galvanising 4
1.06.00 Painting 5
1.07.00 Quality Assurance Programme 5
1.08.00 General Requirements – Quality Assurance 7
1.09.00 Burn in and Elevated Temperature - Test
Requirement for Electronics Solid State Equipment 10
1.10.00 Quality Assurance Documents 11
1.11.00 Transmission of Quality Documents 12
1.12.00 Engineer’s Supervision 13
1.13.00 Inspection, Testing and Inspection Certificates 13
1.14.00 Associated Document 15
1.15.00 Quality Assurance Programme for Civil Work 15
1.16.00 Associated Document for Quality Programme 21
1.17.00 Training of Employer’s Personnel 21
1.18.00 Packing, Transportation and Storage 23
1.19.00 Engineering Coordination Procedure 25
1.20.00 Reference Drawings 28
1.21.00 Taking Over 29

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI
400 KV SWITCHYARD PACKAGE PART-C
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.00.00 GENERAL TECHNICAL REQUIREMENTS

In addition to the technical requirements stipulated elsewhere in the specification,


the following requirements shall also be applicable.

1.01.00 General Requirements

1.01.01 The equipment must be new, of highest grade, best quality of their kind, to best
engineering practice and latest state of art, and in accordance with purpose for
which they are intended and to ensure satisfactory performance throughout the
service life.

1.01.02 The Contractor shall note that the equipment offered by him in the bid only shall be
accepted for supply, with the minimum modifications as agreed/accepted.

1.01.03 The auxiliary power shall be of the following parameters:

----------------------------------------------------------------------------------------------------------------
Nominal Variations Frequency Phase Neutral connection
Voltage in voltage (Hz)
----------------------------------------------------------------------------------------------------------------

415V + 10% 50 + 5% 3 Solidly earthed

240V + 10% 50 + 5% 4 Solidly earthed


----------------------------------------------------------------------------------------------------------------

Combined variation of voltage and frequency shall be + 10%. Fault level of 415V
system shall not be less than 45kA.

1.01.04 All equipment/systems shall be designed for ambient temperature of 40 deg.C.

1.01.05 The equipment and systems shall conform in all aspects to high standards of
engineering, design and workmanship and shall be capable of continuous
commercial operation in the specified manner and shall also be in line with the
current practice for reliable and efficient functioning of system. The Employer will
interpret the meaning of the specifications, data, drawings, etc., and shall have a
right to reject or accept any work or material which in his assessment does not meet
the requirement of this specification and /or applicable national and international
standards, codes, rules, etc.

1.01.06 In the event of a conflict between requirements of any two clauses of the
specification, documents or requirements of different codes/standards specified,
interpretation of the Employer shall apply, unless confirmed otherwise by the
Employer in writing based on a written request from the Contractor.

1.01.07 In addition the Employer shall have the right to reject any materials or equipment
which is not of type proven in service in similar applications or which is not supplied
by a manufacturer with the applicable experience. Whenever a material or
equipment is specified by reference to a particular brand name, manufacturer or

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 1 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

vendor, the Contractor may supply another manufacturer’s equivalent product if


sufficient information is furnished so as to enable the Employer to determine, without
the need for any additional clarification/data, that the products proposed are proved
and equivalent or superior to those named.

1.01.08 In accordance with the specific instructions as shown on manufacturer’s drawings or


as directed by the Employer or his representative, the Contractor shall unload, store,
erect, install, wire, test and place into commercial use all electrical equipment
included in the contract. Equipment shall be installed in a neat and workman like
manner so that it is level, plumb square and properly aligned and oriented.
Commercial use of switchgear equipment shall mean completion of all site tests
specified and energisation at rated voltage.

1.01.09 The Contractor shall be responsible for obtaining statutory clearance from the
concerned authorities for commissioning the equipment and the switchyard .

1.01.10 Manufacturer’s drawings, instructions and recommendations shall be correctly


followed in handling, setting, testing and commissioning of all equipment and
structures. Care shall be exercised in handling to avoid distortion to stationary
structures, damage to the finish, damage to delicate instruments or other electrical
parts. Adjustment shall be made wherever necessary to the stationary structures for
plumb and level, for the sake of appearance or to avoid twisting of frames or bending
of hinged members.

1.01.11 During erection, the equipment furnished with finish coats of paint shall be touched
up by the Contractor if their surface is spoiled or marred while handling.

1.01.12 The Contractor shall supply the normal consumables, adhesives, filling compounds,
touch up paints, soldering/brazing materials, wherever required.

1.01.13 The Contractor shall also supply the requisite name plates, number plates, phase
plates, colour plates, labels, etc.

1.01.14 The Contractor’s responsibility under the contract shall also generally include:

(a) The adherence to the dimensions of parts, specifications and locations


thereof as shown on the drawings/documents except for deviations or
variations specifically reviewed and authorized by the Employer/Engineer.

(b) To ensure the strength of all parts, materials and equipment to withstand all
stresses including electrical, mechanical, seismic and other forces which may
be experienced or expected during long term operations as well as those
stresses caused by faults, switching operations and abnormal system
conditions.

(c) The correct application, and the satisfactory and proper performance of all
material, equipment, structures, systems and auxiliary services under all
specified operating conditions without signs of undue strain and without
breakdown, damage or deterioration of any of the equipment due to faulty or

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 2 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

unsuitable material, equipment, workmanship, design, erection, construction,


installation and commissioning.

(d) The correct, safe and proper installation of all equipment at the site.

(e) The transportation of all temporary and permanent materials, equipment and
apparatus from the places of manufacture to the site, and the subsequent
removal of temporary materials, equipment and structures.

(f) The supply of complete documentation including drawings, specifications,


reports, quality control documents, operating/maintenance/commissioning
procedures and manuals for all works equipment.

(g) To replace/modify/correct any faulty equipment/systems found at any time up


to the completion of the guaranteed period.

1.01.15 The Contractor shall take utmost care while working so that no damage is done to
existing equipment. The Contractor shall be liable to pay for the damage done by
making good the loss.

1.01.16 The Contractor shall cooperate in all aspects and exchange the necessary technical
data /drawings with the other agencies and Employer’s consultants/contractors to
ensure proper coordination and completion of work in time.

1.02.00 Limit of Contract

All the equipment, materials and services furnished by the Contractor shall be
complete in every respect with all mountings, fitting, fixtures and standard
accessories normally provided with such equipment, and needed for erection,
completion and safe operation of the equipment as required by applicable codes
though they may not have been specifically detailed in technical specification and
unless included in the list of exclusions. The Contractor shall supply at no extra cost
to Employer any additional material/service not covered specifically but which are
found to be required for fulfillment of the scope of work under specification.

1.03.00 Standards

1.03.01 The Contractor is required to follow local statutory regulations stipulated in the latest
amended Electricity Supply Act 1948 and Indian Electricity Rules 1956, and other
local rules and regulations.

1.03.02 The equipment to be furnished under this specification shall conform to latest issue
with all amendments of standards and/or codes specified under respective section
heads. The standards mentioned in the specification are not mutually exclusive or
complete in themselves, but intended to compliment each other. The Contractor
shall also note that list of standards presented in this specification is not complete.
Whenever necessary the list of standards shall be considered in conjunction with
specific IS/IEC. When the specified requirements stipulated in the specifications
exceed or differ than those required by the applicable standards, the stipulation of
the specification shall take precedence.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 3 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.03.03 Other internationally accepted standards which ensure equivalent or better


performance that specified in the standards referred under section shall also be
acceptable.

1.03.04 In case governing standards for the equipment is different from IS or IEC, the salient
points of difference shall be clearly brought out in additional information schedule
alongwith English language version of standard of relevant extract of the same. The
equipment conforming to standards other than IS/IEC shall be subject to Employer’s
approval.

1.03.05 The list of standards for the various equipment is given in the Annexure-V of this
section.

1.03.06 The full names of the codes and standards mentioned in abbreviations under various
equipment heads are as follows:

BS British Standards

IEC/CISPR International Electro-technical Commission

IS Bureau of Indian Standards

ISO International Organisation for Standards

NEMA National Electric Manufacturers Association

1.04.00 Name plate

1.04.01 The equipment nameplate should preferably be of stainless steel. In case of


aluminium, it should be at least 2mm thick.. The inscription on the name plate shall
be engraved and no punching shall be accepted except for equipment serial number
and year of manufacture. These nameplates shall be black with white engraved
lettering.

1.04.02 The rated current, extended current rating and rated thermal current shall be clearly
indicated in the name plate in case of current transformer.

1.04.03 Rated voltage, voltage factor and intermediate voltage shall be clearly indicated on
the nameplate in case of capacitor voltage transformer.

1.04.04 Name plates of cubicles and panels may be made of non-rusting metal or 3 ply
lamicoid.

1.04.05 Each switch shall have a clear inscription identifying its function. Switches shall
also have a clear inscription of each position indication.

1.05.00 Galvanising

1.05.01 The galvanised surface shall consist of a continuous film adhering to the steel. The
finished surface shall be clean and smooth, and shall be free from defects like

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 4 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

dissolved patches, base, spot, unevenness of 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 defects shall render the material liable to
rejection.

1.05.02 All exposed ferrous parts shall be hot dip galvanised as per IS:2629 & IS:2633,
Galvanising shall be uniform, smooth continuous and free from acid spots. Should
the galvanising of the sample be found defective, the entire batch of steel shall have
to be re-galvanised at Contractor’s cost. The amount of zinc deposit shall be not less
than 610 gms. per sq.m. of surface area and in addition, the thickness of zinc at any
spot shall not be less than 85 microns. The Employer reserves the right to measure
the thickness of zinc deposit by Elkometer or any other instrument acceptable to
Employer and reject any component which shows thickness of zinc at any location
less than 85 microns. The testing on the galvanised materials shall be carried out as
per IS:2633.

1.05.03 The amount of zinc deposit over threaded portion of the bolts, nuts and screws shall
not be less than 300 gms. per sq. meter of surface area. The amount of zinc deposit
on washers shall not be less than 340 gms. per sq. meter of surface area. The
threads having extra deposit of zinc shall be removed by die cutting after the
completion of galvanising. The removal of extra zinc shall be carefully done so that
threads shall have minimum deposits of zinc on them as specified.

1.06.00 Painting

The sheet steel to be painted shall be pretreated in tanks in accordance with


IS:6005. Degreasing shall be done by alkaline cleaning. Rust and scales shall be
removed by pickling with acid. After pickling, the parts shall be washed in running
water. Then these shall be rinsed in slightly alkaline hot water and dried. The
phosphate coating shall be “class-C” as specified in IS:6005. The phosphated
surfaces shall be rinsed and passivated prior to application of stoved lead oxide
primer coating. After primer application, two coats of finishing synthetic enamel paint
on panels shall be applied. Electrostatic painting shall also be acceptable. Finishing
paint on outside of the panels shall be as required otherwise by the Employer. The
inside of the panels shall be glossy white. Each coat of finishing shall be properly
stoved. The paint thickness shall not be less than 50 microns. Finished parts shall
be coated by peelable compound by spraying method to protect the finished
surfaces from scratches, grease, dirt and oil spots during testing, transportation,
handling and erection.

1.07.00 Quality Assurance Programme

1.07.01 The Contractor shall adopt suitable quality assurance programme to ensure that the
equipment and services under the scope of contract whether manufactured or
performed within the Contractor’s works or at his sub-contractor’s premises or at the
Employer’s site or at any other place of work are in accordance with the
specifications. Such programmes shall be outlined by the Contractor and shall be
finally accepted by the Employer/authorised representative after discussions before
the award of the contract. The QA programme shall be generally in line with

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 5 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

ISO-9001/IS-14001. A quality assurance programme of the contractor shall generally


cover the following:

(i) His organisation structure for the management and implementation of the
proposed quality assurance programme

(ii) Quality System Manual

(iii) Design Control System

(iv) Documentation Data Control System

(v) Qualification data for Bidder’s key Personnel.

(vi) The procedure for purchase of materials, parts, components and selection of
sub-contractor’s services including vendor analysis, source inspection,
incoming raw-material inspection, verification of materials purchased etc.

(vii) System for shop manufacturing and site erection controls including process,
fabrication and assembly.

(viii) Control of non-conforming items and system for corrective actions and
resolution of deviations.

(ix) Inspection and test procedure both for manufacture and field activities.

(x) Control of calibration and testing of measuring testing equipments.

(xi) System for Quality Audits.

(xii) System for identification and appraisal of inspection status.

(xiii) System for authorising release of manufactured product to the Employer.

(xiv) System for handling storage and delivery.

(xv) System for maintenance of records, and

(xvi) Furnishing quality plans for manufacturing and field activities detailing out the
specific quality control procedure adopted for controlling the quality
characteristics relevant to each item of equipment/component as per
enclosed formats No.: QS-01-QAI-P-09/F1 and QS-01-QAI-P-09/F2
respectively. (2)

(xvii) Furnishing Monthly Progress reports on sub-contractor (vendor) approvals


identified in “DR” cateogory during pre-award discussions and MQP / FQP
submission/ approval on enclosed format No.: QS-01-QAI-P-02/F1 and QS-
01-QAI-P-02/F2 respectively.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 6 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

(xviii) Furnishing Monthly status of final placement of purchase order on identified


sub-contractors.

1.08.00 General Requirements - Quality Assurance

1.08.01 All materials, components and equipment covered under this specification shall be
procured, manufactured, erected, commissioned and tested at all the stages, as per
a comprehensive Quality Assurance Programme. An indicative programme of
inspection/tests to be carried out by the contractor for some of the major items is
given in the respective technical specification. This is, however, not intended to form
a comprehensive programme as it is the contractor’s responsibility to draw up and
implement such programme duly approved by the Employer. The detailed Quality
Plans for manufacturing and field activities should be drawn up by the Bidder and
will be submitted to Employer for approval. Schedule of finalisation of such quality
plans will be finalised before award.

1.08.02 Manufacturing Quality Plan will detail out for all the components and equipment,
various tests/inspection, to be carried out as per the requirements of this
specification and standards mentioned therein and quality practices and procedures
followed by Contractor’s/ Sub-contractor”s/ sub-supplier’s Quality Control
Organisation, the relevant reference documents and standards, acceptance norms,
inspection documents raised etc., during all stages of materials procurement,
manufacture, assembly and final testing/performance testing. The Quality Plan shall
be submitted on electronic media e.g. CD or E-mail in addition to hard copy, for
review. Once the same is finalised, hard copies shall be submitted for approval.
After approval the same shall be submitted in compiled form on CD ROM.

1.08.03 Field Quality Plans will detail out for all the equipment, the quality practices and
procedures etc. to be followed by the Contractor’s site Quality Control Organisation,
during various stages of site activities starting from receipt of materials/equipment at
site.

1.08.04 The Bidder shall also furnish copies of the reference documents/plant
standards/acceptance norms/tests and inspection procedure etc., as referred in
Quality Plans alongwith Quality Plans. These Quality Plans and reference
documents/standards etc. will be subject to Employer’s approval without which
manufacturer shall not proceed.

1.08.05 These approved documents shall form a part of the contract. In these approved
Quality Plans, Employer shall identify customer hold points (CHP), i.e. test/checks
which shall be carried out in presence of the Employer’s Project Manager or his
authorised representative and beyond which the work will not proceed without
consent of Employer/Authorised representative in writing. All deviations to this
specification, approved quality plans and applicable standards must be documented
and referred to Employer alongwith technical justification for approval and
dispositioning.

1.08.06 The contractor shall submit to the Employer Field Welding Schedule for field welding
activities in the enclosed format No.: QS-01-QAI-P-02/F3. The field welding
schedule shall be submitted to the Employer alongwith all supporting procedures,

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 7 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

like welding procedures, heat treatment procedures, NDT procedures etc. atleast
ninety days before schedule start of erection work at site.
(2)
1.08.07 No material shall be despatched from the manufacturer’s works before the same is
accepted subsequent to predespatch final inspection including verification of records
of all previous tests/inspections by Employer’s Project Manager/Authorised
representative and duly authorised for despatch by issuance of MDCC.

1.08.08 All material used for equipment manufacture including casting and forging etc. shall
be of tested quality as per relevant codes/standards. Details of results of the tests
conducted to determine the mechanical properties, chemical analysis and details of
heat treatment procedure recommended and actually followed shall be recorded on
certificates and time temperature chart. Tests shall be carried out as per applicable
material standards and/or agreed details.

1.08.09 All welding and brazing shall be carried out as per procedure drawn and qualified in
accordance with requirements of ASME Section IX/BS-4870 or other International
equivalent standard acceptable to the Employer.

1.08.10 All welding/brazing procedures shall be submitted to the Employer or its authorised
representative for approval prior to carrying out the welding/brazing.

1.08.11 All brazers, welders and welding operators employed on any part of the contract
either in Contractor’s/his sub-contractor’s works or at site or elsewhere shall be
qualified as per ASME Section-IX or BS-4871 or other equivalent International
Standards acceptable to the Employer.

1.08.12 Test results or qualification tests and specimen testing shall be furnished to the
Employer for approval. However, where required by the Employer, tests shall be
conducted in presence of Employer/authorised representative.

1.08.13 For all pressure parts and high pressure piping welding, the latest applicable
requirements of the IBR (Indian Boiler Regulations) shall also be essentially
complied with. Similarly, any other statutory requirements for the
equipments/systems shall also be complied with.

1.08.14 All the heat treatment results shall be recorded on time temperature charts and
verified with recommended regimes.

1.08.15 No welding shall be carried out on cast iron components for repair.

1.08.16 Unless otherwise proven and specifically agreed with the Employer, welding of
dissimilar materials and high alloy materials shall be carried out at shop only.

1.08.17 All non-destructive examination shall be performed in accordance with written


procedures as per International Standards, The NDT operator shall be qualified as
per SNT-TC-IA (of the American Society of non-destructive examination). NDT shall
be recorded in a report which includes details of methods and equipment used,
result/evaluation, job data and identification of personnel employed and details of co-
relation of the test report with the job.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 8 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.08.18 The Contractor shall list out all major items/ equipments/ components to be
manufactured in house as well as procured from sub-contractors ( BOI). All the sub-
vendors proposed by the Contractor for procurement of major bought out items
including castings, forging, semi-finished and finished components/equipment, list of
which shall be drawn up by the Contractor and finalised with the Employer, shall be
subject to Employer’s approval. The contractor’s proposal shall include vendor’s
facilities established at the respective works, the process capability, process
stabilization, QC systems followed, experience list, etc. alongwith his own technical
evaluation for identified sub-contractors enclosed and shall be submitted to the
Employer for approval within the period agreed at the time of pre-awards discussion
and prior to any procurement. Such vendor approval shall not relieve the contractor
from any obligation, duty or responsibility under the contract.
(3)
1.08.19 For components/equipment procured by the contractors for the purpose of the
contract, after obtaining the written approval of the Employer, the contractor’s
purchase specifications and inquiries shall call for quality plans to be submitted by
the suppliers. The quality plans called for from the sub-contractor shall set out,
during the various stages of manufacture and installation, the quality practices and
procedures followed by the vendor’s quality control organisation, the relevant
reference documents/standards used, acceptance level, inspection of
documentation raised, etc.

Such quality plans of the successful vendors shall be finalised with the Employer
and such approved Quality Plans shall form a part of the purchase order/contract
between the Contractor and sub-contractor. Within three weeks of the release of
the purchase orders/contracts for such bought out items/components, a copy of the
same without price details but together with the detailed purchase specifications,
quality plans and delivery conditions shall be furnished to the Employer on the
monthly basis by the Contractor.

1.08.20 Employer reserves the right to carry out quality audit and quality surveillance of the
systems and procedures of the Contractor’s or their subvendor’s quality
management and control activities. The contractor shall provide all necessary
assistance to enable the Employer carry out such audit and surveillance.

1.08.21 The contractor shall carry out an inspection and testing programme during
manufacture in his work and that of his sub-contractor’s and at site to ensure the
mechanical accuracy of components, compliance with drawings, conformance to
functional and performance requirements, identity and acceptability of all materials
parts and equipment. Contractor shall carry out all tests/inspection required to
establish that the items/equipments conform to requirements of the specification and
the relevant codes/standards specified in the specification, in addition to carrying out
tests as per the approved quality plan.

1.08.22 Quality audit/surveillance/approval of the results of the tests and inspection will not,
however, prejudice the right of the Employer to reject the equipment if it does not
comply with the specification when erected or does not give complete satisfaction in
service and the above shall in no way limit the liabilities and responsibilities of the
Contractor in ensuring complete conformance of the materials/equipment supplied to
relevant specification, standard, data sheets, drawings, etc.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 9 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.08.23 For all spares and replacement items, the quality requirements as agreed for the
main equipment supply shall be applicable.

1.08.24 Repair/rectification procedures to be adopted to make the job acceptable shall be


subject to the approval of the Employer/ authorised representative.

1.09.00 Burn in and Elevated Temperature Test Requirement for Electronics Solid
State Equipment

(a) All solid state electronic systems/equipment shall be tested as a complete


system/equipment with all devices connected for a minimum of 168 hours (7
Days) continuously under energized conditions prior to shipment from
Manufacturing works, as per the following cycle.

(b) Elevated Temperature Test Cycle

During the elevated temperature test which shall be for 48 hours of the total
168 hours of testing, the ambient temperature shall be maintained at 40
deg.C. The equipment shall be interconnected with devices which will cause
it to repeatedly perform all operations it is expected to perform in actual
service with load on various components being equal to those which will be
experienced in actual service.

During the elevated temperature test the cubicle doors shall be closed (or
shall be in the position same as they are supposed to be in the field) and
inside temperature in the zone of highest heat dissipating
components/modules shall be monitored. The temperature rise inside the
cubicle should not exceed 10 deg.C above the ambient temp. at 40 deg.C.

(c) Burn in Test Cycle

The 48 hours elevated temperature test shall be followed by 120 hours of


burn in test as above except that the temperature shall be reduced to the
ambient temperature prevalent at that time.

During the above tests, the process I/O and other load on the system shall
be simulated by simulated inputs and in the case of control systems, the
process which is to be controlled shall also be simulated. Testing of
individual components or modules shall not be acceptable.

In case the Contractor/ sub-contractor is having any alternate established


procedure of eliminating infant mortile components, the detail procedures
followed by the Contractor/ sub- contractor alongwith the statistical figures to
validate the alternate procedure to be forwarded.

The Contractor/Sub-contractor shall carry out routine test on 100% item at


contractor/sub-contractor’s works. The quantum of check/test for routine &
acceptance test by employer shall be generally as per
criteria/sampling plan defined in referred standards. Wherever

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 10 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

standards have not been mentioned quantum of check/test for routine /


acceptance test shall be as agreed during detailed engineering stage.

1.10.00 Quality Assurance Documents

The Contractor shall be required to submit within three weeks after despatch of the
equipment, two hard copies and two sets on CDROM of the following Quality
Assurance Documents as identified in respective quality plan with tick ( √ ) mark .

1.10.01 Typical contents of Quality Assurance Document is as below:-

i) Quality Plan,

ii) Material mill test reports on components as specified by the specification and
approved Quality Plans.

iii) Factory test reports/results for testing required as per applicable codes and
standard referred in the specification and approved Quality Plans.

iv) Type test report (wherever applicable).

v) Non-destructive examination results /reports including radiography


interpretation reports.

Sketches/drawings used for indicating the method of traceability of the


radiographs to the location on the equipment.

vi) Heat Treatment Certificate/Record (Time- temperature Chart)

vii) All the accepted Non-conformance Reports (Major/Minor) / deviation,


including complete technical details / repair procedure)Verification sketches,
if used and methods used to verify that the inspection and testing points in
Quality Plan were performed satisfactorily.

viii) CHP / Inspection reports duly signed by the Inspector of the Employer and
Contractor for the agreed Customer Hold Points.

ix) Certificate of Conformance (COC) wherever applicable.

x) MDCC

1.10.02 Similarly, the contractor shall be required to submit two hard copies and two sets on
CD ROM of Quality Assurance Documents (in line with above) pertaining to field
activities as per Approved Field Quality Plans and other agreed manuals/
procedures, prior to commissioning of individual system.

1.10.03 Due to the large variety of equipment items, it is always possible to adapt the
content of the quality document to better match the particularities of any equipment.
This shall be done in agreement with the Supplier and the Inspector.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 11 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.10.04 The Quality Document file shall be progressively completed by the Supplier’s sub-
supplier to allow regular reviews by all parties during the manufacturing.

1.10.05 Each quality document shall have a project specific Cover Sheet bearing name &
identification number of equipment and including an index of its contents with page
control on each document.

1.10.06 Before shipping any equipment, the Supplier shall make sure that the corresponding
quality document or in the case of protracted phased deliveries, the applicable
section of the quality document file is completed. The supplier will then notify the
Inspector regarding the readiness of the quality document (or applicable section) for
review.

i) If the result of the review carried out by the Inspector of the Quality document
(or applicable section) is satisfactory. The Inspector shall stamp, the quality
document (or applicable section) for release.

ii) If the quality document is unsatisfactory, the Supplier shall endeavor to


correct the incompleteness, thus allowing to finalize the quality document (or
applicable section) by time compatible with the requirements as per contract
documents. When it is done, the quality document (or applicable section) is
stamped by the Inspector.

iii) If a decision is made to ship equipment, whereas all outstanding actions


cannot be readily cleared for the release of the quality document by the time
as per contract documents (or finalization of the applicable section of the
quality document within one month as per corresponding shipment date).
The supplier shall immediately, upon shipment of the equipment, send a
copy of the quality document Review Status (signed by the Supplier
Representative) to the Inspector and notify of the committed date for the
completion of all outstanding actions & submission.The Inspector shall stamp
the quality document for applicable section when it is effectively completed.

The final quality document will be compiled and issued at the final assembly
place of equipment before shipment.

1.11.00 Transmission of Quality Documents

As a general rule,two hard copies of the quality document and Two CD ROMs shall
be issued to the Employer not later than 1 month after the delivery date for the
corresponding equipment . One set of quality document shall be forwarded to
Corporate Quality Assurance Department and other set to respective Site .

For the particular case of phased deliveries, the complete quality document to the
Employer shall be issued not later than 1 month after the date of the last delivery
similarly as stated above.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 12 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.12.00 Engineer’s Supervision

1.12.01 To eliminate delays and avoid disputes and litigation, it is agreed between the
parties to the Contract that all matters and questions shall be referred to the Project
Manager and without prejudice to the provisions of ‘Arbitration’ clause in Section
GCC of Bidding documents, the Contractor shall proceed to comply with the Project
Manager’s decision.

1.12.02 The work shall be performed under the supervision of the Project Manager. The
scope of the duties of the Project Manager pursuant to the Contract, will include but
not be limited to the following:

i) Interpretation of all the terms and conditions of these documents and


specifications:

ii) Review and interpretation of all the Contractor’s drawing, engineering data,
etc:

iii) Witness or his authorised representative to witness tests and trials either at
the manufacturer’s works or at site, or at any place where work is performed
under the contract :

iv) Inspect, accept or reject any equipment, material and work under the
contract :

v) Issue certificate of acceptance and/or progressive payment and final


payment certificates

vi) Review and suggest modifications and improvement in completion schedules


from time to time, and

vii) Supervise Quality Assurance Programme implementation at all stages of the


works.

1.13.00 Inspection, Testing And Inspection Certificates

1.13.01 The word ‘Inspector’ shall mean the Project Manager and/or his authorised
representative and/or an outside inspection agency acting on behalf of the Employer
to inspect and examine the materials and workmanship of the works during its
manufacture or erection.

1.13.02 The Project Manager or his duly authorised representative and/or an outside
inspection agency acting on behalf of the Employer shall have access at all
reasonable times to inspect and examine the materials and workmanship of the
works during its manufacture or erection and if part of the works is being
manufactured or assembled on other premises or works, the Contractor shall obtain
for the Project Manager and for his duly authorised representative permission to
inspect as if the works were manufactured or assembled on the Contractor’s own
premises or works.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 13 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.13.03 The Contractor shall give the Project Manager/Inspector fifteen (15) days written
notice of any material being ready for testing. Such tests shall be to the Contractor’s
account except for the expenses of the Inspector’s. The Project Manager/Inspector,
unless the witnessing of the tests is virtually waived, will attend such tests within
fifteen (15) days of the date on which the equipment is noticed as being ready for
test/inspection failing which the contractor may proceed with test which shall be
deemed to have been made in the inspector’s presence and he shall forthwith
forward to the inspector duly certified copies of test reports in two (2) copies.

1.13.04 The Project Manager or Inspector shall within fifteen (15) days from the date of
inspection as defined herein give notice in writing to the Contractor, or any objection
to any drawings and all or any equipment and workmanship which is in his opinion
not in accordance with the contract. The Contractor shall give due consideration to
such objections and shall either make modifications that may be necessary to meet
the said objections or shall inform in writing to the Project Manager/Inspector giving
reasons therein, that no modifications are necessary to comply with the contract.

1.13.05 When the factory tests have been completed at the Contractor’s or sub-contractor’s
works, the Project Manager /Inspector shall issue a certificate to this effect fifteen
(15) days after completion of tests but if the tests are not witnessed by the Project
Manager /Inspectors, the certificate shall be issued within fifteen (15) days of the
receipt of the Contractor’s test certificate by the Project Manager /Inspector. Project
Manager /Inspector to issue such a certificate shall not prevent the Contractor from
proceeding with the works. The completion of these tests, or the issue of the
certificates shall not bind the Employer to accept the equipment should it, on further
tests after erection be found not to comply with the contract.

1.13.06 In all cases where the contract provides for tests whether at the premises or works
of the Contractor or any sub-contractor, the Contractor, except where otherwise
specified shall provide free of charge such items as labour, material, electricity, fuel,
water, stores, apparatus and instruments as may be reasonably demanded by the
Project Manager /Inspector or his authorised representatives to carry out effectively
such tests on the equipment in accordance with the Contractor and shall give
facilities to the Project Manager/Inspector or to his authorised representative to
accomplish testing.

1.13.07 The inspection by Project Manager / Inspector and issue of Inspection Certificate
thereon shall in no way limit the liabilities and responsibilities of the Contractor in
respect of the agreed Quality Assurance Programme forming a part of the contract.

1.13.08 To facilitate advance planning of inspection in addition to giving inspection notice as


per Clause 1.13.03, the Contractor shall furnish quarterly inspection programme
indicating schedule dates of inspection at Customer Hold Point and final inspection
stages. Updated quarterly inspection plans will be made for each three consecutive
months and shall be furnished before beginning of each calendar month.

1.13.09 All inspection, measuring and test equipments used by contractor shall be calibrated
periodically depending on its use and criticality of the test/measurement to be done.
The Contractor shall maintain all the relevant records of periodic calibration and
instrument identification, and shall produce the same for inspection by NTPC.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 14 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

Wherever asked specifically, the contractor shall re-calibrate the measuring/test


equipments in the presence of Project Manager / Inspector.

1.14.00 Associated Document:-

1.14.01 Subcontractor approval Schedule Status/ Exception Format No.:QS-01-QAI-P-


02/F1-R2

1.14.02 Quality Plan Schedule Status/ Exception Format No.: QS-01-QAI-P-02/F2-R2

1.14.03 Field Welding Schedule Format No.: QS-01-QAI-P-02/F3-R1

1.14.04 Manufacturing Quality Plan Format No.: QS-01-QAI-P-09/F1-R1

1.14.05 Field Quality Plan Format No.: QS-01-QAI-P-09/F2-R1

1.15.00 QUALITY ASSURANCE PROGRAMME FOR CIVIL WORKS

GENERAL REQUIREMENTS - QUALITY ASSURANCE AND QUALITY CONTROL


(QA&QC)- CIVIL WORKS

1.15.01 This part covers the QA&QC requirements pertaining to this package with respect to
the Technical Specifications, as per comprehensive QAP. The detailed Quality Plans
for fabrication/ manufacturing/ erection/ construction/ commissioning and testing
shall be drawn up by the Contractor and shall be submitted to NTPC for approval.
Schedule of submission of such quality plans will be finalized before award of work.

1.15.02 The Contractor shall take every precaution to ensure that the requirements of all
items of works / services in the contract are covered in the Quality Plans.

1.15.03 The Contractor shall submit a The Field Quality Plan, which shall detail out for all the
works, equipments, services, quality practices and procedures etc in line with the
requirement of the technical specifications/ CPWD specification (as applicable) to be
followed by the Contractor’s site QA&QC organization, during various stages of site
activities starting from receipt of construction materials/equipment at site. The Field
Quality Plan (FQP) submission shall be furnished on the format No. QS-01-QAI-P-
09/F2-R1 for NTPC approval. The FQP for DSR items shall be based on the CPWD
Specification and the FQP for non-DSR items shall be based on the requirements of
technical specifications. An Indicative Field Quality Plan is enclosed at
Annexure – IV.

1.15.04 All materials / components and equipment covered under the scope of work, shall be
procured by the Contractor for the purpose of the contract, after obtaining the written
approval of the NTPC, which are to be manufactured at shop/ factory of the
vendor/sub vendor shall be covered under a comprehensive quality assurance
programme. The Contractor’s purchase specifications and inquiries shall call for
Manufacturing Quality Plans (MQP) to be submitted by the sub-contractor/ sub-
supplier/ sub-vendor. The MQPs called for from the sub-contractor shall detail out for

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 15 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

all the components and equipment-various tests/inspection, to be carried out as per


the requirements of this specification and standards mentioned therein, quality
practices and procedures followed by contractor’s/ sub-contractor’s/ sub-supplier's
Quality Control Organization, the relevant reference documents and standards,
acceptance norms, inspection documents raised etc., during all stages of materials
procurement, manufacture, assembly and final testing/performance testing. Such
quality plans of the vendors shall be submitted to the NTPC for approval in the
prescribed format No. QS-01-QAI-P-09/F1-R1 for Manufacturing Quality Plan and
such approved Quality Plans shall form a part of the purchase order/contract
between the Contractor and sub-contractor. The Quality Plans shall be submitted on
electronic form e.g. CD or E-mail in addition to hard copy, for review and approval of
NTPC. After approval the same shall be submitted in compiled form on CD in
addition to hard copy.

1.15.05 The Contractor shall furnish copies of the reference documents/plant standards
/acceptance norms/tests and inspection procedure etc., as referred in Quality Plans.
These Quality Plans and reference documents/standards etc. will be subject to
NTPC approval without which manufacturer shall not proceed. These approved
documents shall form a part of the contract. In these approved Quality Plans, NTPC
shall identify customer hold points (CHP), i.e. test/checks which shall be carried out
in presence of the NTPC Engineer or his authorized representative and beyond
which the work shall not proceed without consent of NTPC in writing. All deviations
to this specification, approved quality plans and applicable standards must be
documented and referred to NTPC along with technical justification for approval and
dispositioning.

1.15.06 Within three weeks of the release of the purchase orders /contracts for such bought
out items /components, a copy of the same without price details but together with the
detailed purchase specifications, quality plans and delivery conditions shall be
furnished to the NTPC for reference/record by the Contractor along with a report of
the Purchase Orders placed so far for the contract.

1.15.07 Monthly progress reports on MQP/FQP submission/approval shall be furnished by


the Contractor on the format No. QS-01-QAI-P-02/F1-R0. List of items requiring
Quality Plans and Sub-supplier approval shall be finalized with the Contractor on the
format No. QS-01-QAI-P-01/F3-R1 during the post bid discussions.

1.15.08 The FQA laboratory set-up shall be constructed by the Contractor at his own cost at
site in line with the indicative field QA&QC laboratory set-up enclosed at
Annexure-I. The Laboratory building shall be constructed and installed with the
adequate facilities to meet the requirement of envisaged test setup. Temperature
and humidity controls shall be available wherever necessary during testing of
samples. The Quality Plan shall identify the testing equipments/ instrument, which
the Contractor shall deploy and equip the Field quality Laboratory for meeting the
Field Quality Plan requirements. The Contractor shall furnish a comprehensive list of
testing equipments/ instrument required to meet the planned/scheduled tests for the
execution of works for NTPC acceptance/ approval. The contractor shall mobilize the
requisite laboratory equipment and QA&QC manpower at least 15 days prior to the
planned test activity as per the schedule of tests.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 16 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

If any facility for testing or the trained personnel for conducting any special test is not
available with the Contractor then the Contractor may get the test done from
reputed/ approved laboratory or out source the personnel as approved by NTPC.

All equipments and instruments shall be calibrated before the commencement of


tests and then at regular intervals, as per the manufacturer’s recommendation and
as directed by the NTPC. Contractor shall arrange for having the instruments/
equipments tested for their calibration at an NABL/NPL accredited agency and the
test report shall be submitted to the NTPC.

1.15.09 Based on agreed L-2 network, the Contractor shall submit the schedule of various
tests require to be performed on monthly/quarterly basis for the quantum of work
identified. The tests required is to be carried out well in advance, for the works
anticipated to start during currency of contract and shall be accordingly planned
before the schedule date of start of activities as per L-2 network. The test schedule
and the status of the tests carried out shall be maintained on a PC connected to the
network of NTPC (if available) for day to day monitoring and planning of tests to be
carried out.

1.15.10 Based on approved fabrication/ manufacturing/ erection/ construction/


commissioning methodology, the Contractor shall also prepare and submit to the
NTPC a checklist indicating the sequence of work and protocols in line with the
requirement of the technical specification, which shall be signed and maintained.
The Contractor shall update/ revise this checklist as and when the sequence of work
is affected due to modifications in fabrication/ manufacturing/ erection/ construction/
commissioning methodology or any other unavoidable circumstances.

1.15.11 Before execution of any civil work the Contractor shall conduct full-scale suitability
tests on various construction and building material such as fine and coarse
aggregates, Cement, Reinforcement, construction chemicals, supplementary
cementitious Materials and Construction water to check their suitability for use from
reputed institutes such as NCB-Ballabhgarh, CSMRS-Delhi, IIT’s. A full-scale test on
aggregate shall be carried out including Alkali aggregate reactivity and Petrography
examination. Three copies of all test reports shall be submitted to the NTPC in
triplicate, within seven (07) days after completion of any test for review, acceptance
and records.

1.15.12 The Contractor shall appoint a dedicated, experienced and competent QA&QC in-
charge at site, preferably directly reporting to the Project Manager, supported as
necessary by experienced personnel, to ensure the effective implementation of the
approved QAP. An indicative structure of Contractors QA&QC manpower required to
be deployed at site is enclosed at Annexure-II. Based on the finalized L-2 network
and the approved Field Quality plan the Contractor shall finalize and submit a
deployment schedule of QA&QC personnel along with their details to NTPC for
approval/ acceptance and further shall ensure their availability well before the start
of the concern activity.

The QA&QC in-charge shall have the organizational freedom and authority to
implement the requirements of these quality assurance arrangements, free from

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 17 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

commercial and programme restraints. The QA&QC setup of the Contractor shall
consist of qualified and experienced Civil Engineers, Electrical Engineers and
Laboratory assistants with their supporting staff both at their works and site.

1.15.13 The Contractor shall enclose a comprehensive list of bought out items (BOIs)
envisaged in the contract for carrying out fabrication/ manufacturing/ erection/
construction/ commissioning activities, procurement of forged, cast, semi-finished
and finished components/equipment etc and shall indicate the names of reputed
manufacturers for each of them in their bid proposal. The items envisaged by the
Contractor to be procured from these manufacturers shall meet the specification
requirement. Some of these major bought out items (not exhaustive) is enclosed at
Annexure- III for which the Contractor shall submit the requisite details / lists of
manufacturer’s in their bid proposal.

1.15.14 The list of manufacturers / sub-vendors of each of the BOIs identified / indicated by
the Contractor shall be discussed / reviewed by the NTPC during post bid
discussions and the list of proposed manufacturers / sub-vendors for each of the
BOI shall be agreed/ approved. The list of manufacturers for all the BOIs envisaged
in contract shall be included in the bid proposal and the same shall be discussed for
finalization during the post bid discussions before placement of award. Where the
manufacturers are placed in “DR” (Details required) category, the details of the
manufacturers / sub-vendors placed in the “DR” category shall be submitted to the
NTPC for approval within the period agreed at the time of post bid discussions. The
Contractor’s proposal shall include vendor’s site facilities, expertise, facilities
established at the respective works, the process capability, process stabilization, QC
systems followed, experience list, etc. along with his own technical evaluation for
identified sub-Contractors proposed. The formats for furnishing above details shall
be given to the Contractor at post bid discussion stage. Monthly progress reports on
sub-Contractor detail submission / approval shall be furnished on format no. QS-01-
QAI-P-02/F1. The NTPC shall furnish other relevant formats for information/
clarification for manufacturers / sub-vendors approval to the Contractor at the time of
post bid discussions (Main supplier’s evaluation report Format No: QA-01-QAI-P-
04/F1-R0 and Sub supplier questionnaire Format no: QA-01-QAI-P-04/F2-R0).
Such manufacturers / sub-vendors approval shall not relieve the Contractor from any
obligation, duty or responsibility under the contract.

1.15.15 No material shall be dispatched from the manufacturer’s works before the same is
accepted, subsequent to pre-dispatch final inspection including verification of
records of all previous tests/inspections by NTPC’s Engineer/Authorized
representative and duly authorized for dispatch by issuance of Material Dispatch
Clearance Certificate (MDCC).

1.15.16 All material used for equipment manufacture including casting and forging etc. shall
be of tested quality as per relevant codes/standards. Details of results of the tests
conducted to determine the mechanical/engineering properties; chemical analysis
and details of heat treatment procedure recommended and actually followed shall be
recorded on certificates and time temperature chart. Tests shall be carried out as
per applicable material standards and/or agreed details.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 18 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.15.17 The Contractor shall submit to the NTPC Field Welding Schedule for field welding
activities in the format No.: QS-01-CQA-W11/F1, this format shall be furnished to the
Contractor at pre-award stage. The field-welding schedule shall be submitted to the
NTPC along with all supporting documents, like welding procedures, heat treatment
procedures, NDT procedures etc. at least ninety days before schedule start of
erection work at site. The Contractor shall submit Welding Procedure Specification
(WPS) in the format No: QS-01-QAI-W-06/F1 for NTPC approval/ acceptance, this
format shall be furnished to the Contractor during post bid discussion stage.

All welding and brazing shall be carried out as per procedure drawn and qualified in
accordance with requirements of ASME Section IX/BS-4870 or other International
equivalent standard acceptable to the NTPC.
All welding/brazing procedures shall be submitted to the NTPC or its authorized
representative for approval prior to carrying out the welding/brazing.
All brazers, welders and welding operators employed on any part of the contract
either in the Contractor’s/ sub-Contractor’s works or at site or elsewhere shall be
qualified as per AWSD1.1/ASME Section-IX or BS-4871 or other equivalent
International Standards acceptable to the NTPC.

Welding procedure qualification and Welder qualification test results shall be


furnished to the NTPC for approval. However, where required by the NTPC, tests
shall be conducted in presence of NTPC/authorized representative.

No welding shall be carried out on cast iron components for repair.

All the heat treatment results shall be recorded on time temperature charts and
verified with recommended regimes.

All Non-destructive examination shall be performed in accordance with written


procedures as per International Standards and as mentioned elsewhere in the
technical specification; The NDT operator shall be qualified as per SNT-TC-IA (of the
American Society of non-destructive examination). NDT shall be recorded in a
report, which includes details of methods and equipment used, result/evaluation, job
data and identification of personnel employed and details of co-relation of the test
report with the job. The records of RT (Films) and UT (inspection records or printed
reports if possible) shall be documented and produced to NTPC.

1.15.18 NTPC reserves the right to carry out quality audit and quality surveillance of the
systems and procedures of the Contractor’s or their sub-Contractor’s quality
management and control activities.

The Contractor shall provide all necessary assistance to enable the NTPC carry out
such audit and surveillance. The Contractor shall carry out an inspection and testing
programme during manufacture in his work and that of his sub-Contractor’s and at
site to ensure the mechanical accuracy of components, compliance with drawings,
conformance to functional and performance requirements, identity and acceptability
of all materials parts and equipment. The Contractor shall carry out all
tests/inspection required to establish that the items/equipment conform to

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 19 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

requirements of the specification and the relevant codes/standards specified in the


specification, in addition to carrying out tests as per the approved quality plan.

Quality audit/surveillance/approval of the results of the tests and inspection will not,
however, prejudice the right of the NTPC to reject the equipment/ facilities if it does
not comply with the specification when erected or does not give complete
satisfaction in service and the above shall in no way limit the liabilities and
responsibilities of the Contractor in ensuring complete conformance of the
materials/equipment supplied to relevant specification, standard, data sheets,
drawings, etc.

1.15.19 For all spares and replacement items, the quality requirements as agreed for the
main equipment supply shall be applicable.

1.15.20 Repair/rectification procedures to be adopted to make the job acceptable shall be


subject to the approval of the NTPC/ authorized representative.

1.15.21 The Contractor shall associate themselves with the reputed specialized blasting
agency such as CMRI, NIRM for all type of blasting operations at site. The blasting
operation shall remain in charge of a responsible, competent, authorized and
experienced supervisor (Man-In-Charge) and thoroughly acquainted workmen. All
blasting work shall be done as per approved blasting scheme / design in line with the
technical specification requirements and all statutory laws, rules, regulations,
relevant standards pertaining to the acquisition, transport, storage, handling along
with use of explosives shall be strictly followed by the Contractor.

The Contractor shall install and operate equipments for continuous monitoring and
control of blast induced vibrations, noise level/ air pressure, dust, silica and noxious
gases during all blasting operations in line with the Technical Specification
requirements.
1.15.22 Apart from other details in approved QAP, the Contractor shall submit the following
to Owne:;
• Scheme /Calculation of blasting plan including the scheme for Pre-splitting
the rock along the excavation boundaries prepared by specialist
organization such as CMRI, NIRM for the trial blast to establish blasting
methodology while undertaking rock excavations to avoid the possibility of
over breaks.

• Before execution of any civil work, full-scale suitability tests on various


construction material (e.g. for Concrete, the material like cement, coarse
aggregates, fine aggregates, reinforcement, water, construction chemicals,
supplementary Cementitious Materials etc.) shall be carried out by the
Contractor. The Contractor shall submit all the test results to the Owner in
triplicate, within seven (07) days after completion of any test for review and
records.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 20 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

• Details such as type of grout and methodology/equipment proposed to be used


for grouting to meet the specification requirement. Also the methodology for test
(permeability test for grout) shall be specified by the Contractor.

1.16.00 ASSOCIATED DOCUMENT FOR QUALITY ASSURANCE PROGRAMME:

1.16.01 Indicative list of Field Quality Laboratory and Survey equipment list (Annexure-I)
1.16.02 Indicative QA&QC Manpower requirements (Annexure-II)
1.16.03 Indicative list of Bought Out Items for Civil Works (Annexure – III)
1.16.04 Indicative Field Quality Plan for Civil Works (Annexure-IV)

1.17.00 TRAINING OF EMPLOYER'S PERSONNEL

1.17.01 General

The Contractor shall provide suitable instructors, training material and facilities
(instruments, apparatus, simulators, documents, drawings, protective clothing,
rooms, office supplies, etc.) for the Personnel made available by the Employer for
training.

One month before the training start, the Employer will send the list of the trainees
and any comments on the training program proposed by the Contractor. This
program shall be adapted to the design and nature of the Works, and the needs of
trainees. Trainees shall be suitably trained in the various aspects of design,
manufacture, installation/erection, operation and maintenance, relevant to the
training , of works similar to the Works

The Contractor shall supervise and provide direction to, and be liable for the acts or
omissions, other than negligent or wilful misconduct of such personnel, of the
Employer’s trainees.

The Contractor shall provide the training described hereafter in accordance with any
further specific requirements stated in the Employer’s Requirements.

The Contractor shall assist the Employer in obtaining any visas and other formalities
for entering or leaving the territory on which the training is being provided.

The Contractor shall bear responsibility for ensuring the safety of the trainees during
their stay in the country of the training. On their part, the trainees shall comply with
the laws, regulations and customs of the country in which training is being held.

In the event of illness or accident, the Contractor shall take all steps to provide the
trainees with the appropriate medical care.
.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 21 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.17.02 Training of Employer’s Personnel

The Bidder shall provide training to Employer’s personnel to meet operational and
maintenance requirements of various Systems/equipments supplied under this
package. This shall include training in the areas as given below.

The scope of service under training of Employer’s engineers shall include a training
module covering the following :

a) Training During Engineering/ Manufacturing Phase

This shall cover all disciplines viz, GIS & Station Automation Systems etc.
and shall include all the related areas like Design familiarisation, training on
product design features and product design software of major equipment
and systems, engineering, manufacturing, erection, commissioning, training
on operating features of equipment, quality assurance and testing, plant
visits and visits to manufacturer’s works, exposure to various kinds of
problems which may be encountered in fabrication, manufacturing, erection,
welding etc. The training in areas of Operation and Maintenance shall take
place preferably during end of manufacture/ tests.

b) Training During the Erection / Installation / Site Work

Independently from the supervision and inspection functions of the


Employer's Representative, the Contractor shall authorise the Employer’s
Personnel to follow the erection / installation / site work at his site.

The Employer’s Start-up Personnel shall take no part in the equipment


erection and/or installation operations, which shall be exclusively carried out
by the Contractor and under his entire responsibility.

This on site training shall cover each phase of erection / installation / site
work and shall be of sufficient duration.

The Contractor shall supply the information or measurements concerning the


erection requested by the Employer's Representative or/and by the
Employer’s personnel.

c) Training during the Tests on Completion phase, Operation &


Maintenance
The scope of service under training of Customer's engineers shall
necessarily include, training of upto five (5) Employer's personnel in the
areas of GIS and Station Automation Systems. The Contractor shall provide
on the-job training in the operation and maintenance of the Works to the
Employer’s Operating Personnel. Such training shall start at least 30 days
prior to commencement of Tests on Completion and continue until Taking
Over. Its scope and quality shall be such so that the operation and
maintenance phase of the equipments can be carried out to ensure
sustained performance of the equal availability of the units as offered. The

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 22 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

training should provide the trainees with comprehensive understanding of all


operational and maintenance aspects of the Works. Such training shall also
include safety and environmental protection aspects applicable to the Works.

1.17.03 Exact details, extent of training and the training schedule shall be finalised based on
the Bidder’s proposal.

In all the above cases, whenever the training of Employer’s personnel is arranged at
the works of the manufacturers, it shall be noted that the lodging and boarding of the
Employer’s personnel shall be Bidder’s scope. The Bidder shall make all necessary
arrangements towards the same.
DETAILS OF TRAINING AREA

Sl Description of Training Training Place of Number


Duration Training of
No. Trainees
(Days) from
Employer

1 GIS
GIS equipments including system
a) 5 days Manufact 6
description, Specific Design and
urers
engineering & Quality Assurance
works
concepts for the offered equipments.
Erection Testing and commissioning
b) 5 days Site 6
of the GIS

2 Sub station automation System


a) Detail design, implementation, relay 5 days Manufact 4
configuration, control, control urers
configuration and setting calculations. works

b) Testing,Commissioning , operation 5 days Site 4


and maintenance of the system

1.18.00 Packing, Transportation And Storage

1.18.01 Packing, Marking and shipping

(a) The packing and shipping shall be carried out in accordance with the
standard practice of Contractor and with the following additional
requirements:

(b) The equipment shall be prepared in such a manner as to protect the


equipment from damage or deterioration during shipping or storage. The
shipments can be exposed to heavy rains, hot sun, high humidity and sudden
extreme changes of temperature. The equipment shall be packed and

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 23 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

shipped so as to protect it from all such conditions and any other abnormal
conditions, generally expected during shipping & storage.

(c) The metallic containers, if any, shall be considered as the property of the
Contractor and he will be allowed to remove them from site once the
contents are unpacked, inspected, documented and placed in temporary
storage or in final position.

(d) The equipment shall be shipped in such a manner as to facilitate unloading,


handling and storage enroute and at the site. The Contractor shall provide
lifting lugs and special lifting devices for proper handling and erection.

(e) The Contractor shall be liable for any damage or loss resulting due to
careless, improper, poor or insufficient packing and handling.

(f) Spare parts and spare equipment shall be packed separately in containers
adequate for long term storage, plainly marked “Spare Parts Only”. They
shall be crated individually or in kits to be used in one single renewal or
overhaul operation. Other spare part kits shall not be disturbed when using
one set or kit.

(g) The Contractor shall at all times protect and preserve from damage, loss,
corrosion and all other forms of damage, all parts of the works.

1.18.02 Transportation

(a) The Contractor shall make a careful examination of access rail/roadways to


the site in order to confirm the practical maximum transport weight and
dimensions as well as a careful examination of the ports of disembarkation
particularly with respect to the capacity of the cranes installed and access
roads.

(b) All instruments and computer/microprocessor based equipment imported into


India from overseas for the purpose of this contract shall be air freighted to
the nearest possible point and further by rail/road taking due precautions as
per manufacturer’s recommendations. Employer shall have the right to
decide the items that should be air freighted and Employer’s decision shall
be binding on Contractor.

1.18.03 Insurance

(a) The Contractor shall insure all shipments and works at his own expense for
not less than the full replacement cost plus any additional cost for
accelerated manufacturing of the replacement parts.

(b) Loss or the damage to equipment during shipping or transportation to the


site(s) or otherwise shall not constitute groups for claims for extension in time
or for extra payment.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 24 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1.18.04 Storage of Equipment

(a) The Contractor shall provide and construct adequate storage sheds for
proper storage of equipment. Sensitive equipments shall be stored indoors.
All equipment during storage shall be protected against damage due to act of
nature or accidents. The storage instructions of the equipment manufacturers
shall be strictly adhered to.

(b) The necessary transport packing shall be removed as soon as possible after
receipt of equipment at the work site(s)

1.19.00 Engineering Coordination Procedure

1.19.01 Identification of Principal Engineering Coordinators

The following principal engineering coordinators will be identified by respective


organisations at the time of award of contract. All engineering correspondence shall
be in the name of designated coordinators on behalf of the respective organisations:

(a) Engineering coordinator

(b) Contracts coordinator

(c) Site coordinator

(d) QA&I coordinator

(e) Project Engineering Management coordinator

1.19.02 Vendor Document Submission and Approval Procedure

The following procedure for submission and review/approval of the drawings, data,
reports, information, etc. shall be followed by Contractor:

(a) All data/information furnished by Vendor in the form of drawings, documents,


catalogues or in any other form for NTPC’s information/interface and/or
review and approval are referred by the general term “drawings”.

(b) The ‘Master drawings list’ shall be submitted for review and approval of
Employer before award of contract. The Contractor shall have to prepare and
submit any other drawings and reference documents in addition to the
drawings contained in the list, if so required during engineering stage as felt
necessary by the Employer. Number of copies of the list for the distribution
shall be as mutually agreed between Contractor and Employer.

(c) All drawings (including those of subvendors’) shall bear at the right hand
bottom corner the ‘title block’ with all relevant information duly filled in. The
format of title block shall approved by Employer within thirty (30) days after
the Notification of award. The Contractor shall give this format to his

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 25 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

subvendor along with his purchase order for subvendor’s compliance. The
size of title block basic format and its contents shall not be changed. All
drawings shall be in English language. All dimensions shall be in metric units.

(d) Contractor shall submit all the drawings in five (5) copies for review of
Employer. Employer shall forward their comments within four (4) weeks of
receipt of drawings.

(e) Upon review of each drawings, depending on the correctness and


completeness of the drawings, the same will be categorised and approval
accorded in one of the following categories:

CATEGORY I Approved

CATEGORY II Approved subject to incorporation of


comments/ modification as noted. Resubmit
revised drawing incorporating the comments.

CATEGORY III Not approved. Resubmit revised drawings for


Approval after incorporating comments/
modifications as noted

CATEGORY IV For information and records.

(f) Contractor shall resubmit the drawings approved under Category II and III
within three (3) weeks of receipt of comments on the drawings, incorporating
all comments. Every revision of the drawing shall bear a revision index
wherein such revisions shall be highlighted in the form of description or
marked up in the drawing identifying the same with relevant revision number
enclosed in a triangle (e.g 1.2.3. etc.)

(g) In case Contractor does not agree with any specific comment, he shall
furnish the explanation for the same to Employer consideration. In all such
cases Contractor shall necessarily enclose explanations along with the
revised drawing (taking care of balance comments) to avoid any delay and/or
duplication in review work.

(h) It is the responsibility of the Contractor to get all the drawings approved in the
Category I or IV (as the case may be) and complete engineering activities
within the agreed schedule. Any delay arising out of submission and
modification of drawings shall not alter the contract completion schedule.

(i) Contractor shall not make any changes in the portion of the drawing other
than those commented. If changes are required to be made in the portions
already approved, the Contractor shall resubmit the drawings identifying the
changes (alongwith reasons for changes) for Employer’s review and
approval.

(j) Approval of drawings will not in any way relieve the Contractor of his
obligations of furnishing the equipment in accordance with the specification

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 26 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

and shall not prevent subsequent rejection if such equipment is later found to
be defective.

(k) The drawing approval progress report shall be submitted in at least three (3)
copies within one (1) week from the last date of the every month

1.19.03 Erection Drawings.

(a) Contractor shall furnish erection drawings for the guidance or


commencement of erection or the first shipment, whichever is earlier. These
shall generally comprise of fabrication/assembly drawings, various
component/part details drawing, assembly, clearance data requirements, etc.
The drawings shall contain details of components/ equipment with
identification number, match marks, bill of materials, assembly procedures
etc.

(b) For all major equipment apart from above details, assembly sequence and
instructions with check-lists shall be furnished in the form of erection
manuals.

1.19.04 Technical Coordination Meetings

To resolve and sort out various technical matters and outstanding issues, technical
coordination meeting (TCM) shall be held periodically at venue to be decided by the
Employer.

1.19.05 Instruction Manual

(a) The Contractor shall submit to the Employer preliminary instruction manuals
for all the equipments for review. The final instructions manuals incorporating
Employer’s comments and complete in all respect shall be submitted at least
thirty (60) days before the first shipment of the equipment. The instruction
manuals shall contain full details and drawings of all the equipments, the
transportation, storage, installation, testing, operation and maintenance
procedures, etc. separately for each component/equipment alongwith log
record format. These instruction manuals shall be submitted in five (5) copies
for approval.

(b) If after commissioning and initial operation of the plant, the instruction
manuals require any modifications/additions/changes, the same shall be
incorporated and the updated final instruction manuals shall be submitted.

(c) The operating and maintenance instructions together with drawings (other
than shop drawings) of the equipment, as completed, shall have sufficient
details to enable the Employer to maintain, dismantle, reassemble and adjust
all parts of the equipment. They shall give a step by step procedure for all
operations likely to be carried out during the life of the plant/equipment,
including erection, testing, commissioning, operation, maintenance
dismantling and repair. Each manual shall also include a complete set of
approved drawings together with performance/rating curves of the equipment

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 27 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

and test certificates, wherever applicable. The contract shall not be


considered completed for purpose of taking over until such instructions and
drawings have been supplied to the Employer.

(d) A separate section of the manual shall be for each size/type of equipment
and shall contain a detailed description of construction and operation,
together will all relevant pamphlets, drawings and list of parts with
procedures for ordering spares. Maintenance instructions shall include
charts showing lubrication, checking, testing and replacement procedure to
be carried out daily, weekly, monthly and at longer intervals to ensure trouble
free operation. Where applicable, fault location charts shall be included to
facilitate finding the cause of mal-operation or breakdown. A collection of the
manufacturer’’ standard leaflets will not accepted to be taken as a
compliance of this clause. The manual shall be specifically compiled for the
concerned project.

1.19.06 Final submission of Drawings and Documents

The Contractor shall furnish the following after approval of all drawings/documents
and test reports:

(a) List of drawings bearing the Employer’s and Contractor’s drawing number.

(b) Eight (8) bound sets alongwith 3 CD-ROMs of all drawing.

(c) All documents/designs in four (4) copies as noted above.

(d) Contractor shall also furnish eight (8) bound sets of all as-built drawings
including the list of all as-built drawings bearing drawing numbers. The
Contractor shall also furnish three (3) sets of film reproducibles or CD-ROMs
of all as-built drawings as decided by the Employer.

(e) The Contractor shall also furnish ten (10) copies of instruction manuals (after
approval) for all the equipments.

1.19.07 Test Reports

Four (4) copies of all test reports shall be supplied for approval before shipment of
equipment. The report shall indicate clearly the standard value specified for each
test to facilitate checking of the reports. After final approval six bound copies of all
type and routine test reports shall be submitted to Employer.

1.20.00 Reference Drawings

1. 20.01 The drawings enclosed with the specification are for information and for purpose of
tendering only. They give the basic scheme of the works and associated services
including the scope of work. In case of any discrepancy between drawings and text
of specification, the requirement of text shall prevail.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 28 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

1. 20.02 The dimensions shown on the drawings between center line of various equipment
are tentative and are for guidance only. Contractor while preparing the final drawings
shall:

(a) Co-ordinate with various suppliers for the actual dimensions of the
equipment.

(b) Maintain the overall dimensions of the switchyard, bay length and bay width,
phase-to-phase clearance between buses, etc. but may alter the locations of
equipment to obtain the statutory electrical clearances required for the
switchyard. In this process he must follow all rules and satisfy all conditions
of:

i) BS:162 - Specification for electrical power switchgear and associated


apparatus.

ii) Indian Electricity Rules.

iii) Fire Protection Manuals issued by Tariff Advisory Committee of India.

iv) National Electricity Safety Code published by Institute of Electrical


and Electronics Engineers, New York.

1. 21.00 Taking Over

Upon successful completion of all the tests to be performed at site on equipments


furnished and erected by the Contractor, the Engineer shall issue to the Contractor,
a taking over certificate as a proof of the final acceptance of the equipment. Such
certificate shall not unreasonably be with-held nor will the Engineer delay the
issuance thereof on account of minor omissions or defects which do not affect the
commercial operation and/or cause any serious risk to the equipments which
otherwise survive, by the terms and conditions of the contract after issuance of such
certificate.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 29 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
Annexure – I

INDICATIVE FIELD QA&QC LABORATORY SET-UP

S. No Equipment Nos
1. Standard sieve analysis setup along with the sieve G.I. frame , Motorized sieve shaker , Pans and Covers etc. 1 Set
2. Slump Testing Equipment - Slump test mould, temping rod, 2 Set
3. Compression test for concrete cubes and bricks - Cube moulds, compression testing machine, cylinders, 1 Set
temping rods, laboratory concrete mixer
4. Viacat apparatus, balance, standard weights, gauging trowel 1 Set
5. Rebound Hammer for NDT testing of concrete 1 Set
6. Thermostatically controlled laboratory Electric ovens. 1 Set
7. Physical balance and Electronic balance 1 Set each
8. Micro Meter, Vernier Calipers 1 Set
9. Mhos scale for hardness test 1 Set
10. Digital Elco-meter for paint thickness 1 Set
11. Standard Proctor test set-up and Core cutter for in-situ density test set-up 1 Set each
12. Glass Jar, sedimentation pipette, Measuring Cylinders, Containers, Evaporating dish, steam bath, desiccators, As required
muffle furnace, chemicals etc.
13. Thermometer, Steel rules, Measuring wedge for bricks etc As required

NOTE:
1. The above laboratory equipment list is indicative and not exhaustive. The CC shall mobilize all the laboratory equipments in good working
conditions preferably not more than 3 years old to carry out all the tests required to meet the specification requirements.
2. The CC may indicate the tests proposed to be outsourced, if any, to be conducted at NTPC approved third party laboratories such as NCB, CSMRS,
IIT’s etc.
3. All laboratory / measurement / survey equipments to be used at site shall be calibrated by NABL/NPL accredited laboratory / agency.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 30 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
Annexure – II
INDICATIVE QA&QC MANPOWER STRUCTURE

PROJECT MANAGER

QA & QC MANAGER

• QUALITY ASSURANCE QC ENGINEER-IN-CHARGE QA&QC LABORATORY


• DOCUMENTATION- QAP, IN-CHARGE
FQP, MQP, MONTHLY/
QUARTERLY REPORTS ETC.
• CO-ORDINATION AND EXCAVATION, FILLLING - GEOTECHNICAL ENGINEERS
INTERACTION WITH NTPC
AND SUB-CONTRACTORS
• TEST ON BOUGHT OUT SUPPROTING FIELD/ NDT AND
ITEMS LABORATORY STAFF
CONCRETE & BUILDING MATERIALS EVALUATION/
• THIRD PARTY LABORATORY TESTING, CONCRETE MIX DESIGN AND PRODUCTION
TESTING STRUCTURAL STEEEL WORKS, ROAD, BUILDING AND
ARCHITECHTURAL WORKS - CIVIL ENGINEERS

SUPPROTING STAFF

NOTE: The Contractor shall submit the details/ bio-data of QA&QC manpower along with their deployment schedule for approval/ acceptance.
The CC shall mobilize additional manpower, if required to meet the construction schedule.
The deployment of this manpower shall be based on the agreed/ approved manpower deployment schedule linked to L-2 Network.
All the areas/ activities shown above shall headed by experienced and qualified engineers supported by sufficient nos of supervisors and
supporting staff. The bidder shall indicate the number of engineers and supervisors in their bid, which shall be discussed and finalized before
award of the package.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 31 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
Annexure – III
Indicative List of Bought Out Items for Civil Works

Sr. Bought Out Item Proposed Proposed list of


No. Make Manufacturers
1. Cement, if procured by Contractor
2. Structural and Reinforcement Steel, if procured by Contractor
3. Construction Chemicals- admixtures, waterproofing, accelerators, Epoxy Resin, grouts etc.
4. Bitumen, Bitumen Impregnated Fiber Board Joint Filler, Joint Sealing Compound, Bituminous Compound, Joint Sealant
5. Paint and Painting System
6. PVC water stops, hydrophilic strips
7. PVC Pipes and accessories
8. Any other specific high value and critical bought out item required, meeting the specification requirements
Note:
The Bidders are required to indicate the list of proposed manufacturers/ sub-vendors for each of the BOI in their Bid proposal, which shall be discussed for
finalization at post bid stage.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 32 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
SUPPLIERS NAME INDICATIVE FIELD QUALITY PLAN- CIVIL WORKS ANNEXURE- IV
AND ADDRESS: ITEM : CIVIL WORKS INCLUDING QP NO. : 1 PROJECT: LOHARINAG PALA HEPP (4 × 150 MW)
STRUCTURAL STEEL WORK, PILING, PACKAGE: 400KV SWITCHYARD PACKAGE
LO
BUILDING REV. NO .: 0
GO
DATE : CONTRACT NO. CS-5506-500-2-XXX
SUB-SYSTEM : MAIN
PAGE : CONTRACTOR
Sl. Activity and Characteristics / instruments Class Type of Quantum Of check Reference Acceptance Format of Remarks
No operation # of Check Document Norms Record
check
D
1 2 3 4 5 6 7 8 9 * 10
GENERAL
REQUIREMENTS
A Setting up of Field A Physical Once prior to start of work As per Tech. Specs, Const. Drgs and SR √ Functioning of laboratory
QA&QC laboratory As agreed / Approved/ accepted Methodology equipment in proper
required working condition to be
verified on monthly basis
B Availability of requisite A Physical Once prior to start of work As per Tech. Specs, Const. Drgs and SR √
laboratory set up and and thereof monthly Approved/ accepted Methodology
equipment in good
As agreed /
working condition well
required
before
commencement of
concerned activity
C Submission of QA & - A Physical Once prior to start of work As per Tech. Specs, Const. Drgs and √
QC manpower Approved/ accepted Methodology
deployment schedule
based on agreed L-2
network .
D Availability of QA& QC - A Physical Once prior to start of work As per Tech. Specs, Const. Drgs and SR √
manpower based on and thereof monthly Approved/ accepted Methodology
deployment schedule .
E Sampling for testing of A Physical Once per each source As per Tech. Specs, Const. Drgs and SR/TR √ Test report along with
building materials, As agreed / Approved/ accepted Methodology the recommendations
concrete mix design required from specialist agency to
etc. be submitted to NTPC.
F Submission of - A Physical Once prior to start of work As per Tech. Specs, Const. Drgs and SR √
schedule of tests to be and thereof monthly Approved/ accepted Methodology
done monthly /
quarterly and
maintenance of the
same on a computer
connected to LAN of
NTPC for monitoring

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 33 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
1 GEOTECHNICAL INVESTIGATION
1.1 Borehole Drilling/
Core Drilling
i Submission of Detailed - B Review Prior to start of work As per Tech. Specs, Const. Drgs and SR
description of Geotechnical and Approved/ accepted Methodology
Investigation and testing Approval/
equipments to be deployed, acceptanc
methodology for core drilling e
ii Check for drilling location - B Review Prior to start of work As per Tech. Specs, Const. Drgs and SR
layout Approved/ accepted Methodology
iii Submission of daily copy of - B Review Daily During the work As per Tech. Specs, Const. Drgs and SR This shall include SPT,
the borehole Journal Approved/ accepted Methodology Collection of disturbed
and undisturbed soil/
rock core sample, water
sample etc
iv Submission of Borehole - B Review Latest within 15 days As per Tech. Specs, Const. Drgs and SR -do-
Section document after completion of Approved/ accepted Methodology
borehole
v Submission of Geotechnical - B Review Latest within 1 month As per Tech. Specs, Const. Drgs and SR Interpretation of results,
Investigation Summarizing after completing all works Approved/ accepted Methodology Photograph of the core
Report for all tests as samples, trial pit and
described in Technical trenches walls, location
Specifications co-ordinates etc. (3 hard
copies and 1 CD)
1.2 Sampling of Material As agreed / B Physical 100% As per Tech. Specs, Const. Drgs and SR
for Laboratory required Approved/ accepted Methodology
Testing
1.3 Execution of As agreed / B Physical 100% As per Tech. Specs, Const. Drgs and SR
Geotechnical required Approved/ accepted Methodology
Investigation by In-
situ Testing
1.4 Execution of Ground As agreed / B Physical 100% As per Tech. Specs, Const. Drgs and SR
Investigations by required Approved/ accepted Methodology
Destructive Drilling
1.5 Execution of Ground As agreed / B Physical 100% As per Tech. Specs, Const. Drgs and SR
Investigation by required Approved/ accepted Methodology
Geophysical Method
1.6 Reinstatement of As agreed / B Physical Each location after As per Tech. Specs, Const. Drgs and
work site required completion Approved/ accepted Methodology

2 EXCAVATION AND FILLING IN FOUNDATION


WORKS
Excavations-
2.1 Check for the Nature, type B Visual Random in eah shift As per Tech. Specs, Const. Drgs and SR
As agreed /
of soil/rock before and Approved/ accepted Methodology
required
during excavations
2.2 Check for the Initial ground B Measurem 100% As per Tech. Specs, Const. Drgs and SR
level before start of As agreed / ent Approved/ accepted Methodology
excavations required

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 34 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
2.3 Check for the final shape B Measurem 100% As per Tech. Specs, Const. Drgs and SR
As agreed /
and Dimensions of ent Approved/ accepted Methodology
required
excavations.
2.4 Check for the Final As agreed / B Measueme 100% As per Tech. Specs, Const. Drgs and SR
excavation levels required nt Approved/ accepted Methodology
2.5 Check for the Side slope of As agreed / B Measurem Random in eah shift As per Tech. Specs, Const. Drgs and SR
final excavation required ent Approved/ accepted Methodology
2.6 Excavation in Hard Rock.
i Receipt, Storage,
As agreed /
B Physical Random in each week Indian Explosive Act 1940/all statutory SR √ NTPC approved
accountability of Explosive norms, Tech Specs and Const. specialist blasting
required
Drawings agency such as CMRI,
ii Execution of Blasting As agreed / B Physical Random in eah shift IS:4081, Tech Specs and Const. SR √ NIRM shall be deployed
Operation required Drawings at site for trial blasts,
iii Submission of Blasting As agreed / C Physical Each blast As per Tech. Specs, Const. Drgs and √ design blasts, blast
report to EIC required Approved/ accepted Methodology vibration monitoring etc.
2.7 Excavation in Hard Rock B Physical 100% As per Tech. Specs, Const. Drgs and SR √ Seismographs shall be
(Blasting Prohibited) As agreed / Approved/ accepted Methodology deployed at site for
required monitoring of blast
operation vibrations.
Fill/ Backfill -
2.8 Suitability of borrow fill material
i Grain size analysis Set of B Physical One in every 2000 cum SR/TR √
Seives, for each type and source IS:2720 (Pt.IV), Tech Specs and
Hydrometer of fill materials subject to Const. Drawings
etc. a min. of 2 samples
ii Liquid & plastic limit As per IS B Physical One in every 2000 cum SR/TR √
2720 for each type and source IS:2720 (Pt.IV) , Tech Specs and
of fill materials subject to Const. Drawings
a min. of 2 samples
iii Shrinkage limit -do- B Physical One in every 5000 cum SR/TR √
for each type and source IS:2720 (Pt.IV), Tech Specs and
of fill materials subject to Const. Drawings
a min. of 2 samples
iv Free Swell Index Measuring B Physical One in every 5000 cum
IS:2720 (Pt.XI), Tech Specs and
SR/TR √
cylinders, for each type and source
Const. Drawings
etc. of fill materials
v Chemical Analysis
a Organic Matter
As agreed /
B Physical One in every 5000 cum
IS:2720 Pt.XXII, Tech Specs and
SR/TR √
for each type and source
required Const. Drawings
of fill materials
b Calcium carbonate
As agreed /
B Physical One in every 5000 cum
Part XXIII of IS-2720, Tech Specs and
SR/TR √
for each type and source
required Const. Drawings
of fill materials
c pH value
As agreed /
B Physical One in every 5000 cum
Part XXVI of IS-2720, Tech Specs
SR/TR √
for each type and source
required and Const. Drawings
of fill materials
d Total soluble sulphate B Physical One in every 5000 cum SR/TR √
As agreed / for each type and source Part XXVII of IS-2720, Tech Specs
required of fill materials and Const. Drawings

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 35 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
2.9 Standard proctor Optimum moisture content
As agreed /
A Physical One in every 2000 cum
IS 2720 (Pt.VII), Tech Specs and
SR/TR √
Test and max. dry density before for each type and source
required Const. Drawings
fill of fill materials
2.10 Moisture content Moisture content of fill
As agreed /
A Physical One in every 2000 cum
IS 2720 (Pt.II), Tech Specs and
SR/TR √
before compaction for each type and source
required Const. Drawings
of fill materials
2.9 Degree Of Compaction Of Fill / Backfill
i Dry density by core cutter A Physical i) For foundation fill/ SR/TR √
method backfill one for every 10 IS 2720 (Pt. XXIX), Tech Specs and
foundations for each Const. Drawings
As agreed /
---- OR---- compacted layer.
required
ii) For area filling, one
IS 2720 (Pt. XXVIII), Tech Specs and
SR/TR √
Dry density in place by sand every 1000 SQM area for
Const. Drawings
displacement method each compacted layer.
ii Relative density (Density As agreed / A Physical ----do----- (i) & (ii) above IS 2720 (Pt. XIV), Tech Specs and SR/TR √
Index) required Const. Drawings
iii Dry Density by proctor
As agreed /
B Physical Random checks to be SR/TR √
needle penetration carried out for each Tech Specs and Const. Drawings
required
compacted layer
3.0 CAST-IN-SITU CONCRETE

MATERIALS
3.1 CEMENT
i Ensure that cement is B Visual 100% covered storage SR/LB Each consignment of
stored in weather tight As agreed / cement shall be duly
Tech Specs and Const. Drawings
covered storage on raised required correlated with
platform. Manufacturers TC.
ii If cement is stored more A Physical At Random Test √ In case the cement is
than 60 days in godown of Report supplied by the
contractor same shall be contractor random
retested for comp. Strength sample from each lot of
& setting time. As agreed / delivery shall be tested
Tech Specs and Const. Drawings
required for Setting time and
Compressive strength.
Acceptance norms shall
be as per relevant IS
code
3.2 Coarse Aggregate
i Moisture content B Physical Once for each stack of SR/LB Accordingly water
100 Cum. or part there of content of the concrete
IS:2386 Part-III, IS : 456, IS :
As agreed / Except during monsoon will be adjusted
383/Tech Spec, Tech Specs and
required when this has to be done
Const. Drawings
every day before start of
concreting
ii Specific gravity, bulk B Physical Once for each source & SR/LB These tests will be
density, voids, water for every change of / Test carried out white
absorption, source IS:2386 Part-III, IS : 456, IS : Report establishing design mix
As agreed /
383/Tech Spec, Tech Specs and and the results to be
required
Const. Drawings intimated to NTPC.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 36 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
iii Particle, size & Shape- B Physical One per 100 cum., or part SR/LB -do-
(Sieve analysis, thereof/change of source
determination of material whichever is earlier
IS:2386 Part-I, IS : 456, IS :
finer than 75 micron, As agreed /
383/Tech Spec, Tech Specs and
flakiness index, elongation required
Const. Drawings
index, angularity number)

iv Deleterious materials & B Physical Once per source/ on SR/LB


organic impurities every change of source / Test
(determination of clay IS:2386 Part-II, IS : 456, IS : Report
As agreed /
lumps, fine silt, fine dust , 383/Tech Spec, Tech Specs and
required
light weight pieces , soft Const. Drawings
particle & estimation of
organic impurities.)
v Soundness B Physical Once per source/ on SR/LB
As agreed / IS: 2386 Part-V, IS:383 , Tech Specs
every change of source / Test
required and Const. Drawings
Report
vi Alkali aggregate reactivity
As agreed /
B Physical Once per source/ on
IS: 2386 (Part-VII), IS:383 , Tech
SR/LB √
every change of source / Test
required Specs and Const. Drawings
Report
vii Petrographic examination
As agreed /
B Physical Once per source/ on
IS: 2386 Part-VIII, IS:383 , Tech
SR/LB √
every change of source / Test
required Specs and Const. Drawings
Report
viii Crushing value abrasion B Physical Once per source/ on SR/LB -do-
As agreed / IS:383, IS-2386 Part IV/, Tech Specs
value and impact value every change of source / Test
required and Const. Drawings
Report
3.3 Fine Aggregate
i Bulkage/ moisture content balance , B Physical To be done every day SR/LB Volume of sand and
oven etc before start of work IS: 2386 Part-III IS:383 , / TR weight of water shall be
Tech Specs and Const. Drawings adjusted as per bulkage
& moisture content.
ii Mortar making properties As agreed / B Physical Once per source& for on IS: 2386, IS:383, Tech Specs and SR/LB
required every change of source Const. Drawings / TR
iii Silt, Clay content and As agreed / B Physical Once per source& for on IS: 2386 Part-II, IS:383 , Tech Specs SR/LB Acceptance limit as per
organic impurities required every change of source and Const. Drawings / TR relevant IS code
iv All other tests similar to B As above Refer above SR/LB Except for flakiness,
As agreed / IS-2386, IS-383, Tech Specs and
coarse aggregates as / TR elongation, crushing
required Const. Drawings
mentioned above. value and abrasion value
3.4 Water
i Test for sulphates and Buret, B Testing Once per each source IS:3025 part 22 and 23 (for test SR/LB
chlorides conical flask, thereof quarterly. procedure ), IS:456(for acceptance / TR
pipette etc criteria ) , Tech Specs and Const.
Drawings
ii Tests for ascertaining limit As agreed / B Physical Once per each source IS:3025 part 18 (organic),IS:456 , SR/LB
of solids required thereof quarterly. Tech Specs and Const. Drawings / TR
iii Tests for pH Value pH meter B Testing Once per each source IS:3025, IS:456, Tech Specs and SR/LB
thereof quarterly. Const. Drawings / TR

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 37 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
iv Check for initial set vicat appratus A Physical See Remarks See √ Initial set time with used
time for used water Remar water should not be less
and distilled water ks than that with distilled
water. This check is to
See Remarks, Tech Specs and be carried out only if the
Const. Drawings results of the tests
mentioned at sl. no.
2.01.04 i),ii)& iii)
mentioned above

v Check for Concrete standard sand and A Physical See Remarks See √ This check is to be
compressive strength compression testing Remar carried out only if the
with used water and machine As agreed / See Remarks, Tech Specs and ks results of the tests
distilled water required Const. Drawings mentioned at sl. no.
2.01.04 i),ii)& iii)
mentioned above
3.5 CONCRETE
i Check for the proportions of B Physical Random in each shift SR/LB
materials for nominal mix As agreed / IS:456, Tech Specs and Const. / Test
concrete as per Table-9 of required Drawings Report
IS 456
ii Trial mix (Cubes A Physical Min. 4 Trial Mixes with SR/LB √ For trial mix min. of 6
compressive strength) as admixtures and Without / Test cubes for each mix, 3
per Mix Design admixtures With fly ash. Report specimen shall be tested
at 7 days remaining 3
As agreed / IS: 516 & IS:456, IS:10262, Tech
shall be for 28 days
required Specs and Const. Drawings
comp. Strength. Mix
design shall carried out
at agency finalised
during pre award )
iii Crushing strength (works A Physical One set of 6 cubes per SR/LB √ Min. of 6 cubes for each
Tests cubes) 100 M3 or part thereof for / Test mix, 3 specimen shall be
As agreed / IS:516, IS:456, Tech Specs and
each grade of concrete Report tested at 7 days
required Const. Drawings
per shift whichever is remaining 3 shall be for
earlier. 28 days comp. Strength.
iv Workability - slump test As agreed / B Physical One sample every 2 hrs. IS:456, Tech Specs and Const. SR/LB
required from every mixing plant Drawings /TR
v Cement content As agreed / B Physical At random at the time of IS:1199 , Tech Specs and Const. SR/LB
required batching. Drawings
vi Admixtures for Concrete
As agreed /
A Review of Random in each shift
IS:456 , Tech Specs and Const.
Test √ Admixture of appd.
from approved sources MTC Report Brand and tested quality
required Drawings
shall be used.
vii Water Tightness Test for B Physical 100% Inspec
As agreed / IS:3370 (Tanks and Revision) , Tech
Water Retaining Structures tion √
required Specs and Const. Drawings
Report
viii Dimensions and visual exa- B Physical/ 100% SR
mination of finished visual
structure As agreed / As per Tech. Specification./Appd.
required Drg./IS-456

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 38 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
3.6 CONCRETE CONVEYING, PLACING&
COMPACTION
i Mixing of concrete mixing of concrete shall be To be calibrated at the time of mixing will be as
done in a approved mixer time of starting and Review of calibration chart/ given in IS 457
such as to produce a subsequently once in Certificate, IS 457, Tech Specs and
homogenous mix three months, and shall Const. Drawings
confirm to IS:4925
ii Calibration of Batching Plant batcher A Physical To be calibrated at the TR Cement consumption at
should time of starting and batching plant shall also
Review of calibration chart/
comply with subsequently once in be obtained through
Certificate, Tech Specs and Const. √
requirement three months, and shall comp. Output. Provision
Drawings
of IS 457 confirm to IS:4925 of online printer is
mandatory
iii Handling and Transportation buckets,chut B Physical Random in each shift SR
IS:456, Tech Specs and Const.
of concrete es,belts,conv
Drawings
eyer etc
iv Placement of concrete Visual B Physical Random in each shift IS:456, Tech Specs and Const. SR
Drawings
v Check for compaction and B Physical Random in each shift Check for period of curing as per IS SR
As agreed /
Curing 456 , Tech Specs and Const.
required
Drawings
vi Cleanliness, provision of C Visual 100% SR
chute and arrangement for As agreed / IS:456, Tech Specs and Const.
transportation & placement required Drawings
of concrete.
x check for segregation As agreed / C Visual 100% IS:456, Tech Specs and Const.
required Drawings
3.7 TEST/CHECK ON RCC STRUCTURE IN
HARDENDED CONDITIONS
i Core Test A Physical As required by NTPC SR/LB
As agreed / As per IS:456, IS 516, Tech Specs
Engineer. / Test √
required and Const. Drawings
Report
ii Dimensional check on B Measurem Approved Drawing SR/LB
As agreed / As per IS:456, Tech Specs and
finished structures & ent
required Const. Drawings
Dimensional tolerances
iii Rebound Hammer test As agreed / A physical As required by the NTPC SR/LB
, Tech Specs and Const. Drawings √
required engineer
3.8 REINFORCEMENT STEEL

i Physical and Chemical As required/ A Review of Each batch of delivery MTC Applicable if steel is
IS : 1786, IS:432, IS:1566, Tech
Properties for each lot as agreed MTC √ procured by Contractor
Specs and Const. Drawings
per relevant IS codes
ii Cutting tolerance As agreed / B Measurem Random in each shift IS : 1852, IS: 432, IS:1786, Tech SR/LB Tolerance as per
required ent Specs and Const. Drawings specifications
iii Freedom form cracks As agreed / B Visual Random in each shift IS: 1852, IS:432, IS:1786, Tech SR/LB
surface flaws, Lamination. required Specs and Const. Drawings
3.9 PLACEMENT OF REINFORCEMENT STEEL
I Check for bar bending B Visual & Random in each shift SR
As agreed / Approved Drawings, Tech Specs and
schedule with necessary Measurem
required Const. Drawings
laps. Spacers & Chairs ent

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 39 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
ii Check for cover, spacing of B Visual & Random in each shift SR
As agreed / Approved Drawings, Tech Specs and
bars Measurem
required Const. Drawings
ent
iii Check for bending of bars B Visual & Random in each shift SR
As agreed / Approved Drawings, Tech Specs and
Measurem
required Const. Drawings
ent
iv Check for spacers and B Visual & Random in each shift SR
chairs after the As agreed / Measurem Approved Drawings, Tech Specs and
reinforcement cage is put required ent Const. Drawings
inside the formwork
v Acceptance of placement od B Visual & beofre start of each IS : 456/ Drawings & approved bar SR
As agreed /
reinforcement before start of Measurem concreting bending, Tech Specs and Const.
required
concreting ent Drawings schedule
3.10 STAGING AND FORMS
i Materials and accessories As agreed / B Visual Once before start of work As per relevant IS, Tech Specs and SR
required Const. Drawings
ii Soundness of staging, B Visual Once before start of work As per manufacturer's spec. and as SR
As agreed /
shuttering and scaffolding per 3696,4014, 4990, Tech Specs
required
and Const. Drawings
iii Acceptance of formwork B Physical / before start of each As per provisions and tolerances, SR
before start concreting visual concreting Tech Specs and Const. Drawings
3.11 EMBEDDED PART(INCLUDING LAYING OF RAILS
& ANCHOR FASTENERS)
i Position and levels of B Physical/ 100% SR
As agreed / As per drawing, Tech Specs and
embedded parts measurem
required Const. Drawings
ent
ii Position depth and size of B Physical/ Random in each shift SR
As agreed / As per drawing, Tech Specs and
bolt hole measurem
required Const. Drawings
ent
iii Location verticality of pipe B Physical/ Random in each shift SR
As agreed / As per drawing, Tech Specs and
sleeve/opening of bolt hold measurem
required Const. Drawings
ent
iv Laying of rails under B Physical/ Random in each shift SR
As agreed / As per drawing, Tech Specs and
supervision of NTPCs measurem
required Const. Drawings
specilised agency. ent
v Welding / tying of B Physical/ Random in each shift SR
As agreed / As per drawing, Tech Specs and
embedment to reinforce- measurem
required Const. Drawings
ment ent
3.12 PRE-CAST CONCRETE
i Crushing strength compression A Physical one sample of six cubes SR/LB a minimum of three
strength per 50 cum or part IS:516&IS; 456, Tech Specs and specimen shall be

testing thereof Const. Drawings tested for 28 days comp.
machine strength
ii Workmanship free from B Physical 100% As per Tech. Specs, Const. Drgs and SR
Visual
visual defects Approved/ accepted Methodology
iii Dimension of finish structure As agreed / B Measurem 100% As per IS:456, Tech Specs and SR
required ent Const. Drawings
iv Workability B Physical one sample every two hrs SR/LB According to the mix
slump test IS:1199 &IS:456, Tech Specs and
from mixing plant design
apparatus Const. Drawings

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 40 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
v As agreed / B Physical At random at the time of IS:1199 , Tech Specs and Const. SR/LB According to the mix
Water cement ratio required batching Drawings design
vi Cement content As agreed / B Physical At random at the time of IS:1199 /tech spec, Tech Specs and SR According to the mix
required batching Const. Drawings design
vii Load Test A Physical 5% or as desired by EIC SR These tests shall also be
IS:456/ As decided by NTPC Site carried out, in case of
As agreed /
Engr. In charge., Tech Specs and √ doubt regarding grade of
required
Const. Drawings concrete and poor
quality.
3.13 JOINTS IN CONCRETE
i As per A Review of Each batch of delivery Tech Specs and Const. Drawings, IS MTC
Check for the joint material - bitumen impregnated manufacture MTC 1838, IS 1834, IS12200
fibre board, PVC water stops, Sealing compound, r Standards √
Expanded polystyrene board, Hydrophillic strip,
Acrylic polymer etc.
ii B Acceptanc Each installation
As agreed /
Acceptance of installation of materials for Joints in e randomly Tech Specs and Const. Drawings
required
concrete
3.14 DAMP PROOF COURSE Tech Specs and Const. Drawings
Check for the material - Hot
As agreed / Review of Each batch of delivery at Tech Specs and Const. Drawings, IS
i bitumen and water proffing A SR √
required MTC site 702
materials etc
Acceptance of damp proof As agreed / Acceptanc
ii B 100% Tech Specs and Const. Drawings SR
course required e
3.15 GROUTING
i Check for the material As agreed / A Review of Each batch of delivery Check for chemical,
Tech Specs and Const. Drawings SR √
required MTC epoxy, resin grouts etc
Check for the type of mix - B Physical Prior to start of work
As agreed /
fluid mix, plastic mix, stiff Tech Specs and Const. Drawings
required
mix etc.
ii Check for the mixing, B Physical Random in each shift
As agreed /
placement, application and Tech Specs and Const. Drawings SR
required
grout pressure
iii Check for the compressive As agreed / A Physical Each batch of delivery
Tech Specs and Const. Drawings SR √
strength required
iv Acceptance of the grouts As agreed / B Physical Each grout section
Tech Specs and Const. Drawings SR
required

4.00 BRICK MASONARY


4.1 Test on Bricks
i Check for Dimensions , A Measurem As per relevant IS Code/ Inspec Efflorescence shall be
shape As agreed / ent/ One Sample for 30,000 IS: 1077, Tech Specs and Const. tion checked at each source.

required Physical Nos. or part thereof Drawings Report
Test
ii compressive strength, water Balance B Measurem As per relevant IS Code/ Preconditioning of brick
IS: 1077, IS:3495 part I (
absorption, warpage Oven ent/ One Sample for 30,000 shall be done as per IS.
Compressive Strength) Part II ( Water
efflorescence. compression Physical Nos. or part thereof For comperssive
Absorbtion) Part III( Efflorescence) √
testing Test strength, warpage and
Part IV ( War page), Tech Specs and
machine etc. water absorbtion
Const. Drawings

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 41 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
4.2 Test on Mortar Compressive strength, B Test At random LB Cement used in mortar
consistency and water shall confirm to either IS
As agreed / IS 2250-1981, Tech Specs and Const.
retentivity for each portion of 269: 1976 or IS 455-
required Drawings
walls, plasters and ceilings. 1976 sand shall confirm
to IS 2116 -1980
4.3 Masonry Acceptance of B Visual/ 100% SR/LB
construction Workmanship, verticality As agreed / Physical IS 2212, IS 1905 , Tech Specs and
and alignment required Const. Drawings

5.00 FINISHING AND ALLIED WORKS .


5.1 MATERIALS- FINE SAND, SAND FOR
PLASTERING
i Deleterious Material As agreed / B Physical Once per source IS : 2386 (Part-I &II) & IS :2116, Tech SR
required Specs and Const. Drawings
ii Grading As agreed / B Physical 50 Cum./or part thereof IS:3150,1542& Apprd. drgs, Tech SR Table –I of IS:2116
required Specs and Const. Drawings
iii Galvanized hexagonal wire As agreed / B Review of Each batch of delivery SR
, Tech Specs and Const. Drawings
netting for lath plastering required MTC
iv Check for the thickness and B Visual/ Random in each shift SR/LB
As agreed / As per IS 1661 , Tech Specs and
finishing of plaster Measurem
required Const. Drawings
ent
5.2 PLASTERING
i Check for defects and the B Visual/ Random in each shift SR
remedial measure for bond Physical
filler , blistering , cracking As agreed / Tech Specs and Const. Drawings, IS:
and crazing , efflorescence required 1661
and irregularity of surface
texture
ii Truness of plastering As agreed / B Visual/ Random in each shift As per Tech. Specs, Const. Drgs and SR
system required Physical Approved/ accepted Methodology
iii Acceptance of Grooves and As agreed / Acceptanc As per Tech. Specs, Const. Drgs and
B 100% SR
finishing required e Approved/ accepted Methodology
5.4 WATER PROOFING SYSTEM
i Physical
As agreed / and SR/
Check for the material A Each lot of delivery Tech Specs and Const. Drawings, √
required Review of MTC
MTC
Acceptance of water Water pounding test
As agreed /
proofing system - B Physical 100% Tech Specs and Const. Drawings SR shall be done
required
ii Application, fixing, laying

6.00 PAINTING SYSTEM - All surfaces


6.1 Check for the White wash, Distemper and A Review of Each batch of delivery SR/MT Mfr.’s T.C. shall be
Materials and all types of Primer and MTC C correlated with the
accessories Paints - Check for Shade, As agreed / consignment received.
Tech Specs and Const. Drawings √
type from brand and required
manufacturer as approved
by NTPC EIC
6.2 Check for Surface As agreed / B Physical Random in each shift SR
Tech Specs and Const. Drawings
prepration required /visual

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 42 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
6.3 Check for DFT of As agreed / B Physical Each surface at random SR
Tech Specs and Const. Drawings
painted surfaces required
6.4 Acceptance of painted As agreed / B Physical Each surface at random SR
Tech Specs and Const. Drawings
surfaces required

7.00 GENERAL STEEL WORK


7.1 Review of As per Tech. Specs, Const. Drgs and
Review of MTC/ make /
As agreed / MTC for Approved/ accepted Methodology
Check for Material Physical checks, tests ( if A For each batch of delivery SR √
required each
MTC is not available)
delivery
7.2 Fencing and Gates
i) PVC coated chain link A Review of Each batch of delivery As per Tech. Specs, Const. Drgs and SR/MT Mfr.’s T.C. shall be
fencing (IS 2720), Welded MTC Approved/ accepted Methodology C correlated with the
Check for Materials As agreed /
wire mesh (IS 1566), √ consignment received.
for fencing and gates required
Reinforced barbed tape
galvanised (IS 2629) etc.
ii) Check for alignments, B Physical / Each installation As per Tech. Specs, Const. Drgs and
As agreed /
erection painting, DFT measurem Approved/ accepted Methodology Erection shall be as per
required
etc. ents SR NTPC Tech. Specs.
ii) Acceptance of the B Physical / Each installation As per Tech. Specs, Const. Drgs and
As agreed /
installation and measurem Approved/ accepted Methodology Erection shall be as per
required
working ents SR NTPC Tech. Specs.
7.3 Galvanised Chicken Check for Guage and As per Tech. Specs, Const. Drgs and
As agreed / Acceptanc
Wire Mesh Dimensions from NTPC B Random for each delivery Approved/ accepted Methodology SR
required e
approved Source

8.00 WATER PROOFING


Check for water proofing As per Tech. Specs, Const. Drgs and
compoud, Blown/ residual Physical Approved/ accepted Methodology
bitumen, PVC sheet, PVC and
one sample for each
water stops, Geotextiles, As agreed / Review of
8.1 A section for each lot of SR
Poly-scrim cloth, required MTC for
delivery
elastomeric membrane, each
from NTPC approved delivery
sources
Acceptance of water As agreed / As per Tech. Specs, Const. Drgs and
8.2 B Physical 100%
proofing work required Approved/ accepted Methodology

FOUNDATION SYSTEM
9.00
9.1 SHALLOW FOUNDATIONS
Check for the foundation As per Tech. Specs, Const. Drgs and
As required / lines and levels to be
i excavation - Location, B Physical Each location Approved/ accepted Methodology SR √
agreed checked
Layout, size, depth etc
Check for the foundation As per Tech. Specs, Const. Drgs and
lines and levels to be
casting - Layout, Shape, Approved/ accepted Methodology
As required / checked. Concrete
ii dimensitions, B Physical Each foundation SR
agreed Grade to be checked as
Reinforcement, concreting,
per Mix Design
curing etc

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 43 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
10.0 Earthing Mat (Grounding System)
i Check for the earthing mat A Physical Each batch of delivery SR/MT
As agreed / As per relevant IS and Tech. Specs /
material and MTC C √
required Manufacturer's TC, IS 3043
Review
ii Weld sizes & length Visual/Tape B Visual/ 100% Low hydrogen electrode
Measurem Tech Specs and Const. Drawings as per NTPC approval
ent shall be used.
iii D P test DP test Kit A Physical 10% at random Free from defect , Tech Specs and TR

Const. Drawings
iv Earth test Earthing test A Physical 100% Tech Specs and Const. Drawings, SR Earthing required as per

kit Relevant IS 3043 IS 3043

11.0 ROAD WORKS


11.1 Construction of Sub-Grade and earthen/hard
shoulders
i Standard proctor Test to A Physical One in every 2000 cum
IS 2720 (Pt.VII), Tech Specs and
SR/TR √ In cutting or existing
determine optimum moisture As agreed / for each type and source levelled ground -
Const. Drawings,Section 900 of
content and max. dry required of fill materials quantum of check shall
MORTH specification
density be one per 1000 SQM
ii Moisture content of fill B Physical One in every 2000 cum SR/TR In cutting or existing
IS 2720 (Pt.II), Tech Specs and
before compaction As agreed / for each type and source levelled ground -
Const. Drawings, Section 900 of
required of fill materials quantum of check shall
MORTH specification
be one per 1000 SQM
iii Dry density by core cutter A Physical One in every 500 SQM SR/TR √ Both for embankment
method area for each compacted IS 2720 (Pt. XXIX)/ IS 2720 (Pt. and cut formation
---- OR---- As agreed / layer. XXVIII),Tech Specs and Const. quantum of check - One
Dry density in place by sand required Drawings, Section 900 of MORTH in every 1000 SQM area
displacement method specification for each compacted
layer.
11.2 Water Bound Macadam (Non-Bituminous) for base
course and sub-base course
i Aggregate Impact value As agreed / A Physical One test per 200 cum of Section 900 of MORTH specification, SR √
required Test aggregate Tech Specs and Const. Drawings
ii Grading As agreed / B Physical One test per 100 cum of Section 900 of MORTH specification, SR
required aggregate Tech Specs and Const. Drawings
iii Flakiness index and As agreed / B Physical One test per 200cun of Section 900 of MORTH specification, SR
elongation index required agregate Tech Specs and Const. Drawings
iv Atterberg Limits of binding As agreed / A Physical One test per 25 cum of Section 900 of MORTH specification, SR √
material required binding material Tech Specs and Const. Drawings
v Atterberg Limits of portion of
As agreed /
A Physical One test per 100cum of
Section 900 of MORTH specification,
SR √
agreggate passing 425 aggregate
required Tech Specs and Const. Drawings
micron sieve
vi Standard proctor Test to A Physical One in every 2000 cum
IS 2720 (Pt.VII), Tech Specs and
SR √
determine optimum moisture As agreed / for each type and source
Const. Drawings,Section 900 of
content and max. dry required of fill materials
MORTH specification
density
vii Moisture content of fill B Physical One in every 2000 cum IS 2720 (Pt.II), Tech Specs and SR
As agreed /
before compaction for each type and source Const. Drawings, Section 900 of
required
of fill materials MORTH specification
viii Dry density by core cutter As agreed / A Physical For area filling, one every IS 2720 (Pt. XXIX)/ IS 2720 (Pt. SR √

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 44 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
method required 1000 SQM area for each XXVIII),Tech Specs and Const.
---- OR---- compacted layer. Drawings, Section 900 of MORTH
Dry density in place by sand specification
displacement method
11.3 Bituminous Macadam for base and binder course
i Quality of binder
As agreed /
A Physical No. of samples per Lot & IS 73,Tech Specs and Const. SR √
tests as per IS:73, IS:217, Drawings, Section 900 of MORTH
required
IS:8887 as applicable specification
ii Aggregate Impact Value /
As agreed /
A Physical One test per 50 cum of Section 900 of MORTH specification, SR √
Los angeles abrasion value aggregate Tech Specs and Const. Drawings
required
iii Flakiness Index and B Physical One test per 50 cum of SR
As agreed / Section 900 of MORTH specification,
elongation index of aggregate
required Tech Specs and Const. Drawings
aggregates
iv Stripping value of aggregate B Physical Initialy one set of 3 SR
(Immersion tray test) As agreed / representative specimen Section 900 of MORTH specification,
required per source, and on every Tech Specs and Const. Drawings
change of source.
v Water sensitivity of mix A Physical Initialy one set of 3 SR √
As agreed / representative specimen Section 900 of MORTH specification,
required per source, and on every Tech Specs and Const. Drawings
change of source.
vi Grading of aggregates B Physical Two test per day per SR
As agreed / plant both on individual Section 900 of MORTH specification,
required constituents and mixed Tech Specs and Const. Drawings
aggregate from drier
vii Water absorption of Initially one set of 3 SR
aggregate As agreed / representative specimen Section 900 of MORTH specification,
required per source, and on every Tech Specs and Const. Drawings
change of source.
viii Soundness ( Magnesium
As agreed /
A Physical Once per source by each
Section 900 of MORTH specification,
SR √
and Sodium Sulphate) method and on every
required Tech Specs and Const. Drawings
change of source
ix Percentage of fractured B Physical When gravel is used one SR
As agreed / Section 900 of MORTH specification,
faces test per 50cum of
required Tech Specs and Const. Drawings
aggregates
x Binder content and
As agreed /
A Physical Periodic, subject to a min
Section 900 of MORTH specification,
SR √
aggregate grading of two tests per day per
required Tech Specs and Const. Drawings
plant
xi Control of Temperature of B Physical At regular close intervals SR
binder and aggregate for As agreed / Section 900 of MORTH specification,
mixing and of the mix at the required Tech Specs and Const. Drawings
time of laying and rolling
xii Rate of spread of mixed As agreed / B Physical Regular control through Section 900 of MORTH specification, SR
materials required checks of layer thickness Tech Specs and Const. Drawings
xiii Density of compacted Layer As agreed / A Physical One test per 250 sqm of Section 900 of MORTH specification, SR √
required area Tech Specs and Const. Drawings
11.4 Bituminous Surfacing - Open graded premix
carpet and Seal coat
i Quality of binder As agreed / A Physical No. of samples per Lot & IS 73,Tech Specs and Const. SR √

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 45 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
required tests as per IS:73, IS:217, Drawings, Section 900 of MORTH
IS:8887 as applicable specification
ii Aggregate Impact Value / As agreed / A Physical One test per 50 cum of Section 900 of MORTH specification, SR √
Los angeles abrasion value required aggregate Tech Specs and Const. Drawings
iii Flakiness Index and As agreed / B Physical One test per 50 cum of SR
Section 900 of MORTH specification,
elongation indexof required aggregate
Tech Specs and Const. Drawings
aggregates
iv Stripping value of aggregate As agreed / B Physical Initialy one set of 3 SR
(Immersion tray test) required representative specimen Section 900 of MORTH specification,
per source, and on every Tech Specs and Const. Drawings
change of source.
v Water absorption test A Physical Initialy one set of 3 SR √
representative specimen Section 900 of MORTH specification,
per source, and on every Tech Specs and Const. Drawings
change of source.
vi Water sensitivity of mix As agreed / A Physical Initialy one set of 3 SR √
required representative specimen Section 900 of MORTH specification,
per source, and on every Tech Specs and Const. Drawings
change of source.
vii Grading of aggregates As agreed / B Physical One test per 25 cum of Section 900 of MORTH specification, SR
required aggregates Tech Specs and Const. Drawings
viii Soundness ( Magnesium As agreed / A Physical Once per source by each
Section 900 of MORTH specification,
SR √
and Sodium Sulphate) required method and on every
Tech Specs and Const. Drawings
change of source
ix Polished stone value As agreed / B Physical As required Section 900 of MORTH specification, SR
required Tech Specs and Const. Drawings
x Temperature of binder at As agreed / B Physical At regular close intervals Section 900 of MORTH specification, SR
application required Tech Specs and Const. Drawings
xi Binder content As agreed / A Physical One test per 500 cum&
Section 900 of MORTH specification,
SR √
required not less than two tests
Tech Specs and Const. Drawings
per day
xii Rate of spread of materials As agreed / B Physical One test per 500 cum SR
Section 900 of MORTH specification,
required and not less than 2 tests
Tech Specs and Const. Drawings
per day
xiii Percentage of fractured As agreed / A Physical When gravel is used one
Section 900 of MORTH specification,
SR √
faces required test per 50cum of
Tech Specs and Const. Drawings
aggregates
11.5 Tack Coat/ Prime coat/ fog coat
i Quality of binder
As agreed /
A Physical No. of samples per Lot & IS 73,Tech Specs and Const. SR √
tests as per IS:73, IS:217, Drawings, Section 900 of MORTH
required
IS:8887 as applicable specification
ii Temperature of binder at As agreed / B Physical At regular close intervals Section 900 of MORTH specification, SR
application required Tech Specs and Const. Drawings
iii Rate of spread of binder B Physical One test per 500 cum SR
As required / Section 900 of MORTH specification,
and not less than 2 tests
agreed Tech Specs and Const. Drawings
per day
11.6 RCC Pavements Concrete - Material, Mix - - Refer FQP for concrete
Refer FQP for concrete Works, , Tech
- − FQP for Concrete Works
design, Trial Mixes, As required / Works shall be application for
Specs and Const. Drawings, IRC &
Production, Transportation, agreed all concrete works
MOST
Placement, Compaction,

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 46 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
Curing, Test on green
concrete, Test on hardened
concrete etc.
11.7 Alignment, Level, Surface regularity and
rectification
Horizontal alignment, B Physical As per section 900 of SR
As required / Section 900 of MORTH specification,
Surface levels and Surface MORTH specification
agreed Tech Specs and Const. Drawings
regularity
Rectification As required / B Physical Each rectification Section 900 of MORTH specification, SR √
agreed Tech Specs and Const. Drawings

12.0 ANTI WEED


TREATMENT
12.1 Check for the Anti-weed A Physical Each batch of delivery As per Tech. Specs, Const. Drgs and SR
As agreed /
treatment materials and MTC Approved/ accepted Methodology √
required
Review
12.2 Execution of treatment As agreed / B Physical Random check for each As per Tech. Specs, Const. Drgs and SR
required treatment Approved/ accepted Methodology

13.0 STRUCTURAL STEEL WORK - FABRICATION &


ERECTION
13.1 MATERIAL FOR FABRICATION & ERECTION
i Material- Identification and B visual 100% As per Tech. Specs, Const. Drgs and Tested steel is supplied
marking Approved/ accepted Methodology by NTPC, and painted
for identification by the
contractor . Any rest
piece / offcuts shall be
similarly marked with
red colour for steels
conforming to IS:8500
for identification at a later
date . Unpainted steel
pieces shall be treated
as those confirming to
IS:2062
ii Visual Examination of raw B Visual 100% As per Tech. Specs, Const. Drgs and NTPC to ensure steel
material Approved/ accepted Methodology confirms to specification
requirement before issue
to Contractor
13.2 FIT-UP
i Marking and Cutting B Visual & 100% As per Tech. Specs, Const. Drgs and SR In case the material is
Measurem Approved/ accepted Methodology supplied byContractor,
ent correlated MTC shall be
verified. In the event of
As agreed /
non submission of MTC,
required
sample shall be collected
and tested for physical
and metallurgical
properties.
ii Ensure Proper fit up before As agreed / B Visual & 100% As per Tech. Specs, Const. Drgs and SR Proper identification

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 47 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
welding required Measurem Approved/ accepted Methodology mark to be put. If
ent laminations are found
during cutting of the
material same shall not
be used.
13.3 WELDING REQUIREMENTS

i Check for the qualification of A Physical 100% Approved WPS/WPS AWS- Test
welders and qualification of As agreed / D1.1/ASME-IX, Tech Specs and Report

Welding procedures to be required Const. Drawings
used for all welding.
ii Ensure that the welding A Physical 100% Approved WPS/latest NTPC SR WPS to be submitted for
consumables used are as Rationalized list of Electrodes. NTPC approval and low
per procedure (WPS) As agreed / hydrogen electrodes to

approved by NTPC. required be used for welding of
high/medium tensile
steel
iii Check for proper edge C Physical/ 100% As per Tech. Specs, Const. Drgs and SR
As agreed /
preparation wherever Measurem Approved/ accepted Methodology
required
applicable ent
iv Check for proper sequence As agreed / B Visual 100% As per Tech. Specs, Const. Drgs and SR
of welding required Approved/ accepted Methodology
v Check that the temporary B Visual 100% As per Tech. Specs, Const. Drgs and SR
As agreed /
attachment welding are Approved/ accepted Methodology
required
removed and ground
vi Check & ensure that the B Visual 100% As per Tech. Specs, Const. Drgs and SR
overlap/excess weld metal As agreed / Approved/ accepted Methodology
is removed by grinding and required
painting
vii Check the measurement of B Measurem 100% Tech Specs and Const. Drawings, SR
parts/structures after ent IS-7215/Approved Drg.
welding for the correctness As agreed /
of dimensions & and required
matching, absence of
distortion & alignment.

13.4 NON DESTRUCTIVE AND DESTRUCTIVE TESTING


i Fillet Welds
i). Check for size and visual B Visual/ 100% As per Tech. Specs, Const. Drgs and SR As per requirement of
As required/
examination Measurem Approved/ accepted Methodology NTPC Engineer
agreed
ent
ii). Microetch Examination B Physical Main fillet weld with min As per Tech. Specs, Const. Drgs and SR
on production test coupons As required/ one joint per built up Approved/ accepted Methodology

agreed beam, columns and crane
girders
iii). Dye Penetration Test - B Physical 25% weld length of As per Tech. Specs, Const. Drgs and SR
As required/
Crane Girder tension member of crane Approved/ accepted Methodology
agreed
girder
iv). Dye Penetration Test - As required/ B Physical 5% of Weld length with As per Tech. Specs, Const. Drgs and SR
Except Crane Girder, for all agreed min. 300mm at each Approved/ accepted Methodology

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 48 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
other Fillet Welds loaction
ii Butt Welds
i) Visual examination As required/ B Visual Random in each shift As per Tech. Specs, Const. Drgs and SR As per requirement of
agreed Approved/ accepted Methodology NTPC Engineer
ii) DPT As required/ B Physical On all butt welds DPT As per Tech. Specs, Const. Drgs and IR All butt welds to be back
agreed after back gouging. Approved/ accepted Methodology gouged before DPT
iii) Mechanical testing on B Physical Min. one joint per built up As per Tech. Specs, Const. Drgs and IR Test on production test
As required/
production test coupons beams, columns and Approved/ accepted Methodology √ coupons
agreed
crane girder.
iv) Radiography Test A Physical 100% radiography test on As per Tech. Specs, Const. Drgs and IR Wherever RT is not
butt welds of tension Approved/ accepted Methodology feasible UT to be carried
flange (bottom flange) of out.
As required/
crane girder. All other butt √
agreed
welds shall be subjected
to 10% weld length of
each welder.
iii Full Penetration Welds (Other than butt welds)
i) Ultrasonic Testing A Physical i) 100% UT on the web to As per Tech. Specs, Const. Drgs and IR In case of failure of any
flange joint of crane Approved/ accepted Methodology welds in SPOT/RT or UT
girder the % of retesting shall
As required/ be doubled at that

agreed particular loaction.
Acceptance criteria of
NDT on welds shall be
as per AWS D1.1.
ii) Ultrasonic Testing As required/ A Physical ii) 10% UT on other full As per technical specifications and IR

agreed penetration joints construction drawings
13.5 PAINTING SYSTEM
i Check for the paining A Review of Each batch of delivery As per Tech. Specs, Const. Drgs and SR/MT Mfr.’s T.C. shall be
As agreed /
Materials and accessories MTC Approved/ accepted Methodology C √ correlated with the
required
consignment received.
ii Check for Surface As agreed / B Physical Random in each shift As per Tech. Specs, Const. Drgs and SR
preparation (Sa 2½) required /visual Approved/ accepted Methodology
iii Check for DFT of paint As agreed / B Physical Each surface at random As per Tech. Specs, Const. Drgs and SR
required Approved/ accepted Methodology
iv Acceptance of painted As agreed / B Physical Each surface at random As per Tech. Specs, Const. Drgs and SR
surfaces required Approved/ accepted Methodology
v Ensure the markings are C Visual/ 100% As per Tech. Specs, Const. Drgs and SR
done a) Assembly Physical Approved/ accepted Methodology
As agreed /
designation b) Part number
required
c) Weight d) Any other
important identifications.

13.6 FOUNDATION CHECKS


i Ensure that availability of As agreed / C Visual 100% As per Tech. Specs, Const. Drgs and SR
permanent Bench Mark required Approved/ accepted Methodology
ii Ensure the foundation are B Physical/ 100% As per Tech. Specs, Const. Drgs and SR
As agreed /
cast as per requirements Measurem Approved/ accepted Methodology
required
ent
iii Check the orientation of the As agreed / C Visual 100% As per Tech. Specs, Const. Drgs and SR

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 49 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
foundation required Approved/ accepted Methodology
iv Check the top level of B Physical/ 100% As per Tech. Specs, Const. Drgs and SR
foundation pedestal with As agreed / Measurem Approved/ accepted Methodology

respect of the permanent required ent
bench mark.
v Check the center to centre B Physical/ 100% As per Tech. Specs, Const. Drgs and SR
distance of column Measurem Approved/ accepted Methodology
foundation pedestals with ent
As agreed /
respect to the reference √
required
axis.

vi Check the diagonals B Physical/ 100% As per Tech. Specs, Const. Drgs and SR
As agreed /
between columns Measurem Approved/ accepted Methodology √
required
ent
vii Check the pitch distance of B Physical/ 100% As per Tech. Specs, Const. Drgs and SR
As agreed /
foundation bolts on both Measurem Approved/ accepted Methodology √
required
axis & diagonal. ent

13.7 PERMANENT BOLTS AND NUTS AND WASHERS


i Check for the Material - A Physical Once for each lot of As per Tech. Specs, Const. Drgs and SR/MT Check dimensions,
Permanent mild steel Bolts, and MTC delivery Approved/ accepted Methodology C properties, storage along
mild steel Nuts, Mild steel As agreed / Review with MTC

Washers, High strength required
structural Bolts, GI Bolts,
Washers
ii Check for the prepared B Physical Random before asembly Tech Specs and Const. Drawings,and SR
As agreed /
contact surfaces before for bolting Approved/ accepted Methodology, IS
required
bolting 4000
iii Visual inspection of the B Physical Randomly in each shift Tech Specs and Const. Drawings,and SR
As agreed /
assembeled bolts - for for assembeled bolts Approved/ accepted Methodology, IS
required
physical defects 4001
iv Inspection for tensioning B Physical Randomly during snug Tech Specs and Const. Drawings,and SR
As agreed /
procedure and tensioning tight test and after full Approved/ accepted Methodology, IS √
required
tensinoning 4002
v Acceptance of installation of As agreed / B Physical Each bolt As per Tech. Specs, Const. Drgs and SR
bolts required Approved/ accepted Methodology

LEGEND: D * Records, indentified with “Tick” (√) shall be essentially included by supplier in DOC. NO.: CS - Project Code - 323-9-QVC-G-002
QA documentation. REV: 0
Legend to be used: Class # : A = Critical, B=Major, C=Minor; SR, TR, MTC, LB

Main-supplier Categorization Witnessing & Accepting (As per NTPC QA&I System) For NTPC USE
Sub Category ‘A’ FQA Engineer in association with Executing Engineer, Category ‘B’ Executing
- Engineer, Category ‘C’ Executing Engineer ;SR = Site Register , TR= Test Report,MfrTC =
sup Manufacturer's Test Certificate
plier
Signature This document shall be read in conjunction with NTPC Tech. Specifications, BOQ, Drawings REVIEWED BY APPROVE APPROVAL SEAL
D BY

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4x130 MW) TECHNICAL SPECIFICATION
PART- C PAGE 50 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

ANNEXURE-V

LIST OF STANDARDS

1. Gas Insulated metal enclosed switchgear IEC-62271-203


for rated voltage above 52 KV

2. New Sulpher Hexaflouride IEC- 60376

3. Environmental Testing IEC- 68 Part III

4. Insulation coordination. IEC -71

5 Non linear resistor type arresters for IEC-60099-1/4


AC systems.

6. Insulated Bushing foralternatingvoltages IEC- 60137


above1000 V.

7. Guide to testing of circuit breakers IEC –267

8. High voltage test techniques-Partial IEC –60270


discharge measurements.
9. Specification & acceptance of new SF6 gas. IEC- Rec. 376
10. Report on synthetic testing of high voltage IEC- 60427
AC circuit breaker.

11. Guide to the checking of SF6 taken from IEC- 60480


electrical equipments.

12. Switching impulse test on HV insulators. IEC- 506

13. Common specification for HV switchgear IEC-60694 /62271-1


and control gear standards.

14. Cable connections for gas insulated metal IEC- 60859


enclosed switchgear.

15. Alternating current disconnectors. Bus IEC –61128


transfer current switching by disconnector

16. AC earthing switches. Induced current IEC -61129


switching.

17. Requirement for switching of bus charging IEC-1259


current by disconnectors.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 51 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

18. Factory built assembly of New Voltage IEC- 60439


Switchgear and Control Gear

19. IEEE- Guide for safety in AC substation IEEE-80 (2000)


grounding

20. Earthing of GIS –an application guide CIGRE-44


(Elecra no: 151, Dec’93)

21. Cable connection between power IEC-62271-306


transformer & gas insulated metal
enclosed switchgear for rated voltage
above 52KV

22. Cable connection for gas insulated metal IEC-62271-305


enclosed switchgear for rated voltage
above 52KV

23. Circuit Breaker IEC:62271-100,


IS:13118, IEC:427

24. Isolator IEC:62271-102

25. Current Transformer IEC:60044 or


IS:2705, BS:3938

26. Capacitor Voltage Transformer IEC:186, IEC:186A&186B


IEC:358, IS:3156

27. Surge Arrestor IEC:99-4 and IS:3070

28. Common clauses for switchgear IEC:694

29. Post Insulator IEC:168 or IS:2544

30. Gas Cylinders IS:4379, IS:7285

31. SF6 gas IEC:376A & 376B

32. Piping material for fire protection IS:3589, IS:1239

33. Degree of Protection IS:3589, IS:1239

34. Specification for zinc IS:209

35. Methods of Chemical Analysis IS:406

36. Procelain insulators for Overhead IS:731, BS:137(Part-I&II)


power lines with a nominal voltage greater IEC:274, IEC:385
than 1000 volts

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 52 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

37 Methods of high voltage testing IS:2071

38. Specification for conductor and earthwire IS:2821 (Part-I)


accessories for overhead power line armour
rods, binding wires, and tapes for conductor

39. Specification for Insulators fittings for IS:2486


Overhead Power lines with a nominal
Voltage greater than 1000V

- General Requirements and IS:2486 PartI,


BS:3288

- Dimensional Requirement IS:2486 PartII, IEC-120

- Locking Devices IS:2486 PartIII, IEC-372

40. Recommended practice for hot dip IS:2629


galvanisation of iron and steel

41. Testing of uniformity of zinc coated articles IS:2633

42. Hexagonal Bolts and Nuts IS:3138, ISO:R947 &


ISO:R272

43. Characteristics of string insulator units IS:3188, IEC:304

44. ISO Metric Screw Threads IS:4218, ISO:R68,


SR-26, R-262, R-965

45. Determination of weight of coating on zinc IS:6745


coated iron & steel articles

46. Methods of RIV test on HV insulators IEC:437

47. Methods for Switching Impulse test on HV IEC:506


insulators.

48. Thermal Mechanical Performance test on IEC:575


string insulators units.

49. Radio Interference Voltage of high voltage IS:8263/NEMA publication


Appratus Method of measurements No.107/1964,CISPR

50. Electrical relays for power system IS:3231, IEC-255 Pt I to III,


protections BS:142

51. Indicating Intruments BS-89, IS:1248,


IEC:5, IS:2419

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 53 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

52. Recorders BS-90, IS:6236,


IEC258

53. Energy meters BS-5585,IS:722,IEC:521


IEC:687

54. General requirements for switchgear and IS:4237


control gear for voltage not exceeding 1kV.

55. Marking and arrangements for switchgear IS:375


busbars, main connection and auxiliary

56. Specification for static protection relay IS:8686

57. Cross link polythelene PVC cable for 7096 (Part-I)


working voltage upto and including
1100 volts.

58. Conductors for insulated electrical IS:8130


cables and flexible cords.

59. Recommended current rating for cables IS:3961

60 Specification for copper and copper BS:2871


alloy tubes

61. PVC insulation and sheath of electrical IS:5831


cables

62. Mild steel wires,strips and tapes for IS:3975


armouring of cables

63. PVC insulated electric cables for IS:1554 (Part-I), IS:894


voltages upto and including 1100 volts

64. Cables IEEE:383,ASTMD


2893

65. Glands BS 6121

66. Rigid steel conduits for electrical wiring IS:9537 (Part 2)

67. Flexible steel conduits for electrical wiring IS:3480

68. Fitting for rigid steel conduits for elect. IS:2667


wiring

69. Accessories for rigid steel conduits for IS:3837


electrical wiring

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 54 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

70. Mild steel tube IS:1239.

71. Specification for concrete pipes IS:458

72 Guide for safety procedures and IS:5216


practices in practices in electrical works

73. MS wire for general engineering purpose IS:280

74. Compression type tubular terminal end for IS:8309


aluminium conductors insulated cables.

75. Soldering and welded type terminal end for IS:8394


conductors of insulated cables

76. Cold rolled carbon sheet steel IS:513

77. Indian Electricity Act.

78. Indian Electricity Rules.

79. National Electricity Safety code EEE 80

80. Installation & Maintenance of cables IS:1255

81. Colours for ready mixed paints & enamels IS:5

82. Code of practice for earthing. IS:3043

83. Code of practice for protection of building IS:2309


and allied structure against lightning.

84. Specification for hollow column insulators IS:5621, IEC233

85. Specification for bushings. IS:2099, IEC 137

86. Requirements for profile of insulators IEC 815

87. Requirements for boxes, cabinets IS:5133, IEC 439

88. Degree of protection provided by IS:4691


enclosures for motors

89. Test on motors IS:325, IS:12075

90. Ferrules IS:10942.

91. Specifications for fuses IS:9224, IS:8724

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 55 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

92. Requirements for electric power IS:5561


connectors

93. GLS lamps IS:418

94. Water tight electric fitting IS:3553

95. Adopters for flexible steel conduits IS:4649

96. Specification for structural steel IS:226


standard quality

97. Method of chemical analysis of pig. IS:228


iron, cast iron, plain carbon and low
alloy steel

98. Code of practice for use of structural IS:802(1977)


steel in overhead trans. line towers.
Part I - Loads and permissible stress.
Part II - Fabrication, galvanising.
Inspection & packing

99. Code of practice for use of steel tubes in IS:806


general building construction

100. Specification for single coil rectangular IS:3063


section washers for bolts, nuts and screws

101. Code of practice for Ultrasonic testing by IS:3664


pulse Echo method

102. Specification for hot dip coating on IS:4759


structural steel and other allied products

103. Specification for hot dip galvanised IS:1367


coatings on fasteners

104. Specification for hexagon bolts for steel IS:6639


structure

105. Specification for Rolled Steel IS:808

106. Specification for covered electrodes IS:814


for metal arc welding of structural steel

107. Code of practice for manual metal arc IS:816


welding for general construction in
mild steel.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 56 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

108. Code of practice for manual metal IS:9595


arc welding of mild steel.

109. Specification for steel tubes for IS:1161


structural purposes.

110. Recommended practice for IS:1182


Radiographic examination of fusion
welded butt joints in steel plates.

111. Specification for hexagonal bolts, IS:1363


screws nuts and lock nuts grade C

112. Specification for bolts, screws, nuts IS:1364


and lock nuts (Grade A&B)

113. Technical supply conditions for threaded IS:1367


steel fasteners.

114. Code for practice for finishing of Ferrous IS:1477


metal in building (painting and allied finishes)

115. Method of Tensile Testing of steel products IS:1599


other than sheet, wire and Tube.

116. Method of Tensile Testing of steel products IS:1608


other than strip, wire and tube.

117. Specification for Line Pipe. IS:1978

118. Specification for structural steel IS:2062


Fusion welding quality.

119. Code of practice for Radiographic Testing IS:2595

120. Plugs and sockets. IS:1293

121. Switches for domestic and similar purposes. IS:3854.

122. Code of practice for elect. wiring installation IS:732

123. Guide of practice for general construction IS:5571


for hazardous areas

124. Code of practice for general construction in IS:800


steel

125. Code of practice for phosphating of iron IS:6005


& steel

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 57 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

126 Water proof electric lighting fittings IS:3526

127. Dust proof electric lighting fitting IS4012

128 Dust tight electric lighting fittings IS:4013

129. Industrial luminaire with metal reflectors IS:1777

130. Industrial lighting fitting with plastic IS:3287


reflectors

131. Specification for flood light IS:10322

132. Specification for decorative lighting outfits IS:5077

133. Specification for new insulating oils. IS:335

134. Specification for wrought aluminium and IS:2678


aluminium alloys drawn tube.

135. Dimensions for wrought aluminium and IS:2673


aluminium alloys, extruded round tube

136. Wrought aluminium and Aluminium alloy IS:5082


bars, rods, tubes and sections for electrical
purposes

137. Ready mixed paint, air drying, red oxide, IS:2074


zinc chrome priming

138. Spacers and spacer dampers for twin IS:10162


horizontal bundle conductors

139. Method of measurement of building and IS:1200


civil engineering works Part-I earthwork

140. Safety code for excavation work. IS:3764.

141. Code for practice for earthwork on canals. IS:4701

142. Specification for paving Bitumen IS:73

143. Specification for low density polythene IS:2508


films

144. Methods fo test for polythene moulding IS:2530


materials and polytheylene compounds.

145. Ordinary and low heat portland cement IS:269

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 58 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

146. Coarse and fine aggregates from natural IS:383


sources for concrete.

147. Cpde of practice for plain and reinforced IS:456


concrete.

148. Methods of test for strength of concrete IS:516

149. Methods of sampling and analysis of IS:1199


concrete

150. Pre-formed fillers for expansion joints in IS:1838


concrete non-extruding and resilient type
(bitumen impregnated filler)

151. Specific Gravity, density, voids absorption IS:2386 (Part-III)


and bulking.

152. General requirements for concrete IS:2505


vibrators immersion type.

153. Screed board concrete vibrators. IS:2506

154. Concrete vibrating tables. IS:2514

155. Methods of sampling and test (physical IS:3025


and chemical) for water used in industry)

156. Code of practice for concrete structures IS:3370


for the storage of liquids.

157. Methods of tests for routine control for IS:3342


water used in industry.

158. Form vibrators for concrete IS:4656

159. Admixture of concrete IS:9103

160. Cold worked steel high strength deformed IS:1786


bars to concrete reinforcement.

161 Code of practice for bending and fixing of IS:2502


bars for concrete reinforcement

162. Integral cement water proofing compound IS:2645

163. Line traps. IEC:353, IS:8792, IS:8793

164. Planning of (single side band) power line IEC:663


carrier system

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 59 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

165. Coupling device for power line carrier IEC 481


system

166. Recommended value for characteristic IEC 495


input and single side band power line
carrier terminals

167. Installation of line traps. IS 9859

168. Specification for static protective relays IEC-255 (Part-5 & 6),
IS-8686

169. Surge withstand capability & dielectric ANSI, IEEE-C37.90


strength

170. Control switches (LV switching devices for IEC:337


control and auxiliary circuits)

171. Transducers IEC-688-1

Lighting Fixtures and Accessories

1. Tungsten filament general service IS:418


electric lamps.

2. Bayonet lamp holders. IS:1258

3. Ballast for fluorescent lamps. IS:1534

4. Capacitors for use in tubular fluorescent, IS:1569


high pressure mercury vapour and low
pressure sodium vapour discharge lamp
circuit.

5. Industrial luminaire with metal reflectors. IS:1777

6. General and safety requirements for IS:1913


luminairies.

7. Flame proof enclosures of electrical IS:2148


apparatus.

8. Starters for fluorescent lamps. IS:2215

9. Tubular fluorescent lamps for general IS:2418


lighting services.

10. Bi-pin lamp holders for tubular IS:3323


fluorescent lamps.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 60 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

11. Holders for starters for tubular IS:3324


fluorescent lamps.

12. Code of practice for interior illumination. IS:3646

13. Dust-tight electric lighting fittings. IS:4013

14. Ballasts for high pressure mercury vapour IS:6616


lamps.

15. Electric Lighting fittings for Division 2 areas. IS:8224

16. High-pressure mercury vapour lamps. IS:9900

17. High pressure Sodium vapour lamps. IS:9974

18. Edison screw lamp holders. IS:10276

19. Luminaires. IS:10322

20. AC Supplied Electronic Ballasts for tubular IS:13021


fluorescent lamps.

Lighting Panels, Switch-boxes, Receptacles and Junction Boxes

1. Plugs & socket outlets of rated voltage IS:1293


upto and Including 250 volts & rated
current upto and including 16 Amps.

2. Degree of protection provided by IS:2147


enclosures for low-voltage switchgear
and control gear.

3. Danger notice plates. IS:2551

4. Low voltage switchgear and control gear IS:13947

5. Switches for domestic and similar purposes. IS:3854

6. Control switches (switching devices for IS:6875


control and auxiliary circuits including
contactor relays) for voltages upto and
including 1000 V AC and 1200 V DC.

7. Low voltage fuses for voltages not exceeding IS:13703


1000V AC or 1500 V DC.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 61 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

Conduits, Pipes and Accessories

1. Fittings for rigid steel conduit for IS:2667


electrical wiring.

2. Accessories for rigid steel conduits for IS:3837


electrical wiring.

3. Conduits for electrical installations. IS:9537

Lighting Wires/Cables

1. PVC insulated cables for working voltages IS:694


upto and including 1100 V

2. Recommended current ratings for cables. IS:3961


(PVC Insulated and PVC sheathed heavy
duty cables and light duty cables).

3. Conductors for insulated electric cables IS:8130


and flexible cords.

4. Methods of tests for cables. IS:10810

Electrical Installation Practices & Miscellaneous

1. Colour for ready mixed paints & enamels. IS:5

2. Mild steel wires for general engineering IS:280


purposes.

3. Electric ceiling type fans & regulators. IS:374

4. Code of practice for electrical wiring IS:732


installations.

5. Code of practice for use of structural IS:802


steel in overhead transmission line
towers-Fabrication Galvanising, inspection
& packing.

6. Code of practice for installation and IS:1255


maintenance of power cables Upto
and including 33KV rating.

7. Code of practice for lighting of public IS:1944


thorough fare.

8. Steel for general structural purposes. IS:2062

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 62 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

9. Recommended practice for hot-dip IS:2629


galvanising of iron and steel.

10. Methods for testing uniformity of coating IS:2633


of zinc coated articles.

11. Tubular steel poles for overhead power IS:2713


lines.

12. Code of practice for earthing. IS:3043

13. Code of practice for interior illumination. IS:3646

14. Guide for safety procedures and practices IS:5216


in electrical work.

15. Guide for selection of electrical equipments IS:5571


for hazardous areas.

16. Classification of Hazardous areas (other IS:5572


than Mines)having flammable gases and
Vapours for electrical installation.

17. Code of practice for industrial lighting. IS:6665

National Electrical Code.

Indian Electricity Rules.

Indian Electricity Act.

18. Mechanical cable glands. BS:6121

19. Colours for ready-mixed paints IS : 5


and enamels.

20. PVC insulated cables for working IS: 694


voltages upto and including 1100V.

21. A.C. Electricity Meters IS : 722

22. Electrical Indicating instruments IS : 1248

23. Degree of protection provided by IS : 13947


enclosures for low Part –1 voltage
Switchgear and Control gear

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 63 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

24. A.C. circuit Breakers IS : 13947


PART-2
IEC-947-2

25. Danger Notice Plates IS : 2551

26. Hot dip galvanising IS : 2629

27. Current Transformers IS : 2705

28. Contactors and motors starter for IS : 13947


voltages

29. Part 4 not exceeding 1000 V AC


or 1200 V DC Sec-1 (IEC-947-4-1)

30. Code of practice for earthing. IS : 3043

31. Code of practice for installation and IS : 3072


maintenance of Switchgear

32. Voltage Transformers IS : 3156

33. Code of practice for climate proofing IS : 3202


of electrical equipment.

34. Electrical relays for power system IS : 3231


protection.

35. Air-Break Switches, air break IS : 13947


disconnectors, air break PART-3
disconnector and fuse combination
units for voltages not exceeding
1000V AC or 1200 V DC.

36. General Requirements for IS : 13947


Switchgear and Control gear

37. Part – I for voltages not exceeding IEC -947-I


1000 V.

38. Wrought Aluminium and Aluminium IS : 5082


alloys for electrical purposes.

39. Code of practice of phosphating of IS : 6005


iron and steel.

40. LV switchgear and Control gear IS : 13947


Control current devices

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 64 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
GENERAL TECHNICAL REQUIREMENTS

41. Part-5 Sec1 and switching element. IEC-947-5-1

42. Specification for factory built IS : 8623


assemblies of Switchgear
(3 parts) & Control gear for voltages
upto and including 1000 V

43. AC & 1200 V DC . IEC 439-1


439-2
439-3

44. Static Relays IS : 8686

45. HRC Cartridge fuses IS : 13703 /


IEC-269

46. Code of practice for selection, IS : 10118


installation and (4 parts)
main tenance of switchgear and
control gear.

47. Specification for dry type IS : 11171


transformers.

48. Guide for uniform system of IS : 11353


marking and identification of
conductors and apparatus terminals.

49. Specification of control transformers IS : 12021


for switchgear and Control gear
for voltage not exceeding 1000V AC.

TAPOVAN VISHNUGAD HYDRO LECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-C
PAGE 65 OF 100
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

GENERATOR CIRCUIT BREAKER SQE_11

Attributes / Mechanical Routine Approval of NDT/UT/


Characteristics properties, Test WPS and DPT
Pressure Test, PQR
Chemical
Composition

Items/Components
Sub Systems
Aluminum Casting Y
Insulator (EN 10204-3.1 B /
Y Y
CENELEC/ EN 50089)
SF6 Gas (IEC 600376) Y
Circuit Breaker Components
(IEC : 60056 / 600129 / 60298 /
60694 / ANSI / IEEE /
EN 10204-3.1) :-
a) Retainign Ring Y
b) Contact Pin Y
c) Tulip Contact Y
d) Arcing Ring Y
e) Heater Split Ring Y
f) Contact finger Y
Pole Frame
Y
(DIN EN 25817 / 50976 )
Enclsorue
Y
(DIN EN 13920 / 25817)
Welding Y
Surge Capacitor (IEC 60358) Y
Control Cubilce
Y
(IEC 60056 / 60129 / 60298)
WPS / PQR Y
Complete Assembly
(IEC 60056 / 60129 / 60298 / Y
60694 /ANSI / IEEE)

Notes : 1) This is an indicative list of tests/checks. The manufacturer to furnish a


detailed Quality Plan indicating their practice & procedure along with
relevant supporting documents during QP finalisation for all items.

2) All major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 66 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

SWITCHYARD SQE_20
Attributes / Make, model, Routine & Functional
Characteristics Type & Acceptance requirements
Rating, Test Test as per as per NTPC
Certificate IS / IEC Specification

Items/Components
Sub Systems

Circuit Breaker (IEC:56) Y Y Y


Interruptor & hollow insulator
Y Y Y
(IEC:233/ IS:5284)
Isolator (IEC:129 / IEC:694) Y Y Y
Current Transformer (IEC:185) Y Y Y
Capacitor Voltage Tramsformer
Y Y Y
(IEC:186 / 358)
Bus Post Insualtor
Y Y Y
(IEC:168 / 273 / IS:2544)
Disc,Pin & String Insualtor
Y Y Y
(IEC:383 / IS:731)
Long Rod Insualtor (IEC:433) Y Y Y
Surge Arrestor (IEC:99-4) Y Y Y
Hardware fittings for Insulator
Y Y Y
(IS:2486 / BS:3288)
Spacer Clamps & Connector
Y Y Y
(IS:10162 / 5561)
Aluminium Tube
Y Y Y
(IS:5082 / 2673 / 2678)
Wave Trap
Y Y Y
(IEC:353 / IS:8792 / 8793)
Conductor (IS:398-P-II)(V) Y Y Y
Galvanised Steel Structures
Y Y Y
(IS:2062/2629/4759/6745)
Vibration Damper (IS:9708) Y Y Y
Sag Compensating Spring
Y Y Y
DIN:2089/2096 IS:3195 / 7906
Control & Relay Panel Y Y Y
SF6 Gas filling & evacuating plant Y Y Y
SF6 Gas Leak Detector Y Y Y
Leakage Current Analyser Y Y Y
Nitrogen Gas Filling Device Y Y Y
Protection Relays Y Y Y
Event Logger Y Y Y
Operation Analyser Y Y Y
Disturbance Recorder Y Y Y
Tariff Metering System Y Y Y
Synchronising Trolly Y Y Y

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 67 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

Attributes / Make, Type Routine & Functional


Characteristics Rating,and Acceptance requirements as
Model, Test Test as per per NTPC
Certificates relevant Specification
IS/IEC

Items/Components
Sub Systems

Relay Test Kit Y Y Y


LT Switchgear /LT Panels
Y Y Y
(IEC:947 / IS:13947)
Battery IS:1652 Y Y Y

Lighting Panels Y Y Y
Surge Monitor Y Y Y

Notes : 1) This is an indicative list of test/checks. The manufacture is to furnish a


detailed Quality Plan indicating the practice and procedure along with
relevant supporting documents during QP finalisation for all items.

2) All major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 68 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

DC SYSTEM SQE_19
LEAD ACID BATTERY
ATTRIBUTES /

rate along with the test for voltage during


Lead Coating Thickness (min. 25 microns,

Constructional requirements as per NTPC


Conformance to CPWD Spec. for Teak

Test for Capacities for 10 hrs. discharge


Checking of Polarity & absence of short
Conformance to relevant part drg. &

Shade,
CHARACTERISTICS

Marking ( Routine & Acceptance Test)

circuit (Routine & Acceptance Test)


IS: 6848 App.F) & Adhesion Check

Paint Process checks, Paint


Thickness, Adhesion & Finish

discharge ( Acceptance Test)


Manufacturer’s standards
Chemical composition

Insulation Resistance
Dimensions & Finish
ITEMS, COMPONENTS,
SUB SYSTEM
ASSEMBLY

Spec
Container & Lids (IS : Y Y
1146)
Vent Plugs Y Y
Sealing Compound Y Y
(IS : 3116)
Positive & Negative Plates Y Y
Separators (IS : 6071) Y Y
Electrolyte Y Y
(Water / Sulphuric Acid)
(IS : 1069 / 266)
Inter-cell Connectors & Y Y Y
Fasteners
Battery Stand Y Y Y Y
Cell Insulators Y Y Y
Stack Assembly Y Y
Lead Acid Battery Y Y Y Y Y
(IS : 1652)

Note: This is an indicative list of tests / checks. The manufacturer is to furnish a detailed
Quality Plan indicating the practice and procedure along with relevant supporting
documents.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 69 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

Ni- Cd BATTERY
ATTRIBUTES /

Polarity & absence of short circuit (Routine &


Conformance to relevant part drg. & Manufacturer’s
CHARACTERISTICS

Marking & Mass (Routine & Acceptance Test)

Retention of Charge Test ( Acceptance Test)


Paint Shade, Thickness, Adhesion & Finish

Air Pressure Test (Acceptance Test)


Air Pressure Test after heat sealing
ITEMS,
COMPONENTS, SUB
SYSTEM ASSEMBLY

AH Test (Acceptance Test)


Nickel Plating thickness
Chemical composition

Insulation Resistance
Dimensions & Finish

Resistance to Alkali

(Acceptance Test)

Acceptance Test)
Impact Strength

standards

Container & Lids Y Y Y Y


Vent Plugs Y Y Y
Perforated Steel Strips Y Y Y Y
Active Material for Y Y
Positive & Negative
Plates
Separators Y Y Y
Electrolyte Y Y
Inter-cell Connectors & Y Y Y Y
Fasteners
Battery Stand Y Y Y
Cell Insulators Y Y Y
Stack Assembly Y Y Y Y Y Y
Ni-Cd Battery Y Y Y Y Y Y Y
(IS : 10918)

Notes:

1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed


Quality Plan indicating the practice and procedure along with relevant supporting
documents.

2. Makes of all major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 70 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO

Blocks
(IS :
Items /

13703)
Control
/ Fuses
Rectifier

including
Reactors

Switches
Attributes

Indicating
Indicating
Electronic

(IS : 1248)
(IS : 6875)

(IS: 13947)

POWER PROJECT (4x130 MW)


(IS : 13947)
4540, 2026)
Transformer

400 KV SWITCHYARD PACKAGE


Components

BID DOC NO: CS-5505-500-2


Components /

Potentiometer
(Vernier Type)
Characteristics

Sub- assembly

electronic cards

13947

TAPOVAN VISHNUGAD HYDRO ELECTRIC


Electronic Cards
IS :

Meters
Control & Selector
PCB & racks for
/

Lamps

Air Break Switches


and

Terminal
/
Y

Y
Y
Y
Y
Y
Y
Y
Y
Make, Model, Type, Rating & Finish

Y
Verification of Routine test reports as per relevant
IS
Sheet Steel Pretreatment & Painting process

Y
Y
Y
Y
Y
Y
Y
Conform to relevant Standard & NTPC spec

SECTION-VI
Dimensional check and Paint shade, thickness,
adhesion & Finish checks

TECHNICAL SPECIFICATION
Y
Y
Complete physical examination for constructional
features as per NTPC approved drgs &
BATTERY CHARGER

f
Y

Temperature Rise Test on one unit of each rating if


Type testing is waived off
Ripple Content Test, Load Limiter & AVR
Operation Test

PART-B
QUALITY ASSURANCE AND INSPECTION

CHAPTER-QA
Dynamic Response Test

Y
Y
Y
Y
Operational & Functional Checks
Y

HV & IR Test
Y

Burn-In Test at 50^C for 48 hrs in energised


Alternating current measurement test

PAGE 71 OF 100
Degree of Protection Test as per NTCP Spec.
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

Control Y Y Y
Transformer
(IS : 12021)
Push Buttons (IS : Y Y Y
4794)
MCB (IS : 8828) Y Y Y
PVC insulated Y Y
Copper control
wires (IS : 694)
Sheet Steel (IS : Y Y Y
513)
Synthetic Rubber Y Y
Gaskets
Annunciator Y Y Y
Battery Charger Y Y Y Y Y Y Y Y Y Y Y

Notes:

1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed


Quality Plan indicating the practice and procedure along with relevant supporting
documents.

2. Makes of all major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 72 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

Page 1 of 3
LT POWER CABLES
(1.1 KV PVC & XLPE CABLES)

Attributes /

& after
Armour coverage, Cross over, looseness, Gap

Thermal Stability of insulation and outer sheath *

Constructional / requirement as per NTPC Spec.


Characteristics

Sequential marking/surface finish /cable length

Relevant Standard and NTPC specification


Anti ternite treatment on wooden drums
Tensile strength, elongation before

Routine and acceptance test as per


ageing of insulation & outer sheath
between two armour wire/strip
Make, Rating, Type & TC

Dimension/surface finish

Chemical Composition

Lay length / Sequence


Mechanical Properties

Electrical Properties

Hot set test (XLPE)


Item / Components /

Spark Test

FRLS Test
Sub System Assembly

Aluminum (IS-8130) Y Y Y Y Y
PVC Compound (IS-5831) Y Y Y Y
XLPE Compound(IS-7098 Y Y Y Y Y
Part-I)
FRLS PVC Compound (IS- Y Y Y
5831)
ASTM-D-2843/ ASTM-D-
2863
IEC-754 Part-I
Armour wire/strip (IS-3975) Y Y Y
Insulated Core Y Y Y Y
Laid up core Y Y
PVC Inner sheath Y
Armouring Y Y
Outer sheath Y Y Y Y Y
Finish cable (IS-1554 & 7098 Y Y Y Y Y Y Y Y Y
– Part-1)
ASTM-D-2843/ IS 10810
(Part- - 58)
IEC-754 Part-I
Swedish Chimney SS
4241475 for (F3 category)
Flammability test IEC-332
Part –3 Cat-B
Wooden drum (IS-10418) / Y Y
Steel drum

Note: 1. This is an indicative list of test/checks. The manufacturer is to furnish a detailed quality plan
indicating the practice and procedure along with relevant supporting documents.

∗ 2. Not applicable for XLPE insulation

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 73 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

ROUTINE TESTS

Routine tests shall be carried out on each drum of finished cables for all
types & sizes.
Following shall constitute routine tests:

1) Conductor Resistance test

2) High voltage test at room temperature

ACCEPTANCE TESTS

Following Acceptance tests shall be carried out for each type and size of the
cables on the cable drums selected at random as per sampling plan
mentioned in IS: 1554 Part 1 & IS 7098 Part-I

A) For Conductor

1) Annealing test For copper conductor only


2) Tensile test For aluminium conductor only
3) Wrapping test For aluminium conductor only
4) Resistance test

B) For Armour Wires / Formed Wires ( If applicable )


1) Measurement of Dimensions
2) Tensile Tests
3) Elongation Test
4) Torsion Test For Round wires only
5) Wrapping Test
6) Resistance Test
7) Mass of Zinc coating test For G S wires / Formed wires
only
8) Uniformity of Zinc coating For G S wires / Formed wires
only
9) Adhesion test For G S wires / Formed wires
only
10) Freedom from defects

C) For PVC / XLPE insulation & PVC Sheath


1) Test for thickness
2) Hot set test For XLPE insulation only
3) Tensile strength & Elongation before ageing

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 74 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

D) For completed cables


1) Insulation resistance test (Volume resistivity method)
2) High voltage test at room temperature

E) Following tests shall be carried out and only one sample shall be taken from
each offered lot of all sizes for these tests:-
1) Tensile strength & elongation after ageing on PVC / XLPE insulation and PVC
outer sheath
2) Thermal stability test on PVC insulation and outer sheath
3) Oxygen index test on outer sheath
4) Smoke density rating test on outer sheath as per ASTM –D 2843
5) Acid gas generation test on outer sheath as per IEC – 754 (Part 1)
6) Flammability test as per IEC-332 - Part- 3 ( Category- B ) on completed cable
7) Fire resistance test as per SS 4241475 (F3 Category ) on completed cable

F) Following tests shall be carried on one length of each size of offered lot:

1) Surface finish, length measurement, sequence of cores, armour coverage, Gap


between two consecutive armour wires / formed wires

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 75 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

LT INDOOR TRANSFORMER Table: QE-5

Attributes /

Voltage Ratio, Vector Gorup &

Make / Type / Rating / Model


Physical

Routine Test as per relevant

Measurement of capacitance &


Characteristics

Visual & Dimensional check

tan delta between winding


Mechanical properties

Chemical Properties

General
Thermal Properties
Electrical strength

NDT / DP / MPI

Routine Test
WPS & PQR
Inspection

standard
Items/Components

/
Polarity
Sub Systems

/TC
Enclosure door, H.V. & L.V.
Y Y Y
Cable Box / Flange Throat
Copper Conductor Y Y Y Y
Insulating Material Y Y Y
CRGO Lamination & Built
Y
Core
Bushing /Insulator
Y Y Y
(IS:2544 / 5621)
Gasket Y Y Y
Off-Circuit Tap Changer Y Y
Core Coil Assembly Y Y
Marshalling Box Y Y
WTI, Thermister, Terminal
Y Y
Connector
Welding Y
Complete Transformer
Y Y Y
(IS:11171 / IEC 60076)

Notes: 1) This is an indicative List of test/checks. The manufacturer is to furnish a detailed


Quality Plan indicating his practice and procedure along with relevant supporting
documents during QP finalisation for all item.

2) All major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 76 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

SQE _10

LT SWITCHGEAR

( MCC, PCC, ACDB, DCDB, FUSE BOARDS, LOCAL PUSH BUTTON STATION,
LOCAL MOTOR STARTERS)
ATTRIBUTES /

Degree of Protection Routine test

All Routine tests as per NTPC spec.


relevant

Paint Shade, Adhesion, Thickness


Functional & Operational Features
CHARACTERIS-TICS

Make, Model, Type, Rating & TC

Pretreatment as per IS 6005


to
Mechanical Properties
Dimensions & Finish

conform
Chemical properties
Electrical properties

as per NTPC Spec.

Functional Checks

as per NTPC spec


Milli-volt drop Test
IR – HV – IR Test
to
ITEMS/ COMPONENTS/

Item
SUB SYSTEM
ASSEMBLIY
Sheet Steel (IS : 513) Y Y Y Y Y

Aluminum Bus bar Y Y Y Y Y Y


Material
(IS : 5082)
Copper Bus bar Material Y Y Y Y Y Y
(IS : 613)
Support Insulator Y Y Y Y Y
Air Circuit Breaker (IS: Y Y Y Y Y Y Y
1394)
Energy Meters (IS : 13010, Y Y Y Y Y Y
13779)
Power & Aux. Contactors Y Y Y Y Y
(IS : 13947)
Protection & Aux. Relays Y Y Y Y Y Y
(IS : 3231)
Control & Selector Y Y Y Y Y
Switches
(IS : 13947)
CT’s & PT’s (IS 2705 / Y Y Y Y
3156)
MCCB (IS : 13947) Y Y Y Y
Indicating Meters (IS : Y Y Y Y Y Y
1248)
Indicating Lamps (IS : Y Y Y Y Y
13947)
Air Break Switches Y Y Y Y Y
(IS : 13947)
Control Terminal Blocks Y Y Y Y

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 77 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

LT SWITCHGEAR

( MCC, PCC, ACDB, DCDB, FUSE BOARDS, LOCAL PUSH BUTTON STATION,
LOCAL MOTOR STARTERS)
ATTRIBUTES /

Degree of Protection Routine test as per


Functional & Operational Features as per
CHARACTERIS-TICS

Paint Shade, Adhesion, Thickness & Finish

All Routine tests as per NTPC spec. & IS


Item to conform to relevant Standards
Make, Model, Type, Rating & TC

Pretreatment as per IS 6005


Mechanical Properties
Dimensions & Finish
ITEMS/ COMPONENTS/

Chemical properties
Electrical properties

Functional Checks
Milli-volt drop Test
IR – HV – IR Test
SUB SYSTEM
ASSEMBLIY

NTPC Spec.

NTPC spec
Fuse (IS 13703) Y Y Y Y
Control Transformer Y Y Y Y Y Y
(IS : 12021)
Push Buttons (IS : 4794) Y Y Y Y Y
Transducer (IEC : 60688) Y Y Y Y Y Y
MCB (IS : 8828) Y Y Y Y Y
Breaker Handling Trolley Y Y Y Y Y Y
Synthetic Rubber Gasket Y Y Y Y Y
(IS : 11149)
LT SWITCHGEAR Y Y Y Y Y Y Y Y Y Y Y
(IS : 8623)

Notes:

1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed


Quality Plan indicating the practice and procedure along with relevant supporting
documents.

2. Makes of all major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 78 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

LT BUSDUCT
ATTRIBUTES ,

x-ray

Degree of Protection routine test as per


Galvanizing Test as per IS 2629/ 2633/
Paint Shade, Thickness, Adhesion & Finish
CHARACTERISTICS

&
WPS Approval, Welder Qualification

Tightness by Torque measurement


Weld Quality Check ( DP test
Item to conform to relevant IS
Dimension & Surface Finish
Make, Type, Rating & TC

Phase Sequence Check


Mechanical Properties

Electrical Clearances
Chemical Properties
Electrical Properties

IR – HV – IR Test

NTPC spec.
ITEM, COMPONENTS,
SUB SYSTEM
ASSEMBLY

Aluminum Sheets / Plates Y Y Y Y Y Y Y


/ Strips / Flexibles / tubes
(IS : 5082 / 737)
CRCA Flats / ISMC (IS Y Y Y Y Y
2062)
Neoprene / Synthetic Y Y Y Y
Rubber Gaskets (IS 11149
/ 3400)
Rubber Bellows (IS : 3400) Y Y Y Y
Support Insulator (BS : Y Y Y Y
2782,
IEC : 660, IS : 10912)
Galvanized Structure & GI Y Y Y Y
Earthing Flat
(IS : 2629 / 2633 / 4749)
Space Heater & Y Y Y
Thermostat
LT Busduct (IS : 8623 Y Y Y Y Y Y Y Y Y Y Y
PART 2)

Notes:

1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed


Quality Plan indicating the practice and procedure along with relevant supporting
documents.

2. Makes of all major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 79 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

MAIN SUPPLIES’S EVALUATION REPORT

(For Proposed Sub-Supplier)

MAIN SUPPLIER M/S. :

PACKAGE & PROJECT :

EQUIPMENT / ITEM :

GENERAL INFORMATION

1. PROPOSED SUB-SUPPLIER’S :
NAME & WORKS ADDRESS

2. CONTACT PERSON :
TELEPHONE (LAND LINE/MOB.) :
FAX :
E-MAIL :

3. BRIEF SPEC. OF EQUIPMENT


ITEM/MODEL/TYPE /RANGE / CAPACITY :

4. REFERENCE LIST (EXTENSIVE


EXPERIENCE IN THE PARTICULAR
TYPE OF EQUIPMENT / ITEM)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 80 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

CUSTOMER/ TYPE , RATING DATE OF NO. OF PERFORMANCE


LOCATION WITH & COMMISS YRS. IN FEEDBACK
ADDRESS AND CAPACITY -IONING. OPERA-
CONTACT TION
PERSON

5. RECOMMENDATIONS :

NAME_____________________DESIGN____________________SIGN.:_______________

List of Encl. Date :________________

STATION LIGHTING SQE_17


Item Components Acceptance Test as per relevant std and
Routine Test as per relevant std aad
Constructional Feature as per NTPC
Paint Shade Thickness Adhesion &

Sub System
Assembly Item to conform to relevant standard
Bought Out Items/ Bill of Material

Functional Check as per spec.


Make, Type , Rating/ TC

Pre-Treatment of sheat

Attributes
Galvanise Test

Characteristics
Dimension

HV & IR
IP Test
Finish

spec.

spec

spec

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 81 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

Luminaries (IS-10322 Y Y Y Y Y
Part-5 Sec.1)
Electronic Ballast Y Y Y Y
Lighting Wire (IS-694) Y Y
Fans (IS-374) Y Y
Pole (IS-2713) Y Y Y Y Y
Lamps (IS-9800, IS- Y Y Y
9974)
Lighting Mast (with Y Y Y Y Y Y
raise & lower lantern
type)
Wall Mounted Lighting Y Y Y Y Y Y Y Y Y Y Y Y
Panel (IS-513, IS-5)
Switch Box/ Junction Y Y Y Y Y Y Y Y Y Y Y Y
Box/Receptacles/ Local
Push Button
Station,Lighting Panel
(IS-513, 2629, 2633,
4759, 6745)
Cable Gland (BS-6121) Y Y Y
Cable Lug (IS-8309) Y Y Y
Flexible Conduit Y Y
Lighting Transformer Y Y Y
(IS-1117)
Epoxy & Galvanised Y Y Y
Conduit (IS-9537, 2629, Y
2633, 4759, 6745)
Notes:
1. This is an indicative list of tests / checks. The manufacturer is to furnish a detailed Quality Plan
indicating the practice and procedure along with relevant supporting documents.
2. Make of all major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4x130 MW) PART-B PAGE 82 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

L.T CONTROL CABLES MODULE NO. SQE 14


(1.1 KV PVC CABLES)

Attributes /

Armour coverage, cross over, looseness,

finish/cable

Thermal stability of insulation and outer


Tensile strength, elongation before & after

Routine & Acceptance test as per relevant


Characteristics

Constructional feature as per NTPC Spec.


ageing of insulation &outer sheath sheath

Anti termite treatment on wooden drums

standard & page 2 & 3 of this table


marking/surface
gap between two armour wire
Dimension/surface finish
Make, Type, Rating, T.C

Chemical Composition
Mechanical Properties

Lay length/Sequence
Electrical Properties
Item /
Components /
Sub System

Spark Test

FRLS Test
Sequential
Assembly

sheath
length
Copper Conductor (IS- Y Y Y Y Y
8130)
PVC Compound (IS-5831) Y Y Y Y
FRLS PVC Compound IS- Y Y Y Y
5831
ASTM-D-2843/ IS 10810
(Part-58 ) IEC-754 Part-1
Armour wire/strip (IS- Y Y Y
3975)
Insulated Core Y Y Y Y
Laid up core Y Y
PVC Inner sheath Y
Armouring Y Y
Outer sheath Y Y Y Y Y
Finish cable (IS-1554- 1 ) Y Y Y Y Y Y Y Y Y
ASTM-D-2843/ IS 10810
(Part-58) IEC-754 Part-1
Swedish Chimney: SEN
SS 424-1475 (F3
category) Flammability test
IEC-332 Part-3 Cat-B
Wooden drum( IS : 10418) Y Y
/ Steel drum
• 1.Note : This is an indicative list of test/checks. The manufacturer is to furnish a detailed quality plan
indicating the Practice and procedure along with relevant supporting documents.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4x130 MW) PART-B PAGE 83 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

L.T CONTROL CABLES

(1.1 KV PVC CABLES)

CONTROL CABLE

ROUTINE TESTS

Routine tests shall be carried out on each drum of finished cables for
all types & sizes.

Following shall constitute routine tests:

1) Conductor Resistance test

2) High voltage test at room temperature

ACCEPTANCE TESTS

Following Acceptance tests shall be carried out for each type and size
of the cables on the cable drums selected at random as per sampling
plan mentioned in IS: 1554 Part 1

A) For Conductor

1) Annealing test For copper conductor only

2) Resistance test

B) For Armour Wires / Formed Wires ( If applicable )

1) Measurement of Dimensions

2) Tensile Tests

3) Elongation Test

4) Torsion Test For Round wires only

5) Wrapping Test

6) Resistance Test

7) Mass of Zinc coating test For G S wires / Formed wires


only

8) Uniformity of Zinc coating For G S wires / Formed wires


Only

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4x130 MW) PART-B PAGE 84 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

9) Adhesion test For G S wires / Formed wires


only

10) Freedom from defects

C) For PVC insulation & PVC Sheath

1) Test for thickness

2) Tensile strength & Elongation before ageing

D) For completed cables

1) Insulation resistance test (Volume resistivity method)

2) High voltage test at room temperature

E) Following tests shall be carried out and only one sample shall be taken
from each offered lot of all sizes for these tests:-

1) Tensile strength & elongation after ageing on PVC insulation and PVC
outer sheath

2) Thermal stability test on PVC insulation and outer sheath

3) Oxygen index test on outer sheath

4) Smoke density rating test on outer sheath as per ASTM –D 2843

5) Acid gas generation test on outer sheath as per IEC – 754 (Part 1)

6) Flammability test as per IEC-332 - Part- 3 ( Category- B ) on completed


cable

7) Fire resistance test as per SS 4241475 (F3 Category ) on completed cable

F) Following tests shall be carried on one length of each size of offered


lot:

1) Surface finish, length measurement, sequence of cores, armour coverage,


Gap between two consecutive armour wires / formed wires

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4x130 MW) PART-B PAGE 85 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

CABLING, EARTHING, LIGHTNING PROTECTION


ATTRIBUTES /

relevant standard &

Acceptance tests as per relevant standard &

Constructional feature as per NTPC Specification


CHARACTERISTICS

Paint shade, paint thickness, adhesion

Bought out items/Bill of material


Galvanise Test (If Applicable)

Routine tests as per


Pre-treatment of sheet

Deflection test*
Surface finish
IP protection

specification

specification
Proof load*
Dimension

Functional
HV & IR
ITEMS/COMPONENTS /
SUB SYSTEMS

Wall Mounted-Lighting Panel Y Y Y Y Y Y Y Y Y Y Y Y


(IS-513, IS:5, IS:2629, 2633,
6745)
Switch box/junction box/ Y Y Y Y Y Y Y Y Y Y Y Y
Receptacles Panel (IS-513,
IS:5, IS:2629, 2633, 6745)
Cable glands(BS-6121) Y Y
Cable lug(IS-8309) Y Y
Lighting wire(IS-694) Y Y
Flexible conduits Y Y Y
Conduits(Galvanise & Epoxy) Y Y Y Y Y
IS-9537 & IS-2629,2633 ,6745
RCC Hume Pipe (IS-458) Y
Cable termination & straight Y Y Y
through joint (VDE-0278)
Cable Trays, Flexible supports Y Y Y Y Y Y Y Y Y Y Y
system & accessories IS-513,
2629,2633,6745
Trefoil clamp Y Y
GI flats for earthing & lighting Y Y Y Y Y
protection (IS 2062, 2629,
6745,2633)
GI wire (IS-280) Y Y
Fire Sealing System (BS –476) Y Y Y

.Note:1.This is an indicative list of tests /checks. The manufacturer is to furnish a detailed Quality Plan
indicating the practice and procedure along with relevant supporting documents.
2.* Deflection Test on cable trays and Proof Load test on cable trays support system will be as per
details given in the NTPC technical specification & approved MQP. The above acceptance tests shall be
done only on one sample from each size of offered lot.
3. Make of all items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4x130 MW) PART-B PAGE 86 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
CHAPTER-QA
BID DOC NO: CS-5505-500-2
CLAUSE NO QUALITY ASSURANCE AND INSPECTION

HT LINES SQE_24

Attributes / Make, Type Routine & As per NTCP


Characteristics Rating, Acceptance Test Technical
Model,TC & as per relevant Specification
General Standard
Inspection

Items/Components
Sub Systems
Galvanised Steel Structure (IS:2633 /
Y Y
2629 / 6745 / 802
Disc/String/Pin Insualtor (IS:3188 /
Y Y
IEC:305 /575 )
Rail Pole (IRS:90L) Y Y
Steel Tubular Pole (IS:2713) Y Y
ISMC Channel/Angle/Flat (IS:2062) Y Y
Harwares (IS:1367) Y Y
Hardwares for Insualtor (IS:2486) Y Y
Conductor (IS:398-P-II) Y Y
Strain / Porcelain Insulator (IS:5300) Y Y

Earthwire Y Y
Suspension/Tension clamp for
Y Y
Earthwire (IS:398-P-II)
Danger Plate (IS:2551) Y Y
G.I.Flat/G.I.Strip
Y Y Y
( IS:2629 / 2633 / 6745 )
Vibration Damper ( IS:9708) Y Y
Stay Set (IS:2141 ) Y Y Y
Primer (Etch) ( IS:5666) Y Y
Zinc Paint Y
Anti Climbing Device Y
M.S.Rod ( IS:7887) Y
Notes :
1) This is an indicative list of Test/Checks. The manufacturer to furnish a detailed Quality Plan indicating
the practice and procedure along with relevant supporting documents.
2) All major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4x130 MW) PART-B PAGE 87 OF 100
400 KV SWITCHYARD PACKAGE SECTION-VI
CHAPTER-QA
BID DOC NO: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )

Approval Desired for Process/item (Rating/Size/Type) :


_____________________________________________________________________
1. Name of Company (Sub-Supplier):
2. Address of Regd. Office:
_____________________ Tel______________________

_____________________ Mobile___________________

_____________________ e-mail____________________

_____________________ Fax______________________

3. Address of Factory/Works

_____________________ Tel______________________

_____________________ Mobile___________________

_____________________ e-mail____________________

_____________________ Fax______________________
Weekly off day

4. Branch/Liaison Office in Delhi:


_____________________ Tel______________________

_____________________ Mobile___________________

_____________________ e-mail____________________

_____________________ Fax______________________

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 88 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
Weekly off day

5. Person(s) to be contacted

Place Name(s) Official Capacity Telephone No(s)


--------- ----------- ------------------------- ----------------------
Regd. Off.

Factory

Branch/
Liaison Off.

6. Nature of Company : Proprietary/Partnership/Pvt. Ltd./Public Ltd.

Works Details:

7. Year of Factory Establishment :

8. Year of Commencement of :
Manufacture

9. Total Area/Covered Area

10. Electric Power-Connected Load :


Electric Power-Standby Load & System

11. Finance-Total Capital :


- Annual Turnover & profit
For past three years
- Limit of Credit Facility :
Available from the Banks

12. Do you have in-house Department for :


a) Design Yes/No
b) Research & Development Yes/No
c) Manufacturing/Production Yes/No
d) Quality control/Inspection Yes/No
e) Clearance from pollution deptt. Yes/No

13. Shift works per day One/Two/Three

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 89 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )

14. Details regarding employees :


Division Graduate Diploma Skilled Un-Skilled Remarks
Status Technical Non-Technical
Production

Quality
Control

Admn &
other
Supporting
Activities

15. Please enclose a copy of company's organisation chart (for the unit).

16. Trade Name of Product (if any) :

17. Manufacturing capacity details :

S. N. Product Licensed Capacity Installed Capacity

18. Brief details of items manufactured :

Sl. Item & Material Description Annual Production for last


No. (Type/Size/Rating) Three years
I II III

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 90 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
19.Details of foreign collaboration, if any :

Sl. Product Name & Address of Collaboration


No. Collaborator Scope Year Valid
upto

20. Have your product been type tested by any external agency? If so, give details

Sl. No. Product Test Test Report Next Due


(Size, Type & Class) No. & Date Date

21. Indicate Approval/Certification by National/International standards/agencies applicable for


the subject product.

Sl. Product Code/Standard License No. & Date


No.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 91 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
22. Have you been approved by any third party/statutory agency? If so, indicate details and
enclose copies of approval letters.

Sl. Item/ Description Agency Date of Next Due


No. Material (Size, Type & Class) Approval Date

23. Reference list (Experience in the particular type of equipment) :

Sl. Item/ Type & Customer (End User) Date of Under


No. Material Capacity with Address supply Operation
Since Year/
Month

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 92 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
24(a) Specific to process & product facilities :

Sl. Description of machine Capacity & Nos. Location Make Year of


No. Shop Manufg.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 93 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
24(b) Other/General facilities :
Sl. Description Capacity & Nos. Location Make Year of
No. of machine Shop Mfg.
1) Material Handling
Mobile Crane
Fork Lift
Over Head Cranes
2) Metal Cutting &
Bending
3) Casting

4) Forging

5) Fabrication

6) Welding

7) Machining

8) Heat Treatment

9) Sheet Metal

10) Fettling & Cleaning


Sand Blasting
Shot Blasting
Pickling
11) Painting

12) Metal Coating

13) Protection before packing

14) Packing

15 Other

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 94 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
25 (a) Facilities for Testing & Inspection :

Sl. Description Capacity & Make & Calibration Approval


No. Nos. year of Status Qualification
Mfg.

25 (b) If In-house testing facilities are not available, indicate source of testing with relevant details:

Sl. Source of Description Capacity Make & Calibratio Approval/


No. Testing & Nos. year of n Status Qualification
Mfg.

26 (a) Details of any Govt. laboratory facilities available in area :

26 (b) Product related testing facilities (Type/Performance/Routine/Acceptance Tests) :

26 (c ) Storage of finish goods (covered / open)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 95 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
27 Source of Raw Materials (including imported raw materials) :
a) Type Source

b) Raw material storage & identification :

28. No. of PCs available with internet Connectivity at works:

29. Quality management


29.1 General

29.1.1. Organisation Chart of Quality Management: Attached: (Y/N)

29.1.2. Head of QC Department reports to :

29.1.3. Do you have a written Quality Control Instruction Manual? If yes, please furnish a copy of
the same.

29.1.4. Have written Quality Control Instruction sheets been prepared and properly used ?

29.1.5. Are records generated during inspection maintained & available for review?

29.1.6. Are final inspection areas clean, adequately lighted & of suitable size?

29.1.7. Are written procedure defining stage wise operations and functions on shop floor
established and followed?

29.1.8. Are quality control checks adequate to maintain desired quality right from incoming stage
to final operation?

29.1.9. Whether 100% or adequate sampling inspection used?

29.1.10. Are statistical quality control techniques used?

29.2. Corrective Action

29.2.1. Does the system provide for proper detection of inferior quality and correction of its
assignable causes?

29.2.2. Is adequate action taken to correct the causes of defects in products?

29.2.3. Are analysis made to identify trends towards product deficiencies?

29.2.4. Does corrective action extend to products?

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 96 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
29.3 Documentation Control

29.3.1. Does a system for clear and precise stipulation of responsibilities for documentation issue &
change control exists?

29.3.2. Are changes made in writing?

29.4. Control of Inspection, measuring & Testing equipments

29.4.1. Are necessary gauges, testing and measuring equipment's, available and used?

29.4.2. Are testing and measuring equipment properly maintained?

29.4.3. Is recorded control on calibration of equipment available?

29.5. Control of procured supplies & Services

29.5.1. Do the vendor/sub-Supplier's purchasing documents refer to specific design manufacturing


and testing requirements?

29.5.2. Do purchasing documents also contain special requirements?

29.5.3. Are requirements for necessary tests and inspection of raw material specified in purchasing
documents?

30. CONSISTENCY IN SUPPLY

30.1. Has the vendor/sub-Supplier produced items of similar nature in past?

30.2. Has the vendor/sub-Supplier maintained delivery commitments in past?

30.3. Has there been frequent labour trouble in past?

30.4. Has there been major upset due to faulty material management?
30.5 Whether the system of planning and scheduling resilient enough to overcome temporary
setbacks and make up lost time?
30.6. Can the vendor/sub-Supplier quickly off load the work to other reliable subvendors:
If Yes, the name of sub-vendors :
31. Order booking position as on date in terms of:
a) Value :
b) Time :

32. Any special information

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 97 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
33. I CERTIFY THAT THE INFORMATION SUPPLIED HEREIN (INCLUDING ALL
PAGES ATTACHED) IS CORRECT TO THE BEST OF MY KNOWLEDGE.

SEAL SIGNATURE______________________
NAME____________________________
DESIGNATION____________________
M/S.______________________________
PLACE___________________________
DATE____________________________
LIST OF ENCLOSURE
1.
2.
3.
_________________________________________________________________________________

Certification by Main Supplier: Above information have been verified and found in order / minor
changes which have been marked and initialed on this form itself / observed the following
discrepancies.

Name : Designation : Signature : Date :


_________________________________________________________________________________

Certification by visiting team : Above information except as under have been verified and found in
order.

Name : Designation : Signature : Date :

1.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 98 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
SWITCHYARD SQE_20
Attributes / Make, model, Routine & Functional
Characteristics Type & Rating, Acceptance requirements as
Test Certificate Test as per IS / per NTPC
IEC Specification

Items/Components
Sub Systems

Circuit Breaker (IEC:56) Y Y Y


Interruptor & hollow insulator
Y Y Y
(IEC:233/ IS:5284)
Isolator (IEC:129 / IEC:694) Y Y Y
Current Transformer (IEC:185) Y Y Y
Capacitor Voltage Tramsformer
Y Y Y
(IEC:186 / 358)
Bus Post Insualtor
Y Y Y
(IEC:168 / 273 / IS:2544)
Disc,Pin & String Insualtor
Y Y Y
(IEC:383 / IS:731)
Long Rod Insualtor (IEC:433) Y Y Y
Surge Arrestor (IEC:99-4) Y Y Y
Hardware fittings for Insulator
Y Y Y
(IS:2486 / BS:3288)
Spacer Clamps & Connector
Y Y Y
(IS:10162 / 5561)
Aluminium Tube
Y Y Y
(IS:5082 / 2673 / 2678)
Wave Trap
Y Y Y
(IEC:353 / IS:8792 / 8793)
Conductor (IS:398-P-II)(V) Y Y Y
Galvanised Steel Structures
Y Y Y
(IS:2062/2629/4759/6745)
Vibration Damper (IS:9708) Y Y Y
Sag Compensating Spring
Y Y Y
DIN:2089/2096 IS:3195 / 7906
Control & Relay Panel Y Y Y
SF6 Gas filling & evacuating plant Y Y Y
SF6 Gas Leak Detector Y Y Y
Leakage Current Analyser Y Y Y
Nitrogen Gas Filling Device Y Y Y
Protection Relays Y Y Y
Event Logger Y Y Y
Operation Analyser Y Y Y
Disturbance Recorder Y Y Y
Tariff Metering System Y Y Y
Synchronising Trolly Y Y Y

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 99 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUB-SUPPLIER QUESTIONNAIRE
(To be filled in by the Sub Supplier )
Attributes / Make, Type Routine & Functional
Characteristics Rating,and Acceptance requirements as
Model, Test Test as per per NTPC
Certificates relevant Specification
IS/IEC

Items/Components
Sub Systems

Relay Test Kit Y Y Y


LT Switchgear /LT Panels
Y Y Y
(IEC:947 / IS:13947)
Battery IS:1652 Y Y Y
Lighting Panels Y Y Y
Surge Monitor Y Y Y

Notes : 1) This is an indicative list of test/checks. The manufacture is to furnish a detailed


Quality Plan indicating the practice and procedure along with relevant
supporting documents during QP finalisation for all items.

2) All major Bought Out Items will be subject to NTPC approval.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-C PAGE 100 OF 100
SECTION-VI
400 KV SWITCHYARD PACKAGE GTR
BID DOC NO.: CS-5505-500-2
SUPPLIER’S NAME AND ADDRESS
FIELD QUALITY PLAN PROJECT :
ITEM : QP NO.: PACKAGE :
SUPPLIER’S REV. NO.:
LOGO CONTRACT NO. :
SUB-SYSTEM: DATE:
PAGE: …. OF…. MAIN-SUPPLIER:
SL. ACTIVITY AND CHARACTERISTICS / INSTRUMENTS CLASS OF TYPE OF QUANTUM REFERENCE ACCEPTANCE FORMAT OF REMARKS
NO OPERATION CHECK # CHECK OF CHECK DOCUMENT NORMS RECORD
1. 2. 3. 4. 5. 6. 7. 8. 9. D* 10.

DOC. NO.: REV……


LEGEND: * RECORDS, INDENTIFIED WITH “TICK” (√) SHALL BE
ESSENTIALLY INCLUDED BY SUPPLIER IN QA DOCUMENTATION.
LEGEND TO BE USED: CLASS # : A = CRITICAL, B=MAJOR, C=MINOR;
MANUFACTURER/ MAIN-SUPPLIER ‘A’ SHALL BE WITNESSED BY NTPC FQA, ‘B’ SHALL BE WITNESSED BY FOR
SUB-SUPPLIER NTPC ERECTION / CONSTRUCTION DEPTT. AND ‘C’ SHALL BE WITNESSED NTPC
BY MAIN SUPPLIER (A & B CHECK SHALL BE NTPC CHP STAGE) USE
SIGNATURE REVIEWED BY APPROVED BY APPROVAL SEAL
FORMAT NO.: QS-01-QAI-P-09/F2-R1 1/1 ENGG. DIV./QA&I
MANUFACTURER’S NAME AND
ADDRESS MANUFACTURING QUALITY PLAN PROJECT :
ITEM : QP NO.: PACKAGE :
MFGR.’s REV.NO.:
LOGO CONTRACT NO. :
SUB-SYSTEM: DATE:
PAGE: …. OF…. MAIN-SUPPLIER:
SL. COMPONENT & CHARACTERISTICS CLASS TYPE OF QUANTUM REFERENCE ACCEPTANCE FORMAT OF AGENCY REMARKS
NO OPERATIONS CHECK OF CHECK DOCUMENT NORMS RECORD
M C/N M C N
1. 2. 3. 4. 5. 6. 7. 8. 9. D* ** 10. 11.

LEGEND: * RECORDS, INDENTIFIED WITH “TICK” ( √ ) SHALL BE DOC. NO.: REV…… CAT…..
ESSENTIALLY INCLUDED BY SUPPLIER IN QA DOCUMENTATION.
** M: MANUFACTURER/SUB-SUPPLIER C: MAIN SUPPLIER, N: NTPC
P: PERFORM W: WITNESS AND V: VERIFICATION. AS APPROPRIATE,
MANUFACTURER/ MAIN-SUPPLIER CHP: NTPC SHALL IDENTIFY IN COLUM “N” AS ‘ W” FOR
SUB-SUPPLIER NTPC
SIGNATURE USE REVIEWED BY APPROVED BY APPROVAL
SEAL
FORMAT NO.: QS-01-QAI-P-09/F1-R1 1/1 ENGG. DIV./QA&I
Project : Stage : SUB-CONTRACTOR APPROVAL SCHEDULE DOC. NO.:
Contractor : STATUS / EXCEPTION REV. NO.:
Contractor No. : (To be raised by the contractor & Package incharge) DATE :
System : For the month of ……………………………………… PAGE : OF
S. N. Item Sub- Disci- Mfg./ SC QP/ Unit/ QP Type, No., Date Remarks
of Sys- pline Matl./ Appl. Insp. Works & Revision
Scheduled Ist Submission 2nd Submission Final Submission Anticipated
Agreed Tem (M/E/ Cat. Cat. Cat. (MQP/RQP/S
Subm/
list C&I) ** *** 1/2/3# QP/FQP)## Subm. Approval Subm. Comment Subm Comment Subm. Approval
Approval
* .

Distribution : 1. NTPC QA &I Coordinator NOIDA 2. NTPC. NTPC PE-Coordinator-3……….. Signature


FORMAT NO.: QS-01-QAI-P-02/F2-R2 1/1 Engg. Div. / QA&I
Project : Stage : FIELD WELDING SCHEDULE DOC. NO.:
Contractor : (To be raised by the contractor) REV. NO.:
Contractor No. : Welding Code: ……………………………………… DATE :
System : PAGE : OF
Sl. No. DRG No. for Weld Location Description Matl. Dimensions Process of Type of Electrode WPS. No. Min. Heat treatment NDT method/ REF Remarks
and Identification mark of parts to Spec. welding Weld filler spec. pre-heat Quantum
Temp. Holding Spec. No. ACC Norm
welded
time Ref.

NOTES:

SIGNATURE
FORMAT NO.: QS-01-QAI-P-02/F3-R1 1/1 Engg. Div. / QA&I
Project : Stage : SUB-CONTRACTOR APPROVAL SCHEDULE DOC. NO.:
Contractor : STATUS / EXCEPTION REV. NO.:
Contractor No. : (To be raised by the contractor & Package incharge)) DATE :
System : For the month of ……………………………………… PAGE : OF
S. N. Item Sub- Disci- Mfg./ SC QP/ Unit/ Proposed Manufacturers / SC SC Details SC Approval Remarks
of Sys- pline Matl./ Appl. Insp. Works Suppliers and their Location Approval Submission Schedule
Agreed Tem (M/E/ Cat. Cat. Cat. Status/ Schedule
list C&I) ** *** 1/2/3# Comments
*
`

Distribution : 1. NTPC QA &I Coordinator NOIDA 2. NTPC. NTPC PE-Coordinator-3……….. Signature


FORMAT NO.: QS-01-QAI-P-02/F1-R2 1/1 Engg. Div. / QA&I
Project : Stage : SUB-CONTRACTOR APPROVAL SCHEDULE DOC. NO.:
Contractor : STATUS / EXCEPTION REV. NO.:
Contractor No. : (To be raised by the contractor & Package incharge)) DATE :
System : For the month of ……………………………………… PAGE : OF

Distribution : 1. NTPC QA &I Coordinator NOIDA 2. NTPC. NTPC PE-Coordinator-3……….. Signature


FORMAT NO.: QS-01-QAI-P-02/F1-R2 1/1 Engg. Div. / QA&I
PART - D

ERECTION CONDITIONS OF CONTRACT

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL SPECIFICATION


(4 X 130 MW) SECTION-VI
400 KV SWITCHYARD PACKAGE PART-D
BID DOC NO.: CS-5505-500-2
TABLE OF CONTENTS

PART - D

ERECTION CONDITIONS OF CONTRACT

------------------------------------------------------------------------------------------------------------------------------------
CLAUSE NO. DESCRIPTION PAGE NO.
------------------------------------------------------------------------------------------------------------------------------------

1.00.00 General 1

2.00.00 Regulation of Local Authorities and Statues 1

3.00.00 Employer’s Lien on Equipment 1

4.00.00 Inspection, Testing and Inspection Certificates 1

5.00.00 Access to Site and Works on Site 2

6.00.00 Contractor’s site office establishment 2

7.00.00 Co-operation with other contractors 2

8.00.00 Discipline of workmen 3

9.00.00 Contractor’s field operation 3

10.00.00 Photographs and Progress Report 3

11.00.00 Man-Power Report 4

12.00.00 Protection of Work 4

13.00.00 Employment of Labour 4

14.00.00 Facilities to be Provided by the Employer 5

15.00.00 Facilities to be provided by the Contractor 6

16.00.00 Lines and Grades 6

17.00.00 Fire Protection 7

18.00.00 Security 7

19.00.00 Contractor’s Area Limits 7

20.00.00 Contractor’s co-operation with the Employer 8

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI
400 KV SWITCHYARD PACKAGE PART-D
BID DOC NO.: CS-5505-500-2
------------------------------------------------------------------------------------------------------------------------------------
CLAUSE NO. DESCRIPTION PAGE NO.
------------------------------------------------------------------------------------------------------------------------------------

21.00.00 Pre-commissioning trials and initial operations 8

22.00.00 Materials Handling and Storage 9

23.00.00 Construction Management 11

24.00.00 Field Office Records 11

25.00.00 Contractor’s Materials Brought on to site 12

26.00.00 Protection of property and Contractor’s liability 12

27.00.00 Painting 12

28.00.00 Insurance 13

29.00.00 Unfavourable working conditions 14

30.00.00 Protection of Monuments and Reference points 14

31.00.00 Work & Safety Regulations 14

32.00.00 Foreign Personnel 23

33.00.00 Code Requirements 24

34.00.00 Foundation Dressing & Grouting 24

35.00.00 Dowelling 26

36.00.00 Check out of Control Systems 26

37.00.00 Commissioning Spares 26

38.00.00 Equipment Delivery and erection 26

39.00.00 Cabling 32

40.00.00 Testing Equipment & Facilities 33

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI
400 KV SWITCHYARD PACKAGE PART-D
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

1.00.00 GENERAL

1.01.00 The following provisions shall supplement the conditions already contained in the
other parts of these specifications and documents and shall govern that portion of
the work or this contract to be performed at site. The erection requirements and
procedures not specified in these documents shall be in accordance with the
recommendations of the equipment manufacturer, or as mutually agreed to between
the Employer and the Contractor prior to commencement of erection work.

1.02.00 The Contractor upon signing of the contract shall, in addition to a Project Co-
ordinator, nominate another responsible officer as his representative at site suitably
designated for the purpose of overall responsibility and co-ordination of the works to
be performed at site. Such person shall function from the site office of the Contractor
during the pendency of contract.

2.00.00 REGULATION OF LOCAL AUTHORITIES AND STATUTES

2.01.00 The Contractor shall comply with all the rules and regulations of local authorities
during the performance of his field activities. He shall also comply with the Minimum
Wages Act, 1948 and the Payment of Wages Act (both of the Government of India)
and the rules made thereunder in respect of any employee or workman employed or
engaged by him or his sub-Contractor.

2.02.00 All registration and statutory inspection fees, if any, in respect of his work pursuant
to this contract shall be to the account of the Contractor. However, any registration,
statutory inspection fees lawfully payable under the provisions of the any statutory
laws and its amendments from time to time during erection in respect of the plant
equipment ultimately to be owned by the Employer, shall be to the account of the
Employer. Should any such inspection or registration need to be re-arranged due to
the fault of the Contractor or his Sub-contractor, the additional fees to such
inspection and/or registration shall be borne by the Contractor.

3.00.00 EMPLOYER’S LIEN ON EQUIPMENT

3.01.00 The Employer shall have lien on all equipment including those of the Contractor
brought to the site for the purpose of erection, testing and commissioning of the
plant. The Employer shall continue to hold the lien on all such equipment throughout
the period of contract. No material brought to the site shall be removed from the site
by the Contractor and/or his Sub-contractors without the prior written approval of the
Project Manager.

4.00.00 INSPECTION, TESTING AND INSPECTION CERTIFICATES

4.01.00 The provisions of the clause entitled Inspection, Testing and Inspection Certificates
under General Technical Requirements in Part-C shall also be applicable to the
erection portion of the works. The Project Manager shall have the right to re-inspect
any equipment though previously inspected and approved by him at the Contractor’s
works, before and after the same are erected at site. If by the above inspection, the
Project Manager rejects any equipment, the Contractor shall make good for such

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 1 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

rejections either by replacement or modification/ repairs as may be necessary to the


satisfaction of the Project Manager. Such replacements will also include the
replacements or re-execution of such of those works of other Contractors and/or
agencies, which might have got damaged or affected by the replacements or re-work
done to the Contractor’s work.

5.00.00 ACCESS TO SITE AND WORKS ON SITE

5.01.00 Suitable access to and possession of the Site shall be afforded to the Contractor by
the Employer in reasonable time.

5.02.00 The works so far as it is carried out on the Employer’s premises, shall be carried out
at such time as the Employer may approve and the Employer shall give the Contrac-
tor reasonable facilities for carrying out the works.

5.03.00 In the execution of the works, no person other than the Contractor or his duly
appointed representative, Sub-contractor and workmen, shall be allowed to do work
on the site, except by the special permission, in writing of the Project Manager or his
representative.

6.00.00 CONTRACTOR’S SITE OFFICE ESTABLISHMENT

6.01.00 The Contractor shall establish a site office at the site and keep posted an authorised
representative for the purpose of the Contract. Any written order or instruction of the
Project Manager or his duly authorised representative, shall be communicated to the
said authorised resident representative of the Contractor and the same shall be
deemed to have been communicated to the Contractor at his legal address.

7.00.00 CO-OPERATION WITH OTHER CONTRACTORS

7.01.00 The Contractor shall co-operate with all other Contractors or tradesmen of the
Employer, who may be performing other works on behalf of the Employer and the
workmen who may be employed by the Employer and doing work in the vicinity of
the Works under the Contract. The Contractor shall also arrange to perform his
work as to minimise, to the maximum extent possible, interference with the work of
other Contracts and their workmen. Any injury or damage that may be sustained by
the employees of the other Contractors and the Employer, due to the Contractor's
work shall promptly be made good at his own expense. The Employer shall
determine the resolution of any difference or conflict that may arise between the
Contractor and other Contractors or between the Contractor and the workmen of the
Employer in regard to their work. If the work of the Contractor is delayed because of
the any acts of omission of another Contractor, the Contractor shall have no claim
against the Employer on that account other than an extension of time for completing
his Works.

Employer shall have full access to visit the contractor's site at any time for inspection
& surveillance checks.

7.02.00 The Employer shall be notified promptly by the Contractor of any defects in the other
Contractor's works that could affect the Contractor's Works. The Employer shall

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 2 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

determine the corrective measures if any, required to rectify this situation after
inspection of the works and such decisions by the Employer shall be binding on the
Contractor.

8.00.00 DISCIPLINE OF WORKMEN

8.01.00 The Contractor shall adhere to the disciplinary procedure set by the Project Manager
in respect of his employees and workmen at site. The Project Manager shall be at
liberty to object to the presence of any representative of employee of the Contractor
at the site, if in the opinion of the Project Manager such employee has mis-
conducted himself or is incompetent or negligent or otherwise undesirable and then
the Contractor shall remove such a person objected to and provide in his place a
competent replacement.

9.00.00 CONTRACTOR’S FIELD OPERATION

9.01.00 The Contractor shall keep the Project Manager informed in advance regarding his
field activity plans and schedules for carrying out each part of the works. Any review
of such plan or schedule or method of work by the Project Manager shall not relieve
the Contractor of any of responsibilities towards the field activities. Such reviews
shall also not be considered as an assumption of any risk or liability by the Project
Manager or the Employer or any of his representatives and no claim of the
Contractor will be entertained because of the failure or inefficiency of any such plan
or schedule or method of work reviewed. The Contractor shall be solely responsible
for the safety, adequacy and efficiency of plant and equipment and his erection
methods.

9.02.00 The Contractor shall have the complete responsibility for the conditions of the work-
site including the safety of all person employed by him or his Sub-contractor and all
the properties under his custody during the performance of the work. This
requirement shall apply continuously till the completion of the Contract and shall not
be limited to normal working hours. The construction review by the Project Manager
is not intended to include review of Contractor’s safety measures in, or of near the
work-site, and their adequacy or otherwise.

10.00.00 PHOTOGRAPHS AND PROGRESS REPORT

10.01.00 The Contractor shall furnish three (3) prints each to the Project Manager of progress
photographs of the work done at site. Photographs shall be taken as and when indi-
cated by the Project Manager or his representative. Photographs shall be adequate
in size and number to indicate various stages of erection. Each photograph shall
contain the date, the name of the Contractor and the title of the photograph.

10.02.00 The above photographs shall accompany the monthly progress report detailing out
the progress achieved on all erection activities as compared to the schedules. The
report shall also indicate the reasons for the variance between the scheduled and
actual progress and the action proposed for corrective measures, wherever
necessary.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 3 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

11.00.00 MAN-POWER REPORT

11.01.00 The Contractor shall submit to the Project Manager, on the first day of every month,
a man hour schedule for the month, detailing the man hours scheduled for the
month, skill-wise and area-wise.

11.02.00 The Contractor shall also submit to the Project Manager on the first day of every
month, a man power report of the previous month detailing the number of persons
scheduled to have been employed and actually employed, skill-wise and the areas
of employment of such labour.

12.00.00 PROTECTION OF WORK

12.01.00 The Contractor shall have total responsibility for protecting his works till it is finally
taken over by the Project Manager. No claim will be entertained by the Employer or
the Project Manager for any damage or loss to the Contractor’s works and the
Contractor shall be responsible for complete restoration of the damaged works to
original conditions to comply with the specification and drawings. Should any such
damage to the Contractor’s Works occur because or other party not being under his
supervision or control, the Contractor shall make his claim directly with the party
concerned. If disagreement or conflict or dispute develops between the Contractor
and the other party or parties concerned regarding the responsibility for damage to
the Contractor’s Works the same shall be resolved as per the provisions of the
Clause 7.00.00 above entitled “Co-operation with other Contractors.” The Contractor
shall not cause any delay in the repair of such damaged Works because of any
delay in the resolution of such disputes. The Contractor shall proceed to repair the
Work immediately and no cause thereof will be assigned pending resolution of such
disputes.

13.00.00 EMPLOYMENT OF LABOUR

13.01.00 The Contractor will be expected to employ on the work only his regular skilled
employees with experience of his particular work. No female labour shall be
employed after darkness. No person below the age of eighteen years shall be
employed.

13.02.00 All traveling expenses including provisions of all necessary transport to and from
site, lodging allowances and other payments to the Contractor’s employees shall be
the sole responsibility of the Contractor.

13.03.00 The hours of work on the Site shall be decided by the Employer and the Contractor
shall adhere to it. Working hours will normally be eight (8) hours per day - Monday
through Saturday.

13.04.00 Contractor’s employees shall wear identification badges while on work at Site.

13.05.00 In case the Employer becomes liable to pay any wages or dues to the labour or any
Government agency under any of the provisions of the Minimum Wages Act,
Workmen Compensation Act, Contract Labour Regulation Abolition Act or any other

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 4 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

law due to act of omission of the Contractor, the Employer may make such
payments and shall recover the same from the Contractor’s bills.

14.00.00 FACILITIES TO BE PROVIDED BY THE EMPLOYER

14.01.00 Construction Power Supply

14.01.01 The Contractor shall submit to the Employer within thirty (30) days from the date of
acceptance of the Notification of Award, his electrical power requirements, if any, to
allow the planning of the same by the Employer. The Contractor shall be provided
with free supply of electricity for the purposes of the Contract, only at one two
locations in the Employer's Site at 415V voltage level. The Contractor shall make
his own further distribution arrangement. All temporary wiring must comply with
local regulations and will be subject to Employer's inspection and approval before
connection to supply. It shall be the responsibility of the contractor to take the power
supply upto the point of his use.

14.01.02 NTPC does not guarantee maintenance of uninterrupted supply of power and incase
of any interruption of supply of power. The contractor shall be responsible for making
at his own cost, alternative arrangement for standby power. Contractor shall arrange
DG sets of adequate capacity at his own cost to meet backup and emergency power
supply requirement including lighting, dewatering etc. No claim for damages will be
entertained by NTPC on any account in connection with such standby/emergency
supply of power.

Where the contractor makes his own arrangements for power required for the works,
no separate payment shall be made for the same.

14.01.03 In case the labour & staff colony of the agency is away from NTPC construction
power network, they have to arrange power supply from local electricity authority on
their own.

14.02.00 Water

Contractor shall make all arrangements himself for the supply of construction water
as well as potable water for labor and other personnel at the worksite /colony.

14.03.00 EOT Cranes be provided in GIS hall which is being procured under separate
package shall be used by the Contractor for erection of the equipment. For
equipments which cannot be handled by these cranes, the Contractor shall make his
own arrangements.

14.04.00 Bidders shall clearly bring out in his offer the proposed method of installation of GIS
and other equipments. This shall be supported by detailed write up drawings & other
technical data.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 5 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

15.00.00 FACILITIES TO BE PROVIDED BY THE CONTRACTOR

15.01.00 Space
The Contractor shall make his own arrangements for suitable and adequate land
/space & power supply for his office, storage area, pre-assembly and fabrication
areas, labour and staff colony area, toilets etc. at a convenient place near the project
area. Adequate and suitable security arrangements including lighting to be provided
by the Contractor for the storage area & pre-assembly and fabrication areas shall be
subject to approval of Project Manager of NTPC.

15.02.00 Tools, tackles and scaffoldings

The Contractor shall provide all the construction equipments, tools, tackles and
scaffoldings required for pre-assembly, erection, testing and commissioning of the
equipments covered under the contract. He shall submit a list of all such materials to
the Project Manager before the commencement of pre-assembly at site. These tools
and tackles shall not be removed from the site without the written permission of the
Project Manager.

15.03.00 First-aid

The Contractor shall provide necessary first-aid facilities for all his employees,
representatives and workmen working at the site. Enough number of Contractor’s
personnel shall be trained in administering first-aid.

15.04.00 Cleanliness

15.04.01 The Contractor shall be responsible for keeping the entire area allotted to him clean
and free from rubbish, debris etc. during the period of contract. The Contractor shall
employ enough number of special personnel to thoroughly clean his work-area at
least once in a day. All such rubbish and scrap material shall be stacked or disposed
in a place to be identified by the Project Manager. Materials and stores shall be so
arranged to permit easy cleaning of the area. In areas where equipment might drip
oil and cause damage to the floor surface, a suitable protective cover of a flame
resistant, oil proof sheet shall be provided to protect the floor from such damage.

15.04.02 Similarly the labour colony, the offices and the residential areas of the Contractor’s
employees and workmen shall be kept clean and neat to the entire satisfaction of the
Project Manager. Proper sanitary arrangements shall be provided by the Contractor,
in the work-areas, office and residential areas of the Contractor.

16.00.00 LINES AND GRADES

All the works shall be performed to the lines, grades and elevations indicated on the
drawings. The Contractor shall be responsible to locate and lay-out the Works. Basic
horizontal and vertical control points will be established and marked by the Project
Manager at site at suitable points. These points shall be used as datum for the
works under the contract. The Contractor shall inform the Project Manager well in
advance of the times and places at which he wishes to do work in the area allotted
to him so that suitable datum points may be established and checked by the Project

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 6 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

Manager to enable the Contractor to proceed with his works. Any work done without
being properly located may be removed and/or dismantled by the Project Manager
at Contractor’s expense.

17.00.00 FIRE PROTECTION

17.01.00 The work procedures that are to be used during the erection shall be those which
minimise fire hazards to the extent practicable. Combustible materials, combustible
waste and rubbish shall be collected and removed from the Site at least once each
day. Fuels, oils and volatile or flammable materials shall be stored away from the
construction and equipment and materials storage areas in safe containers.
Untreated canvas, paper, plastic or other flammable flexible materials shall not at all
be used at Site for any other purpose unless otherwise specified. If any such
materials are received with the equipment at the site, the same shall be removed
and replaced with acceptable material before moving into the construction or storage
area.

17.02.00 Similarly corrugated paper fabricated cartons etc. will not be permitted in the
construction area either for storage or for handling of materials. All such materials
used shall be of water-proof and flame resistant type. All the other materials such as
working drawings, plans, etc. which are combustible but are essential for the works
to be executed shall be protected against combustion resulting from welding sparks,
cutting flames and other similar fire sources.

17.03.00 All the Contractor’s supervisory personnel and sufficient number of workers shall be
trained for fire-fighting and shall be assigned specific fire protection duties. Enough
of such trained personnel must be available at the site during the entire period of the
contract.

17.04.00 The Contractor shall provide enough fire protection equipment of the types and
number for the warehouses, office, temporary structures, labour colony area, etc.
Access to such fire protection equipment, shall be easy and kept open at all time.

18.00.00 SECURITY

The Contractor shall have total responsibility for all equipment and materials in his
custody stores, loose, semi-assembled and/or erected by him at site. The Contractor
shall make suitable security arrangements including employment of security
personnel to ensure the protection of all materials, equipment and works from theft,
fire, pilferage and any other damages and loss. All materials of the Contractor shall
enter and leave the project site only with the written permission of the Project
Manager in the prescribed manner.

19.00.00 CONTRACTOR’S AREA LIMITS

The Project Manager will mark-out the boundary limits of access roads, parking
spaces, storage and construction areas for the Contractor and the Contractor shall
not trespass the areas not so marked out for him. The Contractor shall be
responsible to ensure that none of his personnel move out of the areas marked out
for his operations. In case of such a need for the Contractor’s personnel to work out

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 7 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

of the areas marked out for him the same shall be done only with the written
permission of the Project Manager.

20.00.00 CONTRACTOR’S CO-OPERATION WITH THE EMPLOYER

In case where the performance of the erection work by the Contractor affects the
operation of the system facilities of the Employer, such erection work of the
Contractor shall be scheduled to be performed only in the manner stipulated by the
Project Manager and the same shall be acceptable at all times to the Contractor.
The Project Manager may impose such restrictions on the facilities provided to the
Contractor such as electricity, water, etc. as he may think fit in the interest of the
Employer and the Contractor shall strictly adhere to such restrictions and co-operate
with the Project Manager. It will be the responsibility of the Contractor to provide all
necessary temporary instrumentation and other measuring devices required during
start-up and operation of the equipment systems which are erected by him. The
Contractor shall also be responsible for flushing and initial filling of all the oil and
lubricants required for the equipment furnished and erected by him, so as to make
such equipment ready for operation. The Contractor shall be responsible for
supplying such flushing oil and other lubricants unless otherwise specified elsewhere
in documents and specifications.

21.00.00 PRE-COMMISSIONING TRIALS AND INITIAL OPERATIONS

General

21.01.01 The pre-commissioning and commissioning activities including tests, checks and
initial operations of the equipment furnished and erected by the Contractor shall be
the responsibility of the Contractor as detailed in relevant clauses in Technical
Specification. The Contractor shall provide, in addition, test instruments, calibrating
devices, etc. and labour required for successful performance of these operations. If it
is anticipated that the above test may prolong for a long time, the Contractor's
workmen required for the above test shall always be present at Site during such
operations.

21.01.02 It shall be the responsibility of the Contractor to provide all necessary temporary
instrumentation and other measuring devices required during start-up and operation
of the equipment systems which are installed by him. The Contractor shall also be
responsible for flushing & initial filling of all SF6 gas, oils & lubricants required for the
equipment furnished and installed by him so as to make such equipment ready for
operation. The Contractor shall be responsible for supplying such SF6 gas, flushing
oil and other lubricants unless otherwise specified elsewhere in these specifications
& documents.

21.01.03 The Contractor upon completion of erection of equipments and systems, shall
conduct pre-commissioning and commissioning activities, to make the facilities
ready for sustained safe, reliable and efficient operation. All pre-commissioning/
commissioning activities considered essential for such readiness of the facilities
including those mutually agreed and included in the Contractors quality assurance
programme as well as those indicated in clauses elsewhere in the technical
specifications shall be performed by the Contractor.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 8 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

21.02.00 Testing / Commissioning Schedule

The Contractor shall submit to the Employer, his testing/ commissioning schedules
for various equipments/ systems covered under the contract, for approval, at least 6
months before the actual commissioning of the equipment/ systems.

The testing/ commissioning schedule is required to be of a standard format in order


to maintain consistency of presentation, content and reporting. The list of documents
and commissioning checks to be submitted and their content details shall be agreed
upon during preaward discussions.

21.03.00 Pre-Commissioning Activities

21.03.01 General

The Contractor shall draw up a detailed sequential & systematic list of checks/ tests
and various activities/ procedures connected with pre-commissioning of the
complete facilities with all systems, sub-systems and equipment supplied and
installed by him and get the same approved by the Employer.

21.04.00 Commissioning of Facilities


21.04.01 General

Upon completion of precommissioning activities/test the Contractor shall initiate


commissioning of facilities. During commissioning the Contractor shall carryout
system checking and reliability trials on various parts of the facilities.

Contractor shall carry out these checks/tests at site to prove to the Employer that
each equipment of the supply complies with requirements stipulated and is erected
in accordance with requirements specified. Before the plant is put into initial
operation the Contractor shall be required to conduct test to demonstrate to the
Employer that each item of the plant is capable of correctly performing the functions
for which it was specified and its performance, parameters etc. are as per the
specified/approved values. These tests may be conducted concurrently with those
required under commissioning sequence.

21.04.02 Initial Operation

Upon completion of system checking/tests as per 20.04.01 above and as a part of


commissioning of facilities, complete equipment/systems shall be put on initial
operation alongwith the generator units.

22.00.00 MATERIALS HANDLING AND STORAGE


22.01.00 All the equipment furnished under the Contract and arriving at site shall be promptly
received, unloaded and transported and stored in the storage spaces by the
Contractor.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 9 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

22.02.00 Contractor shall be responsible for examining all the shipment and notify the Project
Manager immediately of any damage, shortage, discrepancy etc. for the purpose of
Project Manager’s information only. The Contractor shall submit to the Project
Manager every week a report detailing all the receipts during the week. However,
the Contractor shall be solely responsible for any shortages or damage in transit,
handling and/or in storage and erection of the equipment at site. Any demurrage,
wharfage and other such charges claimed by the transporters, railways etc. shall be
to the account of the Contractor.

22.03.00 The Contractor shall maintain an accurate and exhaustive record detailing out the
list of all equipment received by him for the purpose of erection and keep such
record open for the inspection of the Project Manager.

22.04.00 All equipment shall be handled very carefully to prevent any damage or loss. No
bare wire ropes, slings, etc. shall be used for unloading and/or handling of the
equipment without the specific written permission of the Project Manager. The
equipment stored shall be properly protected to prevent damage either to the
equipment or to the floor where they are stored. The equipment from the store shall
be moved to the actual location at the appropriate time so as to avoid damage of
such equipment at site.

22.05.00 All electrical panels, controls gear, motors and such other devices shall be properly
dried by heating before they are installed and energised. Motor bearings, and other
exposed parts shall be protected against moisture ingress and corrosion during
storage and periodically inspected. Heavy rotating parts in assembled conditions
shall be periodically rotated to prevent corrosion due to prolonged storage.

22.06.00 All the electrical equipment such as motors, CTs, CVTs etc. shall be tested for
insulation resistance at least once in three months from the date of receipt till the
date of commissioning and a record of such measured insulation values maintained
by the Contractor. Such records shall be open for inspection by the Project Manager.

22.07.00 The Contractor shall ensure that all the packing materials and protection devices
used for the various equipments during transit and storage are removed before the
equipment are installed.

22.08.00 The consumables and other supplies likely to deteriorate due to storage must be
thoroughly protected and stored in a suitable manner to prevent damage or dete-
rioration in quality by storage.

22.09.00 All the materials stored in the open or dusty location must be covered with suitable
weather-proof and flameproof covering material wherever applicable.

22.10.00 If the materials belonging to the Contractor are stored in areas other than those
earmarked for him, the Project Manager will have the right to get it moved to the
area earmarked for the Contractor at the Contractor’s cost.

22.11.00 The Contractor shall be responsible for making suitable indoor storage facilities to
store all equipment which require indoor storage. Normally, all the electrical
equipments such as motors, CTs, CVTs Wave Traps etc and consumables like

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 10 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

electrodes, lubricants, SF6 gas etc. shall be stored in the closed storage space . The
Project Manager, in addition, may direct the Contractor to move certain other
materials, which in his opinion will require indoor storage, to indoor storage areas
which the Contractor shall strictly comply with.

23.00.00 CONSTRUCTION MANAGEMENT

23.01.00 The field activities of the various contractors executing different contracts for the
project, will be coordinated by the Project Manager and the Project Manager’s
decision shall be final in resolving any disputes or conflicts between the Contractor
and other Contractors and tradesmen of the Employer regarding scheduling and co-
ordination of work. Such decision by the Project Manager shall not be a cause for
extra compensation or extension of time for the Contractor.

23.02.00 The Project Manager shall hold weekly meetings of all the Contractors working at
Site, at a time and place to be designated by the Project Manager. The Contractor
shall attend such meetings and take notes of discussions during the meeting and the
decisions of the Project Manager and shall strictly adhere to those decisions in
performing his Works. In addition to the above weekly meeting, the Project Manager
may call for other meeting either with individual contractors or with selected number
of contractors and in such a case the Contractor if called, will also attend such
meetings.

23.03.00 Time is the essence of the Contract and the Contractor shall be responsible for
performance of his works in accordance with the specified construction schedule. If
at any time, the Contractor is falling behind the schedule, he shall take necessary
action to make good for such delays by increasing his work force or by working
overtime or otherwise accelerate the progress of the work to comply with the
schedule and shall communicate such actions in writing to the Project Manager,
satisfying that his action will compensate for the delay. The Contractor shall not be
allowed any extra compensation for such action.

23.04.00 The Project Manager shall however not be responsible for provision of additional
labour and/or materials or supply or any other services to the Contractor except for
the co-ordination work between various Contractors as set out earlier.

24.00.00 FIELD OFFICE RECORDS

The Contractor shall maintain at his site office up-to-date copies of all drawings,
specifications and other contract documents and any other supplementary data
complete with all the latest revisions thereto. The Contractor shall also maintain the
continuous record of all changes to the above contract documents, drawings,
specifications, supplementary data, etc. effected at the field. On completion of his
total assignment under the contract, the Contractor shall incorporate all such
changes on the drawings and other project engineering data to indicate ‘as installed’
conditions of the equipment furnished and erected under the contract. Such
drawings and project engineering data shall be submitted to the Project Manager in
required number of copies.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 11 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

25.00.00 CONTRACTOR’S MATERIALS BROUGHT ON TO SITE

25.01.00 The Contractor shall bring to site all equipment, components, parts, materials,
including construction equipment, tools and tackles for the purpose of the works
under intimation to the Project Manager. All such goods shall, from the time of their
being brought vest in the Employer, but may be used for the purpose of the works
only and shall not on any account be removed or taken away by the Contractor
without the written permission of the Project Manager. The Contractor shall
nevertheless be solely liable and responsible for any loss or destruction thereof and
damage thereto.

25.02.00 The Employer shall have a lien on such goods for any sum or sums which may at
any time be due or owing to him by the Contractor, under, in respect of or by
reasons of the contract. After giving a fifteen (15) days notice in writing of his
intention to do so, the Employer shall be at liberty to sell and dispose off any such
goods, in such manner as he shall think fit including public auction or private treaty
and to apply the proceeds in or towards the satisfaction of such sum or sums due as
aforesaid.

25.03.00 After the completion of the works, the Contractor shall remove from the site under
the direction of the Project Manager the materials such as construction equipment,
erection tools and tackles, scaffolding etc. with the written permission of the Project
Manager. If the Contractor fails to remove such materials, within fifteen (15) days of
issue of a notice by the Project Manager to do so then the Project Manager shall
have the liberty to dispose off such materials as detailed under clause 25.02.00
above and credit the proceeds thereto to the account of the Contractor.

26.00.00 PROTECTION OF PROPERTY AND CONTRACTOR’S LIABILITY

26.01.00 The Contractor shall be responsible for any damage resulting from his operations.
He shall also be responsible for protection of all persons including members of
public and employees of the Employer and the employees of other Contractors and
Sub-Contractors and all public and private property including structures, buildings,
other plants and equipments and utilities either above or below the ground.

26.02.00 The Contractor will ensure provision of necessary safety equipment such as barriers,
sign-boards, warning lights and alarms, etc. to provide adequate protection to
persons and property. The Contractor shall be responsible to give reasonable notice
to the Project Manager and the Employers of public or private property and utilities
when such property and utilities are likely to get damaged or injured during the
performance or his Works and shall make all necessary arrangements with such
Employers, related to removal and/or replacement or protection of such property and
utilities.

27.00.00 PAINTING

All exposed metal parts of the equipment including pipings, structures railings etc.
wherever applicable, after installation unless otherwise surface protected, shall be
first painted with at least one coat of suitable primer which matches the shop primer
paint used, after thoroughly cleaning all such parts of all dirt, rust, scales, greases,

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 12 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

oils and other foreign materials by wire brushing, scraping or sand blasting and the
same being inspected and approved by the Project Manager for painting.
Afterwards, the above parts shall be finished painted with two coats of allowed resin
machinery enamel paints. The quality of the finish paint shall be as per the
standards of ISI or equivalent and to be of the colour as approved by the Project
Manager.

28.00.00 INSURANCE

In addition to the conditions covered under the Clause entitled “Insurance” in Section
GCC, Conditions of Contract, the following provisions will also apply to the portion of
work to be done beyond the Contractor’s own or his subcontractor’s manufacturing
works.

28.01.00 Workmen’s Compensation Insurance

This insurance shall protect the Contractor against all claims applicable under the
workmen’s Compensation Act, 1948 (Government of India). This policy shall also
cover the Contractor against claims for injury, disability disease or death of his or his
Sub-Contractor’s employees, which for any reason are not covered under the
Workmen’s Compensation Act 1948. The liabilities shall not be less than:

Workmen’s Compensation As per Statutory Provisions

Employee’s liability As per Statutory Provisions

28.02.00 Comprehensive Automobile Insurance

This insurance shall be in such a form to project the Contractor against all claims for
injuries, disability, disease and death to members of public including the Employer’s
men and damage to the property of other arising from the use of motor vehicles
during on or off the Site operations, irrespective of the ownership of such vehicles
the liability covered shall be as herein indicated

Fatal Injury : Rs. 100,000/- each person

: Rs. 200,000/- each occurrence

Property Damage : Rs. 100,000/- each occurrence

28.03.00 Comprehensive General Liability Insurance

28.03.01 The insurance shall protect the Contractor against all claims arising from injuries,
disabilities, disease or death of members of public or damage to property of others,
due to any act or omission on the part of the Contractor, his agents, his employees,
his representatives and Sub-Contractor, his agents, his employees, his
representatives and Sub-Contractors or from riots, strikes and civil commotion. This
insurance shall also cover all the liabilities of the Contractor arising out of the Clause
entitled “Defence of Suits” in Section GCC, Conditions of Contract.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 13 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

28.03.02 The hazards to be covered will pertain to all the works and areas where the
Contractor, his sub-contractors , his agents and his employees have to perform work
pursuant to the Contract.

28.03.03 The above are only illustrative list of Insurance covers normally required and it will
be the responsibility of the Contractor to maintain all necessary insurance coverage
to the extent both in time and amount to take care of all his liabilities either direct or
indirect, in pursuance of the Contract.

29.00.00 UNFAVOURABLE WORKING CONDITIONS

The Contractor shall confine all his field operations to those works which can be
performed without subjecting the equipment and materials to adverse effects during
inclement weather conditions, like monsoon, storms, etc. and during other
unfavourable construction conditions. No field activities shall be performed by the
Contractor under conditions which might adversely affect the quality and efficiency
thereof, unless special precautions or measures are taken by the Contractor in a
proper and satisfactory manner in the performance of such Works and with the
concurrence of the Project Manager. Such unfavourable construction conditions will
in no way relieve the Contractor of his responsibility to perform the Works as per the
schedule.

30.00.00 PROTECTION OF MONUMENTS AND REFERENCE POINTS

The Contractor shall ensure that any finds such as relic, antiquity, coins, fossils, etc.
which he may come across during the course of performance of his works either
during excavation or elsewhere, are properly protected and handed over to the
Project Manager. Similarly the Contractor shall ensure that the bench marks,
reference points, etc., which are marked either with the help of Project Manager or
by the Project Manager shall not be disturbed in any way during the performance of
his works. If, any work is to be performed which disturb such reference, the same
shall be done only after these are transferred to other suitable locations under the
direction of the Project Manager. The Contractor shall provide all necessary
materials and assistance for such relocation of reference points etc.

31.00.00 WORK & SAFETY REGULATIONS

31.01.00 General

i) The contractor shall comply with all the equipments of "The Building and
Other Construction Workers (Regulation of Employment & Conditions of
Service) Act," 1996 and its Central Rule 1998 / State Rules and any other
statutory requirements as applicable.

ii) The contractor shall follow NTPC Safety Rules as issued from time to time
with respect to safety in construction & erection.

iii) The contractor shall have the approved Safety, Health and Environment
(SHE) Policy in respect of Safety and health of Building Workers and it shall

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 14 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

be circulated widely and displayed at conspicuous place in Hindi and local


language understood by the majority of the workers. A copy of the safety
policy should be submitted to Engineer in charge.
iv) The contractor shall submit the safety plan comprising of methods to
implement the safety policy/rules, risk assessment and ensuring Safety at
work areas, Safety audits, inspections and its compliance, supervision and
responsibility to ensure safety at various levels, safety training to employees,
review of safety and accident analysis, ensure health and safety procedures
to prevent accidents to Engineer I/C for approval as per the format of Safety
Plan as annexure at Annexure-I.
v) The Contractors shall ensure proper safety of all the workmen, material, plant
and equipment belonging to him or to the Employer or to others, working at
the Site.
vi) All equipments used in construction and erection by the contractor shall meet
BIS/International Standards and where such standards do not exist, the
Contractor shall ensure these to be absolutely safe. All equipment shall be
strictly operated and maintained by the contractor in accordance with
manufacture's operation manual. The contractor should also follow
guidelines/rules of the employer in this regard.

vii) The Contractor shall provide suitable latest Personal Protective Equipments
of prescribed standard to all their employees and workmen according to the
need. The Engineer I/C shall have the right to examine these safety
equipments to determine their suitability, reliability, acceptability and
adaptability. The contractor should also ensure these before their use at
worksite.

viii) The Contractor shall provide safe working conditions to all workmen and
employees at his workplace including safe means of access, railings, stairs
and ladders, scaffolding, work platforms, toe boards etc. The scaffoldings
shall be erected under the control and supervision of an experienced and
competent person. For erection of scaffolds, access, work platforms etc. shall
be good and the contractor shall us standard quality of material.

ix) The contractor shall flow and comply with all the safety rules, standards,
code of practice of NTPC and relevant provisions of applicable laws
pertaining to the safety of workmen, employees, plant and equipment as may
be prescribed from time to time without any protest or contest or reservation.
In case of any unconformity between statutory requirement and the Safety
Rules of the Employer referred above, the latter shall be binding on the
Contractor unless the statutory provisions are more stringent. As and when
required he can refer/obtain copy of NTPC safety documents as stated
above.

x) The contractor shall have his own arrangements with nearby hospitals for
shifting and treatment of sick and injured.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 15 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

The medical examination of the works employed in hazardous areas shall be


conducted as per Rule 223 of the Building and Other Construction Worker
(Regulation of Employment and Condition of Service) Central Rule 1998
Their health hazard, the worker should be shifted to suitable place of working
and properly treated under intimation to Engineer I/C. The medical fitness
certificate to be submitted to Engineer I/C.

xi) First Aid boxes equipped with requisite articles as specified in the Rule 231
of The Building and Other Construction Workers (Regulation of Employment
and Condition of Service) Central Rule 1998 shall be provided at construction
sites for the use of workers. Training has to be provided on first aid to
workmen & office bearers working at site.

31.02.00 Emergency Action Plan

The Contractor shall prepare an emergency action plan approved by his competent
authority to handle any emergency occurred during construction work. Regular mock
drills shall be organized to practice this emergency plan. The Emergency Action
Plan should be widely circulated to all the employees and suitable infrastructure
shall be provided to handle the emergencies.

31.03.00 Flood Monitoring (Hydro Projects)

The contractor shall take necessary measures for monitoring of flood/water levels
and develop a forewarning system to evacuate people to safer places well before
the flood occurs. For this purpose he may maintain liaison with meteorological
department and NTPC. The contractor shall make suitable communication and
transporting system to rescuer and workers to safer places. The contractor shall
provide suitable shelters, food, drinking water and other requisite facilities till they
are brought back to their colonies and normalcy is restored.

31.04.00 Scaffolding

The contractor shall take all precautions to prevent any accidental collapse of
scaffolding or fall of persons from scaffolding. The contractor should ensure that
scaffolding are designed by a competent person and it erection and repairs should
be done under the expert supervision. The scaffolding shall meet the required
strength and other requirements for the purpose for which the scaffold is erected.
The material used for scaffold conform to the BIS / International standards.

31.05.00 Opening

The Contractor shall ensure that there is no opening in any working platfore/any floor
of the building, which may cause fall of workers or material. Whenever an opening
on a platform/any floor of the building is unavoidable, the opening should be suitably
fenced and necessary measures for protection against falling objects or building
workers from such platform are taken by providing suitable safety nets, safety belts
or other similar means.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 16 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

31.06.00 Fencing of Machinery

The contractor shall provide suitable fencing or guard to all dangerous and moving
parts of machinery.

The contractor shall not allow any of the employees to clean, lubricate, repair, adjust
or examine during machinery in motion, which may cause injury to the person.

31.07.00 Carrying of Excessive Weight by a Worker

The worker shall not be allowed to lift by hand or carry over his head, back or
shoulder more than the maximum limit set by the prescribed rules for the
construction workers.

31.08.00 Dangerous and Harmful Gases/Equipment

The contractor shall ensure that the workers are not exposed to any harmful gases
during any construction activity including excavation, tunneling, confined spaces etc.

The contractor should not allow any worker to go into the confined space unless it is
certified by Engineer (I/C) to be safe and fit for the entry to such work place. Proper
record and work permits should be followed to carry out such works.

31.09.00 Overhead Protection

The contractor shall ensure that any area exposed to risk of falling materials, articles
or objects is roped off or cordoned off or otherwise suitably guarded from inadvertent
entry of any person.

Wherever there is a possibility of falling of any material, equipment or construction


workers while working at heights, a suitable and adequate safety net should be
provided. The safety net should be in accordance with BIS Standards.

31.10.00 Working at Heights

All working platforms, ways and other places of construction work shall be free from
accumulations of debris or any other material causing obstructions and tripping.

Wherever workers are exposed to the hazard of falling into water, the contractor
shall provide adequate equipment for saving the employees from drowning and
rescuing from such hazards. The contractor shall provide boat or launch equipped
with sufficient number of life buoys, life jackets etc. manned with trained personnel at
the site of such work.

Every opening at elevation from ground level through which a building worker,
vehicle, material equipment etc. may fall at a construction work shall be covered
and/or guarded suitably by the contractor to prevent such falls.

Wherever the workers are exposed to the hazards of falling from height, the
contractor shall provide full harness safety belts fitted with fall arresting systems to

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 17 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

all the employees working at higher elevations and life line of 8mm diameter wire
higher elevations. Safety nets shall also be provided for saving them from fall from
heights and such equipment should be in accordance with BIS standards.

The contractor shall provide standard prefabricated ladders on the columns where
the workers are required to use them as an access for higher elevations till
permanent staircase is provided. The workers shall be provided with safety belts
fitted with suitable fall arresting system (Fall arrestors) for climbing/getting down
through ladders to prevent fall from height.

31.11.00 Handling of Hazardous Chemicals

The Contractor will notify well in advance to the Engineer I/C of his intention to bring
to the Site any container filled with liquid or gaseous fuel or explosive or petroleum
substance or such chemicals which may involve hazards. NTPC shall have the right
to prescribe the conditions, under which such container is to be stored, handled and
used during the performance of the works and the Contract shall strictly adhere to
and comply with such instructions. The Engineer I/C shall have the right at his sole
discretion to inspect any such container or such construction plant/equipment for
which material in the container is required to b used and if in his opinion, its use is
not safe, he may forbid its use. No claim due to such prohibition shall be entertained
by NTPC and NTPC shall not entertain any claim of the Contractor towards
additional safety provisions/conditions to be provided for/constructed.

Further, any such decision of the Engineer I/C shall not, in any way, absolve the
Contractor of his responsibilities and in case, use of such a container or entry
thereof into the site are is forbidden by NTPC, the Contractor shall use alternative
methods with the approval of the NTPC without any cost implication to the NTPC or
extension or work schedule.

Where it is necessary to provide and/or store petroleum products or petroleum


mixtures and explosives, the Contractor shall be responsible for carrying out such
provision and / or storage in accordance with the rules and regulations laid down in
Petroleum Act 1934, Explosives Act 1948, and Petroleum and Carbide of Calcium
Manual published by the Chief Inspector of Explosives of India. All such storage
shall have prior approval of the Engineer I/C. In case any approvals are necessary
from the Chief Inspection (Explosives) or any statutory authorities, the Contractor
shall be responsible for obtaining the same.

The Contractor shall be fully responsible for the safe storage of his and his Sub-
Contractor's radio-active sources in accordance with BARC/DAE (Bhabha Atomic
Research Centre/Department of Atomic Energy, Govt. of India) Rules and other
applicable provisions. All precautionary measures stipulated by BARC/DAE in
connection with use, the contractor would take storage and handling of such
material.

The Contractor shall provide suitable personal protective equipments to the workers
who are handling the hazardous and corrosive substances including alkalis and
acids.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 18 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

As a precautionary measure the contractor should keep the bottles filled with distilled
water in cupboard / Boxes near work place for emergency eye wash by worker
exposed to such hazardous chemicals.

31.12.00 Eye Protection

The contractor shall provide suitable personal protective equipment to his workmen
depending upon the nature of hazards and ensure their usage by the workers
engaged in operations like welding, cutting, chipping, grinding or similar operations
which may cause injuries to his eye.

31.13.00 Electrical Hazards

The contractor should ensure all the all electrical installations at the construction
work comply with the requirements of latest electricity acts/rules.

The contractor shall take all adequate measures to prevent any worker from coming
into physical contact with any electrical equipment or apparatus, machines or live
electrical circuits which may cause electrical hazards during the construction work.
The contractor shall provide the sufficient ELCBs/RCCBs for al the portable
equipments, electrical switchboards, distribution panels etc. to prevent electrical
shocks.

The contractor should ensure use of single/double insulated hand tools or low
voltage i.e. 110 volts hand tools.

The contractor should also ensure that all temporary electrical installations at the
construction works are provided with earth leakage circuit breakers.

31.14.00 Vehicular Traffic

The contractor should employ vehicle drivers who hold a valid driving license under
the Motor Vehicles Act. 1988.

31.15.00 Lifting Appliances, Tools & Tackles, Lifting Gear and Pressure Plant &
Equipment etc.

The contractor shall ensure all the lifting appliances, tools & tackles including
cranes, etc. lifting gear including fixed or movale and any plant or gear, hoists,
Pressure Plant and equipment etc. are in good condition and shall be examined by
competent person and only certified shall be used at sites. Periodical Examination
and the tests for all lifting/hoisting equipment & tackles shall be carried out. A
register of such examinations and tests shall be properly maintained by the
Contractor and will be promptly produced as and when desired by the Engineer I/C
or by the person authorised by him.

31.16.00 Excessive Noise, Vibration

The contractor shall take adequate measures to protect the workers against the
harmful effect of excessive noise or vibration. The noise should not exceed the limits

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 19 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

prescribed under the concerned rules. Noise Pollution (Regulation and Control)
Rules, 2000.

31.17.00 Electrical Installations

The contractor shall not interface or disturb electric fuses, wiring and other electrical
equipment belonging to the Employer or other contractors under any circumstances,
whatsoever, unless expressly permitted in writing by the Engineer I/C to handle such
fuses, wiring or electrical equipment.

Before the Contractor connects any electrical appliances to any plug or socket
belonging to the other contractor or the NTPC, he shall

i) Satisfy the Engineer I/C that the appliances is in good working condition;

ii) Inform the Engineer I/C of the maximum current rating, voltage and phases
of the appliances;

iii) Obtain permission of the Engineer I/C detailing the sockets to which the
appliances may be connected.

The Engineer I/C will not grant permission to connect until he is satisfied that:

The appliance is in good condition and is fitted with suitable plug; having
earth connection with the body.

Wherever armored/metallic sheathed multi core cable is used, the same


armored / sheathed should be connected to earth.

iv) No repair work shall be carried out on any live equipment. The Engineer I/C
must declare the equipment safe and a permit to work shall be issued by the
NTPC/contractor as the case may be to carry out any repair/maintenance
work. While working on electric lines/equipments whether live or dead,
suitable type and sufficient quantity of tools will have to be provided by the
contractor to electricians / workmen / officers.

v) The contractor shall employ necessary number of qualified, full time


Electricians/Electrical Supervisors to maintain his temporary electrical
installation.

The installation are provided with suitable ELCBs and RCCBs wherever required.

31.18.00 Safety Organisation

31.18.01 The contractor employing more than 250 workmen whether temporary, causal,
probationary, regular or permanent shall employ at least one full time safety officer
exclusively to supervise safety aspects of the equipments and workmen, who will
coordinate with the NTPC Safety Officer. Further requirement of safety officers, if
any, shall be guided by Rule 209 of the Building and Other Construction Worker
(Regulation of Employment and Conditions of Service) Central Rule 1998. In case

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 20 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

the work is being carried out through subcontractor, the employees/workmen of the
sub contractor shall also be considered as the contractor's employees workmen for
the above purpose.

In case of contractor deploying less than 250 workmen he should designate one of
his Engineer/supervisor or the contractor himself (if he is directly supervising the
work)as safety officer in addition to his existing responsibilities. The
Engineer/supervisor should get atleast 2 days safety training from any reputed
organization or from NTPC before resuming the work. If already trained in past the
declaration along with trg. certificate to be furnished to NTPC safety officer.

31.18.02 The name and address of such safety officer of the Contractor will be promptly
informed in writing to the EIC with a copy to the Project Safety Officer before he
stards work or immediately after any change of the incumbent is made during
currency of the contract.

31.19.00 Reporting of Accident and Investigation

In case any accident occurs during the construction/erection or other associated


activities undertaken by the contractor thereby causing any near miss, minor or
major or fatal injury to his employees due to any reason, whatsoever, it shall be the
responsibility of the Contractor to promptly inform the same to the Engineer I/C,
NTPC Safety Officer with a copy to NTPC Head of Project in the prescribed form
and also to all the authorities envisaged under the applicable laws.

31.20.00 Right to Stop Work

31.20.01 The Engineer I/C shall have the right at his sole discretion to stop the work, if in his
opinion the work is being carried out in such a way that it may cause accidents and
endanger the safety of the persons and or property, and / or equipments. In such
cases, the contractor shall be informed in writing about the nature of hazards and
possible injury/accident and he shall comply to remove shortcomings promptly. The
Contractor after stopping the specific work can, if felt necessary appeal against the
order or stoppage of work to the Project Manager within 3 days of such stoppage of
work and decision of the Project Manager in this respect shall be conclusive and
binding on the contractor.

31.20.02 The Contractor shall not be entitled for any damages/compensation for stoppage of
work due to safety reasons and the period of such stoppage of work shall not be
taken as an extension of time for Completion of the Facilities and will not be the
ground for waiver of levy of liquidated damages.

31.21.00 Fire Protection

The Contractor shall provide sufficient fire extinguishers at place/s of work. The fire
extinguishers shall be properly maintained as per relevant BIS Standards. The
employees shall be trained to operate the fire extinguishers/equipment.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 21 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

31.22.00 Penalties

(i) If the Contractor fails in providing safe working environment as per the Safety
Rules of NTPC or continues the work even after being instructed to stop the
work by the Engineer I/C as provided in 31.20.00 above, the Contractor shall
be penalized at the rate of Rs.25,000/- per day or part thereof till the
instructions are complied with and so certified by the Engineer I/C. However,
in case of accident, the provisions contained in 31.22.00 (ii) below shall also
apply in addition to the penalties mentioned in this sub-clause.

(ii) If the Contractor does not take all safety precautions and / or fails to comply
with the Safety Rules as prescribed by the Employer or under the applicable
law for the safety of the plant and equipment and for the safety of personnel
and the contractor does not prevent hazardous conditions which cause injury
to this own employees or employees of other contractors, or NTPC's
employees or any other person who are at the Site or adjacent thereto, the
Contractor shall be responsible for payment of penalty to NTPC as per the
following schedule :

(a) Fatel injury or accident causing death :

Penalty @10% of contract value or Rs. 5,00,000/- per person,


whichever is less.

(b) Major injuries or accident causing 25% or more permanent


disablement to workmen or employees.

Penalty @2.5% of contract value or 1,00,000/- per person whichever


is less.

Permanent disablement shall have the same meaning as indicated in the


Workmen's Compensation Act 1923. The panelty mentioned above shall be
in addition to the compensation payable to the workmen/employess under
the relevant provisions of the Workmen's Compensation Act 1923 and rules
framed there under or any other applicable laws as applicable from time to
time.

(iii) If any contractor worker found working without using the safety equipment
like safety helment, safety shoes, safety belts, etc. or without anchoring the
safety belts while working at height the Engineer I/C Safety Officer or NTPC
shall have the right penalize the contractor for Rs. 200/- per person per day
and such worker shall be sent out the workplace immediately and shall not
be allowed to work on that day. Engineer I/C Safety Officer of NTPC will also
issue a notice in this regard to the contractor.

iv) If two or more fatal accident occur at same NTPC site under the contract of
contractor during the period of contract and he has.

(1) not complied with keeping adequate PPEs in stock or

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 22 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

(2) defaulted in providing PPEs to his workmen.

(3) not followed statutory requirements/NTPC safety rules

(4) been issued warning notice by NTPC head of the project on non
observance of safety norms

(5) not provided safety training to all his workmen,

the contractor can be debarred from getting tender documents in NTPC for
two years from the date of last accident.

The safety performance will also be one of the overriding criteria for
evaluation of overall performance of the contractors by NTPC. The contractor
shall submit the accident data including fatal/non-fatal accidents for the last 3
years where he has undertaken the construction activities Projects-wise
along with the tender documents. This will also be considered for evolution of
tender documents. If the information given by the contractor found incorrect,
his contract will be liable to be determined.

31.23.00 Award

If the contractor's performance on safety front is found satisfactory i.e. without any
fatal/reportable accident in the year of consideration; he may be considered for
suitable award "ACCIDENT FREE SAFETY MERITORIOUS AWARD" as per
scheme of the Employer.

32.00.00 FOREIGN PERSONNEL

32.01.00 The Contractor shall submit to the Employer data on all personnel he proposes to
bring into India for the performance of the Works under the Contract, at least sixty
(60) days prior to their departure to India. Such data will include for each person the
name, his present address, his assignment and responsibility in connection with the
works, and a short resume of his qualification, experience, etc. in relation to the work
to be performed by him.

32.02.00 Any person unsuitable and unacceptable to the Employer shall not be brought to
India. Any person brought to India, if found unsuitable or unacceptable by the
Employer, the Contractor shall within a reasonable time make alternate
arrangements for providing a suitable replacement and repatriation of such
unsuitable personnel.

32.03.00 No person brought to India for the purposes of the works shall be repatriated without
the consent of the Employer in writing, based on a written request from the
Contractor for such repatriation giving reasons for such an action to the Project
Manager. The Employer may give permission for such repatriation provided he is
satisfied that the progress of work will not suffer due to such repatriation.

32.04.00 The cost of passports, visas and all other travel expenses to and from India, incurred
by the Contractor shall be to his account. The Employer will not provide any

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 23 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

residential accommodation and/or furniture for any of the Contractor’s personnel


including foreign personnel and Contractor shall make his own arrangements for
such facilities in the area allotted at Site, to him by the Employer for that purpose.

32.05.00 The Contractor and his expatriate personnel shall respect all Indian Acts, Laws,
rules and regulations and shall not in any way interfere with Indian political and
religious affairs and shall conform to any other rules and regulations which the
Government of India, the Employer and the Project Manager may establish from
time to time, on them. The Contractor’s expatriate personnel shall work and live in
close co-operation and coordination with their co-workers and the community and
shall not engage themselves in any other employement neither part-time or full-time
nor shall they take part in any local politics.

32.06.00 The Employer shall assist the Contractor, to the extent possible, in obtaining
necessary permits to travel to India and back, by issue of necessary certificates and
other information needed by the Government agencies.

33.00.00 CODE REQUIREMENTS

The erection requirements and procedures to be followed during the installation of


the equipment shall be in accordance with the relevant Indian Boiler Regulations,
ASME codes and accepted good project manageering practice, the Project
Manager’s drawings and other applicable Indian recognised codes and laws and
regulations of the Government of India.

34.00.00 FOUNDATION DRESSING & GROUTING

34.01.00 The surfaces of foundations shall be dressed to bring the top surface of the
foundations to the required level, prior to erection of equipment/equipment bases.

34.02.00 All the equipment bases and structural steel base plates, shall be grouted and
finished as per these specifications unless otherwise recommended by the
equipment manufacturer.

34.03.00 The concrete foundation surfaces shall be properly prepared by chipping, grinding
as required to bring the type of such foundation to the required level, to provide the
necessary roughness for bondage and to assure enough bearing strength. All
laitance and surface film shall be removed and cleaned.

34.04.00 Grouting Mix

The Grouting mixture shall be composed of portland cement, sand and water. The
portland cement to be used shall conform to ISI No. 269 or equivalent sand shall
conform to ISI No. 383/2386 or equivalent. The grout proportions for flat bases
where the grouting space does not exceed 35 mm shall be 50 kg bag of cement to
75 kg of sand. Only the required quantity of water shall be added so as to make the
mix quaky and flowable and the mix shall not show excess water on top when it is
being puddled in place. For thicker grout beds upto 65 mm, the amount of sand
shall be increased to 105 Kg per bag of cement. Bases which are hollow and are to
be filled full of grouting shall be filled to a level of 25 mm above the outside rim with

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 24 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

a mortar mix in the volumetric proportions of one part of cement and 1.5 part sand
and 1.5 part 6 mm granite gravel. An acceptable plasticiser may be added to the
grout mixes in a proportion recommended by the plasticisers manufacturer. All such
grouts shall be throughly, mixed for not less than five minutes in an approved
mechanical mixer and shall be used immediately after mixing.

34.05.00 Placing of Grout

34.05.01 After the base has been prepared, its alignment and level has been
checked/approved and before actually placing the grout, a low dam shall be set
around the base at a distance that will permit pouring and manipulation of the grout.
The height of such dam shall be at least 25mm above the bottom of the base.
Suitable size and number of chains shall be introduced under the base before
placing the grout, so that such chains can be moved back and forth to push the grout
into every part of the space under the base.

34.05.02 The grout shall be poured either through grout holes it provided or shall be poured at
one side or at two adjacent sides giving it a pressure head to make the grout move
in a solid mass under the base and out in the opposite side. Pouring shall be
continued until the entire space below the base is thoroughly filled and the grout
stands at least 25 mm higher all around than the bottom of the base. Enough care
should be taken to avoid any air or water pockets beneath the bases.

34.06.00 Finishing of the Edges of the Grout

The poured grout should be allowed to stand undisturbed until it is well set.
Immediately thereafter, the dam shall be removed and grout which extends beyond
the edges of the structural or equipment base plates shall be cut off, flushed and
removed. The edges of the grout shall then be pointed and finished with 1:2 cement
mortar pressed firmly to bond with the body of the grout and smoothed with a tool to
present a smooth vertical surface. The work shall be done in a clean and scientific
manner and the adjacent floor spaces, exposed edges of the foundations, and
structural steel and equipment base plates shall be thoroughly cleaned of any
spillage of the grout.

34.07.00 Checking of Equipment After Grouting

After the grout is set and cured, the Contractor shall check and verify the alignment
of equipments, alignment of shafts of rotating machinery, the slopes of all bearing
pedestals, centering of rotors with respect to their sealing bores, couplings, etc. as
applicable and the like items to ensure that no displacement had taken place during
grouting. The values recorded prior to grouting shall be used during such post
grouting check- up and verifications. Such pre and post grout records of alignment
details shall be maintained by the Contractor in a manner acceptable to the Project
Manager.

34.08.00 SHAFT ALIGNMENTS

All the shafts of rotating equipment shall be properly aligned to those of the
matching equipments to as perfect an accuracy as practicable. The equipment

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 25 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

shall be free from excessive vibration so as to avoid overheating of bearings or


other conditions which may tend to shorten the life of the equipment. All bearings,
shafts and other rotating parts shall be thoroughly cleaned and suitably lubricated
before starting.

35.00.00 DOWELLING

All the motors and other equipment shall be suitable dowelled after alignment of
shafts with tapered machined dowels as per the direction of the Project Manager.

36.00.00 CHECK OUT OF CONTROL SYSTEMS

After completion of wiring,cabling furnished, and terminated,the Contractor shall


check out the operation of all control systems for the equipment furnished and
installed under these specifications and documents.

37.00.00 COMMISSIONING SPARES

37.01.00 It will be the responsibility of the Contractor to provide all commissioning spares
including consumable spares like indicating lights/lamps, diodes, fuses recorder
required for initial operation till the equipment is declared by the Employer as having
satisfactorily completed the Trial Operation. The Contractor shall have full
responsibilities to supply all commissioning spares so that initial operation do not
suffer for want of commissioning spares. All commissioning spares shall be deemed
to be included in the scope of the Contract and the cost of the same shall be
included in the bid price.

37.02.00 These spare will be received and stored by the Contractor atleast 3 months prior to
the schedule date of commencement of trial operation of the respective equipment
and utilised as and when required.

38.00.00 EQUIPMENT DELIVERY AND ERECTION

38.01.00 General Requirements

a) This part covers Contractor's responsibilities for packing, shipping, ware-


housing and the installation of all equipment and materials furnished and
installed under this specification.

b) The Contractor shall submit for Employer's approval draft manual for
Equipment Delivery and Erection (EDE Manual) covering detailed
instructions, check-lists, documentation formats for all activities after
equipment manufacture upto installation of equipment. This manual shall
cover general instructions for all equipment and specific instructions for
individual equipment wherever required and shall include at least the
following :

1) Instructions for packing, shipping, receiving handling, ware-housing


and storage.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 26 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

2) Instructions for location and installation of equipment furnished by this


specification.

3) Installation drawings for field mounted equipment, panels, cubicles


and other equipment covered under this specification.

4) Instruction relating laying of cables, support and routing drawings of


cable trays.

5) Check lists and quality assurance hold points.

6) Format for all related documentation.

c) The EDE Manual shall conform to the requirements of this specification, all
applicable codes and standards, recommendations of equipment
manufacturers and accepted good engineering practices and shall be subject
to Employer approval during detailed engineering.

d) The Contractor shall ensure that all work under this part shall be performed
as per the requirements of this specification, Employer approved EDE
Manual and drawing/documents approved by the Employer during detailed
Engg.

38.02.00 Crating

a) All equipment and materials shall be suitably coated, wrapped, or covered


and boxed or crated for moist humid tropical shipment and to prevent
damage or deterioration during handling and storage at the site.

b) Equipment shall be packed with suitable dessicants, sealed in water proof


vapour-proof wrapping and packed in lumber of plywood enclosures, suitably
braced, tied and skidded. Lumber enclosures shall be solid, not slatted.

c) Dessicants shall be either silica gel or calcium sulphate, sufficiently ground to


provide the required surface area and activated prior to placing in the
packaging. Calcium sulphate dessicants shall be of a chemical nature to
absorb moisture. In any case, the dessicant shall not be of a type that will
absorb enough moisture to go into solution. Dessicants shall be packed in
porous containers, strong enough to withstand handling encountered during
normal shipment. Enough dessicant shall be used for the volumes enclosed
in wrapping.

d) Review by the Employer of the Contractor's proposed packaging methods


shall not relieve the Contractor of responsibility for damage or deterioration to
the equipment and materials specified.

e) All accessory items shall be shipped with the equipment. Boxes and crates
containing accessory items shall be marked so that they are identified with
the main equipment. The contents of each box and crates shall be indicated
by markings on the exterior.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 27 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

f) All boxes, crates, cases bundles, loose pieces, etc. shall be marked
consecutively from No.1 upward throughout all shipments from a given port
to completion of the order without repeating the same number.

g) An itemized list of contents shall be kept inside each case and one other
copy securely fastened to the outside of the case in a tin or light weight sheet
metal envelope or pocket. The lists shall be plainly marked and placed in
accessible locations to facilitate receipt and inspection. The packing list shall
indicate whether shipment is partial or complete and shall incorporate the
following information on each container, etc., according to its individual
shipping number :

a) Export case markings

b) Case number

c) Gross weight and net weight in Kilograms

d) Dimensions in centimeters

e) Complete description of material

h) Packaging or shipping units shall be designed within the limitations of


unloading facilities and the equipment which will be used for transport.
Complications involved with ocean shipment and the limitations of ports,
railways and roads shall be considered. It shall be the Contractor's
responsibility to investigate these limitations and to provide suitable
packaging to permit safe handling during transit and at the job site.

i) Electrical equipment, control and insulations shall be protected against


moisture and water damage. All external gasket surfaces and flange faces,
couplings etc. shall be thoroughly cleaned and coated with rust preventive
compound as specified above and protected with suitable wood, metal or
other substantial type covering to ensure their full protection.

j) Equipment having antifriction or sleeve bearings shall be protected by


weather tight enclosures.

k) Coated surfaces shall be protected against impact, abrasion, discolouration


and other damage. Surfaces which are damaged shall be repaired.

l) All exposed threaded parts shall be greased and protected with metallic or
other substantial type protectors. All female threaded openings shall be
closed with forged steel plugs. All pipings, tubing, and conduit equipment
and other equipment openings shall be sealed with metallic or other rough
usage covers and tapped to seal the interior of the equipment piping, tubing,
or conduit.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 28 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

m) Provisions shall be made to ensure that water does not enter any equipment
during shipment or in storage at the plant site.

n) Returnable containers and special shipping devices shall be returned by the


manufacturer's field representative at the Contractor's expense.

o) While packaging the material, care shall be taken for the limitation from the
point of view of availability of railway wagon sizes in India.

38.03.00 Factory Assembly

a) Instrument enclosures shall be supplied and erected completely in the factory


with instrument, air supply and blow down piping with necessary valves,
fittings, etc. and also all electrical wiring between the instruments and the
enclosure terminal blocks. Control panel and cubicles shall also be fully wired
in the factory. Control panel mounted equipments are to be dismounted from
the panels before shipment and individually packed for shipment. Electronic
control modules of the plug-in type are to be removed from equipment racks
after factory checkout are individually packed for shipment. Other equipment
shall be fully assembled at the factory, except for necessary shipping splits in
panels.

b) All separately packaged accessories items and parts shall be shipped with
the equipment. Containers for separately packaged items shall be marked so
that they are identified with the main equipment. An itemized packing slip,
indicating what is in that carton only, shall be attached to the outside and
inside of each container used for packing.

A master packing slip covering all accessories items for a given piece of
equipment which are shipped in separate containers, shall be attached to
one container.

38.04.00 Equipment Installation

a) General Requirements

i) The Contractor shall furnish all construction materials, tools and


equipment and shall perform all work required for complete
installation of all control and instrument equipment furnished under
this specification.

ii) Contractor shall prepare detailed installation drawings for each


equipment furnished under this specification for Employer's approval.
Installation of all equipment/systems furnished by this specification
shall be as per Employer's approval.

iii) Erection procedures not specified herein shall be in accordance with


the recommendations of the equipment manufacturers. The
procedures shall be acceptable to the Employer.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 29 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

iv) The Contractor shall coordinate his work with other suppliers where
their instruments and devices are to be installed under specifica-
tions.

b) Installation Materials

All materials required for installation, testing and commissioning of the


equipment shall be furnished by the Contractor.

c) Regulatory Requirements

All installation procedures shall confirm with the accepted good engineering
practice and with all applicable governmental laws, regulations and codes.

d) Cleaning

All equipment shall be cleaned of all sand, dirt and other foreign materials
immediately after removal from storage and before the equipment is brought
to the GIS hall & other installation sites. All piping and tubes shall be air
blown.

e) Equipment Assembly

Equipment installed under these specifications shall be assembled if shipped


unassembled. The equipment shall be dismantled and reassembled as
required to perform the installation and commissioning work described in
these specifications.

f) Equipment Setting

Field mounted instruments and accessories shall be bracket or sub panel


mounted on the nearest suitable firm steel work or masonry. The brackets,
stands, supports and other miscellaneous hardware required for mounting
instruments and accessories such as receiver gauge, air set, valve manifold,
purge-meter etc. shall be furnished and installed. No field mounted
instruments shall be installed such that it depends for support or rigidity on
the impulse piping or on electrical connection to it.

Indicating type field mounted instruments shall be installed in such a way that
centre of indicating dial shall be about 1600-1800mm from operating floor
level. Non-indicating type field instruments shall be installed such that
operating handle of manifold block/isolating cock comes within 1600 mm
from operating floor level.

All free standing instrumentation cabinets and panels shall be located within
the construction tolerances of +/- 3 mm of the location dimensions indicated
on the arrangement drawings.

g) Free-Standing Equipment

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 30 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

Free-standing Cabinets shall be attached to the floor, concrete equipment


bases or supporting steel as indicated on the manufacturer's drawings and
the Employer's Arrangement Drawings. The cabinets shall be shimmed for
proper alignment before bolting them to the floor. Adjacent enclosures shall
be shimmed to maintain mutually level appearance before they are attached
to floor. Vibration dampening mounts shall be installed between supporting
structures and panels when specified.

h) Non-free Standing Equipment

i) Non-free standing local enclosures and cabinets shall be mounted in


accessible locations on columns, walls, or stands in locations as
indicated on the Employer's Arrangement Drawings. Bracket and
stands shall be fabricated as required to install the local enclosures
and cabinets in a workman like manner.

ii) Rough edges and welds on all fabricated supports shall be ground
smooth. The supports shall be finished with two coats of primer and
two coats of paint as specified in this part.

i) Equipment Location

i) All individual items of equipment not located in cabinets or on panels


and racks are located approximately according to the floor elevation
and the nearest building column designated by the Employer.

ii) Solenoid valves not located in enclosures or mounted on valves shall


be mounted in easily accessible protected locations near the
components with which they are associated.

iii) All brackets, stands, supports and other miscellaneous hardware


required for mounting devices shall be furnished and installed.
iv) Any required adapting hardware such as pipe bushings, nipples,

j) Equipment Checkout

1. All equipment shall be cleaned after installation. Equipment subject


to pressure differentials shall be checked for leakage.

2. After erection, all equipment having moving parts, having electrical


apparatus, or subject to pressure differentials shall be trial-operated.

k) Defects

i) All defects in erection shall be corrected to the satisfaction of the


Employer. The dismantling and reassembly of Contractor furnished
equipment to remove defective parts, replace parts, or make
adjustments shall be included as a part of the work under these
specifications.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 31 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

ii) The removal of control and instrument equipment in order to allow


bench calibration, if required, and the re-installation of the said
equipment after calibration shall also be included as a part of the
work under these specifications.

l) Equipment Protection

i) All equipment to be erected under these specifications shall be


protected from damage of any kind from the time of contract award
until commissioning of each unit.

ii) The equipment shall be protected during storage as described herein.

iii) Equipment shall be protected from weld spatter during construction.

iv) Protective Guards

Suitable guards shall be provided for protection of personnel on all


exposed rotating or moving machine parts. All such guards with
necessary spares and accessories shall be designed for easy
removal and maintenance.

v) Equipment having glass components such as gauges, or equipment


having other easily breakable components, shall be protected during
the construction period with plywood enclosures or other suitable
means. Broken, stolen, or lost components shall be replaced by the
Contractor.

vi) Machine finished surfaces, polished surfaces, or other bare metal


surfaces which are not to be painted, such as machinery shafts and
couplings shall be provided temporary protection during storage and
constructional periods by a coating of a suitable non- drying, oily type,
rust preventive compound.

39.00.00 CABLING

39.01.00 All cables shall be supported by conduits or cable tray run in air or in cable channels.
These shall be installed in exposed runs parallel or perpendicular to dominant
surfaces with right angle turn made of symmetrical bends for fittings. When cables
are run on cable trays, they shall be clamped at a minimum intervals of 2000mm or
otherwise as directed by the Project Manager.

39.02.00 Each cable, whether power or control, shall be provided with a metallic or plastic tag
of an approved type, bearing a cable reference number indicated in the cable and
conduit list (prepared by the Contractor), at every 5 meter run or part thereof and at
both ends of the cable adjacent to the terminations. Cable routing is to be done in
such a way that cables are accessible for any maintenance and for easy
identification.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 32 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO. ERECTION CONDITIONS OF CONTRACT

39.03.00 Sharp bending and kinking of cables shall be avoided. The minimum radii for PVC
insulted cables 1100 V grade shall be 15 D where D is the overall diameter of the
cable. Installation of other cables like high voltage, coaxial, screened,
compensating, mineral insulated shall be in accordance with the cable
manufacturer’s recommendations. Wherever cables cross roads, wall, water, oil,
sewage etc, special care should be taken for the protection of the cables in
designing the cable channels.

39.04.00 In each cable run some extra length shall be kept at a suitable point to enable one or
two straight through joints to be made, should the cable develop fault at a later date.

39.05.00 Control cable terminations shall be made in accordance with wiring diagrams, using
identifying codes subject to Project Manager’s approval. Multicore control cable
jackets shall be removed as required to train and terminate the conductors. The
cable jacket shall be left on the cable, as far as possible, to the point of the first
conductor branch. The insulated conductors from which the jacket is removed shall
be neatly twined in bundles and terminated. The bundles shall be firmly but not
tightly tied utilising plastic or nylon ties or specifically treated fungus protected cord
made for this purpose. Control cable conductor insulation shall be securely and
evenly out.

39.06.00 The connectors for control cables shall be covered with a transparent insulating
sleeve so as to prevent accidental contact with ground or adjacent terminals and
shall preferably terminate in Elmex terminals and washers. The insulating sleeve
shall be fire resistant and shall be long enough to over pass the conductor insulation.
All control cables shall be fanned out and connection made to terminal blocks and
test equipment for proper operation before cables are corded together.

40.00.00 TESTING EQUIPMENT & FACILITIES

Contractor shall provide the testing equipment and facilities necessary to carryout
tests & inspections.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL SPECIFICATION


POWER PROJECT (4 X 130 MW) SECTION-VI PART-D
PAGE 33 OF 33
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
NTPC Limited
(A Government of India Enterprise)

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT

(4 X 130 MW)

400 KV SWITCHYARD PACKAGE


SECTION – VI
PART – E

TENDER DRAWINGS
BID DOCUMENT NO. : CS-5505- 500-2

CONSULTANT:
Central Electricity Authority
Sewa Bhavan,
R. K. Puram,
New Delhi-110066.
CLAUSE NO.
TENDER DRAWINGS

LIST OF TENDER DRAWINGS

The following Tender drawings are enclosed with these specifications:

Sl. NTPC Drawing no. Title


No
1. 5505-500-PEH-A-001 General Project layout
2. 5505-500-PEH-A-002 Project Location Map and Accessibility
3. 5505-500-PEH-A-003 General Layout plan of Power House
4. 5505-500-PEH-A-004 Power House Cross - Section.
5. 5505-500-PEH-A-005 Power House Layout Plan at EL1289.0m.
6. 5505-500-PEH-A-006 Single Line Diagram of 400 KV GIS/AIS
Switchyard.
7. 5505-500-PEH-A-007 400KV Switchyard Protection SLD – Line bay
8. 5505-500-PEH-A-008 400KV Switchyard Protection SLD
– Bus Coupler Bay
9. 5505-500-PEH-A-009 400KV Switchyard Protection SLD – GT bay
10. 5505-500-PEH-A-010 400KV Switchyard Relay & protection room
layout
11. 5505-500-PEH-A-011 Protection Single line Diagram for Hydro
Generator, GT, SAT and UAT
12. 5505-500-PEH-A-012 GIS Layout Plan at EL 1300.00m.
13. 5505-500-PEH-A-013 Pothead Yard Layout Plan & Sections

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW) PART-E
SECTION-VI CONTENTS
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
PART - F

LIST OF MANDATORY SPARES

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT


(4 X 130 MW) TECHNICAL SPECIFICATION
400 KV SWITCHYARD PACKAGE SECTION-VI
BID DOC NO.: CS-5505-500-2 PART-F
CLAUSE NO.
LIST OF MANDATORY SPARES

Sl.No. Item Quantity

1.00.00 400 KV GIS

1.01.00 SF6/XLPE cable terminations complete with One No.


gasket and connectors.

1.02.00 420 kV, single phase 2500 A Circuit breaker One No


complete with operating mechanism all necessary
apparatus and preinsertion resistors etc. for line
breakers.

1.03.00 420 kV, three phase 2500 A Disconnecting switch One No.
complete with operating mechanism & all necessary
apparatus etc.

1.04.00 420 kV, Safety grounding switch complete with One no


operating mechanism, all necessary connecting
apparatus etc..

1.05.00 420 kV, single phase 2500 A Circuit breaker One No


complete with operating mechanism, all necessary
apparatus for Generator Transformer feeder.

1.06.00 420 kV three phase high speed fault making One set
grounding switch complete with operating
mechanism, and all necessary apparatus etc.

1.07.00 400 KV Single phase VT complete with all One


accessories of connectors etc.

1.08.00 420 kV Current transformer Two Nos. of each type &


rating

1.09.00 400 KV Class, single phase, SF6 gas insulated zinc Three Nos.
oxide surge arrestors.

1.10.00 Gas monitoring devices complete with all Three Nos. of each type and
necessary accessories rating

1.11.00 Control switches control relays One set consisting of each


type & rating

1.12.00 Control circuit fuses 10% of total population

1.13.00 Pilot lamp bulbs 10% of total population

1.14.00 Closing coils of each type and rating for 420 kV Six Nos.
circuit breakers.

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
SECTION-VI PART - F PAGE 1 OF 4
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
LIST OF MANDATORY SPARES

1.15.00 Trip coils of each type & rating for 420 kV circuit Six Nos.
breakers.

1.16.00 Spare auxiliary contacts for disconnecting and One set of each type
safety grounding switches.

1.17.00 MCB One set consisting of one


no. of each type & rating.

1.18.00 Semaphore Six Nos.


2.00.00 ISOLATORS

2.01.00 One complete pole of HCB Isolator with 2 E/S along 1 no.
with operating mechanisms, etc. (without support
structure)

2.02.00 Copper contact fingers for female contacts 3 nos.


Relay, power contactors, switch fuses for electrical
2.03.00 1 set
control circuit (one no. of each type and rating)

2.04.00 Support insulator stack for one pole of isolator 1 no.

2.05.00 Rotary bearings for isolator 3 nos. of each type

2.06.00 Limit switch & aux. switch 3 nos. of each type

2.07.00 Terminal connectors 1 no. of each type

3.00.00 CURRENT TRANSFORMERS

3.01.00 400 KV CURRENT TRANSFORMER complete in 2 Nos.


all respects including terminal connectors,
common box etc. (excluding structure).

4.00.00 CAPACITIVE VOLTAGE TRANSFORMERS

4.01.00 400 KV CAPACITOR VOLTAGE


TRANSFORMER complete in all respects
including terminal connectors common box etc.
(excluding structure).
8800 pF
4.01.01 2 Nos.
4400 pF
4.01.02 2 Nos.

5.00.00 SURGE ARRESTERS

5.01.00 390 KV SURGE ARRESTER complete in all 1 No.


respects with surge counter, terminal connector
TAPOVAN VISHNUGAD HYDRO ELECTRIC
TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
SECTION-VI PART - F PAGE 2 OF 4
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
LIST OF MANDATORY SPARES

etc. (excluding structure).


Portable Leakage current analyzer (for Gapless 1 no.
5.01.02
Surge Arrester) based on third harmonic analysis
of leakage current with compensation

6.01.00 EACH TYPE OF CLAMPS, CONNECTORS, 10% of total


CORONA BELL & SPACERS

6.02.00 Insulator strings & Hardware 3 sets of each type

7.00.00 SUBSTATION AUTOMATION SYSTEM

7.01.00 Bay Control unit (complete with all components) 2 Nos.


Numerical Relays comprising various bay
7.02.00 1 No. of each type
protection units
7.03.00 Numerical Relays comprising GRP 1 No. of each type
10% of each type of total
7.04.00 Interface relays used in the system
population (min 1 no.)
Cards/modules of Generator Disturbance
7.05.00
Recorder, Line DR ( if stand-alone) 1 No. of each type

Operator work station (OWS) along with software,


7.06.00
monitor, mouse, keyboard ,printer,etc. 1 No.

Complete Network Controller / Server along with


7.07.00
software 1 No.

Complete Programming station along with


7.08.00 1 No.
software, monitor etc.
7.09.00 Hard Disks for OWS 1 No.
Hard Disk for Network Controller / Server (if
7.10.00 1 No.
applicable)
7.11.00 Lamps / LEDs used in the system 100% of Total Quantity

7.12.00 Power supply modules used in the system 2 nos. of each type
7.13.00 LAN switches (If included in main package) 1 No. of each type
7.14.00 Media cleaning solution 2 bottles
7.15.00 Fuses 100% of each type and rating
7.16.00 5 nos. of each type, make,
Terminal Blocks
model and rating
7.17.00 Interfacing pre-fab cables ,one of each type of
2 Sets
cable with its connector for each type of peripheral
7.18.00 MCBs 50% of each type, make and
model used in the system

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
SECTION-VI PART - F PAGE 3 OF 4
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
CLAUSE NO.
LIST OF MANDATORY SPARES

7.19.00 RELAYS OTHER THAN NUMERICAL RELAYS 1 no. of each type

7.20.00 GATEWAYS 1 no. of each type

7.21.00 MODEM 1 no. of each type

7.22.00 LIU OF OFC INCLUDING NECESSARY 1 no. of each type


CONNECTORS

TAPOVAN VISHNUGAD HYDRO ELECTRIC


TECHNICAL SPECIFICATION
POWER PROJECT (4 X 130 MW)
SECTION-VI PART - F PAGE 4 OF 4
400 KV SWITCHYARD PACKAGE
BID DOC NO.: CS-5505-500-2
NTPC Limited
(A Government of India Enterprise)

TAPOVAN VISHNUGAD HYDRO ELECTRIC


POWER PROJECT (4X130 MW)

400 KV SWITCHYARD PACKAGE

TECHNICAL DATA SHEET


SECTION - VII

ATTACHMENT-12

BIDDING DOCUMENT NO. CS-5505-500-2

CONSULTANT :
Central Electricity Authority
Sewa Bhawan,
R.K. Puram, New Delhi-110066 AUGUST - 2007
CONTENTS

TECHNICAL DATA SHEETS


SECTION-VII

ATTACHMENT-12
------------------------------------------------------------------------------------------------------------------------------------
SUB-SECTION DESCRIPTION
------------------------------------------------------------------------------------------------------------------------------------

CHAPTER E-I GAS INSULATED SWITCHGEAR

CHAPTER E-2 ISOLATORS

CHAPTER E-3 INSTRUMENT TRANSFORMERS

CHAPTER E-4 SURGE ARRESTERS

CHAPTER E-5 INSULATORS

CHAPTER E-6 WAVE TRAPS

CHAPTER E-7 LIGHTING

CHAPTER E-8 LT SWITCHGEAR & DISTRIBUTION BOARDS

CHAPTER E-9 CABLES

CHAPTER E-10 SUBSTATION AUTOMATION SYSTEM (SAS)

CHAPTER E-11 DC SYSTEM

CHAPTER E-I2 SWITCHYARD AUXILIARY ITEMS

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII CONTENTS
PAGE 1 OF 1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E1

GAS INSULATED SWITCHGEAR

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

I. GIS MODULE

The bidder shall submit with his bid the following technical particulars for
the 420KV gas-insulated switchgear and accessories, complete with
any additional data which, in bidder’s opinion, will describe the merits of
the equipment offered.

1. Name of manufacturer & address ………………………….

2. Place of manufacture, inspection ………………………….


& testing

3. Manufacturer’s type / designation ………………………….

4. Standard applicable ………………………….

5. Rated voltage ………………………….

6. System frequency ………………………….

7. Maximum (continuous) service ………………………….


rated voltage

8. Single phase or three phase design ………………………….

9. Normal current rating ………………………….

- Generator Transformer
feeder circuit Amp.

i) Line feeder circuit Amp.

ii) Bus coupler circuit Amp.

iii) Bus bars Amp.

10. Rated peak withstand current KA

11. Short time current rating

- 1 second rms. kA

- 3 second rms. kA

12. Rated Lightning impulse withstand voltage …………….kV (peak)

13. Rated Switching impulse …………….kV (peak)


withstand voltage

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

14. Rated one minute power frequency


withstand voltage …………….kV (peak)

15. Maximum temperature rise over deg. C.


ambient

16. Thermal rating of current carrying Sec


parts at 420 KV for the rated
symmetrical short circuit current

17. Altitude upto which the switchgear ……………………..…


shall operate satisfactorily (m)

18. Ambient conditions of the operation of ………………………….


the GIS (oC)

19. Earthing details of enclosure ………………………….

20. - Features adopted for preventing ………………………….


burn through in the various
enclosures of SF6 GIS

- Time in m sec to withstand an ………………………


internal flashover without burn through

21. Guaranteed number of loaded/unloaded ………………………….


operations of various equipments of
SF6 GIS

a) circuit breakers, ………………………….

b) disconnectors, ………………………….

c) grounding switches etc ………………………….

22. Design pressure of the enclosures for

a) Circuit breakers ………………………….

b) Disconnectors ………………………….

c) Surge arresters etc. ………………………….

d) GIS duct ………………………….

e) VT ……………………………

f) CT ……………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

23. Type test pressure of the enclosures

a) Circuit breakers ………………………….

b) Disconnectors ………………………….

c) Surge arresters etc ………………………….

d) GIS duct ………………………….

e) VT ………………………….

f) CT ………………………….

24. Routine test pressure of enclosure

a) Circuit breakers ………………………….

b) Disconnectors ………………………….

c) Surge arresters etc ………………………….

d) GIS duct ………………………….

e) VT ………………………….

f) CT ………………………….

25. Operating pressure of pressure relief valve

a) Circuit breakers ………………………….

b) Disconnectors ………………………….

c) Surge arresters etc ………………………….

26. Maximum permissible gas dew point ………………………….

27. No of gas compartments ………………………….

a) Each line bay ………………………….

b) Each Generator bay ………………………….

c) Bus coupler bay ………………………….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

28. a) Average leakage rate of SF6 gas …………….……%/year

b) Quantity of SF6 gas required to (Kg)


completely charge the 3-pole equipment
including any tank storage system

c) Quantity of SF6 gas required for


largest gas compartment (Kg)…..Compartment

d) Operating pressure bar

- Circuit breaker ………………………….

- Others ………………………….

- CT ………………………….

- VT ………………………….

- Disconnector ………………………….

- SA …………………………..

29. Dielectric withstand voltage of


complete GIS assembly

(a) Power frequency 1 min.


withstand value (kV) …………………………..

(b) Lightning Impulse


withstand value (kVp) …………………………..

(c) Switching Impulse


withstand value (kVp) …………………………..

30. Type and material of bus bar


support insulator …………………………..

31. Creepage distance adopted


for GIS cable termination
bushing (mm) …………………………..

32. Details of the features existing in ………………………….


the equipment to carry out P.D.
measurements at works/site

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

33. Details of the control wiring used ………………………….


in the equipment

34. The extent of field welding required ………………………….


for site assembly, if any alongwith the
procedure to be adopted by the firm
at site

35. Details of the documents, drawings & Yes/No


photographs enclosed showing the
basic operating principles of the major
components of the equipment, presenting
a clear picture of the fundamental
principle, general arrangements and
operating mechanism

36. Details of the flow diagram/ drgs. Yes/No


enclosed showing all valves and
pressures involved, for the hydraulic
and gas system, or both

37. Details of the test data enclosed including Yes/No


test data of the parts indicating the ability
of the equipment (including high speed
grounding switches)

38. The values of resistors inserted in the line ………………ohms/pole


circuit breaker during closing operations,
if any, alongwith the length of time the
resistors are left in the circuit.

39. Values of maximum switching surges ………………………….


generated

40. Methods adopted to limit switching surges ………………………….


for breaker and disconnectors

41. Heat generated in K.W. when the ………………………….


complete switchgear is operating at its
rated capacity

42. a) Seismic level for which GIS


is designed . ………………………….

b) Noise level in (dB) at distance ………………………….


of (m)

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

i) 0 ………………………….
ii) 50 ………………………….

iii) 100 . ………………………….

iv) 150 ………………………….

43. Type and Material of

a) Breaker main contact. ………………………….

b) Disconnecting switch contact ………………………….

c) Grounding switch contact ………………………….

d) Busbars ………………………….

e) Internal bus contact. ………………………….

f) Enclosure. ………………………….

g) Terminal pads. ………………………….

44. Details of provisions made for movement …………………………..


of maintenance personnel on the
equipment

45. Capacitance per metre of the .......................pF/ metre


enclosed bus

46. Inductance .................................H/m

47. Surge impedance in ohms of the …………………….. ohm


enclosed bus (The bidder should
furnish the method used for the
calculations of surge impedance
and capacitance of insulated bus).

48. a) Electric resistance at 75 deg C


in ohms/metre.

- Bus enclosure ………………………….

- Internal bus ………………………….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 6 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

b) Data used for calculation of electric


resistance in (a)

- Cross sectional area of bus ………………………….


conductor

- Cross sectional area of bus ………………………….


enclosure.

- Conductivity of material of bus ………………………….


conductor

- Conductivity of material of bus ………………………….


enclosure.

- Current density in bus ………………………….


conductor.

49. Maximum power losses in the bus bar


per single phase meter at rated
voltage and current at 20oC in

a) Enclosure W

b) Conductor W

50. Dimensions

a) Bus enclosure outside diameter (mm)

b) Bus enclosure wall thickness (mm)

c) Internal bus, outside diameter (mm)

d) Internal bus thickness (mm)

51. Capacity & filling ratio of


containers in which SF6
gas would be shipped (m3)
and the corresponding
pressure (Kg/cm2) ………………………….
52. Whether GIS are despatched
filled with SF6 or required to be
filled at site ………………………….

53. Type and make of SF6 pipe


coupling used ........................................
TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 7 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

54 Type and make of mandatory


maintenance equipment to be supplied ......................................

i) SF6 gas filling and


evacuation plant (portable) .......................................

ii) SF6 gas filtering, drying,


storage and recycling plant ......................................

iii) Operation analyser .......................................


iv) SF6 gas leak detector .......................................
v) Gas analyzing equipments ......................................

55. Type and material of gaskets


used to ensure gas tight joints ………………………….

56. a) Type and make of .......................................

i) Densimeter ........................................

ii) Pressure gauge .......................................

b) Densimeter settings .......................................

i) Lockout .......................................

ii) Alarm ......................................

57. Whether the following are enclosed

a) Type test reports Yes/No

b) Operation manual for equipments Yes/No

c) Details of SF6 gas filling,


evacuating, filtering, drying
storage & recycling plant Yes/No

d) Details of SF6 gas leak


detector Yes/No

e) Details of operations Analyser Yes/No

f) SF6 gas analyzing equipment Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 8 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

g) Leaflets & literature bringing


out salient feature s of
equipment offered Yes/No

58. Details of equipments and procedure for ………………………….


conducting site test (including power
frequency. test) of the bay module
as per IEC

59. Length of longest section for transportation …………………….. mm

60. Weight of the heaviest piece of equipment ………………………. Kg


to be handled during installation on site.

61. The weight of each assembled bay


to be indicated separately (Kg)

62. SF6 GAS

1. Name of manufacturer & address ………………………….

2. standard applicable ………………………….

3. Electrical properties(please give ………………………….


details)

4. Compatibility with material used ………………………….


in switchgear

5. Impurities in percentage (please ………………………….


mention details of impurities)

6. Condensation temperature ………………………….

7. Physical properties (please give ………………………….


details)

8. Certification that gas meets the ………………………….


requirement of all the properties

9. Tests to be conducted by the ………………………….


manufacturer at works

10. Tests proposed to be conducted ……………………….


at site to detect and limit the
moisture content in gas
compartments

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 9 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

11. Gas Monitoring Devices

“Details of the sketches enclosed showing


the type and location of gas density, gas
pressure, gas moisture content
and other fault monitoring devices
to be supplied. Yes/No

63. Whether the common point of


bus disconnectors alongwith
Earth Switch has been brought
out in a separate compartment Yes/No

64 Whether details of recommended Yes/No


arrangement for Cable/SF6 gas
termination gas enclosed

65. Whether details of recommended Yes/No


arrangement for oil/SF6 gas
termination enclosed

66. Whether provision exists for


extensive of busbars on
both ends Yes/No

67. Whether arrangement provided Yes/No


for easy dismanting of cable/SF6
& oil/SF6 terminations in case of
maintenance

68. Details of arrangement provided Yes/No


to account for thermal
expansion for busbars enclosed

69. Details of earthing arrangement


adopted for the GIS enclosed Yes/No

70. Whether layout plan sections


of each bay/equipment of GIS/AIS
indicating the complete arrangement
enclosed Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 10 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

II. EQUIPMENTS INCLUDED IN GIS

A. Circuit Breaker

1. Name plate data

a. Manufacturer’s name ………………………….

b. Type / designation ………………………….

c. Standard applicable ………………………….

d. Rated frequency Hz

e. Rated voltage kV

f. Rated current

i) Under normal condition --------------------------kA

ii) Under site condition ------------------------- KA

g. Number of poles per unit ………………………….

h. Class (indoors) ………………………….

i. Number of interrupting ………………………….


chambers per pole (No of
breaks per pole)

j. Whether 3 pole or single ………………………….


pole design

k. Maximum Operating Voltage


Breaking Capacity …………………….….kV

III. GUARANTEED RATINGS

A) Making & Breaking

1.a) Breaking Capacity

- Rated short circuit breaking ……………………… KA


Current KA(rms)

- Symmetrical component at ……………………… KA


highest system voltage

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 11 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

- DC Component (%) ………………………….

- Asymmetrical breaking ………………………. KA


current at highest system
voltage

- Rated breaking MVA


(Symmetrical) kA(rms)

- Breaking time secs.

b) Making Capacity

- Rated making current kA

- Rated making MVA


symmetrical ………………………

- Making time secs

2. Operating voltages of closing/opening


coil

- Maximum operating voltage V

- Minimum operating voltage V

3. Current ratings

- Rated continuous current at 400C


ambient temp. A

- Rated interrupting current for 1s, kA

- Rated symmetrical interrupting


current kA
- Rated asymmetrical interrupting
current kA
- Rated short circuit making current kA (peak)

4. Rated Insulation level

a) One minute dry power


frequency withstand voltage ………………………….

i) Between live terminal and


ground (kV rms) .......................................
TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 12 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

ii) Between terminals with


breaker contacts open
(kV rms) ......................................

b) 1.2/50 micro second impulse


withstand test voltage .......................................

i) Between live terminal and


ground (kV peak) .......................................

ii) Between terminals with


breaker contacts open
(kV peak) ......................................

c) 250/2500 micro second impulse


switching surge withstand test
voltage ........................................

i) Between live terminal and


ground (kV peak) .......................................

ii) Between terminals with


breaker contacts open
(kV peak) .......................................

d) Line to ground power frequency


withstand voltage at gas pressure
equivalent to atmospheric pressure kV

e) Minimum allowable moisture content


in interrupting medium ppm/vol.

f) Maximum total break time for any


current upto rated
breaking current (ms) .......................................

i) For Test duties 2,3 & 4


at rated values ........................................

ii) For other duties at limiting


conditions of voltage and
pressure ........................................

g) Closing time ………………………….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 13 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

h) Minimum opening time under


any condition with limiting
voltage and pressure (ms) .......................................

i) Maximum opening time under


any condition with limiting
voltage and pressure (ms) .......................................

j) First pole to clear factor ........................................

5. Maximum temperature rise above


ambient at rated load and voltage for

- Contacts deg C

- Hottest part deg C

6. Operating data

- Rated operating duty cycle

a) Line Breakers ………………………….

b) Generator Transformers, ………………………….


& Bus Coupler Breakers

- Reclosing duty cycle (Line Breakers) ………………………….

- Permissible tripping delay ms

- Maximum arc duration at

a) 10% rated breaking current ms

b) 30% — do— ms

c) 60% — do— ms

d) 100% — do— ms

- Closing time, ms

- Total breaking time at ms

a) 10% rated breaking current ………………………….

b) 30% — do— ms

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 14 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

c) 60% — do— ms

d) 100% — do— ms

e) Arc duration from separation of ms


arc at contact to instant of arc
extinction for full rated
interrupting capacity.

- Length of arc at

a) 10% rated breaking current mm

b) 30% — do— mm

c) 60% — do— mm

d) 100% — do— mm

e) Max. length of arc at lowest fault mm


current

- Longest time to interrupt current ms


less than 25% of rated symmetrical
short circuit current from energizing trip
circuit

- Minimum time from arc extinction to ms


contact remake for auto reclosing.

- Minimum dead time for

a) 3 phase reclosing ms

b) 1 phase reclosing ms

- Maximum difference of time at opening ms


of series contacts within one pole

- Maximum difference of time at opening ms


between phases

- Maximum difference of time at closing ms


between phases

- Details of the curve enclosed for ………………………….


maximum opening time vs. 3 phase
fault current

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 15 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

- Number of interruptions before ………………………….


scheduled maintenance is required

- Number of mechanical operations ………………………….


before scheduled maintenance is
required

- Number of interruptions at rated ………………………….


S.C. current with associated TRV
without changing any parts.

- Description and frequency of ………………………….


scheduled maintenance required

- Recovery voltage rate of rise at

a) Rated symmetrical interrupting


current kV/ms

b) 60 percent of rated symmetrical


interrupting current kV/ms

c) 30 percent of rated symmetrical kV/ms


interrupting current

d) 10 percent of rated symmetrical kV/ms


interrupting current
data for Restrike voltage

- Amplitude factor ………………………….

- Phase factor ………………………….

- Natural frequency (Hz)

- Rate of rise of restriking voltage ………………………….

- Devices used for controlling RRRV ………………………….

- Devices used for uniform voltage ………………………….


distribution

- Distribution of voltage across breaks ………………………….


- Pre-insertion resistor (if applicable) .......................................
i) Value / pole (Ohms)/with
tolerance ........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 16 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

ii) Minimum and maximum


duration of insertion per
pole (ms) ........................................

iii) Thermal rating for the


C-1m-0-CO-2m-C-1m-O-CO
for terminal fault considering
maximum resistance and
time setting ........................................

- Recovery voltage distribution ………………………….


between breaks in percent of rated
voltage

a) Single line to ground fault ………………………….

b) Interruption of short lines ………………………….

c) Switching off an unloaded ………………………….


transformer

7. Operating Mechanism ………………………….

a) Type of operating mechanism for . ………………………….

i) Closing .......................................
ii) Opening .......................................

b) Normal power consumption


(w) at rated voltage of .......................................

i) Trip coil .......................................

ii) Closing coil .......................................

7.1. Pneumatic operating mechanism ........................................

a) Rated operating pressure


(kg/sq.cm) .......................................

b) Rated of pressure for


(kg/sq.cm) ........................................

i) Closing ........................................

ii) Opening ........................................


TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 17 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

c) Air Consumption at rated


pressure for .......................................

i) Closing (m3) ........................................

ii) Opening (m3) .......................................

iii) Close -Open (m3) .......................................

d) Pressure drop/metre length


of piping ........................................

e) Number and Capacity (m3)


of breaker local air
storage receivers ........................................

f) No. of close operations for


which sufficient air as available
in local receiver ........................................

g) Capacity of compressor
(m3/hr) and working
pressure (kg/cm2) ........................................

h) Maximum time for which


compressor can operate
continuously (Minutes) ........................................

i) Time to fill ........................................

i) Air receiver after one


C-O operation (Minutes) ........................................

ii) For making up of losses


occuring in 4 hours (Minutes) .......................................

j) Pressure at which compressor ........................................

i) Starts (kg/cm2) .......................................

ii) Stops (Kg/cm2) ........................................

k) Material of compressed air ........................................


piping

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 18 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

l) Inner & outer dia of


piping (mm) ........................................

m) Whether time totaliser


for the compressor provided ........................................

n) Safety valve blow off at (Kg/Cm2) ........................................

o) Alarm switch closes (Kg/Cm2) ........................................

i) Closing ........................................

ii) Opening ........................................

iii) Auto reclose ........................................

7.2 Hydraulic operating mechanism ........................................

a) Rated pressure of oil in


operating cylinder (Kg/cm2) ........................................

b) Limits of pressure (Kg/cm2) ........................................

c) Quantity of oil (litre) ........................................

d) Details of monitoring
arrangement for hydraulic
pressure ........................................

e) No. of close-open operation


possible after loss of AC
supply to drive motor .......................................

f) Pressure drop starting


from lowest pressure at
which motor starts for ........................................
i) C-operation ........................................

ii) O-operation ........................................

iii) CO-operation ........................................

iv) O-CO-operation .......................................

v) 2CO-operation ........................................
TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 19 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

g) Time required to make up


pressure upto loss of nitrogen
pressure after ........................................

i) C-operation ........................................

i) O-operation ........................................

iii) CO-operation ........................................

iv) O-CO-operation ........................................

v) 2CO-operation ........................................

h) Life expectancy & guaranteed


leakage rate of nitrogen
accumulators ........................................

7.3 Spring charged mechanism ........................................

a) Number of close open operations


possible after failure of AC supply
to motor .......................................

b) Time required for motor to


charge the closing spring (minutes) ........................................

c) Whether indication of spring


charged condition provided
in central control cabinet ........................................

8. Motor Data

a) Type ........................................

b) Rating at site conditions (kW) ......................................

c) Rated voltage (V) .......................................

d) Full load current (A) .......................................

9. SF6 gas system

- Normal operating pressure bar

- Normal operating density g/cc

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 20 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

- Weight of gas per breaker Kg

- Lockout pressure bar

- Alarm pressure ………………………….

- Whether breakers work at single


pressure or dual pressure

- Type of SF6 gas flow(axial or radial) ………………………….

- Type of nozzles (single flow or ………………………….


double flow)

- Compression ratio for puffer action ………………………….

- Quantity of compressed gas for ………………………….


puffer action

- Total volume of SF6 gas required ………………………….


per circuit breaker at operating
pressure.

10 Control power requirement

- Tripping(3poles)current at rated supply A


voltage (220 V.D.C.)

- Closing(3 poles) current at rated supply A


voltage (220 VDC)

- Tripping voltage range percent …………………………


- Closing voltage range percent …………………….……

11. Heaters

- Continuously current rating A

- Thermostat power rating A

12. Noise level in (dB) at distance of (m)

i) 0 ........................................

ii) 50 ........................................

iii) 100 ........................................


iv) 150 ......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 21 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

13. Interrupters

- Type of main contacts, arcing ........................................


contacts & Aux. contacts.

- Material of main contacts/arcing ........................................


contacts, silver coated or not

- Contact pressure Kg/sq mm ........................................

- Number of interrupters per pole ........................................

- Breaker length of an interrupter mm

- Length of contact travel mm

- Rate of contact travel at tripping m/sec

- Rate of contact travel at closing m/sec

14. Whether fixed trip or trip free ........................................

15. Details of anti pumping device ........................................

16. Maximum line charging breaking


current with temporary over voltage
up to 1.4 p.u. (kA) ........................................

17. Rated small capacitive breaking current ........................................

18. Rated small inductive breaking current ........................................

- Generator transformer, Line & Bus ........................................


coupler breakers

19. Rated characteristics for short line fault ........................................

20. a) Rated transient recovery voltage ........................................


for terminal faults

b) Parameters as per IEC ........................................

21. Rated value of phase making current kA(rms)

22. Max. interrupting capacity …………………….……


under phase opposition conditions

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 22 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

23. Maximum breaking Capacity


under Kilimeteric faults and
rated TRV characteristic
(kA peak) ........................................

24. Maximum period between closing


of first contact & last contact in
a pole (ms) ........................................

25. Maximum pole discrepancy (ms) ........................................

26. Capacity for interrupting in-rush ........................................


current of transformer

27. Max. over voltage factor of the circuit ........................................


breaker when switching off

a) Unloaded transformer ........................................

b) Loaded transformer ........................................

c) Open circuited lines ........................................

d) Synchronous system ........................................

28. Details of operation counter ........................................

29. a) Number of auxiliary contacts


per pole provided ........................................

i) NO ........................................

ii) NC ........................................

iii) Adjustable ........................................

b) Rated voltage of auxiliary


contacts (V) .......................................

c) Current capacity of Aux. contacts

i) Continuous (Amps) .......................................

ii) DC breaking with 20 ms


time constant (A) ........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 23 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

30. Partial discharge level at 1.1 Un/√3 Pico-coulombs

31. Radio interference level at 266 kV (rms) microvolt

32. Maximum impact loading on foundation Kg


during breaker operations under
fault conditions.

i) Closed conditions ........................................

ii) Open conditions ........................................

33. Seismic withstand value ........................................

i) Vertical ........................................

ii) Horizontal ........................................

34. Tests to be conducted by the supplier ........................................


at works (All details to be given)

a) Type tests ........................................

b) Routine tests ........................................

35. Tests to be conducted at site ........................................

36. Overall dimensions (LxBxH), m

37. Weight of breaker complete with Kg


operating mechanism, bushing,
frame work,

a) with SF6 gas ........................................

b) without SF6 gas ........................................

38. Descriptive bulletins and drawings ........................................


of the circuit breakers giving
general details of construction.

39. Out of phase switching capability of ........................................


the circuit breaker

40. Comments regarding the suitability of ........................................


the circuit breaker for restrike free
operation of power transformer carrying
full load current.

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 24 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

41. Guaranteed time difference ms


between the first pole and last pole
operation timing.

42. Data on operating Coils

(a) No. of trip coils/pole (No.) …………………………….

(b) No. of close coils/pole (No.) …………………………….

43. Details of the standard accessories ........................................


to be supplied alongwith the breaker

44 No. of the enclosed drg. showing the ........................................


control scheme of circuit breaker

45 Details of the provision to be made on ………………………


GIS to reduce H.V. transients to acceptable
values.

46. Guaranteed degraded values of B.I.L. ………………………


switching surges and 50 Hz rated values
during the life of equipment
(Test data to support this guarantee to be
enclosed by the bidder).

47. (Whether the following are


enclosed)

a) Type test reports Yes/No

b) Operation manual for breaker Yes/No

c) OGA drawing of breaker Yes/No

B) Disconnectors/Grounding Switches

B-I Disconnector Switches

1. Manufacturer’s name & address …………………………..

2. Type & designation …………………………..

3. Standard applicable …………………………..

4. Rated Frequency …………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 25 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

5. Whether all the 3 poles are gang operated …………………………..

6. Rated voltage …………………………..

i) Rated kV

ii) Max. permissible …………………………..

7. Dielectric with-stand capacity of


Completely assembled DS and
earth switch .......................................

a) One minute power frequency


withstand test voltage (kV) rms

i) against ground (kV peak) .......................................

- dry (kV rms) .......................................

b) 1.2/50 micro second impulse


withstand test voltage .......................................

i) against ground
(kV peak) .......................................

ii) across open contacts


(kV peak) .......................................

c) 250/2500 micro second


switching surge withstand test
voltage (dry)

i) against ground
(kV peak) .......................................

ii) across open contacts


(kV peak) .......................................

d) Radio interference level -------------------------------


at 1.1 x Um/θ3 (in micro volts)
for frequency between 0.5
MHz to 2.0 MHz

8. Rated normal current


TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 26 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

- Generator Transformer module A

- Line module A

- Bus coupler module A

9. Rated peak short circuit current kA

10. Interruption of loop current A/V

11. a) Rated short time


current of DS .......................................

i) for 1 sec. (kA rms) .......................................

ii) for 3 sec. (kA rms) .......................................

iii) Dynamic current .......................................

b) Opening time of .......................................

i) DS (sec) .......................................

ii) Earth switch (sec) .......................................

c) Closing time of .......................................

i) DS (sec) .......................................

ii) Earth switch (sec) .......................................

d) Temperature rise over 40oC .......................................


ambient temperature corres-
ponding to maximum continuous
current (oC)

12. Rated peak withstand current kA (peak)

13. Rated inductive breaking current A

14. TRV caused by breaking/making


inductive current kV

15. Rated capacitive breaking current A

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 27 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

16. TRV caused by breaking/making


capacitive current kV

17. Maximum temperature rise above


ambient at rated current

- Contacts, Deg. C

- Hottest part Deg. C

18. Operating Mechanism .......................................

a) Rated torque of the


mechanism .......................................

b) Type and rating (KW) of


motor .......................................

c) Rated voltage of motor .......................................

d) Full load current (A) .......................................

19. Interlockings .......................................

a) Whether mechanical/
constructional interlock
between DS and Earth Yes/No
switch provided .......................................

b) Details of electrical interlock


enclosed for .......................................

i) DS . ......................................

ii) Earth Switch .......................................

c) Arrangement provided to
prevent electrical or manual
operation unless interlock
conditions are satisfied .......................................

d) Whether interlock coil is


continuously rated .......................................

e) Rated D.C. control voltage

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 28 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

and variation allowed .......................................

f) Power consumption (watts) .......................................

20. Controls .......................................

a) Rated D. C. control
voltage (Volts) .......................................

b) Limits of voltage .......................................

c) Power consumption of
control coils (W) .......................................

21 Constructional Features

a) Whether position of earth


switch can be interchanged
at site to either side of pole Yes/No

b) Main contacts .......................................

i) Type of contacts .......................................

ii) Contact area (cm2) .......................................

iii) Material of contacts .......................................

iv) Contact pressure (Kg/cm2) .......................................

v) Maximum current density


under normal current
carrying capacity
(Amp/cm2) .......................................

vi) Thickness of silver


plating .......................................

c) Auxiliary contacts on
Disconnecting switch .......................................

i) Total number .......................................


i) NO .......................................
iii) NC .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 29 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

iv) Adjustable .......................................

v) Make before break .......................................

vi) Rated voltage (volts) .......................................

vii) Rated continuous


current (Amps) .......................................

viii) Rated DC breaking


current with 20 ms
time constant (A) .......................................

d) Auxiliary contacts on
earth switch .......................................

i) Total number .......................................

ii) NO .......................................

iii) NC .......................................

iv) Adjustable .......................................

v) Rated voltage (volts) .......................................

vi) Rated continuous


current (Amps) .......................................

vii) Rated DC breaking


current with 20 ms
time constant (A) .......................................

e) Whether counter balance


spring provided for
isolator and earth swtich .......................................

22. Design data

- Type of contacts .......................................

- Contact area .......................................

- Contact pressure .......................................


- Surface treatment and .......................................
thickness of surface coating/

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 30 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

silver electrolytic plating.

- Overtravel distance after making


of contacts mm

- Distance between the contacts in


the fully open position mm

- Current density at the minimum cross A/mm2


section of switch blade

- Speed of break m/s

23. Partial discharge level at 1.1 Un / √3 pico-coulombs

24. a) Total operating time of disconnector


along with its operating mechanism secs.

b) Total operating time of disconnector


after the command is given secs.

25. No. of operations the switch .......................................


can withstand without any need
for inspection

26. Type of mounting .......................................

27. No. of poles per phase .......................................

28. Safety factor taken into account while .......................................


designing the disconnector.

29. Type and material used for arcing


contacts, if provided .......................................

30. Weight of 3 pole isolating switch

- with earthing blades Kg

- without earthing blades Kg

31. Type of interlock between main isolator .......................................


and earthing switch

32. Details of the type test reports enclosed .......................................


and the standards as per which these
TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 31 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

tests have been carried out

33. Rated maximum time duration of ms


short circuit

34. Rated mechanical terminal load. Kg

35. Rated supply voltage of operating V


devices and auxiliary circuits.

36. Rated pressure of SF6 gas bar

37. Minimum distance between poles with ms


regard to insulation and forces caused by short
circuit currents.

38. Tests to be conducted at site .......................................


Whether the following are
enclosed:

a) Type test reports Yes/No


b) OGA drawing for disconnecting
switches with & without earth
switches Yes/No

c) Operation manual Yes/No

d) Details of motor
operating mechanism Yes/No

e) Leaflets & literature bringing


out salient features of
equipment offered Yes/No

f) Whether details of
constructional interlock
enclosed Yes/No

B- II Safety Grounding Switches

1. Manufacturer’s name & address .......................................

2. Type / designation .......................................

3. Standard applicable .......................................


4. Maximum permissible operating voltage kV

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 32 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

5. Maximum make and carry current for one sec. kA (peak)

6. Rated inductive breaking current A

7. TRV caused by breaking/making inductive kV


current

8. Rated capacitive breaking current A

9. TRV caused by breaking/making capacitive kV


current

10. Operating Mechanism .......................................

a) Rated torque of the


mechanism .......................................

b) Type and rating (KW) of


motor .......................................

c) Rated voltage of motor .......................................

d) Full load current (A) .......................................

11. Operating voltage range & rated voltage V

12. Ground connection insulation kV

13. Type of contacts .......................................

14. Over travel distance mm

15. Distance of fully open contacts mm

16. Size of the removable link …………………………..

17. Speed of make m/s

18. Partial discharge level at 1.1 Un / √3 pico-coulomb

19. Radio interference level at 266 kV (rms) microvolt

20. Details of type test reports enclosed …………………………..


and the standards as per which these
tests have been carried out
21. Auxiliary contacts on
earth switch .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 33 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

i) Total number .......................................

i) NO ......................................

iii) NC .......................................

iv) Adjustable .......................................

v) Rated voltage (volts) .......................................

vi) Rated continuous


current (Amps)

22. Whether the following are


enclosed:

a) Type test reports Yes/No


b) OGA drawing for disconnecting
switches with & without earth
switches Yes/No

B-III High Speed Fault Making Grounding Switch

1. Manufacturer’s name &c address .......................................

2. Type/ designation .......................................

3. standard applicable

4. Maximum permissible operating voltage kV

5. Maximum make and carry current for 1 sec. kA (peak)

6. Rated inductive breaking current A

7. TRV caused by breaking/making inductive kV


current

8. Rated capacitive breaking current A

9. TRV caused by breaking/making capacitive kV


current

10. Operating Mechanism .......................................

a) Rated torque of the

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 34 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

mechanism .......................................

b) Type and rating (KW) of motor .......................................

c) Rated voltage of motor .......................................

d) Full load current (A) .......................................

11. Making current kA

12. Induced current switching capablity .......................................

13. Closing current A

14. Closing time S

15. Opening current A

16. Opening time S

17. Operating voltage range, rated voltage V

18. Ground connection insulation kV

19. Type of contacts .......................................

20. Over travel distance mm

21. Distance of fully open contacts mm

22. Size of the removable link .......................................

23. Speed of make m/s

24. Partial discharge level at 1.1 Un/ √3 pico-coulomb

25. Radio interference level at 266 kV microvolt

26. Has equipment been type tested and to .......................................


which standards ?

27. Auxiliary contacts on


earth switch .......................................

i) Total number .......................................

ii) NO . ......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 35 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

iii) NC .......................................

iv) Adjustable .......................................

v) Rated voltage (volts) .......................................

vi) Rated continuous .......................................


current (Amps)

28. Total operating time of switch s


alongwith its operating mechanism

29. Total operating time of switch after s


the command is given.

30. Operating Mechanism .......................................

a) Rated torque of the


mechanism .......................................

b) Type and rating (KW) of motor .......................................

c) Rated voltage of motor .......................................

d) Full load current (A) .......................................

C) CURRENT TRANSFORMERS
(Bidder to fill up date separately for each type of CT)

1. Name of manufacturer .......................................

2. Type .......................................

3. Manufacturer’s type / designation .......................................

4. Standard applicable .......................................

5. Rated voltage .......................................

6. Rated frequency .......................................

i) Rated continuous normal


current (A) .......................................

7. Short time current


withstand for 1 sec. (kA) .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 36 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

8. Dynamic current withstand


(kA peak) .......................................

9. Transformation Ratio .......................................

10. Rated primary current .......................................

11. Rated secondary current .......................................

12. Numbers of cores. .......................................

13. Number of secondary turns .......................................

14. Particulars of for each type of C.T. .......................................

1. 2 3 4 5 6 7

C Rated Class of Accuracy Current Phase Composite


O output accuracy limit error at displa- errors at
R (VA) rated cement cement rated
E primary at rated accuracy
current primary limited it primary
(%) current current.
(minutes)

II

III

IV

8 9 10 11 12

C Knee Secondary Secondary Magnetising Instrument


TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 37 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

O point limiting winding current security


R voltage voltage resistance (mA) at factor
E (V) (ohm) knee point
(Volts) voltage
I

II

III

IV

V
15. One second over current factor & kA
corresponding value of current.

16. Rated dynamic current (peak value) kA


in amps.

17. Rated continuous thermal current Deg C


temperature rise over ambient.

18. Partial discharge level at 1.1 Un/√3 Pico-coulomb

19. Radio Interference voltage at 266 kV (rms) micro-volt

20. Total weight Kg

21. Magnetisation curves of CT cores .......................................

22. Mounting details .......................................

23. Overall dimensions .......................................

24. Temperature rise over an


ambient temp. of 40 oC (oC) .......................................

25. Whether CT characteristic


curves enclosed Yes/No

26. Type Test Reports Yes/No


enclosed .......................................

27. OGA drawing enclosed Yes/no


.......................................
28. Tests proposed to be conducted at site. .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 38 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

D) VOLTAGE TRANSFORMERS

1 Name of manufacturer .......................................

2. Type designation .......................................

3. Standard applicable .......................................

Wdg - I Wdg - II Wdg - III

4. Rated primary voltage kV

5. Rated secondary voltage V


6. Rated output per phase VA

7. Rated burden VA

8 Rated frequency Hz

9. Standard values of rated voltage factor .......................................

10. Limits of temperature rise .......................................

11. One-minute power frequency kV(rms)


withstand voltage

12. 1.2/50 microsecond lightning


impulse withstand voltage kV(peak)

13. 250/2500 micro second impulse


switching surge withstand test
voltage of capacitor (dry wet)
(kV peak) .......................................

14. Total weight and dimensions Kg

15. Limits of voltage error and phase ………………………


displacement in %

16. Error angle .......................................

17. Voltage error .......................................

18. Accuracy class at rated burden .......................................

19. Voltage factor and rated time .......................................

20. Total weight .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 39 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

21. Details of the tests to be conducted by the


manufacturer at works

i) Type tests .......................................

ii) Routine tests .......................................

22. Tests to be conducted at site For Breaker For Bus Bar

E) SURGE ARRESTERS

1. Manufacturer .......................................
2. Type designation .......................................

3. Arrestor Class & Type .......................................

4. Rated Voltage of Arrestor kV

5. Normal continuous operating voltage (MCOV) kV

6. i) Minimum discharge
capability (kj/kV) reffered
to rated voltage at minimum
of discharge characteristics .......................................

ii) Line Discharge class, as per IEC .......................................

7. Maximum discharge current (8/20 kA


microsecond wave)

8. Maximum 0.5 microsecond discharge voltage kV

9. Maximum residual voltage


for 8/20 micro sec current wave .......................................

i) at 50% nominal
discharge current (kVp) .......................................

ii) at 100% nominal


discharge current (kVp) .......................................

iii) at 200% nominal


discharge current (kVp) .......................................

10. Maximum switching surge protective voltage kV(peak)

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 40 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

11. a) One minute power frequency


(dry) withstand voltage of
arrester (kVrms) .......................................

b) Impulse withstand test voltage


of arrester housing with 1.2/50
micro sec wave, (kVp) .......................................

c) Impulse current withstand .......................................

i) High current short


duration (4/10 micro
sec. wave ) kAp .......................................

ii) Low current short


duration ( A peak) .......................................

12. Partial discharge level at 1.1 Un/√3 pico-coulomb

13. Radio interference level at 266 KV (rms) Microvolts

14. High current short duration test value .......................................

15. Short circuit capability & class of pressure .......................................


relief device

16. l)Maximum internal ionisation


at 50 Hz voltage equal to .......................................

i) 1.05 COV .......................................

ii) 1.0 COV .......................................

17. a) Reference voltage and


corresponding reference
current of arrester .......................................

b) Maximum internal leakage .......................................


current at (mA)

i) COV .......................................

ii) 1.1 COV .......................................

iii) COV at 150 deg. C .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 41 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

iv) Reference voltage .......................................

c) Pressure relief class .......................................

18. Protective level provided by surge arrestor .......................................

19. Energy level kJ/kV

20. Details of the type test reports enclosed .......................................


and the standards as per these tests
have been carried out

G) SUPPORT & BARRIER INSULATORS Support Barrier


(Details for each type of insulator used
to be indicated separately)

1. Manufacturer & address .......................................

2. Type of insulators used .......................................

3. One-minute power frequency dry withstand kV


test voltage

4. Dry flashover value kV(rms)

5. Wet flashover value kV(rms)

6. 1.2/50 microsecond lightning


impulse withstand test voltage kV(peak)

7. Creepage distance mm

8. Puncture value of insulator in SF6 gas kV

9. Weight of insulators in the SF6 GIS Kg


enclosure.

H) GROUNDING CONNECTION

a. Type of conductor .......................................

b. Arrangement for connecting .......................................


conductor to ground

c. Type of painting, if any required to be .......................................


carried out at end points of ground riser
I) DESIGN CLEARANCE

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 42 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO GAS INSULATED SWITCHGEAR

Bidder’s Name: ......................................

Minimum insulating clearances at nominal


rated SF6 gas pressure and rated voltage/BIL
voltage for the following :

a) Main bus to ground .......................................

b) Circuit breaker .......................................

- Contact to ground .......................................

- Across the contacts .......................................


c) Isolator switches .......................................

- Contact to ground .......................................

- Across the contacts .......................................

d) Safety grounding switches .......................................

- Contact to ground .......................................

- Across the contacts .......................................

J) TOLERANCES

1. Tolerance (vertical & horizontal) and at .......................................


interface of SF6 to Transformer oil bushing

2. Tolerance (vertical & horizontal) and at .......................................


interface of SF6 to GIS bus Reactor bushing

SIGNATURE AND SEAL OF BIDDER

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 43 OF 43
CHAPTER - E1
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E2

ISOLATORS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO ISOLATORS

Bidder’s Name: ......................................

(Bidder shall furnish the data for each type of Isolators separately)

1. General .......................................

a) Name & country of the


Manufacturer .......................................

b) Manufacturer's type designation .......................................

c) Standard Applicable .......................................

d) Rated Voltage (KV) .......................................

e) Rated Current (Amps) .......................................

i) Under normal .......................................

ii) Under site conditions .......................................


at ambient temperature

f) Rated frequency (Hz) .......................................

g) Number of poles .......................................

h) Whether all 3 poles are


ganged mechanically .......................................

i) Pole to pole spacing .......................................

2. Guaranteed Ratings .......................................

a) Rated short time


current of Isolators .......................................

i) for 1 sec. (kA rms) .......................................

ii) for 3 sec. (kA rms) .......................................

iii) Dynamic current .......................................

b) Opening time of .......................................

i) Isolators (sec) .......................................

ii) Earth switch (sec) .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 6
CHAPTER - E2
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO ISOLATORS

Bidder’s Name: ......................................

c) Closing time of .......................................

i) Isolators (sec) .......................................

ii) Earth switch (sec) .......................................

d) Temperature rise over


ambient temperature corres-
ponding to maximum continuous
current (oC) .......................................

3. Dielectric with-stand capacity of


Completely assembled Isolators and
earth switch .......................................

a) One minute power frequency


withstand test voltage (kV) rms .......................................

i) against ground (kV peak) .......................................

- dry (kV rms) .......................................

- Wet (kV rms) .......................................

b) 1.2/50 micro second impulse


withstand test voltage .......................................

i) against ground
(kV peak) .......................................

ii) across open contacts


(kV peak) .......................................

c) 250/2500 micro second


switching surge withstand test
voltage (dry & wet) .......................................

i) against ground
(kV peak) .......................................

ii) across open contacts


(kV peak) .......................................

d) Corona extinction voltage


(kV rms) .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 6
CHAPTER - E2
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO ISOLATORS

Bidder’s Name: ......................................

e) Radio interference level


at 1.1 x Um/√3 (in micro volts)
for frequency between 0.5
MHz to 2.0 MHz .......................................

f) Total creepage distance


to ground (mm) .......................................

4. Operating Mechanism .......................................

a) Rated torque of the


mechanism .......................................

b) Type and rating (KW) of


motor .......................................

c) Rated voltage of motor .......................................

d) Full load current (A) .......................................

4.1 Interlockings ......................................

a) Whether mechanical/
constructional interlock
between DS and Earth Yes/No
switch provided .......................................

b) Details of electrical interlock


enclosed for .......................................

i) Isolators .......................................

ii) Earth Switch .......................................

c) Arrangement provided to
prevent electrical or manual
operation unless interlock
conditions are satisfied .......................................

d) Whether interlock coil is


continuously rated .......................................

e) Rated D.C. control voltage


and variation allowed .......................................

f) Power consumption (watts) .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 6
CHAPTER - E2
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO ISOLATORS

Bidder’s Name: ......................................

4.2 Controls .......................................

a) Rated D. C. control
voltage (Volts) .......................................

b) Limits of voltage .......................................

c) Power consumption of
control coils (W) .......................................

5 Constructional Features

a) Whether position of earth


switch can be interchanged
at site to either side of pole Yes/No

b) Main contacts .......................................

i) Type of contacts .......................................

ii) Contact area (cm2) .......................................

iii) Material of contacts .......................................

iv) Contact pressure (Kg/cm2) .......................................

v) Maximum current density


under normal current
carrying capacity
(Amp/cm2) .......................................

vi) Thickness of silver


plating .......................................

c) Auxiliary contacts on
Disconnecting switch .......................................

i) Total number .......................................


i) NO .......................................
iii) NC .......................................

iv) Adjustable .......................................

v) Make before break .......................................

vi) Rated voltage (volts) .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 6
CHAPTER - E2
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO ISOLATORS

Bidder’s Name: ......................................

vii) Rated continuous


current (Amps) .......................................

i) Rated DC breaking
current with 20 ms
time constant (A) .......................................

d) Auxiliary contacts on
earth switch .......................................

i) Total number .......................................

i) NO .......................................

iii) NC .......................................

iv) Adjustable .......................................

v) Rated voltage (volts) .......................................

vi) Rated continuous


current (Amps) .......................................

vii) Rated DC breaking


current with 20 ms
time constant (A) .......................................

e) Whether counter balance


spring provided for
isolator and earth switch .......................................

6. Literature .......................................

Whether the following are


enclosed:

a) Type test reports Yes/No


b) OGA drawing for disconnecting
switches with & without earth
switches Yes/No

c) Operation manual Yes/No

d) Details of motor
operating mechanism Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 6
CHAPTER - E2
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO ISOLATORS

Bidder’s Name: ......................................

e) Leaflets & literature bringing


out salient features of
equipment offered Yes/No

f) Whether details of
constructional interlock
enclosed Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 6 OF 6
CHAPTER - E2
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E3

INSTRUMENT TRANSFORMERS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSTRUMENT TRANSFORMERS

Bidder’s Name: ......................................

(Bidder to fill up the data for each type of CT/CVT separately)


A. CURRENT TRANSFORMERS

1. Name & Address .......................................

2. Manufacturer's type designation .......................................

3. Standard applicable .......................................

4. Rated frequency (Hz) .......................................

5. Rated Voltage (KV) .......................................

6. i) Rated continuous normal


current (A) .......................................

ii) Rated thermal current (A) .......................................

7. Short time current


withstand for 1 sec. (kA) .......................................

8. Dynamic current withstand


(kA peak) .......................................

9. 1.2/50 micro second impulse


withstand voltage (kv peak) .......................................

10. 250/2500 micro second


switching withstand voltage
(kV peak dry and wet) .......................................

11. One minute dry & wet power


frequency withstand voltage
(kV rms) .......................................

12. No. of cores per CT .......................................

13. Transformation Ratio .......................................

14. Number of secondary turns .......................................

15. Rated Out put (VA) at


different taps. .......................................

16. Accuracy class .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 6
CHAPTER - E3
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSTRUMENT TRANSFORMERS

Bidder’s Name: ......................................

17. Knee - point voltage (volts)


at different taps .......................................

18. Secondary data .......................................

a) Secondary resistance at
different taps .......................................

b) Oversize factor and


transient error under
reclosing duty condition .......................................

19. Maximum exciting current at .......................................

a) 100% kpv (mA) .......................................

b) 25% kpv (mA) .......................................

c) 20% kpv (mA) .......................................

d) 10% kpv (mA) .......................................

20. Instrument security factor


at different ratios .......................................

21. Radio interference


voltage at 1.1 x Um/√3 (microvolts)
for frequency between 0.5 MHz to
2.0 MHz .......................................

22. Whether auxiliary CT/reactor


provided for metering winding Yes/No

23. Corona extinction voltage


(kV rms) .......................................

24. Partial discharge level


(pico coulombs) .......................................

25. Total creepage distance (mm) .......................................

26. a) No. of primary turns .......................................

b) Material and cross section


of primary .......................................

c) Whether bar type or ring


type primary .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 6
CHAPTER - E3
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSTRUMENT TRANSFORMERS

Bidder’s Name: ......................................

27. Whether CT is suitable for


transportation horizontally Yes/No

28. Composite error at rated


burden and at .......................................

a) 20% rated current .......................................

b) 120% rated current .......................................

29. Composite error at 25% rated


burden and at .......................................

a) 20% rated current .......................................

b) 120% rated current .......................................

30. Quality of oil per CT


(litres) .......................................

31. Whether
-spark gap/surge
arrester provided at the
primary Yes/No

- power factor measurement terminal provided Yes/No

32. Standard to which oil


conforms generally .......................................

33. Whether current transformers


are hermetically sealed Yes/No

34. Total weight (Kg) .......................................


35. Transport weight (Kg) .......................................
36. Temperature rise over an
ambient temp. .......................................

37. Whether CT characteristic


curves enclosed Yes/No

38. Type Test Reports .......................................

39. OGA drawing enclosed .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 6
CHAPTER - E3
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSTRUMENT TRANSFORMERS

Bidder’s Name: ......................................

B. CAPACITOR VOLTAGE TRANSFORMER

1. General .......................................

a) Name & Address .......................................

b) Manufacturer's type designation .......................................

c) Standard Applicable .......................................

d) Rated Voltage (KV rms) .......................................

e) Number of secondaries .......................................

f) Rated frequency (Hz) .......................................

2. Guaranteed Ratings .......................................

a) Rated output of each


secondary winding (VA) .......................................

b) Total simultaneous burden (VA) .......................................

c) Accuracy class .......................................

d) Rated voltage factor .......................................

i) Continuous .......................................

ii) 5 seconds .......................................

iii) 30 seconds .......................................

e) Capacitance .......................................

i) of high voltage capacitor


(Pico farads) .......................................

ii) of intermediate voltage capacitor .......................................


(Pico farads)

iii) for carrier frequency


coupling (Pico Farads) .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 6
CHAPTER - E3
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSTRUMENT TRANSFORMERS

Bidder’s Name: ......................................

f) i) Natural frequency of
coupling (kHz) .......................................

ii) Self tuning frequency


of CVT (khz)
(Capacitor Part only) .......................................

g) Band width (kHz) .......................................

h) Temperature rise over


ambient temperature at
40oC (oC) .......................................

i) One minute power frequency


test voltage of secondary
winding (kV rns) .......................................

j) One minute power frequency


test voltage of H. F.
terminal (kV rms) .......................................

k) One minute power frequency


test voltage of capacitor
(kV rms ) (dry & wet) .......................................

l) 1.2/50 micro second impulse


withstand test voltage of
capacitor (kV peak) .......................................

m) 250/2500 micro second impulse


switching surge withstand test
voltage of capacitor(dry wet)
(kV peak) .......................................

n) Corona extinction voltage


(kV rms) .......................................

o) Radio interference voltage


at 1.1 x Um/√3(micro volts) for
frequency between 0.5 MHz to
2.0 MHz .......................................

3. Constructional Details .......................................

a) Total weight (Kg) .......................................

b) Quantity of oil (litres) .......................................

c) Whether CVTs are


hermetically sealed Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 6
CHAPTER - E3
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSTRUMENT TRANSFORMERS

Bidder’s Name: ......................................

d) Standard to which oil


Conforms generally .......................................

4. Literature .......................................

(Whether the following are


enclosed)

a) Type test reports Yes/No

b) OGA drawing Yes/No

c) Characteristic curves Yes/No

5. Any other information bidder like to provide ----------------------------------

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 6 OF 6
CHAPTER - E3
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E4

SURGE ARRESTORS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SURGE ARRESTERS

Bidder’s Name: ......................................

1.00.00 GENERAL ..................................................

a) Name & Address ...................................................

b) Manufacturer's type designation ...................................................

c) Applicable Standard ...................................................

2.00.00. ELECTRICAL CHARACTERISTICS

a) Arrestor class and type ...................................................

b) Rated arrester Voltage (KV) ...................................................

c) Maximum continuous operating


voltage (COV) at design
ambient temperature ...................................................

d) Nominal discharge current


(8/20 micro sec. wave ) (kA) ...................................................

e) i) Minimum discharge
capability (kj/kV) referred
to rated voltage at minimum
of discharge characteristics ...................................................

ii) Line Discharge class,


as per IEC ...................................................

f) Maximum equivalent front of


wave protection level (dis-
charge voltage with 0.5 x 1.5
micro sec, 10 kA impulse current) ...................................................

g) i) Minimum switching
surge residual voltage
at 1 kA (kVp) ...................................................

ii) Maximum switching surge


residual voltage at
1 kA (kVp) ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 5
CHAPTER - E4
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SURGE ARRESTERS

Bidder’s Name: ......................................

h) Maximum residual voltage


for 8/20 micro sec current
wave ...................................................

i) at 50% nominal
discharge current (kVp) ...................................................

ii) at 100% nominal


discharge current (kVp) ...................................................

iii) at 200% nominal


discharge current (kVp) ...................................................

i) One minute power frequency


(dry) withstand voltage of
arrestor (kV rms) ...................................................

j) Impulse withstand test


voltage of arrestor housing
with 1.2/50 micro sec wave,
(kVp) ...................................................

k) Impulse current withstand ...................................................

i) High current short


duration (4/10 micro
sec. wave ) kAp ...................................................

ii) Low current short


duration ( A peak) ...................................................

l) Maximum internal ionisation


at 50 Hz voltage equal to ...................................................

i) 1.05 COV ...................................................

ii) 1.0 COV ...................................................

m) Reference voltage and


corresponding reference
current of arrestor ...................................................

n) Maximum internal leakage ...................................................


current at (mA)

i) COV ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 5
CHAPTER - E4
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SURGE ARRESTERS

Bidder’s Name: ......................................

ii) 1.1 COV ...................................................

iii) COV at 150 deg. C ...................................................

iv) Reference voltage ...................................................

o) Pressure relief class ...................................................

p) Are the protection levels


affected by pollution of
external insulation ...................................................

q) Energy absorption capability


in KJ per operation of the
arrestor, during a switching
surge discharge ...................................................

r) Maximum amount of energy


that may be dispatched into
the arrestor during discharge
assuming that discharge takes
place within 1 min period and
state the switching surge
current ...................................................

s) Internal pressure required


to operate pressure relief
device as a percentage of
burst pressure of procelain ...................................................

t) Dynamic over voltage


withstand KVp ...................................................

i) For 3 peaks ...................................................

ii) For 0.01 sec ...................................................

iii) For 0.1 sec. ...................................................

iv) For 1 sec. ...................................................

u) Minimum prospective
symmetrical fault current
(kA rms) ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 5
CHAPTER - E4
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SURGE ARRESTERS

Bidder’s Name: ......................................

v) Rejection rate of ZnO


blocks during manufacturing
and operation for the past
three years (%) separately ...................................................

w) Rated voltage of ZnO ...................................................


disc (kV)

i) No. of Zno discs ...................................................


in a unit

ii) No. of units/arrestor ...................................................


iii) Height /Thickness of
ZnO discs (mm) ...................................................

iv) Diameter of ZnO


disc (mm) ...................................................

v) Resistive current drawn


by complete surge arrester
at COV (mA) ...................................................

3.00.00 EXTERNAL INSULATION

a) Type ...................................................

b) Applicable standard ...................................................

c) Impulse voltage withstand


test voltage of housing with
1.2/50 micro sec wave (mm) ...................................................

d) One minute power frequency


withstand voltage of arrestor
housing dry & wet (kV rms) ...................................................

e) Total creepage distance of


arrestor housing (mm) ...................................................

f) Cantilever strength of
complete arrester (Kg) ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 5
CHAPTER - E4
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SURGE ARRESTERS

Bidder’s Name: ......................................

4.00.00 LITERATURE
Whether following are enclosed
a) A description of design and
construction of the arrester.
This shall include the diameter,
thickness and rating of ZnO
block being used. Yes/No

b) Evidence of stability of blocks


over its designed lifetime Yes/No

c) Sectional view of arrestor


showing details of electrical
contact between blocks and
the location of pressure relief
device. Yes/No

d) Detail/description and details in


respect of failure mode of
operation , heat removal,
thermal time constant of
arrestor. Yes/No

e) Description and details of


operation of discharge counter,
leakage current monitor and
leakage current analyzer Yes/No

f) Description of the effects of


contamination on operation
of arrestor and design features
incorporated to minimise these
effects. Yes/No

g) Description of operation of
pressure relief device and the
operation of surge arrester during
impulse voltage discharge and
transmission line discharge Yes/No

h) Type test reports Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 5
CHAPTER - E4
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E5

INSULATORS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSULATORS

Bidder’s Name: ......................................

A. BUSHING / HOLLOW INSULATORS

(Bidder shall furnish these data for each equipment


separately i.e. for Isolators, Instrument Transformers, Surge Arrestors etc.)

1. Manufacturer's Name & Address .........................................

2. Country of Manufacturer .........................................

3. Type .........................................

4. Applicable Standards .........................................

5. i) Height .........................................

ii) Diameter (Top) .........................................

iii) Diameter (Bottom) .........................................

6. Creepage distance .........................................

a) Total (mm) .........................................

7. Rated Voltage .........................................

8. Power frequency withstand .........................................


voltage for 1 min. (kv rms)

i) Dry .........................................

ii) Wet .........................................

9. 1.2/50 micro sec. impulse


withstand voltage (kVp) .........................................

10. 250/2500 Micro sec. switching


impulse withstand voltage (kVp) .........................................

i) Dry .........................................

ii) Wet .........................................

11. Weight (Kg) .........................................


12. Cantilever Strength (Kg) .........................................

13. OGA drawing enclosed Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 5
CHAPTER – E5
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSULATORS

Bidder’s Name: ......................................

B. BUS POST INSULATOR

(Bidder shall furnish these data for solid core Insulators for
Isolators, bus support, etc. separately)

1. Manufacturer's Name .........................................

2. Country of Manufacturer .........................................

3. Type of Insulator (Product No.) .........................................

4. Applicable Standards .........................................

5. No. of units per Stack .........................................

6. Diameter & No. of Bolts .........................................

i) Top .........................................

ii) Bottom .........................................

7. Bolt circle diameter (mm) .........................................

i) Top .........................................

ii) Bottom .........................................

8. Height of complete stack (mm) .........................................

9. Total Creepage distance (mm) .........................................

10. Power frequency withstand .........................................


voltage of insulator with
corona ring

i) Dry (kV rms) .........................................

ii) Wet (kV rms) .........................................

11. 1.2/50 micro sec. impulse


withstand voltage (kVp)
of insulator with corona ring .........................................
i) Dry (kV rms) .........................................

ii) Wet (kV rms) .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 5
CHAPTER – E5
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSULATORS

Bidder’s Name: ......................................

12. Min. Corona Extinction Voltage (kV) .........................................

13. Radio Interference Voltage


at 1.1 Um/√3(micro volts) for
frequency between 0.5 to
2.0 MHz .........................................

14. Weight of complete stack (kg) .........................................

15. Cantilever strength .........................................

i) Upright (kg) .........................................

ii) Under (kg) .........................................

16. Tensile Strength (kg) .........................................

17. Torsional strength (kg/m) .........................................

18. Compression strength (kg) .........................................

19. OGA drawing enclosed Yes/No

20. Type test report enclosed Yes/No

C. STRING INSULATOR

1. Manufacturer .........................................

a) Insulator .........................................

b) Hardware .........................................

2. Applicable Standards .........................................

3. Type of Insulator .........................................

a) Ball & Socket/other .........................................

b) Normal/antifog .........................................

4. Insulating Material .........................................

5. No. of units per String .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 5
CHAPTER – E5
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSULATORS

Bidder’s Name: ......................................

6. Size of each unit .........................................

a) Diameter of disc (mm) .........................................

b) Spacing between
adjacent Units (mm) .........................................

7. Weight .........................................

a) Each Disc (Kg) .........................................

b) Complete String (Kg) .........................................

8. Creepage distance .........................................

a) Each Disc (Kg) .........................................

b) Complete String (Kg) .........................................

9. Power frequency withstand .........................................


voltage

a) Each Disc .........................................

i) Dry (kV) .........................................

ii) Wet (kV) .........................................

b) Complete String (Kg) .........................................

i) Dry (kV) .........................................

ii) Wet (kV) .........................................

10. Impulse withstand voltage .........................................

a) Each Disc .........................................

i) Positive (kVp) .........................................


ii) Negative (kVp) .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 5
CHAPTER – E5
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO INSULATORS

Bidder’s Name: ......................................

b) Complete String (Kg) .........................................

i) Positive (kVp) .........................................

ii) Negative (kVp) .........................................

11. Switching Surge Withstand .........................................

a) Each Disc (kVp) .........................................

b) Complete String (kVp) .........................................

12. Power Frequency Puncture


withstand voltage of each
disc (kV rms) . ........................................

13. Electo Mechanical Strength Yes/No

a) Each Disc (Kg) .........................................

b) Complete String (Kg) .........................................

i) Single tension .........................................

ii) Double tension .........................................

14. OGA drawing enclosed Yes/No

15. Type test report enclosed Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 5
CHAPTER – E5
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E6

WAVE TRAPS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO WAVE TRAPS

Bidder’s Name: ......................................

1. Name of Manufacturer and address .........................................

2. Type .........................................

3. System Voltage rating .........................................

4. Continuous current rating at


ambient temperature .........................................

5. Continuous current rating at 40oC


ambient .........................................

6. Maximum Symmetrical short


circuit current rating for 1 sec.
duration .........................................

7. Asymmetric Peak value of first half


wave of rated short time current .........................................

8. Rated Inductance .........................................

9. Blocking Range .........................................

10. Minimum Guaranteed Resistive


component in blocking Frequency
Range .........................................

11. Type of Tuning .........................................

12. Variation in 50 Hz Impedance per


Degree Centrigrade Variation in
ambient Temperature .........................................

13. Variation in resonant Frequency


Band per degree Centrigrade
variation in ambient Temperature .........................................

14. Details of protection of Capacitor


and coils against voltage surges
Indicate type of protective device. .........................................

15. Basic Insulation Level .........................................

16. Standard nominal Discharge current


of Protective Device or 8/20 micro
Second wave impulse .........................................
TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 3
CHAPTER - E6
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO WAVE TRAPS

Bidder’s Name: ......................................

17. Parameter of Protective Device


(Gapped Arrestor) .........................................

a) Rated voltage .........................................

b) Minimum discharge capacity


referred to rated voltage (kj/kV) .........................................

c) Maximum equivalent front


of wave protection level
at a discharge voltage with
0.5 x 1.5 microsec (10kA
impulse current) .........................................

d) i) Maximum Switching
Surge residual voltage
at 1 kA (kVp) .........................................

ii) Minimum Switching


Surge residual voltage
at 1 kA (kVp) .........................................

e) Maximum Residual Voltage


of Protective Device for 8/20
micro impulse discharge
current of .........................................

i) 5, 000 Amps .........................................

ii) 10, 000 Amps. .........................................

18. Parameters of gapless


Arrestor filled in as per data
sheets of surge Arrestor (E 4) Yes/No

19. Class of Insulation of line


trap as per Table - 1 of
IEC 353 .........................................
20. Temperature rise in line
trap under rated continuous
current .........................................

21. Visual corona extinction voltage .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 3
CHAPTER - E6
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO WAVE TRAPS

Bidder’s Name: ......................................

22. Radio Interference Voltage at


1.1 Um/√3 (microvolts) for
frequency between 0.5
MHz to 2.0 MHz .........................................
23. Type of mounting .........................................
24. Maximum working stress .........................................
25. Ultimate tensile strength .........................................
26. Material of main coil .........................................
27. Net Weight ........................................
28. Whether corona rings
are provided? Yes/no
29. Whether bird barriers
are provided? Yes/No
30. Over all dimensions .........................................
a) Diameter .........................................
b) Height .........................................
31. No. of turns in line trap main coil
and no. of layers .........................................

32. Type of conductor whether


solid or stranded .........................................

33. Overall conductor size .........................................

34. Cross-sectional area of conductor .........................................

35. Type of construction number of


coils and whether open type or
covered with insulating material) .........................................

36. Type & material of turn to turn


spacers .........................................

a) Material .........................................

b) Type of fitting (Internal/External) .........................................

c) Dimensional drawing furnished .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 3
CHAPTER - E6
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E7

LIGHTING

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LIGHTING

Bidder’s Name: ......................................

1.0 Lighting Panel

a) Make ..........................................

b) Applicable Standard ..........................................

c) Miniature Circuit Breaker ..........................................

i) Make ..........................................

ii) Type designation ..........................................

iii) Applicable standard ..........................................

iv) Breaking capacity at 0.6 p.f. ..........................................

v) Catalogue attached as ..........................................


annexure No.

d) Isolator ..........................................

i) Make ..........................................

ii) Applicable standard ..........................................

e) Fuses ..........................................

i) Make ..........................................

ii) Type ..........................................

iii) Applicable standard ..........................................

f) Contactor ..........................................

i) Make ..........................................

ii) Type & duty ..........................................

iii) Applicable standard ..........................................

iv) Rating ..........................................

g) Synchronous timer ..........................................

i) Make ..........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 4
CHAPTER - E7
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LIGHTING

Bidder’s Name: ......................................

ii) Type ..........................................

iii) Applicable standard ..........................................

iv) Range ..........................................

2.0 Lighting fixtures & Accessories

a) Make of lighting fixture


& accessories ..........................................

b) Catalogue for each type of fixture


attached as Annexure no. ..........................................

c) Applicable standard ..........................................

3.0 Switches

a) Make ..........................................

b) Type ..........................................

c) Catalogue attached as annexure No. ..........................................

d) Applicable standard ..........................................

e) Rating ..........................................

4.0 Receptacles/Sockets

a) Make ..........................................

b) Type ..........................................

c) Applicable standard ..........................................

d) Rating ..........................................

e) Catalogue attached as annexure No. ..........................................

5.0 Epoxy coated steel conduits/fittings

& accessories

a) Make ..........................................

b) Applicable standard ..........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 4
CHAPTER - E7
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LIGHTING

Bidder’s Name: ......................................

c) Material ..........................................

d) Size ..........................................

e) Surface coating ..........................................

6.0 Lighting Wires

a) Make ..........................................

b) Applicable standard ..........................................

c) Voltage grade ..........................................

d) Size ..........................................

e) Conductor material ..........................................

f) Insulation ..........................................

7.0 Lighting Fixtures and Accessories

a) Make

i. Fixtures .........................................

ii. Accessories ..........................................

b) Manufacturers Cat. no.& type

i. Fixtures .........................................

ii. Accessories ..........................................

c) Applicable standard ..........................................

i. Fixtures .........................................

ii. Accessories ..........................................

d) Normal working voltage ..........................................

h) Ambient temperature within the fitting in


continuous operation at the design
ambient temperature (deg. C) .......................................

i) Average life expectancy of lamps .......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 4
CHAPTER - E7
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LIGHTING

Bidder’s Name: ......................................

h) Lamp output at the design temperature

i. after 100 burning hours (lumens) ......................................

ii. after 1000 burning hours (lumens) ......................................

i) Lamp output at the end of the expected


life period (lumens) .......................................

j) Average light output of the fitting as a


percentage of lamp output (%)

i. Downwards .......................................

ii. Upwards .......................................

k) Cable conduit entry size .......................................

l) Earthing terminal

i. Material ......................................

ii. Suitable for earthing conductor of size ......................................

m) Weight of fixtures ......................................

n) Lux level

(i) General ......................................

(ii) Equipment ......................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 4
CHAPTER - E7
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E8

LT SWITCHGEAR & DISTRIBUTION


BOARDS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DISTRIBUTION BOARDS

Bidder’s Name: ......................................

(Bidder to furnish following data for each type separately)

1. TYPICAL DATA
a) General
i) Manufacturer's Name ...............................................
& Address
ii) Type designation ...............................................
iii) Country of origin ...............................................
b) Rated voltage
c) Symmetrical short circuit withstand
current at rated voltage of
switchgear /MCC cubicle. ...............................................

d) Peak short circuit withstand


current ...............................................

e) Rated current at 40 deg C ...............................................

f) Degree of protection as per IS:2147

i) Breaker / MCC cubicles ...............................................

ii) Busbar chamber ...............................................

g) Cubicle sheet metal details

. i) Cold rolled / hot rolled ...............................................

ii) Thickness, structural & load


bearing members ...............................................

iii) Thickness, front & rear ...............................................

iv) Thickness, Sides & top ...............................................

v) Thickness of gland plates ...............................................

h) Painting shade & Thickness


as per IS :5

i) External surfaces ...............................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 6
CHAPTER - E8
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DISTRIBUTION BOARDS

Bidder’s Name: ......................................

ii) Internal surfaces ...............................................

i) Minimum Clearance in air (Busbars)

i) Between phases ...............................................

ii) Between phase & earth ...............................................

j) Standard height, width & depth


of typical panel ...............................................

k) Following accessories provided

i) Plug Point with switch fuse Yes/No

ii) Cubicle space heater Yes/No

iii) Name plates front & rear Yes/No

iv) Danger plate rear Yes/No

2. POWER BUSBARS & INSULATORS

a) Material & applicable standards ...............................................

b) Bare/painted/epoxy insulated/sleeved ........................................

c) Bus joints silver faced Yes/No

d) Minimum clearances

i) Phase to Phase (mm) ...............................................

ii) Phase to earth (mm) ...............................................

e) Continuous current rating

i) at 40 deg. C Ambient (Amps) ...............................................

f) Temperature rise over design


ambient temperature of 40 deg. C
for continuous current rating (degC) ...............................................

g) Cross sectional area per phase for


different ratings (attached sheet if required)

i) Horizontal busbar ...............................................


ii) Vertical busbar ...............................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 6
CHAPTER - E8
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DISTRIBUTION BOARDS

Bidder’s Name: ......................................

h) Material of the support insulators ...............................................

i) Tracking index in insulators ...............................................

j) One second current rating (kA) ...............................................

3. AIR BREAK SWITCHES

(The following details shall be furnished


for each type & rating)

a) Make ...............................................

b) Type ...............................................

c) Applicable standards ...............................................

d) Rated current at design ambient


temperature (Amps) . ..............................................

e) Design ambient temperature Deg C ...............................................

f) Derating factor for use under site


ambient conditions ...............................................

g) Rated breaking current (kA) ...............................................

h) Maximum through fault current


withstand kA ...............................................

i) Maximum size of fuse recommended ...............................................

j) Temperature rise of contacts when


carrying continuous rated
current Deg.C ...............................................

k) Door interlock as specified has been


provided Yes/No

l) No. of auxiliary contacts and its rating

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 6
CHAPTER - E8
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DISTRIBUTION BOARDS

Bidder’s Name: ......................................

4. CONTACTOR

(The following details shall be furnished


for each type and rating)

a) Make & Address ...............................................


b) Type & applicable standards ...............................................
c) i) No. of poles ...............................................
ii) No. and Configuration of
auxiliary contacts ...............................................
d) Rated voltage of main and auxiliary
contacts ...............................................
e) Rated voltage of coils ...............................................
f) Limits of operation
i) Supply voltage variation +/-% ...............................................
ii) Supply frequency variation for
closing (+/-)% ...............................................

iii) Drop out voltage % ...............................................

g) Rated (thermal) current A ...............................................

h) Rated duty ...............................................

i) No. of operations/hour, capability ...............................................

j) Rated utilisation category as


per IS:2459 ...............................................

k) Rated breaking capacity kA ...............................................

l) Rated making capacity - kA ...............................................

m) Coil winding insulation class ...............................................

n) Max. recommended back up ...............................................


HRC fuse size

o) Coil VA burden ...............................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 6
CHAPTER - E8
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DISTRIBUTION BOARDS

Bidder’s Name: ......................................

5. AUXILIARY CONTACTOR

a) Make ...............................................

b) Type ...............................................

c) Coil voltage ...............................................

d) Coil Burden ...............................................

e) Operating time ...............................................

f) No. of contacts

i) Normally open ...............................................

ii) Normally closed ...............................................

g) Contact rating AC/DC ...............................................

6. FUSES

(The following details shall be provided for each type & rating)

a) Make ...............................................

b) Type ...............................................

c) Applicable standards ...............................................

d) Rated voltage ...............................................

e) Prospective breaking current (kA) ...............................................

f) Peak cut off current (kA) ...............................................

g) Whether mounted on an insulated Yes/No


carrier ...............................................

7. SPACE HEATER

a) Make ...............................................

b) Type designation ...............................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 6
CHAPTER - E8
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO LT SWITCHGEAR & DISTRIBUTION BOARDS

Bidder’s Name: ......................................

c) Rated voltage ...............................................

d) Heater output (W) ...............................................

e) Thermostat setting range deg C ...............................................

8. WIRING & TERMINAL BLOCKS

a) Voltage grade of wires ...............................................

b) Insulation of wires ...............................................

c) Minimum size of conductor for ...............................................

i) Power wiring (mm2) ...............................................

ii) Control wiring (mm2) ...............................................

d) Type of control terminal blocks on

i) Fixed portion & drawout portion


of drawout MCC modules ...............................................
ii) Switchgear panels ...............................................
iii) For CTs ...............................................
e) Make & type of terminal blocks ...............................................

f) Minimum current rating of


terminal blocks ...............................................

g) Suitable for 2x2.5 mm2 Cable Yes/No

Termination on each side

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 6 OF 6
CHAPTER - E8
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E9

CABLES

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO CABLES

Bidder’s Name: ......................................

(The following technical data shall be submitted


by the Bidder for each type and size of the cable)

A. LT CABLES

1. Make .................................................

2. Country of Manufacturer .................................................

3. Type designation .................................................

4. Applicable Standard .................................................

5. Cable size .................................................

6. Rated voltage .................................................

7. Continuous current rating .................................................


for max. conductor temp.

a) When laid in air at an ambient


temp. of 40 deg. C .................................................

b) When buried in soil having .................................................


thermal resistivity of 150
deg C Cm/N at a depth
of 1000 mm at ground
amb. temp. of 30 deg.C

8. Short circuit withstand capacity


. and duration for .................................................

a) Conductor .................................................

b) Screen .................................................

c) Armour .................................................

9. Conductor .................................................

a) Material .................................................

b) Nominal cross section


area in sq.mm .................................................

c) D.C. resistance at 20 deg.C .................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 8
CHAPTER – E9
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO CABLES

Bidder’s Name: ......................................

10. Insulation .................................................

a) Material .................................................

b) Nominal thickness (in mm) .................................................

c) Identification for cores .................................................

11. Metallic Screen (wherever applicable) .................................................

a) Material & type .................................................

12. Type of filler material .................................................

13. Type of inner sheath material .................................................

14. Armour (for armoured cables) .................................................

a) Material & type .................................................

15. Outer Sheath .................................................

a) Material .................................................

b) Colour .................................................

16. Overall dia of cable (in mm) .................................................

17. Weight per 1000 m (in kg.) .................................................

18. Standard drum length offered .................................................

B. 1.1 KV GRADE POWER AND CONTROL CABLES

(Bidder shall furnish these particulars for each


type & size of cable.)

1. Maker's Name & country of


Manufacturer .................................................

2. Manufacturer's type & designation .................................................

3. Applicable Standard .................................................

4. Rated Voltage (Volts) .................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 8
CHAPTER – E9
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO CABLES

Bidder’s Name: ......................................

5. Suitable for earthed or unearthed


system? .................................................

6. Continuous current rating when


laid in air in an ambient temp. of
40o C and for maximum conductor
temp. 90 oC for XLPE cable
and 70o for PVC cable .................................................

7. Rating factors applicable to the


current ratings given in Clause
1.6 for the following variations/
conditions of installation. .................................................

a) Variation in ambient air


temp. from 25oC to 55 o C
in steps of 5oC .................................................

b) Group rating factors for


different spacing of cables
installed in horizontal
cable trays, arranged
in vertical tiers, under the
following methods of
laying (in trefoil formation
of single core cable) .................................................

i) Cables laid in formed


concreted trenches
with restricted air
circulation .................................................

ii) Cables laid in Cover-


head cable trays .................................................

8. Continuous current rating when


laid buried in ground under the
following conditions of laying .................................................

i) Reference ground
temperature 30oC .................................................

ii) Maximum conductor


temperature

- 70deg C for PVC


TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 8
CHAPTER – E9
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO CABLES

Bidder’s Name: ......................................


- 90 deg C for XLPE .................................................

iii) Thermal Resistivity of


soil 150oC cm/w .................................................

iv) Depth of laying (to the .................................................


highest point) 900 mm

9. Rating Factors applicable to the


current rating given in clause 8
for the following variations/
conditions of installation

a) Variation in ground temp.


from 25oC to 50oC in
steps of 5oC ..................................................

b) Variation in thermal
resistivity of the soil in
the range 100/120/150/
200/250/300 deg. C
cm/w .................................................

c) Group rating factor for


different spacing of cables
installed horizontally (in
trefoil formation for
single core cables) .................................................

d) Variation in depth of burial


in the range 600 mm to
1150 mm .................................................

10. Short Circuit Capacity

a) Short circuit Amp. (rms) kA .................................................

b) Duration of short circuit Sec. .................................................

c) Conductor temp. allowed for the


short circuit duty, deg. C .................................................

d) Formula relating short


circuit current (rms)
and duration (Sec.) .................................................

11. Loss tangent at normal frequency .................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 8
CHAPTER – E9
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO CABLES

Bidder’s Name: ......................................

12. Conductor

a) Material (Copper or
aluminium) .................................................

b) Grade .................................................

c) Normal cross section


area (Sq. mm) .................................................

d) Number and diameter


of wire (No. / mm) .................................................

e) Form of Conductor .................................................

f) Approximate dia over


conductor (mm) .................................................

g) Direction of lay of
Standard layers .................................................

13. Conductor resistnace (DC) at 20oC


per 1000 metres (ohm) .................................................

14. Conductor resistance (AC) at


maximum operating temp. per
1000 metres (ohms/km) .................................................

15. Reactance per phase at 50 Hz


per 1000 metres (Ohms / km) .................................................

16. Capacitance at 50 Hz per 1000


metres (Micro Farads / km) .................................................

17. Insulation

a) Composition of insulation .................................................

b) Nominal thickness of
insulation (mm) .................................................

c) Tolerance on thickness
of insulation .................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 8
CHAPTER – E9
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO CABLES

Bidder’s Name: ......................................

d) Minimum volume resist-


ivity at 90oC for XLPE
cable and at 70oC for PVC
cable (ohm / cm) .................................................

e) Minimum volume resisti-


vity at 20oC (ohm-cm) .................................................

18. Inner Sheath

a) Material .................................................

b) Extruded or Wrapped? .................................................

c) Calculated diameter over


the laid up cores (mm) .................................................

d) Thickness of sheath .................................................

e) Tolerance on thickness
of inner sheath .................................................

19. Armour

a) Type and material of


armour .................................................

b) Direction of lay of
armouring .................................................

c) Normal diameter of cable


over inner sheath (under
armour), mm .................................................

d) Nominal diameter of round


armour wire .................................................

e) Number of armour wires .................................................

f) A.C. resistance of armour


wires at 60oC .................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 6 OF 8
CHAPTER – E9
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO CABLES

Bidder’s Name: ......................................


g) Short circuit capacity of
the armour along with
formula relating short
circuit current and
duration .................................................

h) D.C. resistance at 20oC .................................................

20. Outer Sheath .................................................

a) Material .................................................

b) Calculated diameter
under the sheath .................................................

c) Thickness of sheath .................................................

d) Tolerance on thickness
of seath .................................................

e) Guaranteed value of
minimum oxygen index
of outer sheath .................................................

f) Colour of sheath .................................................

21. a) Overall diameter of cable


(mm) .................................................

b) Tolerance on overall
diameter (mm) .................................................

22. Weight per 1000 metres (Kg) .................................................

23. Recommended minmum installation


radius .................................................

24. Safe pulling force when pulled


by pulling eye on the conductor
(Kg) .................................................

25. Cable Drums .................................................

a) Dimensions .................................................

i) Flange diameter, (mm) .................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 7 OF 8
CHAPTER – E9
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO CABLES

Bidder’s Name: ......................................


ii) Barrel diameter, (mm) .................................................

iii) Traverse, (mm) .................................................

b) Weight of cable drum


with cables (Kg) .................................................

c) Maximum / standard
length per drum for
each size of cable
(single length) with
plus or minus 5%
tolerance (metre) .................................................

26. Test Voltage .................................................

a) High Voltage test (kV) .................................................

b) Water immersion test


voltage (kV) .................................................

27. Whether progressive sequential Yes/No


marking on outer sheath provided .................................................

28. Core numbering in case of Yes/No


control cables provided .................................................

29. Minimum bending radius


permissible .................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 8 OF 8
CHAPTER – E9
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E10

SUBSTATION AUTOMATION SYSTEM


(SAS)

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

1.00.00 GENERAL TECHNICAL DETAILS AND DRAWINGS

1.01.00 SAS Manufacturer’s Name ………………………………..

1.02.00 Make/Model No ………………………………..

1.03.00 Place of Manufacture ………………………………..

1.04.00 Detailed descriptions of SAS proposed


by the Bidder including SAS architecture
drawing covering all salient features of
hardware, software, system configuration
for each system/sub-system testing,
documentation, post commissioning
support facilities, etc. furnished at Page No. …….. Sec. No. …….

1.05.00 Complete Bill of Materials including all hardware


items/equipment and accessories (including
maintenance and test equipment) furnished at Page No. …….. Sec. No. …….

1.06.00 Bidder to state any constraints imposed by


proposed system as regards to expansion Page No. …….. Sec. No. …….

a) Addition of BCUs Page No. …….. Sec. No. …….

b) Addition of OWSs and peripherals


(like CRT/Keyboard, printers) Page No. …….. Sec. No. …….

c) Addition of discreet numerical relays Page No. …….. Sec. No. …….

d) Increase in communication through put Page No. …….. Sec. No. …….

e) Memory addition Page No. …….. Sec. No. …….

1.07.00 On-line removal/replacement of BCUs/BPUs


possible without switching off power supply
to the corresponding rack & without affecting
SAS operation Yes/No. ………………………..

1.08.00 Guaranteed annual system availability


(refer to 2.02.00) ………………………………….

1.09.00 Supporting calculations for 1.08.00


above enclosed. Yes/No. ………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


1.10.00 Self Diagnostics

Confirm that on-line self diagnostics have been


provided at :

- Control Level 2 for HMI and its


components including substation
Level / Interbay (BCU/BPU) Level LAN Yes/No. ………………………..

- Control Level 1 for each BCU and


individual numerical relays comprising
various BPUs Yes/No. ………………………..

1.11.00 Performance figures during system worst


case conditions ……….. ………………………..

1.11.01 Overall display response time (alarms, status,


analogues) Page No. …… Sec. No. ……

1.11.02 Expected LAN loading Page No. …… Sec. No. ……

1.11.03 Expected CPU usage of workstations and Page No. …… Sec. No. ……
controllers

1.11.04 Detailed calculation of DC and AC SAS load


requirement Page No. …… Sec. No. ……

1.11.05 Power Fail Auto Restart (PFAR) facility provided Yes/No. ……………………..

1.12.00 Accuracy in terms of time for all devices within


substation with time synchronization (in line
with Clause 1.09.00 of Technical Specification) …………………………………

1.13.00 Bidder to confirm strict compliance to specification


requirements Yes/No. ……………………..

1.14.00 Clause by clause compliance statement to


Chapter 10 of the SAS specification Page No. …… Sec. No. ……

1.15.00 Detailed description of method of interlocking


operation Page No. …… Sec. No. ……

1.16.00 Detailed description of interface provided


to Generation Plant SAS/SCADA, including
information required from third party devices
to facilitate this interface Page No. …… Sec. No. ……

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


1.17.00 Spares and Repairs :

1.17.01 State availability of spares in country and


spares holding in country of origin Page No. …… Sec. No. ……

1.17.02 Maximum repair turnaround time Page No. …… Sec. No. ……

1.17.03 Define the proposed repair strategy Page No. …… Sec. No. ……

1.17.04 Recommended spares list Page No. …… Sec. No. ……

1.18.00 List of reference sites in operation for more


than 1 year Page No. …… Sec. No. ……

1.19.00 Statement confirming the design life of the


system and/or any restrictions/proposed
corrective action in this regard (refer to 1.15.00) Page No. …… Sec. No. ……

2.00.00 HUMAN-MACHINE INTERFACE (HMI) FOR SAS

2.01.00 Bidder to confirm the compliance of HMI to


specification requirements Yes/No. ………………………

2.02.00 No. of Operator’s Workstations (OWS) provided


in offered SAS ………………………………..

2.03.00 No of Engineering Workstations provided in


offered SAS …………………………………

2.04.00 Interchangeability of OWS as per the requirements


of specification Yes/No. ……………………….

2.05.00 Bidder to confirm that no single failure in


Substation Controller shall lead to non-availability
of more than one OWS Yes/No. ……………………….

2.06.00 Operating system for Operator’s/Engineering


Workstation …………………………………

2.07.00 Workstations Operator’s programme’s Others

2.07.01 Make / Model No ………………………………...

2.07.02 Processor …………………………………

2.07.03 Clock speed …………………………………

2.07.04 Hard disk size …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


2.07.05 CD-ROM Drive & DVD Drive …………………………………

2.07.06 RAM …………………………………

2.07.07 Please indicate each workstation includes the following :

a) CRT Yes/No : Yes/No : Yes/No

b) Function keyboard Yes/No : Yes/No : Yes/No

c) Mouse Yes/No : Yes/No : Yes/No

2.07.08 CRTs

a) Make/Model No ……………………………….

b) Size of screen ……………………………….

c) SVGA monitor Yes/No

d) Suitable for table-top arrangement Yes/No


2.07.09 Printers
a) Make/Model No ……………………………….
b) Speed of print (B&W) ……………………………….
c) Speed of print (colour) ……………………………….
2.07.10 Keyboards
a) Make/Model No ……………………………….
b) Membrane type Yes/No
2.08.00 Laptop (Notebook) PC
a) Make/Model No ……………………………….
b) Processor ……………………………….
c) Clock speed ……………………………….
d) Hard disk size ……………………………….
e) CD-ROM drive size ……………………………….
f) RAM ……………………………….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


2.09.00 Rear Project Mimic Display Unit ……………………………….

2.09.01 Make and type of MIMIC ……………………………….

2.09.02 Country of manufacture ……………………………….

2.09.03 Reference standards ……………………………….

2.09.04 Service intervals of lamps used and details of


operating cost of unit ……………………………….

2.09.05 Overall dimensions of MIMIC and number of


sub-modules used, if any ……………………………….

3.00.00 COMMUNICATION NETWORK

3.01.00 Data communication speed for Substation LAN ……………………………….

3.02.00 Provide drawing of data communication bus for :

a) Substation network Page No………. No…………

b) Interbay (BCU/BPU) bus including details


of cable type, armouring, etc Page No……….. No…………

3.03.00 Data cable for substation network as well as


Interbay (BCU/BPU) bus is armoured as
per 8.02.00 & 8.03.00 Yes/No

3.04.00 Communication protocol used for :

a) Devices at Control Level 1 as per


specification (i.e. BCU & BPU) …………………………………

b) Substation Level LAN at Control Level 2


as per specification …………………………………

3.05.00 Data communication speed for Substation


Network & Interbay Bus …………………………………

3.06.00 Interface with Owner’s OPC-compliant DCS


provided in line with the requirements of
technical specification Yes/No.

3.07.00 Gateways (Each type)

3.07.01 Protocols supported by each type …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


3.07.02 No. of communication Ports …………………………………

3.07.03 Details of communication Ports …………………………………

3.08.00 Bay Control Units (BCU)

3.08.01 Make and type of BCU offered for:

400kV Bays …………………………………

3.09.00 No of BCU offered for each 400kV bay …………………………………

3.10.00 No of analog inputs in each BCU …………………………………

3.11.00 No of digital inputs in each BCU …………………………………

3.12.00 No of digital outputs in each BCU …………………………………

3.13.00 Accuracy of analog measurements in BCU :

a) Voltage …………………………………

b) Current …………………………………

c) Frequency …………………………………

d) Power …………………………………

3.14.00 Bay mimic provided on BCU display Yes/No

3.15.00 Time resolution, in ms, for events/alarms


acquired by BCU …………………………………

3.16.00 Built-in functions provided (if any) (list out) …………………………………

3.17.00 Detailed Technical Catalogue for offered


BCU enclosed Yes/No

3.18.00 Synchronization

i) Angle range …………………………………

ii) Frequency (slip) range …………………………………

iii) Voltage range …………………………………

iv) Synchronization source (Line/Phase) …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 6 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

4.00.00 BAY PROTECTION UNIT (BPU) FOR 400 kV LINES Main-I Main-II

4.01.00 a) Make and type of Main I/Main II


Numerical Distance Relay offered …………………………………

b) Country of manufacture …………………………………

c) Hardware version number …………………………………

d) Firmware version number …………………………………

e) Mean-time between failures …………………………………

f) Rated Voltage Vn (phase-to-neutral) …………………………………

g) Rated Current In …………………………………

h) Rated Frequency …………………………………

i) Overvoltage capability – continuous …………………………………

j) Overvoltage capability – 3s …………………………………

k) Burden on voltage transformers (VA per phase) ………………………………

l) Overcurrent capability – continuous …………………………………

m) Overcurrent capability – 1s …………………………………

n) Burden on current transformers (VA per phase) …………………………………

o) Reference standards …………………………………

p) Operating principle …………………………………

q) Is it a full scheme design i.e. six


measuring systems for each zone Yes/No Yes/No

r) Operation indicator provided separately


for phase & zone of operation, power swing Yes/No Yes/No
block/trip, SOTF, A/R Block, etc

s) Maximum operating time for a source to


line impedance ratio equal to 15 and fault at
Zone 1 reach setting …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 7 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

t) Setting range (Ohmic, time & angular) :

- Zone 1 …………………………………

- Zone 2 …………………………………

- Zone 3 …………………………………

- Additional Zones, if available …………………………………

u) Maximum resetting time …………………………………

v) Setting range of offset feature …………………………………

w) Suitable for single and three phase trip? Yes/No Yes/No

x) Shape of characteristics for :

- Earth faults …………………………………

- Phase faults …………………………………

y) Required minimum voltage at relay terminals …………………………………

z) Fault resistance coverage …………………………………

aa) Zero sequence compensation range (Z0/Z1) …………………………………

bb) Whether mutual compensation module for


double circuit lines included? Yes/No Yes/No

cc) Available compensation setting range …………………………………

dd) Self monitoring and cyclical test facilities


available? Yes/No Yes/No

ee) Display on demand of various measured


parameters, alarms, clock, settings, etc
available? Yes/No Yes/No

ff) Facility for synchronization of internal


clock with GPS, in line with specification
requirement provided Yes/No Yes/No

gg) Built-in functions provided :

- Local overvoltage function Yes/No Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 8 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

- Voltage setting range ………………………………..

- Drop off/pick up ratio ………………………………..

- Timer setting range ………………………………..

- Open jumper protection Yes/No Yes/No

- Power swing blocking Yes/No Yes/No

- Weak infeed tripping logic Yes/No Yes/No

- Echo function Yes/No Yes/No

- CVT fuse failure function Yes/No Yes/No

- Switch onto fault function Yes/No Yes/No

- Current reversal guard Yes/No Yes/No

- Digital fault recording function Yes/No Yes/No

- Trip coil supervision function Yes/No Yes/No

- Distance to fault locator function Yes/No Yes/No

hh) List out the user-configurable carrier- ………………………………..


aided scheme logics (such as PUTT,
POTT, Direct Transfer Trip, etc) and ………………………………..
non-carrier aided schemes such as
Zone 1 extension etc, provided ………………………………..

ii) Multiple settings group feature available


(indicate the number of available setting
groups) ………………………………..

jj) Back-up earth fault protection functions


provided Yes/No Yes/No

kk) Dead Line Charging feature provided Yes/No Yes/No

ll) Communication ports – number and type ………………………………..

mm) Relay operating and analysis software ………………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 9 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


nn) Built-in sequence of event recording Yes/No Yes/No

- Resolution ………………………………..

- Number of stored events ………………………………..

oo) Built-in oscillography Yes/No Yes/No

pp) Self supervision Yes/No Yes/No

4.02.00 Open Jumper Protection

a) Built-in or stand alone ………………………………..

b) If stand alone, manufacturer’s name,


type and designation ………………………………..

c) Operating principle ………………………………..

d) Operation indicator provided Yes/No

e) Setting range ………………………………..

f) Timer setting range ………………………………..

g) Drop off/pick up ratio ………………………………..

h) Built-in fault recording feature available


for Open Jumper Protection function Yes/No

4.03.00 Power Swing Blocking Relay

a) Name and country of manufacturer ………………………………..

b) Manufacturer's type and designation ………………………………..

c) Reference standards ………………………………..

d) Operating principle ………………………………..

e) Numerical Yes/No

f) Operation indicator provided? Yes/No

g) Setting range (Ohmic, time & angular) ………………………………..

i) Ohmic ………………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 10 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


ii) Angular ………………………………..

iii) Time ………………………………..

4.04.00 Fuse Failure Relay

a) Name and country of manufacturer ………………………………..

b) Manufacturer type and designation ………………………………..

c) Contacts-Self reset/hand reset ………………………………..

d) Operation indicator provided? Yes/No

e) Operating time ………………………………..

f) Whether monitors all 3 phases ………………………………..

g) Whether operates on earth faults? Yes/No

h) Whether activates B/up O/C and E/F Protection Yes/No

i) Numerical Yes/No

4.05.00 400 kV Line Over Voltage Relay (59 L)


a) Manufacturer & country of manufacturer ………………………………..
b) Type designation ………………………………..
c) Hardware version number ………………………………..
d) Firmware version number ………………………………..
e) Mean-time between failures ………………………………..
f) Rated voltage ………………………………..
g) Setting ranges ………………………………..
h) Drop off/pick up ratio ………………………………..
i) Timer setting range ………………………………..
j) Numerical Yes/No
k) No. of Voltage stages ………………………………..
l) No. of time stages ………………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 11 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


4.06.00 Auto Reclose and Synchronising Check Relay

4.06.01 a) Recloser Manufacturer’s name,


type and designation ………………………………..

b) Country of manufacture ………………………………..

c) Hardware version number ………………………………..

d) Firmware version number ………………………………..

e) Mean-time between failures ………………………………..

f) Rated Voltage Vn (phase-to-neutral) ………………………………..

g) Rated Current In ………………………………..

h) Rated Frequency ………………………………..

i) Overvoltage capability – continuous ………………………………..

j) Overvoltage capability – 3s ………………………………..

k) Burden on voltage transformers (VA per phase) ………………………………..

l) Overcurrent capability – continuous ………………………………..

m) Overcurrent capability – 1s ………………………………..

n) Burden on current transformers (VA per phase) ………………………………..

o) Reference standards ………………………………..

p) Operating principle ………………………………..

q) Suitable for single as well as three


phase reclosure Yes/No

r) Single Phase Dead Time Setting Range ………………………………..

s) Three Phase Dead Time Setting Range ………………………………..

t) Reclaim Time Setting Range ………………………………..

u) Single shot or multi-shot ………………………………..

v) Synchronism check ‘window’ time ………………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 12 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


w) Communication ports – number and types ………………………………..

x) Relay operating and analysis software Yes/No

y) Self supervision Yes/No

z) Built-in sequence of event recording

- Resolution ………………………………..

- Number of stored events ………………………………..

aa) Built-in oscillography Yes/No

4.06.02 a) Synchronizer Manufacturer’s name,


type and designation ………………………………..

b) Country of manufacture ………………………………..

c) Hardware version number ………………………………..

d) Firmware version number ………………………………..

e) Mean-time between failures ………………………………..

f) Rated Voltage Vn (phase-to-neutral) ………………………………..

g) Rated Current In ………………………………..

h) Rated Frequency ………………………………..

i) Overvoltage capability – continuous ………………………………..

j) Overvoltage capability – 3s ………………………………..

k) Burden on voltage transformers (VA per phase) ………………………………..

l) Overcurrent capability – continuous ………………………………..

m) Overcurrent capability – 1s ………………………………..

n) Burden on current transformers (VA per phase) ………………………………..

o) Reference standards ………………………………..

p) Operating principle ………………………………..

q) Range of angle at closure ………………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 13 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

r) Slip frequency setting range ………………………………..

s) Dead line/bus voltage range ………………………………..

t) Line line/bus voltage range ………………………………..

u) Delta synchronizing voltage amplitude ………………………………..

v) Synchronizing voltage source (line/phase) ………………………………..

w) Manual close permission selection options ………………………………..

x) Automatic reclose permission selection options………………………………..

y) Operation indicator provided Yes/No

4.06.03 Dead Line Charging Feature

a) Built-in or stand alone ………………………………..

b) If stand alone, manufacturer’s name,


type and designation ………………………………..

c) Whether two sets of relays present Yes/No

d) Whether each set able to monitor the


three phase voltage? Yes/No

e) Setting of the relay set connected to Line CVT ………………………………..

f) Setting of the relay set connected to Bus CVT ………………………………..

g) Operating time ………………………………..

h) Resetting time ………………………………..

i) Principle of operation ………………………………..

4.07.00 Stand alone/Built-in Digital Fault Recorder


for 400 kV Lines

a) Manufacturer’s name, type and designation ………………………………..

b) Country of manufacture ………………………………..

c) Hardware version number ………………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 14 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


d) Firmware version number ………………………………..

e) Mean-time between failures ………………………………..

f) Rated Voltage Vn (phase-to-neutral) ………………………………..

g) Rated Current In ………………………………..

h) Rated Frequency ………………………………..

i) Overvoltage capability – continuous ………………………………..

j) Overvoltage capability – 3s ………………………………..

k) Burden on voltage transformers (VA per phase) ………………………………..

l) Overcurrent capability – continuous ………………………………..

m) Overcurrent capability – 1s ………………………………..

n) Burden on current transformers (VA per phase) ………………………………..

o) Reference standards ………………………………..

p) Operating principle

q) Bidder to confirm compliance to


requirements of technical specification Yes/No

r) Scan rate range ………………………………..

i) Selectable dual scan rate Yes/No

s) No of analog channels offered ………………………………..

t) No of digital channels offered ………………………………..

u) By how many numbers can the channels


be expanded :

- Analog channels ………………………………..

- Digital channels ………………………………..

v) Following starting sensors provided : Yes/No

- Threshold (voltage, current & frequency) Yes/No

- Rate of change of voltage & frequency ………………………………..

w) Pre-fault memory (in milliseconds) ………………………………..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 15 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

x) Post-fault memory (in milliseconds) ………………………………..

y) Frequency response ………………………………..

z) Resolution of digital channels (in ms) ………………………………..

aa) Amplitude resolution ………………………………..

bb) Memory capacity in solid state


non-volatile memory Yes/No

cc) Provision for time synchronization of


internal clock with GPS, in line with
the specification requirement provided Yes/No

dd) Whether fault data is available in


IEEE/COMTRADE format at Substation
Level for analysis as per the requirements
of technical specification Yes/No

ee) Whether alarm output contacts provided


for power supply fail, processor fail, memory
fail, printer fail, etc provided Yes/No

ff) Whether software for analysis of fault data


provided Yes/No

gg) Detailed technical literature enclosed …………………………………

hh) Communication ports – number and type …………………………………

ii) Self supervision Yes/No

4.08.00 Distance to Fault Recorder

a) Built-in (with in DFR) or stand alone …………………………………

b) If stand alone, manufacturer’s name,


type and designation …………………………………

c) Country of manufacture …………………………………

d) Hardware version number …………………………………

e) Firmware version number …………………………………

f) Mean-time between failures …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 16 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

g) Rated Voltage Vn (phase-to-neutral) …………………………………

h) Rated Current In …………………………………

i) Rated Frequency …………………………………

j) Overvoltage capability – continuous …………………………………

k) Overvoltage capability – 3s …………………………………

l) Burden on voltage transformers (VA per phase) ………………………………

m) Overcurrent capability – continuous …………………………………

n) Overcurrent capability – 1s …………………………………

o) Burden on current transformers (VA per phase) …………………………………

p) Reference standards …………………………………

q) Operating principle …………………………………

r) Whether “Online” type …………………………………

s) Whether both phase to phase fault and


phase to earth fault measuring units included Yes/No

t) Provision for mutual zero sequence


compensation provided Yes/No

u) Accuracy for all types of faults and fault levels …………………………………

v) Whether direct display unit provided Yes/No

w) Technical literature enclosed Yes/No

x) Communication ports – number and type …………………………………

y) Self supervision Yes/No

z) Guaranteed distance to fault accuracy


in % including all measurement errors …………………………………

4.09.00 High Speed Trip Relay

a) Name and country of manufacturer …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 17 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


b) Manufacturer’s type and designation …………………………………

c) Operating principle …………………………………

d) No of contacts : …………………………………

i) Normally open …………………………………

ii) Normally closed …………………………………

e) Contacts manual resetting feature from


Substation Level as well as BCU Level
Provided Yes/No

f) Operation indicator provided Yes/No

g) i) Operating time at rated voltage (maximum) ……………………………

ii) Operating range of voltage …………………………………

h) Whether supervisory relays included Yes/No

i) Operating range of voltage …………………………………

5.00.00 RELAYS COMMON TO LINE BAY,GT BAY


& BUS COUPLER BAY BCU

5.01.00 Trip Circuit Supervision Relay

a) Built-in or stand alone …………………………………

b) If stand alone, manufacturer’s name,


type and designation …………………………………

c) Operating principle …………………………………

d) Operation indicator provided Yes/No

e) Whether pre-close and post-close


supervision provided? Yes/No

f) Time delay …………………………………

5.02.00 Local Breaker Back-up Protection (50 LLB)

a) Manufacturer’s name, type and designation …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 18 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


b) Country of manufacture …………………………………

c) Hardware version number …………………………………

d) Firmware version number …………………………………

e) Mean-time between failures …………………………………

f) Duplicated Yes/No

g) Build specify location …………………………………

h) Rated Voltage Vn (phase-to-neutral) …………………………………

i) Rated Current In …………………………………

j) Rated Frequency …………………………………

k) Overcurrent capability – continuous …………………………………

l) Overcurrent capability – 1s …………………………………

m) Burden on current transformers (VA per phase) …………………………………

n) Reference standards …………………………………

o) Operating principle …………………………………

p) Operation indicator provided Yes/No

q) Setting ranges : …………………………………

i) Current …………………………………

ii) Time …………………………………

r) Operating time …………………………………

s) Resetting time …………………………………

t) Communication ports – number and types …………………………………

u) Relay operating and analysis software …………………………………

v) No of binary outputs Yes/No

w) No of binary inputs …………………………………

x) Self supervision Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 19 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

5.03.00 kV ‘Tee’ Protection (87TT-I, 87TT-II) 87TT-I 87TT-II

a) Manufacturer’s name, type and designation …………………………………

b) Country of manufacture …………………………………

c) Hardware version number …………………………………

d) Firmware version number …………………………………

e) Mean-time between failures …………………………………

f) No of analogue inputs (Minimum 3 windings) …………………………………

g) Rated Current In …………………………………

h) Rated Frequency …………………………………

i) Overcurrent capability – continuous …………………………………

j) Overcurrent capability – 1s …………………………………

k) Burden on current transformers (VA per phase) …………………………………

l) Reference standards …………………………………

m) Operating principle …………………………………

n) Rated current and/or voltage …………………………………

n) Setting range …………………………………

o) Operating time at : …………………………………

i) 2 * setting …………………………………

ii) 5 * setting …………………………………

p) Communication ports – number and type …………………………………

q) Relay operating and analysis software …………………………………

r) Built-in sequence of event recording Yes/No Yes/No

- Resolution …………………………………

- Number of stored events …………………………………

s) Self supervision Yes/No Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 20 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

6.00.00 BUSBAR PROTECTION FOR 400 kV BUSBAR Main-1 Main-2

a) Manufacturer’s name, type and designation


of busbar protection relay …………………………………

b) Is it complete numerical protection? Yes/No Yes/No

c) Operating principle …………………………………

d) Rated current/voltage …………………………………

e) Setting ranges …………………………………

f) Operating time at 5* setting value …………………………………

g) Resetting time …………………………………

h) No. of contacts (NO/NC) …………………………………

i) Does the relay give 100% security


and reliability under all operating conditions
and up to 40kA fault level? Yes/No Yes/No

j) CT secondary supervision and protection


against CT secondary open provided Yes/No Yes/No

k) Does it require auxiliary CTs for ratio


correction? Yes/No Yes/No

l) Does it require external CT switching relays? No No

m) Self-monitoring diagnostic provided Yes/No Yes/No

n) Country of manufacture …………………………………

o) Hardware version number …………………………………

p) Firmware version number …………………………………

q) Mean-time between failures …………………………………

r) Rated Frequency …………………………………

s) Selectable Internal or External breaker


failure per bay Yes/No Yes/No

t) Overall Check Zone Yes/No Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 21 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

u) Bay Out of Service switches for each bay Yes/No Yes/No

v) Overcurrent capability – continuous …………………………………

w) Overcurrent capability – 1s …………………………………

x) Burden on current transformers


(VA per phase) …………………………………

y) Reference standards …………………………………

z) Bidder to confirm compliance to requirements


of technical specification Yes/No

aa) Communication ports (number and type) …………………………………

bb) Relay operating and analysis software Yes/No

cc) Built-in sequence of event recording Yes/No

- Resolution …………………………………

- Number of stored events …………………………………

dd) Self supervision Yes/No

ee) Built-in oscillography Yes/No

ff) Device status and operation indications Yes/No

7.00.00 TIME SYNCHRONISATION EQUIPMENT

a) Manufacturer’s name and country of


manufacture …………………………………

b) Type designation …………………………………

c) Tested to all relevant standards and


one copy of test reports enclosed in the bid? Yes/No

d) Accuracy …………………………………

e) All auxiliary systems and special


cables, etc required to meet the
specification provided? Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 22 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

f) Suitable protections provided against lightning


surges and over voltages? Yes/No

g) Details of output ports provided for


time synchronization and their specification
(such as pps, ppm, pph etc, soft configurable,
hard configurable etc) …………………………………

h) Is output signal programmable at site? Yes/No

8.00.00 ACTIVE AND REACTIVE ENERGY METERS


(KWH & KVARH)

a) Shall be microprocessor-based conforming


to IEC 60687 /IEC 62052-11/IEC 62053-22 /
IS 14697 …………………………………

b) Shall carry out measurement of active


energy (both import and export) and
reactive energy (both import and export)
by 3 phase, 4 wire principle suitable for
balanced/ unbalanced 3 phase load. …………………………………

c) Shall have an accuracy of energy


measurement of at least Class 0.2 for
active energy and at least Class 0.5
for reactive energy according to IEC 60687,
and shall be connected to Class 0.2 CT
cores and Class 0.2 VT windings. …………………………………

d) The active and reactive energy shall


be directly computed in CT & VT primary
ratings. …………………………………

e) The reactive energy shall be recorded


for each metering interval in four different
registers as MVARh (lag) when active
export, MVARh (Lag) when active import,
MVARh (lead) when active export, MVARh
(Lead) when active import. …………………………………

f) Two separate registers shall be provided


to record MVARH when system voltage
is >103% and when system voltage is < 97%. …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 23 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


g) Shall compute the net MWh and MVARh
during each successive 15-minute block
metering interval along with a plus/minus
sign, instantaneous net MWh, instantaneous
net MVARh, average frequency of each
15 minutes, net active energy at midnight,
net reactive energy for voltage low and high
conditions at each midnight. …………………………………

h) Each energy meter shall have a display


unit with a seven digit display unit. It
shall display the net MWh and MVARh
with a plus/minus sign and average
frequency during the previous metering
interval; peak MWh demand since the last
demand reset; accumulated total
(instantaneous) MWh and MVARh with
a plus/minus sign, date and time; and
instantaneous current and voltage on
each phases. …………………………………

i) All the registers shall be stored in a


non-volatile memory. Meter registers
for each metering interval, as well
as accumulated totals, shall be down-
loadable. All the net active/reactive
energy values displayed or stored
shall be with a plus /minus sign for
export/import. …………………………………

j) At least the following data shall be


stored before being over-written for the
following parameters.

Parameters details Min No of days

1. Net MWH 15 min block 40 days in meter……………………………

2. Aver Freq 15 min block 40days in meter …………………………

3. Net MVARH for 15min block 40days in meter …………………………


V > 103%

4. Net MVARH for 15min block 40days in meter …………………………


V < 97%

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 24 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


5. Cumulative 10 days in meter/ ………………………….
Net MWH at every40 days in PC
Midnight

6. Cumulative 10 days in Meter/ …………………………..


Net MVARH for 40 days in PC
V> 103%
at every midnight

7. Cumulative 10 days in Meter /


Net MVARH for 40 days in PC
V < 97%
At every midnight

8. Date and time blocks of VT failure on any phase.

k) Shall have a built in clock and calendar


with an accuracy of less than 15 seconds
per month drift without assistance of
external time synchronizing pulse. ………………………………...

l) Date/time shall be displayed on demand.


The clock shall be synchronized by GPS
time synchronization equipment being
supplied by the bidder. ………………………………….

m) The voltage monitoring of all the three


voltages shall be provided and alarm
contacts provided to signal failures to
the Substation Automation System,
as well as alarm contact to indicate
meter healthy status. The meter shall
be suitable to operate with power drawn
from the VT supplies. The burden of the
meters shall be less than 2 VA. ………………………………….

n) The power supply to the meter shall be


healthy even with a single-phase VT
supply. An automatic backup, in the event
of non-availability of voltage in all the
phases, shall be provided by a built
in long life battery and shall not need
replacement for at least 10 years with a
continuous VT interruption of at least
2 years. Date and time of VT
interruption and restoration shall be
automatically stored in a non-volatile
memory. ………………………………….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 25 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

o) Shall have an optical port on the front of


the meter for data collection from
either a hand held meter reading
instrument (MRI) having a display for
energy readings or from a notebook
computer with suitable software. The
bidder shall supply the MRI and/or
notebook complete with all optical
interface unit required. ………………………………….

p) A dedicated Metering Master Station


(MMS), hardwired to all the energy
meters in bidder’s scope shall be provided.
The MMS shall be complete to offer the
following functionality: ………………………………….

To automatically downloaded the


meter data from each meter point
at scheduled daily intervals ………………………………….

To create calculated metering points


by addition, subtraction, and applying
multiplication factors to meter points ………………………………….

To present the demand of each meter


point and calculated meter points in
graphical format over specified
intervals. ………………………………….

To calculated the total energy exchanged


on meter points or calculated meter
points for different time-of-use periods over
specified intervals. ………………………………….

To export meter data to Excel format for


external analysis. ………………………………….

To calculate the Unscheduled interchanges


( UI ) and the corresponding commercial
parameters to suit the ABT
requirements ………………………………….

q) The meter shall have means to test MWh


and MVARh accuracy and calibration at
site in-situ and test terminal blocks shall
be provided for the same. ………………………………….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 26 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

r) Each meter shall have an unique


identification code provided by the owner
and shall e permanently marked on the
front of the meter and stored in the non
volatile memory of the meter. ………………………………….

s) The MMS shall be connected to substation


LAN so as to facilitate display of Energy data
at other locations of the LAN. ………………………………….

9.00.00 FREQUENCY RELAY [ISU/F] (FOR ISLANDING SCHEME)

a) Manufacturer & country of manufacturer ………………………………….

b) Type designation ………………………………….

c) Rated frequency ………………………………….

d) Setting Range ………………………………….

e) Drop off pick up ratio ………………………………….

f) No. of stages ………………………………….

g) Numerical ………………………………….

h) df/dt element ………………………………….

I) separate trip relay provided ………………………………….

j) Operating time of trip relay ………………………………….

10.00.00 DYNAMIC RELAY TEST KIT

a) Name and country of manufacturer ………………………………….

b) Type designation ………………………………….

c) Whether Modular in construction? ………………………………….

d) Suitable to accept the fault data stored


in line protection relay, dist. recorder of
generator/line in for dynamic testing on
relays ………………………………….

e) Number of modules provided

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 27 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

i) Current ………………………………….

ii) Voltage ………………………………….

iii) Any other ………………………………….

f) All software and PC etc. required has ………………………………….


been provided

g) Aux. items like phantom load, test plugs,


tool kits etc provided ………………………………….

11.00.00 PANELS

a) Manufacturer & country of manufacturer ………………………………….

b) IP Standard ………………………………….

c) Lockable front Plexiglass door provided. ………………………………….

12.00.00 BAY PROTECTION UNITS FOR MAIN GENERATOR CIRCUITS

12.01.00 Manufacturer’s name, type and designation of relays


providing following protection functions:

a) Generator Differential protection (87G) ………………………………….

b) Stator E/F Protection (64G1) ………………………………….

c) Stator Standby E/F Protection (64G2) ………………………………….

d) Interturn Fault Protection

e) Loss of Field Protection (40G1 & 40G2) ………………………………….

f) Back up Impedance Protection (21G) ………………………………….

g) Negative Sequence Current Protection (46G) ………………………………….

h) Low Forward Power Protection (37G1 and 37G2) ………………………………

i) Rotor E/F Protection ………………………………….

j) Over voltage Protection ………………………………….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 28 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


k) Over fluxing Protection for GT (99GT) ………………………………….

l) Overall Differential Protection ………………………………….

M) Overhead Line Connection Differential


Protection …………………………………

n) B/U E/F Protection on GT HV Neutral …………………………………

o) Generator Under Frequency Protection …………………………………

p) Generator Pole Slipping (98G) ………………………………

q) Accidental Back Energization (50GDM) …………………………………

r) GT Differential Protection …………………………………

s) VT fuse Failure Protection ……………………………...

t) Unit Transformer Differential Protection …………………………………

u) Unit Transformer LV REF …………………………………

v) Unit Transformer B/U E/F Protection …………………………………

w) Unit Transformer Instantaneous /


Delayed O/C Protection …………………………………

12.02.00 Bidder to confirm that all numerical relays providing the


above protection functions shall be configured into two
protection groups operating on two separate DC
supplies, in line with the requirements specified in the Yes/No Yes/No
technical specification

12.03.00 Also provide the following information for each separate


device:

- Country of manufacture …………………………………

- Hardware version number …………………………………

- Firmware version number …………………………………

- Mean-time between failures ………………………………

- Rated Voltage Vn (phase-to-neutral) …………………………………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 29 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


- Rated Current In …………………………………

- Rated Frequency …………………………………

- Overvoltage capability – continuous …………………………………

- Overvoltage capability – 3s …………………………………

- Burden on voltage transformers


(VA per phase) …………………………………

- Overcurrent capability – continuous …………………………………

- Overcurrent capability – 1s …………………………………

- Burden on current transformers (VA per phase) …………………………………

- Reference standards …………………………………

- Operating principle …………………………………

- Relay operating and analysis software …………………………………

- Self supervision …………………………………

- Built-in sequence of event recording …………………………………

- Built-in oscillography …………………………………

- Device operation and status information …………………………………

12.04.00 Generator Differential Protection (87G)

a) Rated current and (or) voltage (a.c.) .................................…………..

b) Rated d.c Voltage ........................................…….

c) Operating time at ........................................…….

i) 2 * setting ........................................…….

ii) 5 * setting ........................................…….

d) Operating principle ........................................…….

e) Tuned to system frequency? Yes/No Yes / No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 30 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


f) Setting Range ........................................…….

g) Non linear voltage limiting


Resistors Provided? Yes/No Yes / No

12.05.00 Generator Stator Standby Earth Fault


Protection (64G2)

a) Operating principle ........................................…….

b) Rated D.C. Voltage ........................................…….

c) Setting Range ........................................…….

d) Time setting range ........................................……..

e) Tuned to system frequency? Yes / No Yes / No

12.06.00 Generator Inter Turn Fault Protection (95 G)

a) Operating principle ........................................……

b) Setting Range ........................................…..

c) Rated D.C. Voltage ........................................……

d) Burden ........................................…….

. e) Drop off to pick up ratio ........................................…….

f) Tuned to system frequency? Yes/No

12.07.00 Generator Over Voltage Protection (59 G)


a) Rated voltage ........................................…….
b) Setting Range ........................................…….
c) Drop off pick up ratio ........................................……..
d) Timer setting range ........................................……..
12.08.00 Generator Under Frequency Protection (81 G)
a) Rated frequency ........................................……
b) Setting Range ........................................…….
c) Drop off pick up ratio ........................................…….
d) No. of stages ........................................……..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 31 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


12.09.00 Generator Low Forward Power or Reverse
Reverse Power Interlock Protection
a) Rated D.C. voltage ........................................…….
b) Power Setting Range ........................................…….
c) Timer setting range ........................................…….

12.10.00 Generator Loss of Excitation Protection

a) Rated current and (or) voltage (AC) ........................................…….

b) Operating principle ........................................…….

c) Setting Range ........................................…….

d) Offset feature ........................................…….

e) Mho circle ........................................……

f) Timer setting range ........................................……..

g) Under voltage relay setting range ........................................…….

12.11.00 Generator Negative Phase Sequence


Protection (46 G)

a) Rated current and (or) voltage (A.C.) ........................................…….

b) i) Alarm current setting range ........................................……..

ii) Alarm time setting range ........................................…….

c) Trip setting range ........................................…….

12.12.00 Generator Pole slipping Protection (98G)

a) Rated current and (or) voltage (A.C.) ........................................……..

b) Operating principle ........................................………

c) Setting Ranges ........................................……….

f) Supervising relay included Yes/No

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 32 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


12.13.00 Generator Backup Impedance Protection (21 G)

a) Rated current and (or) voltage (A.C.) ........................................……….

b) Rated D.C. voltage ........................................……….

c) Setting Range ........................................………

d) Timer setting range ........................................………

12.14.00 Generator VT Fuse Failure Relay (60 G)

a) Rated voltage ........................................………

b) Setting Range ........................................……….

c) Timer setting range ........................................………

f) Drop off/pick up ratio ........................................………

12.15.00 Transformer Differential Protection

a) Rated current ........................................……….

b) Rated D.C. voltage ........................................………

c) Whether second harmonic Yes/No


restraint feature is provided? ........................................……..

d) Operating time of differential


unit at 2 * setting current ........................................……..

i) With restraint ........................................……..

ii) Without restating ........................................………

e) Whether three instantaneous


units provided? Yes/No

f) Bias setting range ........................................……..

g) Operating current setting ........................................………

h) Resetting time ........................................………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 33 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


12.16.00 Generator and Generator Transformer Over-
fluxing Protection (99G/99GT )

a) Rated voltage ........................................…….

b) Principle of operation ........................................…….

c) Whether inverse time operating


characteristics provided? Yes/No

d) Setting range ........................................…….

i) v/f ratio ........................................…….

ii) time for alarm ........................................………

iii) time for tripping ........................................……..

e) Whether different time


multiplier settings provided? Yes/No

f) Maximum operating time ........................................………

i) 1.4 times the rated value of v/f ........................................……..

ii) 1.5 times the rated value of v/f ........................................………

g) Accuracy of operating time ........................................……..

h) Resetting ratio ........................................………

i) Reset time ........................................……….

12.17.00 Generator Transformer Back Up Earth fault


Protection (51 NGT)

a) Rated voltage ........................................……….

b) Setting ranges ........................................……..

d) Definite minimum time


at 10 times setting current ........................................……….

12.18.00 Unit Transformer Differential Protection (87UT)

a) Rated current ........................................………

b) Rated D.C. voltage ........................................………

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 34 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

c) Whether second harmonic


restraint feature is provided? Yes/No

d) Operating time of differential


unit at 2 * setting current ........................................……….

i) With restraint ........................................……….

ii) Without restraint ........................................………..


e) Whether three instantaneous
units provided? Yes/No

f) Bias setting range ........................................………

g) Operating current setting ........................................………

h) Reseting time ........................................………

12.19.00 Unit Transformer Back Up Over Current


Protection (51UT)

a) Manufacturer & country of manufacturer ........................................……..

b) Type designation ........................................………

c) Rated voltage ........................................………

d) Setting ranges ........................................……….

i) definite time unit ........................................………

ii) high set unit ........................................……….

e) Timer setting range ........................................……….

12.20.00 Unit Transformer Back Up Earth Fault


Protection (51NUT)

a) Rated voltage ........................................……….

b) Setting ranges ........................................………

i) definite time unit ........................................……..

ii) high set unit ........................................…….

c) Timer setting range ........................................……..

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 35 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

12.21.00 Unit Transformer Restricted Earth Fault


Protection (64 RUT)

a) Rated voltage ........................................………

b) Operating principle ........................................………

c) Burden ........................................………

d) Operating time at 2 * setting ........................................………

e) Setting ranges ........................................………

12.22.00 Generator Transformer Bay Circuit Breaker


Local Breaker Back Up Protection Relay (50Z)

a) Operating principle ........................................……….

b) Contacts-Self reset/hand reset ........................................……….

c) Operation indicator provided? ........................................……….

d) Operating time ........................................………

e) Resetting time ........................................…….

f) Setting range ........................................…….

i) Current ........................................…….

ii) Time ........................................…….

12.23.00 Generator Trip Relays

a) Rated voltage d.c. ........................................…….

b) Operating range of voltage ........................................…….

c) Operating time at rated voltage ........................................…….

d) No. of contacts available ........................................…….

e) Whether supervisory relays included Yes/No Yes/No

12.24.00 Interposing Relays for Generator Breaker

a) Rated d.c. voltage ........................................…….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 36 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

b) Burden ........................................…….

c) Operating principle ........................................…….

d) No. of contacts ........................................…….

i) Normally open ........................................…….

ii) Normally closed ........................................…….

e) Satisfactorily operates for


voltage variation - 20% to 25%? Yes/No

f) Provided with diode rated for


5A and peak inverse voltage
of 48 V DC. Yes/No

12.25.00 Flag Relays

a) Manufacturer & country of manufacturer ........................................…….

b) Type designation . ........................................…….

c) Whether hand rest Yes/No

d) No. of elements ........................................…….

e) No. of contacts ........................................…….

i) Normally open ........................................…….

ii) Normally closed ........................................…….

12.26.00 DISTURBANCE RECORDER FOR GENERATOR

a) Name & country of manufacturer ........................................…….

b) Manufacturer's type designation ........................................…….

c) Overall dimensions in mm (maximum) ........................................…….

d) Scan rate for ........................................…….

i) Slow scan ........................................…….

ii) Fast scan ........................................…….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 37 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................


e) No. of analogue recording channels ........................................…….

f) No. of event recording channels ........................................…….

g) By how many numbers can ........................................…….


the channels be expanded?

i) Analogue channels ........................................…….

ii) Event channels ........................................…….

h) Whether all starting sensors Yes/No


provided?

i) Linearity Error (%) ........................................………

j) i) Pre-fault memory (milli seconds) …………………………………….

ii) Post fault memory (seconds) ........................................………

k) Frequency Response (Hz)

i) slow scan ........................................………

ii) fast scan ........................................……..

l) Resolution of the event channels (ms) .............................…………….

m) i) Resolution ........................................………

a) Time ........................................…..

b) Amplitude ........................................……..

n) Memory capacity for one record of slow scan ........................................…


at scan rate of 2.0 Hz

o) Memory capacity for one record of fast scan ........................................……


at scan rate of 2000 Hz

p) Whether detailed literature Yes/No


enclosed?

q) Time display present Yes/No

r) i) Total no. of modules used ........................................…….

ii) Details of modules ........................................…….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 38 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

s) i) Details of time generator and Yes/No


synchronization facility enclosed?

ii) Time synchronization with the external Yes/No.


time synchronization equipment provided

t) Whether man-machine interface


as specified, provided? Yes/No

u) Whether fault data is made available in


IEEE-COMTRADE format and available
through MMI for Owner’s analysis? Yes/No

v) Whether necessary software for analysis Yes/ No.


provided?

w) Whether interface provided for remote Yes/No


transmission of fault data?

x) Whether alarm output contacts provided for Yes/No.


Power supply fail, processor fail, memory fail,
printer fail etc. as specified, provided?

y) Whether interface provided for remote Yes/No.


transmission of fault data

z) All necessary transducers, as specified, Yes/No.


provided?

12.27.00 Generator Active and Reactive Energy Meters

a) Name & country of manufacturer ........................................…….

b) Manufacturer's type designation ........................................…….

c) Completely type tested to IEC:687? Yes/No

d) i) Type of measurement ........................................…….


(3 phase, 4 wire, balanced /unbalanced
power)

ii) Whether 3 element ........................................…….

e) Accuracy ........................................…….

f) Input aux. transformers provided for both ........................................……


current circuits?

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 39 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SUBSTATION AUTOMATION SYSTEM (SAS)

Bidder’s Name: ......................................

g) Provided with built-in clock? ........................................…….

h) Whether time synchronization through external


time synchronization equipment under supply
provided? ........................................…….

i) Number of digits up to which meter can


register without requiring to reset ........................................…….

j) Data recorded in Non-volatile memory Yes/No.

i) Burden

ii) Current coil ........................................…….

ii) Voltage coil ........................................…….

k) Limits of error at unity pf and


0.5 pf for KWH and KVARH
meters

i) at 125%, 25% 10% and


5% rated current ........................................…….

ii) at 100% rated current ........................................…….

l) Short time rating

i) Current coil ........................................…….

ii) Voltage coil ........................................…….

iii) Time ........................................…….

m) Whether monitoring of all three voltages & Yes/No.


record of time for loss of any voltage
input provided?

n) Testing facilities provided? ........................................…….

o) Capacity of non-volatile memory for


recording active & reactive energy
export & import ........................................…….

p) Is it possible to read the energy meter in


shut-down feeder shut-down state. ........................................…….

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 40 OF 40
CHAPTER - E10
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E11

DC SYSTEM

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC SYSTEM

Bidder’s Name: .....................................

(Bidder shall furnish the following data for each type of DC system)

A. BATTERY

1. Manufacturer's Name & Address ....................................................

2. Type of Battery ...................................................

3. Guaranteed AH capacity at Ten hours


discharge rate to ....................................................

i) 1.85 volts per cell at 400 C


for Lead Acid Plante type ...................................................

ii) 1.14 Volts per cell at 400C


for Ni-Cd Type ..................................................

4. a) AH capacity at one hour


discharge rate to .................................................

i) 1.75 Volts per cell at 400C


for Lead Acid Plante type ..................................................

ii) 1.14 Volts per cell at 400C


for Ni-Cd type ...................................................

b) AH capacity at half hour


discharge rate to ..................................................

i) 1.75 volts per cell at 400C


for Lead Acid Plante type ..................................................

ii) 1.14 Volts per cell at 400C


for Ni-Cd type ..................................................

5. AH capacity of five hour


discharge rate for ..................................................

i) 1.82 volts per cell at 400C ..................................................

6. a) Recommended range of
floating/trickle charging
voltage ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 8
CHAPTER - E11
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC SYSTEM

Bidder’s Name: .....................................

b) Recommended range of Boost


charging voltage ..................................................

7. a) Trickle charging current ..................................................

b) Boost charging current ..................................................

8. Open circuit voltage of cell when


completely discharged at 400C ..................................................

a) At ten hours discharge rate


(for Lead Acid Plante type only) ..................................................

b) At one hour discharge rate ..................................................

c) At five hours discharge rate ..................................................

9. Type of construction of positive


plates ..................................................

10. Type of construction of negative


plates ..................................................

11. Containers ..................................................

a) Type .................................................

b) Material ..................................................

12. Sediment space (mm) if applicable ..................................................

13. Cell dimensions (mm) ..................................................

14. Specific gravity of electrolyte


when fully charged at 400 C
if applicable ...................................................

15.. Maximum electrolyte tempera-


ture that cell can withstand
continuously without injurious
effects, if applicable ..................................................

16. Battery racks

a) Type of material ...................................................


TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS
POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 8
CHAPTER - E11
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC SYSTEM

Bidder’s Name: .....................................

b) Out line dimensions (mm) ..................................................

c) Whether anti-acid/anti-
alkali coating provided ...................................................

d) Net weight (Kg) ....................................................

17. Insulators material (for racks and


cells) if applicable ...................................................

18. Weight per cell

i) Net dry weight (kg) ...................................................

ii) With electrolyte (kg) ..................................................

19. Total shipping weight of acid for


one battery unit (kg) if applicable .................................................

20. Total shipping weight of one battery


unit (without electrolyte) if applicable ..................................................

21. Total shipping weight of one battery …………………………………….

22. Recommended floating voltage


per cell and maximum variation ...................................................

23. Recommended maximum


period of storage before
the first charge ...................................................

24.. Amount of Hydrogen/Gas


evolved during boost
charging ...................................................

25. Recommended interval at


which battery should be
discharged at ...................................................

26. Short circuit current at ....................................................


battery terminals

27. Times for which the battery


can withstand short circuit
at terminals ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 8
CHAPTER - E11
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC SYSTEM

Bidder’s Name: .....................................

28. Recommended maximum


rating of fuses for protecting
the battery ...................................................

29. Internal resistance of each


cell at ...................................................

i) Fully charged condition ...................................................

ii) Fully discharged condition ..................................................

30. Time taken to full charge by


two step constant current
(boost) charging and voltage
at the end of this charge ....................................................

31. Recommended starting and


finishing rate of charge
(Boost charge) ...................................................

32 Recommended floating voltage


per cell and maximum variation ...................................................

33. Recommended maximum


period of storage before
the first charge ...................................................

34. Amount of Hydrogen/Gas


evolved during boost
charging ...................................................

35. Recommended interval at


which battery should be
discharged at ...................................................

i) 10 hour discharge rate and boost


charged for Lead Acid Plante type ....................................................

ii) 5 hour discharge rate and boost


charged for Ni-Cd type ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 8
CHAPTER - E11
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC SYSTEM

Bidder’s Name: .....................................

B. FLOAT CUM BOOST BATTERY CHARGER


1. Manufacturer's Name ...................................................
2. Charger dimensions :
i) Height (mm) ...................................................
ii) Depth (mm) ...................................................
iii) Width (mm) ...................................................
iv) Sheet thickness (mm) ...................................................
3. Degree of Protection of charger ...................................................
4. Charger weight (Kg.) ...................................................
5. Charger rated output current:
i) Trickle charging mode ...................................................
ii) Boost charging mode ...................................................
6. Load limiter current setting
range (Trickle mode) ...................................................

7. Automatic voltage regulator


(Trickle mode)

i) Type ...................................................

ii) Percentage stablisation


of the output D.C. voltage ...................................................

iii) Voltage setting range ...................................................

iv) Response time of


Automatic voltage regulator ...................................................

8. Manual voltage regulator


(Trickle mode) ...................................................

i) Type ...................................................

ii) Voltage setting range ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 8
CHAPTER - E11
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC SYSTEM

Bidder’s Name: .....................................

9. Boost charging current


setting range ...................................................

10. Boost charging voltage


limit setting range ...................................................

11. Rectifier assembly

i) Type of semi-conductor ...................................................

ii) Rated direct current


per cell ...................................................

iii) Rated direct voltage ...................................................

iv) Rated input voltage ...................................................

v) Type of connections
of rectifier elements ...................................................

vi) Continuous rating in Amps ...................................................

vii) Short time rating in Amps


and duration ...................................................

viii) Permissible hottest stack


temperature ...................................................

ix) Short circuit current on


the output terminals of
rectifier assembly ...................................................

x) Overload Capacity ...................................................

xi) Peak inverse voltage


of the Rectifier elements ...................................................

xii) Standard applicable ...................................................

12. Blocking Diode

i) Continuous rating in ...................................................


Amps

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 6 OF 8
CHAPTER - E11
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC SYSTEM

Bidder’s Name: .....................................

ii) Short time current


rating in Amps and duration ....................................................

iii) Peak inverse voltage ...................................................

iv) Type of semi-conductor material ....................................................

13. Rectifier Transformer

i) Type ...................................................

ii) Rated KVA & % impedance ...................................................

iii) Input line winding connection in


vector representation ...................................................

iv) Cell winding connection


in vector representation ...................................................

v) One minute power frequency


withstand voltage (KV) ...................................................

vi) Overload Capacity ...................................................

vii) Turns ratio ...................................................

viii) Standard Applicable ...................................................

14. Instruments

i) Type ...................................................

ii) D.C. Voltmeter range ...................................................

iii) D.C. Ammeter range ...................................................

iv) Dial size ...................................................

v) Accuracy class as per IS ...................................................

15. Contactor

i) Type ...................................................

ii) Rated voltage ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 7 OF 8
CHAPTER - E11
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO DC SYSTEM

Bidder’s Name: .....................................

iii) Rated Current ...................................................

iv) No. of power contacts ...................................................

v) No., type and rating of


aux. contacts ...................................................

vi) Operating coil voltage ...................................................

vii) Drop-out voltage ...................................................

16. Thermal overload relay

i) Tripping current range ...................................................

ii) Whether single phasing ...................................................


protection provided

iii) Standard applicable ...................................................

17. Air break switches

i) Type ...................................................

ii) Rated voltage ...................................................

iii) Rated current ...................................................

iv) Type and material of contacts ...................................................

v) Standard applicable ...................................................

18. Output fuses

i) Type ...................................................

ii) Rupturing capacity ...................................................

iii) Standard applicable ...................................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 8 OF 8
CHAPTER - E11
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CHAPTER - E12

SWITCHYARD AUXILIARY ITEMS

TAPOVAN VISHNUGAD HYDRO ELECTRIC POWER PROJECT TECHNICAL DATA SHEETS


(4 X 130 MW) SECTION-VII
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SWITCHYARD AUXILIARY ITEMS

Bidder’s Name: ......................................

A. CONTROL CABINETS

(Bidder shall furnish this data for each equipment


marshalling Box/operating mechanism box
separately i.e. Bay Marshalling Box, Isolators,
Instrument transformers, lighting panels, etc.)

1. Manufacturer's Name and


Adddress .........................................

2. Indoor/Outdoor application .........................................

3. Design ambient air


temperature (oC) .........................................

4. Standards Applicable .........................................

5. Thickness of sheet steel (mm) and


whether cold rolled or hot rolled .........................................

6. Degree of protection provided .........................................

7. Colour of finish paint IS:5 .........................................

a) Outside .........................................

b) Inside .........................................

8. Busbars .........................................

a) Material & Size .........................................

b) Temperature rise at rated


current over specified ambient (oC) .........................................

c) Continuous current rating (A) .........................................

d) One second current ranting (KA) .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 1 OF 5
CHAPTER - E12
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SWITCHYARD AUXILIARY ITEMS

Bidder’s Name: ......................................

9. Control Wiring .........................................

a) Size of Conductor .........................................

i) For CT circuits .........................................

ii) for other circuits .........................................

b) Conductor Solid/stranded .........................................

10. Terminal Blocks .........................................

a) Make & Type .........................................

b) Current rating .........................................

i) Power terminals (A) .........................................

ii) Other terminals (A) .........................................

11. Space heater rating at 240 VAC .........................................

12. Control cabinet drawing enclosed Yes/No

13. Type test report Yes/No

B. TERMINAL CLAMPS AND CONNECTORS, AND SPACERS

(Bidder shall furnish this data for Terminal clamps


and connector separately for each type and
equipment)

1. Manufacturer's Name and address .........................................

2. Applicable Standards .........................................

3. Type .........................................

4. For connection to .........................................

a) Conductor size and arrangement .........................................

b) Equipment terminal
size and arrangement .........................................

5. Bitmetalic Liners if any


and its thickness .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 2 OF 5
CHAPTER - E12
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SWITCHYARD AUXILIARY ITEMS

Bidder’s Name: ......................................

6. Rated Current (A) .........................................

7. a) Rated terminal load (kg) .........................................

b) Factor of safety .........................................

8. Minimum thickness of any part (mm) .........................................

9. Weight clamp complete with hardware (kg) .........................................

10. Maximum temperature rise


over reference ambient temperature
of 40oC when carrying rated current .........................................

11. Radio interference voltage at


1.1 Um/√3 (micro volts ) for
frequency between 0.5 MHz
to 2.0 MHz .........................................

12. Corona extinction voltage


(KV rms) .........................................

13. Type test report enclosed Yes/No

14. OGA drawing enclosed Yes/No

15. Maximum allowable span on equipment


terminal pad and with rated fault current of
40 KA rms with specified phase to phase
spacing .........................................

16. Rated terminal load .........................................

C. INSULATOR HARDWARE

(Bidder shall furnish this data separately for each


type and rating)

1. Manufacturer .........................................

2. Applicable Standards .........................................

3. Material .........................................

a) Ferrous Parts .........................................

b) Nuts & Bolts .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 3 OF 5
CHAPTER - E12
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SWITCHYARD AUXILIARY ITEMS

Bidder’s Name: ......................................

c) Cotter Pins .........................................

d) Split Pins .........................................

e) Strain and Suspension clamps .........................................

4. Ultimate Strengths .........................................

a) Complete Assembly (Kg) .........................................

b) Suspension clamps (kg) .........................................

c) Strain clamp (Kg) .........................................

d) D - Shackle (Kg) .........................................

e) Ball eye (Kg) .........................................

f) Ball clevis (kg) .........................................

g) Clevis eye (Kg) .........................................

h) Socket eye (Kg) .........................................

I) Socket clevis (Kg) .........................................

j) Yoke Plate (Kg) .........................................

5. Magnetic power loss of the suspension


clamp assembly at 600 A .........................................

6. Magnetic power loss of the


drop clamp assembly at 600 A .........................................

D. MOOSE CONDUCTOR
1. Manufacturer .........................................
2. Applicable Standards .........................................
3. O.D. and cross section .........................................
4. Material .........................................
5. Weight per kM .........................................

6. UTS .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 4 OF 5
CHAPTER - E12
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2
CLAUSE NO SWITCHYARD AUXILIARY ITEMS

Bidder’s Name: ......................................

E. EARTHWIRE

1. Manufacturer .........................................

2. Applicable Standards .........................................

3. O.D. and cross section .........................................

4. Material .........................................

5. Weight per kM .........................................

6. UTS .........................................

TAPOVAN VISHNUGAD HYDRO ELECTRIC TECHNICAL DATA SHEETS


POWER PROJECT (4 X 130 MW) SECTION-VII PAGE 5 OF 5
CHAPTER - E12
400 KV SWITCHYARD PACKAGE ATTACHMENT - 12
BID DOC NO.: CS-5505-500-2

S-ar putea să vă placă și