Download as pdf or txt
Download as pdf or txt
You are on page 1of 1667

REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment

Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works


Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT

Tamakoshi Jalvidhyut Company Limited

Tamakoshi V Hydroelectric Project

Electro-Mechanical Equipment and


Transmission Lines Works

Bidding Document

File 1

May, 2024

TAMAKOSHI V HYDROELECTRIC PROJECT


BIDDING DOCUMENT
For
THE PROCUREMENT
of
Contract 2: Electro-Mechanical Equipment
and Transmission Lines Works
of
Tamakoshi V Hydroelectric Project (99.8 MW)

Plant and Design-Build


(Based on FIDIC 1999, Yellow Book)

International Competitive Bidding (ICB)


Single-Stage: Two-Envelope Bidding Procedure

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
Thapagaun, Kathmandu

Issued on: May 30, 2024


Issued to: All Perspective Bidders
Invitation for Bids No.: TKJVC/TKV/080-81/ICB/DB-01
ICB No.: TKJVC/TKV/080-81/ICB/DB-01

TAMAKOSHI V HYDROELECTRIC PROJECT


CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES WORKS
Preface

This File is part of the Bidding Documents of Contract 2: Electro-Mechanical Equipment and
Transmission Lines Works of Tamakoshi V Hydroelectric Project. The complete set of
Bidding Documents consists of the following parts :-

Table of Contents

FILE 1

Bidding Documents

Part - I Bidding Procedures

Section - I Instructions to Bidders (ITB)

Section - II Bid Data Sheet (BDS)

Section - III Evaluation and Qualification Criteria (EQC)

Section - IV Bidding Forms (BDF)

Section - V Eligible Countries

Part - II Requirements

Section - VI Employer’s Requirement (ERQ)

Section - VII Bid Price and Payment Schedule

Part - III Conditions of Contract and Contract Forms

Section - VIII General Conditions of Contract (GCC)

Section - IX Particular Conditions of Contract (PCC)

Section - X Contract Forms (COF)

TAMAKOSHI V HYDROELECTRIC PROJECT


i
FILE 2

Book 1

Employer’s Requirement (ERQ)

Annexure 1: Technical Specifications


Vol 0: Information for Tenderers
Vol 1 MET: Performance Technical Specifications (PTS) and Annexes
Vol 2 MET: General Technical Specifications (GTS) and Annexes

Book 2

Annexure 1: Technical Specifications


Vol 3M: Mechanical Particular Technical Specifications
Vol 3E: Electrical Particular Technical Specifications
Vol 3T: Transmission Particular Technical Specifications

Book 3

Annexure 2: ToR of Employer’s Representative


Annexure 3: Technical Data Sheets
Annexure 4: Operation and Maintenance Services Requirements

Book 4

Annexure 5
Annexure 5.1: Tender Drawings
Annexure 5.2: Tentative Construction Time Schedule

TAMAKOSHI V HYDROELECTRIC PROJECT


ii
Abbreviations
BD ...................................................... Bidding Document
BDF ...................................................... Bidding Forms
BDS ...................................................... Bid Data Sheet
BOQ ...................................................... Bill of Quantities
COF ...................................................... Contract Forms
DB ...................................................... Design and Build
DP ...................................................... Development Partners
ELI ...................................................... Eligibility
EPC ...................................................... SCC
EQC ...................................................... Evaluation and Qualification Criteria
EXP ...................................................... Experience
ER ...................................................... Employer’s Representative
ERQ ...................................................... Employer’s Requirements
FIN ...................................................... Financial
GCC ...................................................... General Conditions of Contract
GoN ...................................................... Government of Nepal
ICC ...................................................... International Chamber of Commerce
IFB ...................................................... Invitation for Bids
ITB ...................................................... Instructions to Bidders
JV ...................................................... Joint Venture
LIT ...................................................... Litigation
LS ...................................................... Lump Sum
NCB ...................................................... National Competitive Bidding
ICB ...................................................... International Competitive Bidding
PAN ...................................................... Permanent Account Number
PCC ...................................................... Particular Conditions of Contract
PPA ...................................................... Public Procurement Act
PPMO ...................................................... Public Procurement Monitoring Office
PPR ...................................................... Public Procurement Regulations
PRS ...................................................... Price Schedule
PAS ...................................................... Payment Schedule
RFB ...................................................... Request for Bid
SBD ...................................................... Standard Bidding Document
SCC ...................................................... Special Conditions of Contract
TS ...................................................... Technical Specifications
VAT ...................................................... Value Added Tax
WRQ ...................................................... Work Requirements

TAMAKOSHI V HYDROELECTRIC PROJECT


iii
Table of Contents

Invitation for Bids

Part I: Bidding Procedures


Section I: Instructions to Bidders
Section II: Bid Data Sheet
Section III: Evaluation and Qualification Criteria
Section IV: Bidding Forms
Section V: Eligible Countries

Part II: REQUIREMENTS


Section VI: Employer’s Requirement (ERQ)
Section VII: Bid Price and Payment Schedule

Part III: CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section VIII: General Conditions of Contract


Section IX: Particular Conditions of Contract
Section X: Contract Forms

TAMAKOSHI V HYDROELECTRIC PROJECT


iv
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT INVITATION FOR BID

Invitation for Bids


Tamakoshi Jalvidhyut Company Limited
Tamakoshi V Hydroelectric Project

Invitation for Bids for the “Contract 2: Electro-Mechanical Equipment and Transmission Lines
Works ” of Tamakoshi V Hydroelectric Project (99.8 MW)
Contract Identification No: TKJVC/TKV/080-81/ICB/DB-01
First Date of Publication of Notice: May 30, 2024
1. Tamakoshi Jalvidhyut Company Limited (TKVJC) “The Employer” has completed the financial
closure including the debt portion required for the Project with Employees Provident Fund (EPF)
and equity investment will be made from Nepal Electricity Authority (NEA), Local Promoters and
General Public and intends to apply a portion of this loan to cover eligible payments under the
Contract for “Contract 2: Electro-Mechanical Equipment and Transmission Lines Works”
of Tamakoshi V Hydroelectric Project; Contract Identification No: TKJVC/TKV/080-
81/ICB/DB-01 Bidding is open to all eligible as per Section V of the Bidding Document.
2. Tamakoshi Jalvidhyut Company Limited invites electronic bids from eligible bidders for the
construction of “Contract 2: Electro-Mechanical Equipment and Transmission Lines
Works” of Tamakoshi V Hydroelectric Project through Plant and Design-Build (DB) mode
under International Competitive Bidding – Single Stage Two Envelope Bidding
procedures. Only eligible bidders with the following key qualifications should participate in this
bidding:
Minimum Work experience of similar size and nature:
a. Participation as Prime contractor or joint venture partner, in at least one EPC/Turnkey/DB
Contract within the last ten (10) years, with a value of at least equivalent US $
17,200,000.00 (In Words: United States Dollar Seventeen Million and Two Hundred
Thousand Only) that have been successfully completed and that are similar to the
proposed works. The similarity shall be based on the physical size, complexity,
methods, technology or other characteristics as described in Section VI, Employer’s
Requirements.
b. Participation as Prime contractor or joint venture partner, in Contract within the last ten
(10) years, with a value of at least equivalent US $ 7,200,000.00 ( In Words: United
States Dollar Seven Million and Two Hundred Thousand Only) that have been
successfully completed.
c. For the above 2a or 2b or other contracts executed during the period of last ten (10) years,
a minimum construction experience in following Key Activities:
1. Complete design and manufacture inhouse (must have facility of hydraulic model testing
and CFD modeling for turbines), supply, erection, testing and commissioning turbine-
generator units including:
i. Per unit each with capacity of 35 MW or higher in at least two different
hydropower project that have been in successful operation for at least 2 years
as of bid submission deadline. Out of Two (2) projects, at least One (1) should
be vertical Francis turbine & One (1) should be outside the country of
manufacturer.
ii. Per unit of Generator of 40 MVA or higher capacity in at least two different
hydropower project that have been installed and successfully in operation for at
least Two (2) years as of bid submission deadline. Out of Two (2), One (1)
should be outside country of manufacturer.

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT INVITATION FOR BID

iii. One (1) unit horizontal Francis turbine that has been in successful operation for
at least One (1) year as of bid submission deadline.
2. Complete design, manufacture, supply, erection, testing and commissioning of 220 kV
GIS or higher equipment that have been in successful operation for at least 2 years
as of bid submission deadline.
3. Complete design, manufacture, supply, erection, testing and commissioning of minimum
two (2), 220kV Indoor Type Power Transformers, each with minimum capacity of 40 MVA
that have been in successful operation for at least 2 years as of bid submission deadline.
4. Complete design, manufacture, supply, erection, testing and commissioning of one (1)
Hydro Plant Control system with minimum capacity 35 MW including SCADA and
Telemetry that have been successfully in operation for at least 1 years as of bid
submission deadline.
d. Minimum Average Annual Construction Turnover of the best 3 years within the last 10 fiscal
years: US $ 14,300,000.00 (In Words: United States Dollar Fourteen Million and Three
Hundred Thousand Only)
e. Bidding capacity should be equal to or more than US $ 28,600,000.00( In Words: United
States Dollar Twenty-Eight Million and Six Hundred Thousand Only)
f. Able to demonstrate adequate Manpower and Equipment to be used for the Project.
g. Able to produce Concept paper for Understanding of the Project and Proposed Design
3. Under the Single Stage, Two Envelope Procedure, Bidders are required to submit the
Technical Bid and the Price Bid, as per the provision of ITB 21 of the Bidding Document.
4. Eligible Bidders may obtain further information and inspect the Bidding Documents at the office
of Tamakoshi Jalvidhyut Company Limited, House No. 106, Okharbot Marg,
Thapagaun, Kathmandu, Nepal, E-mail: tamakoshi5@nea.org.np or may visit PPMO e-
GP system www.bolpatra.gov.np/egp
5. Bidder submitting their bid electronically shall download the bidding documents for e- submission
from PPMO’s e-GP system www.bolpatra.gov.np/egp. Bidders, submitting their bids electronically,
should deposit the cost of the bidding document in the Project’s account as specified below.
Information to deposit the cost of the bidding document in the Bank:
Cost of Bidding Documents: NRs. 20,000/- (Rupees Twenty thousand only).
Name of the Bank: Nabil Bank
Name of Office: Tamakoshi Jalvidhyut Company Limited
Office Account no.: 9701017500087
6. Pre-bid meeting shall be held at Tamakoshi Jalvidhyut Company Limited, House No. 106,
Okharbot Marg, Thapagaun, Kathmandu, at 13:00 hours NST on July 14, 2024.
7. Electronic bids must be submitted through PPMO’s e-GP system www.bolpatra.gov.np/egp on
or before 12:00 hours NST on July 29, 2024. Bids received after this deadline will be rejected.
8. The bids will be opened in the presence of Bidders' representatives who choose to attend at
13:00 hours NST on July 29, 2024 at the office of Tamakoshi Jalvidhyut Company Limited,
House No. 106, Okharbot Marg, Thapagaun, Kathmandu. The absence of the Bidder’s
representative shall not affect the bid opening procedure. Bids must be valid for a period of 180
days after bid opening and must be accompanied by a scanned copy of the bid security in pdf
format amounting to a minimum of equivalent NRs. 106,000,000.00 ( In Words: Nepali
Rupees One Hundred Six Million Only) which shall be valid for 30 days beyond the
validity period of the bid .

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT INVITATION FOR BID

9. If the last date of purchasing and /or submission falls on a government holiday, then the next
working day shall be considered as the last date. In such a case, the validity period of the bid
security shall remain the same as specified for the original last date of bid submission.
10. Tamakoshi Jalvidhyut Company Limited reserves the right to reject or accept any or all Bids
partly or fully and to annul the bidding process and reject all bids without assigning any
reason whatsoever.

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT

Part I: BIDDING PROCEDURES


Section – I : Instructions to Bidders (ITB)
Section – II : Bid Data Sheet (BDS)
Section– III : Evaluation and Qualification Criteria (EQC)
Section– IV : Bidding Forms (BDF)
Section–V : Eligible Countries

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

Section I: Instructions to Bidders


Table of Clauses

A. General ....................................................................... 1
1. Scope of Bid .......................................................................1
2. Source of Funds .......................................................................1
3. Fraud and Corruption .......................................................................1
4. Eligible Bidders .......................................................................4
5. Eligible Materials, Equipment and Services...........................................................6
B. Contents of Bidding Documents ....................................................................... 7
6. Sections of Bidding Document .......................................................................7
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting .............................. 7
8. Amendment of Bidding Document……………………………………………………..8
C. Preparation of Bids ....................................................................... 9
9. Cost of Bidding .......................................................................9
10. Language of Bid .......................................................................9
11. Documents Comprising the Bid .......................................................................9
12. Letter of Bid and Schedules .......................................................................10
13. Alternative Bids .......................................................................10
14. Bid Prices and Discounts .......................................................................10
15. Currency of Bid and Payment .......................................................................11
16. Documents Comprising the Technical Proposal ....................................................11
17. Documents Establishing the Qualifications of the Bidder ...................................... 11
18. Period of Validity of Bids .......................................................................11
19. Bid Security .......................................................................11
20. Format and Signing of Bid .......................................................................13
D. Submission and Opening of Bids ....................................................................... 14
21. Submission of Bid .......................................................................14
22. Deadline for Submission of Bids .......................................................................16
23. Late Bids .......................................................................16
24. Withdrawal, and Modification of Bids ....................................................................16
25. Bid Opening .......................................................................17
E. Evaluation and Comparison of Bids ...................................................................... 19
26. Confidentiality .......................................................................19
27. Deviations, Reservations, and Omissions .............................................................19
28. Examination of Technical Bid .......................................................................19

TAMAKOSHI V HYDROELECTRIC PROJECT

i
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

29. Determination of Responsiveness of Technical Bid...............................................20


30. Nonconformities Errors, and Omissions ................................................................20
31. Qualification of the Bidder .......................................................................21
32. Correction of Arithmetical Errors .......................................................................21
33. Subcontractors .......................................................................21
34. Evaluation of Price Bids .......................................................................22
35. Comparison of Bids .......................................................................23
36. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ....................... 23
F. Award of Contract ....................................................................... 24
37. Award Criteria .......................................................................24
38. Letter of Intent to Award the Contract/Notification of Award .................................. 24
39. Performance Security and Line of Credit...............................................................24
40. Signing of Contract .......................................................................25
41. Complaint and Review .......................................................................25

TAMAKOSHI V HYDROELECTRIC PROJECT

ii
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data Sheet
(BDS), the Employer, as indicated in the BDS, issues this Bidding
Document for the procurement of Works as specified in Section VI
(Employer' Requirements). The name, identification, and number of
Contracts of the International Competitive Bidding (ICB) are provided
in the BDS.
1.2 Throughout this Bidding Document:
(a) the term “in writing” means communicated in written form, delivered
against receipt and received through e-GP system or email or fax or
courier;
(b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
(c) “day” means calendar day.
1.3 Multiple Contract shall be applicable and shall be grouped as specified
in the BDS
2. Source of 2.1 GoN Funded: In accordance with its annual program and budget,
Funds approved by the GoN, the implementing agency indicated in the BDS
plans to apply a portion of the allocated budget to eligible payments
under the contract(s) for which this Bidding Document is issued.
or
Public Entities' own Resource Funded: In accordance with its annual
program and budget, approved by the public entity, the implementing
agency indicated in the BDS plans to apply a portion of the allocated
budget to eligible payments under the contract(s) for which this Bidding
Document is issued.
or
DP Funded: The GoN has applied for or received financing (hereinafter
called “funds”) from the Development Partner (hereinafter called “the
DP”) indicated in the BDS toward the cost of the project named in the
BDS. The GoN intends to apply a portion of the funds to eligible
payments under the contract(s) for which this Bidding Document is
issued.
2.2 DP Funded: Payment by the DP will be made only at the request of the
GoN and upon approval by the DP in accordance with the terms and
conditions of the financing agreement between the GoN and the DP
(hereinafter called the “Loan/Grant Agreement”), and will be subject in
all respects to the terms and conditions of that Loan/Grant Agreement.
No party other than the GoN shall derive any rights from the Loan
Agreement or have any claim to the funds.
3. Fraud and 3.1 Procuring Entities as well as Bidders, suppliers and contractors and
Corruption their sub-contractors shall adhere to the highest standard of ethics
during the procurement and execution of such contracts. In pursuance
of this:

TAMAKOSHI V HYDROELECTRIC PROJECT


1
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

(a) the Employer adopts, for the purposes of this provision, the terms as
defined below:
(i) “corrupt practice” means the offering, giving,
receiving, or soliciting, directly or indirectly, anything of value to
influence improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit or
to avoid an obligation;
(iii) “coercive practice” means impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property of the
party to influence improperly the actions of a party;
(iv) “collusive practice” means an arrangement between two or more
parties designed to achieve an improper purpose, including
influencing improperly the actions of another party.
v) “obstructive practice” means (a) deliberately destroying, falsifying,
altering, or concealing of evidence material to an investigation; (b)
making false statements to investigators in order to materially
impede an investigation; (c) failing to comply with requests to
provide information, documents, or records in connection with an
investigation; (d) threatening, harassing, or intimidating any party to
prevent it from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or (e) materially
impeding GoN/DP’s contractual rights of audit or access to
information; and
vi) “integrity violation” is any act which violates Anticorruption Policy,
including (i) to (v) above and the following: abuse, conflict of interest,
violations of GoN/DP sanctions, retaliation against whistleblowers or
witnesses, and other violations of Anticorruption Policy, including
failure to adhere to the highest ethical standard.
(b) the Employer will reject a proposal for award if it determines that the
Bidder recommended for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices or other integrity violations in competing for the contract;
(c) DP will cancel the portion of the financing allocated to a contract if it
determines at any time that representative(s) of the GoN or of a
beneficiary of DP-financing engaged in corrupt, fraudulent, collusive,
or coercive practices or other integrity violations during the
procurement or the execution of that contract, without the GoN having
taken timely and appropriate action satisfactory to DP to remedy the
situation.
(d) DP will impose remedial actions on a firm or an individual, at any time,
in accordance with DP's Anticorruption Policy and related Guidelines
(as amended from time to time), including declaring ineligible, either
indefinitely or for a stated period of time, to participate in DP-financed, -
administered, or -supported activities or to benefit from an DP-financed,
-administered, or -supported contract, financially or otherwise, if it at any
time determines that the firm or individual has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive

TAMAKOSHI V HYDROELECTRIC PROJECT


2
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

practices or other integrity violations; and


(e) The Contractor shall permit the GoN/DP to inspect the Contractor’s
accounts and records relating to the performance of the Contractor and
to have them audited by auditors appointed by the GoN/DP, if so
required by the GoN/DP.
3.2 The Bidder shall not carry out or cause to carry out the following acts
with an intention to influence the implementation of the procurement
process or the procurement agreement:
(a) give or propose improper inducement directly or indirectly,
(b) distortion or misrepresentation of facts,
(c) engaging in corrupt or fraudulent practice or involving in such act,
(d) interference in participation of other competing bidders,
(e) coercion or threatening directly or indirectly to cause harm to the person
or the property of any person to be involved in the procurement
proceedings,
(f) collusive practice among bidders before or after submission of bids for
distribution of works among bidders or fixing artificial/uncompetitive bid
price with an intention to deprive the Employer the benefit of open
competitive bid price,
(g) Contacting the Employer with an intention to influence the Employer
with regards to the bids or interference of any kind in examination and
evaluation of the bids during the period from the time of opening of the
bids until the notification of award of contract.
3.3 PPMO, on the recommendation of the Procuring Entity may blacklist a
Bidder for a period of one (1) to three (3) years for its conduct including
on the following grounds and seriousness of the act committed by the
bidder:
(a) if convicted by a court of law in a criminal offence which disqualifies
the Bidder from participating in the contract,
(b) if it is established that the contract agreement signed by the Bidder
was based on false or misrepresentation of Bidder’s qualification
information,
(c) if it at any time determines that the firm has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices in competing for, or in executing, a GoN/DP-
financed contract.
(d) if the Successful Bidder fails to sign the Contract.
3.4 A bidder declared blacklisted and ineligible by the GoN, Public
Procurement Monitoring Office (PPMO) and/or the DP in case of DP
funded project, may be ineligible to bid for a contract during the period
of time determined by the GoN, PPMO and/or the DP.
3.5 In case of a natural person or firm/institution/company which is already
declared blacklisted and ineligible by the GoN, any other new or
existing firm/institution/company owned partially or fully by such
Natural person or Owner or Board of director of blacklisted

TAMAKOSHI V HYDROELECTRIC PROJECT


3
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

firm/institution/company; shall not be an eligible bidder.


3.6 Furthermore, Bidders shall be aware of the provisions of GCC (GCC
33.4 and 79.2(f)).
4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government owned
entity subject to ITB 4.5 or any combination of them in the form of a
Joint Venture (JV) under an existing agreement, or with the intent to
constitute a legally-enforceable joint venture. In the case of a JV:
(a) all partners shall be jointly and severally liable for the execution of the
Contract in accordance with the Contract terms. Maximum number of
JV and other provision for JV shall be as specified in the BDS. The
qualification requirement of the parties to the JV shall be as specified
in Section III: Evaluation and qualification Criteria, and
(b) the JV shall nominate a Representative who shall have the authority
to conduct all business for and on behalf of any and all the parties of
the JV during the bidding process and, in the event the JV is awarded
the Contract, during Contract execution.
4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section V (Eligible
Countries). A Bidder shall be deemed to have the nationality of a
country if the Bidder is a citizen or is constituted, or incorporated, and
operates in conformity with the provisions of the laws of that country.
This criterion shall also apply to the determination of the nationality of
proposed sub-contractors or suppliers for any part of the Contract
including related services.
4.3 A Bidder shall not have a conflict of interest. A Bidder found to have a
conflict of interest shall be disqualified. A Bidder may be considered to
be in a conflict of interest with one or more parties in this bidding
process, if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from any
of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to material
information about or improperly influence the Bid of another Bidder, or
influence the decisions of the Employer regarding this bidding process;
or
(e) a Bidder participates in more than one bid in this bidding process either
individually or as a partner in a joint venture. This will result in the
disqualification of all Bids in which it is involved. However, subject to
any finding of a conflict of interest in terms of ITB 4.3 (a)-(d) above,
this does not limit the participation of the same subcontractor in more
than one bid; or
(f) a Bidder or any of its affiliated entity, participated as a consultant in the
preparation of the technical specifications or employer’s requirements
of the works that are the subject of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or is

TAMAKOSHI V HYDROELECTRIC PROJECT


4
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

proposed to be hired) by the Employer as Engineer for the Contract.


4.4 A firm that is under a declaration of ineligibility by the GoN in
accordance with ITB 3, at the date of the deadline for bid submission
or thereafter, shall be disqualified. A firm shall not be eligible to
participate in any procurement activities under a DP-financed, -
administered, or -supported project while under temporary suspension
or debarment by DP pursuant to the DP's Anticorruption Policy (see
ITB 3), whether such debarment was directly imposed by the DP, or
enforced by other DPs pursuant to the Agreement for Mutual
Enforcement of Debarment Decisions. A bid from a temporarily
suspended or debarred firm will be rejected. The list of debarred firm is
available at the electronic address specified in the BDS.
4.5 Enterprises owned by Government shall be eligible only if they can
establish that they are legally and financially autonomous and operate
under commercial law, and that they are not a dependent agency of the
GoN.
4.6 Bidders shall provide such evidence of their continued eligibility
satisfactory to the Employer, as the Employer shall reasonably request.
4.7 Firms shall be excluded in any of the cases, if
(a) by an act of compliance with a decision of the United Nations Security
Council taken under Chapter VII of the Charter of the United Nations,
Nepal prohibits any import of goods or contracting of works or services
from that country or any payments to persons or entities in that
country. Where Nepal prohibits payments to a particular firm or for
particular goods by such an act of compliance, that firm may be
excluded;
(b) DP Funded: as a matter of law or official regulation, Nepal prohibits
commercial relations with that country, provided that the DP is satisfied
that such exclusion does not preclude effective competition for the
supply of goods or related services required;
(c) DP Funded: a firm sanctioned or temporarily suspended by the DP in
relation to their guidelines or appropriate provisions on preventing and
combating fraud and corruption in projects financed by them.
4.8 In case a prequalification process has been conducted prior to the
bidding process, this bidding is open only to prequalified Bidders.
5. Eligible Materials, 5.1 The materials, equipment and services to be supplied under the
Equipment and Contract shall have their origin in any source countries as defined in
Services accordance with Section V (Eligible Countries) and all expenditures
under the Contract will be limited to such materials, equipment, and
services. At the Employer’s request, Bidders may be required to
provide evidence of the origin of materials, equipment and services.
5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced or manufactured,
and from which the services are provided. Materials and equipment
are produced when, through manufacturing, processing, or substantial
or major assembling of components, a commercially recognized
product results that differs substantially in its basic characteristics or in
purpose or utility from its components.

TAMAKOSHI V HYDROELECTRIC PROJECT


5
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

B. Contents of Bidding Documents


6. Sections of 6.1 The Bidding Document consists of Parts I, II, and III, which include all
Bidding the Sections indicated below, and should be read in conjunction with
Document any Addenda issued in accordance with ITB 8.
PART I Bidding Procedures
Section I Instructions to Bidders (ITB)
Section II Bid Data Sheet (BDS)
Section III Evaluation and Qualification Criteria (EQC)
Section IV Bidding Forms (BDF)
Section V Eligible Countries
PART II Requirements
Section VI Employer’s Requirement (ERQ)
Section VII Activity Schedule (ACS)
PART III Conditions of Contract and Contract Forms
Section VIII General Conditions of Contract (GCC)
Section IX Particular Conditions of Contract (PCC)
Section X Contract Forms (COF)
6.2 The Invitation for Bids issued by the Employer is not part of the Bidding
Document.
6.3 The Employer is not responsible for the completeness of the Bidding
Document and their Addenda, if they were not obtained directly from
the source stated by the Employer in the Invitation for Bids.
6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document and to furnish with its bid all
information and documentation as is required by the Bidding
Documents. Failure to furnish all information or documentation required
by the Bidding Document may result in the rejection of the bid.
7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding
Bidding Document shall contact the Employer in writing at the Employer’s
Document, Site address indicated in BDS or raise any question or curiosity during the
Visit, Pre-Bid pre-bid meeting if provided for in accordance with ITB 7.4. The
Meeting Employer will respond in writing to any request for clarification,
provided that such request is received within the period as mentioned
in ITB 7.5. The Employer shall forward copies of its response to all
Bidders who have acquired the Bidding Document in accordance with
ITB 6.3, including a description of the inquiry but without identifying its
source. Should the Employer deem it necessary to amend the Bidding
Document as a result of a request for clarification, it shall do so
following the procedure under ITB 8 and ITB 22.2.
7.2 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself, at its own risk and responsibility, all
information that may be necessary for preparing the bid and entering

TAMAKOSHI V HYDROELECTRIC PROJECT


6
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

into a Contract for the construction of the Works. The costs of visiting
the Site shall be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands for
the purpose of such visit, but only upon the express condition that the
Bidder, its personnel, and agents will release and indemnify the
Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.
7.4 The Bidder’s designated representative is invited to attend a pre-bid
meeting, if provided for in the BDS. The purpose of the meeting will
be to clarify issues and answer questions on any matter that may be
raised at that stage.
7.5 The Bidder is requested, to submit any questions in writing, to reach
the Employer as mentioned in BDS.
7.6 Minutes of the pre-bid meeting, including the text of the questions
raised, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be
transmitted promptly to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3. Any modification to the Bidding
Document that may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue
of an addendum pursuant to ITB 8 and not through the minutes of the
pre-bid meeting.
7.7 Non-attendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.
8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the Employer
Bidding may amend the Bidding Document by issuing addendum.
Document
8.2 Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.
8.3 To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their Bids, the Employer may, at
its discretion, extend the deadline for the submission of Bids, pursuant
to ITB 22.2

TAMAKOSHI V HYDROELECTRIC PROJECT


7
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the
bidding process.
10. Language of 10.1 The Bid, as well as all correspondence and documents relating to the
Bid bid exchanged by the Bidder and the Employer, shall be written in the
language specified in the BDS. Supporting documents and printed
literature that are part of the Bid may be in another language provided
they are accompanied by an accurate translation of the relevant
passages in the language specified in the BDS, in which case, for
purposes of interpretation of the Bid, such translation shall govern.
11. Documents 11.1 The Bid shall comprise the Technical Bid containing the documents
Comprising the listed in ITB 11.2 and the Price Bid containing the documents listed in
Bid ITB 11.3.
11.2 The Technical Bid shall comprise the following:
(a) Letter of Technical Bid;
(b) Bid Security in accordance with ITB 19;
(c) alternative Technical Bid, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to commit
the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17, establishing the
Bidder’s qualifications to perform the contract;
(f) Technical Proposal in accordance with ITB 16;
(g) Bids submitted by a Joint Venture shall include a copy of the Joint
Venture Agreement entered into by all partners. Alternatively, a
Letter of Intent to execute a Joint Venture Agreement in the event of
a successful Bid shall be signed by all partners and submitted with
the Bid, together with a copy of the proposed agreement. The Joint
Venture agreement, or letter of intent to enter into a Joint Venture
including a draft agreement shall indicate at least the parts of the
Works to be executed by the respective partners; and
(h) any other required documents, which is not against the provision of
Procurement Act/ Regulation /Directives and Standard Bidding
Document issued by PPMO as specified in the BDS.

TAMAKOSHI V HYDROELECTRIC PROJECT


8
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

11.3 The Price Bid shall comprise the following:


(a) Letter of Price Bid;
(b) Priced Activity Schedule, in accordance with ITB 12 and ITB 14, or
as stipulated in the BDS;
(c) Alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) Any other document required in the BDS.
11.4 The Bidder is solely responsible for the authenticity of the
submitted documents.
11.5 The Technical Bid shall not include any financial information related to
the Price Bid. A Technical Bid containing such material or financial
information shall be declared non-responsive.
12. Letter of Bid 12.1 The Letters of Technical Bid and Price Bid, Schedules, and all
and Schedules documents listed under ITB 11, shall be prepared using the relevant
forms in Section IV (Bidding Forms) and in Section VII (Priced Activity
Schedule). The forms must be completed without any alterations to the
text, and no substitutes shall be accepted. All blank spaces shall be
filled in with the information requested.
13. Alternative 13.1 Unless otherwise specified in the BDS, alternative bids shall not be
Bids considered.
13.2 When alternative times for completion are explicitly invited, a statement
to that effect will be included in the BDS, as will the method of
evaluating different times for completion.
13.3 When specified in the BDS, Bidders are permitted to submit
alternative technical solutions for specified parts of the Works. Such
parts will be identified in the BDS and described in Section VI
(Employer’s Requirements). The method for their evaluation will be
stipulated in Section III (Evaluation and Qualification Criteria).
14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Price
Discounts Bid and in the Schedules shall conform to the requirements specified
below.
14.2 The Bidder shall submit a bid for the whole of the works described in
ITB 1.1 by filling in price as Lumpsum price in Section VII (Priced
Activity Schedule).
14.3 The price to be quoted in the Letter of Price Bid shall be the total price
of the Bid, excluding any discounts offered.
14.4 Unconditional discounts, if any, and the methodology for their
application shall be quoted in the Letter of Price Bid, in accordance with
ITB 12.1.
14.5 If so indicated in ITB 1.3, bids are invited for individual Contracts or for
any combination of Contracts (packages). Bidders wishing to offer any
price reduction for the award of more than one Contract shall specify in
their bid the price reductions applicable to each package, or
alternatively, to individual Contracts within the package. Price
reductions or discounts shall be submitted in accordance with ITB 14.4,
provided the Bids for all Contracts are submitted and opened at the

TAMAKOSHI V HYDROELECTRIC PROJECT


9
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

same time.
14.6 The price quoted by the Bidder shall be fixed which means that the
price is not subject to adjustment.
14.7 The bidder is subject to local taxes such as VAT, social charges or
income taxes on nonresident international personnel, and also duties,
fees, levies on amounts payable by the employer under the Contract.
All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 30 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total bid price submitted by the Bidder.
15. Currency of Bid 15.1 The prices shall be quoted by the bidder entirely in Nepali currency;
and Payment if not otherwise specified in the BDS
16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a statement of
Comprising the work methods, equipment, personnel, schedule and any other
Technical information as stipulated in Section IV (Bidding Forms), in sufficient
Proposal detail to demonstrate the adequacy of the Bidders’ proposal to meet
the work requirements and the completion time.
17. Documents 17.1 To establish its qualifications to perform the Contract in accordance
Establishing the with Section III (Evaluation and Qualification Criteria) the Bidder shall
Qualifications of provide the information requested in the corresponding information
the Bidder sheets included in Section IV (Bidding Forms).
18. Period of 18.1 Bids shall remain valid for the period specified in the BDS after the
Validity of Bids bid submission deadline date prescribed by the Employer. A bid valid
for a shorter period shall be rejected by the Employer as
nonresponsive.
18.2 In exceptional circumstances, prior to the expiration of the bid validity
period, the Employer may request Bidders to extend the period of
validity of their Bids. The request and the responses shall be made in
writing. If a bid security is requested in accordance with ITB 19, it shall
also be extended 30 days beyond the deadline of the extended validity
period. A Bidder may refuse the request without forfeiting its bid
security. A Bidder granting the request shall not be required or
permitted to modify its Bid and to include any additional conditions
against the provisions specified in Bid Documents.
19. Bid Security 19.1 The Bidder shall furnish as part of its bid, in original form, a bid security
as specified in the BDS. In case of e-submission of bid, the Bidder
shall upload scanned copy of Bid security letter at the time of electronic
submission of the bid. The Bidder accepts that the scanned copy of the
Bid security shall, for all purposes, be equal to the original. The details
of original Bid Security and the scanned copy submitted with e-bid
should be the same otherwise the bid shall be non-responsive.
19.2 The bid security shall be, at the Bidder’s option, in any of the following
forms:
(a) an unconditional bank guarantee from Commercial Bank or
Financial Institution eligible to issue Bank Guarantee as per
prevailing Law or;
(b) a cash deposit voucher in the Employer's Account as specified in
BDS.

TAMAKOSHI V HYDROELECTRIC PROJECT


10
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

In the case of a bank guarantee, the bid security shall be submitted


either using the Bid Security Form included in Section IV (Bidding
Forms) or in another Form acceptable to the employer. The form must
include the complete name of the Bidder. The bid security shall be valid
for minimum thirty (30) days beyond the original validity period of the
bid, or beyond any period of extension if requested under ITB 18.2.
19.3 The bid security issued by any foreign Bank outside Nepal must be
counter guaranteed by Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law in Nepal.
19.4 Any bid not accompanied by an enforceable and substantially
compliant bid security shall be rejected by the Employer as
nonresponsive. In case of e- Submission, if the scanned copy of an
acceptable Bid Security letter is not uploaded with the electronic Bid
then Bid shall be rejected.
19.5 The bid security of unsuccessful Bidders shall be returned within three
days, once the successful Bidder’s furnishing of the required
performance security and signing of the Contract Agreement pursuant
to ITB 40.1 and 41.1.
19.6 The bid security shall be forfeited if:
(a) a Bidder requests for withdrawal or modification of its bid, except as
provided in ITB 18.2:
(i) during the period of bid validity specified by the Bidder on the Letter
of Technical Bid and Price Bid, in case of electronic submission;
(ii) from the period twenty-four hours prior to bid submission deadline
up to the period of bid validity specified by the Bidder on the Letter
of Technical Bid and Price Bid, in case of hard copy submission.
(b) a Bidder changes the prices or substance of the bid while providing
information pursuant to clause 27.1;
(c) a Bidder involves in fraud and corruption pursuant to clause 3.1;
(d) the successful Bidder fails to:
(i) furnish a performance security in accordance with ITB 40.1;
(ii) sign the Contract in accordance with ITB 41.1; or
(iii) accept the correction of arithmetical errors pursuant to clause 33.1
19.7 The Bid Security of a Joint Venture shall be in the name of the Joint
Venture that submits the bid. If the Joint Venture has not been legally
constituted at the time of bidding, the Bid Security shall be in the
names of all future partners as named in the letter of intent mentioned
in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare the Technical Bid and the Price Bid
Signing of Bid comprising the Bid as described in ITB 11 Alternative bids, if permitted
in accordance with ITB 13, shall be prepared as “ALTERNATIVE”. The
Bidder shall submit his bid electronically in PDF or web forms files as
specified in ITB Clause 21.1(a).
20.2 The bid shall be attached with the signed authorization letter by an

TAMAKOSHI V HYDROELECTRIC PROJECT


11
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

authorized person or persons duly authorized to sign on behalf of


the Bidder. This authorization shall consist of a written confirmation as
specified in the BDS and shall be attached to the bid. The name and
position held by each person signing the authorization must be typed or
printed below the signature.
20.3 Any amendments such as interlineations, erasures, or overwriting shall be
valid only if they are signed or initialed by the person signing the bid.

TAMAKOSHI V HYDROELECTRIC PROJECT


12
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

D. Submission and Opening of Bids


21. Submission of 21.1 Bid submission procedure
Bid
(a) Bidders submitting the Bids shall follow the electronic bid
submission procedure specified in this clause.
i. The bidder is required to register in the e-GP system
https://www.bolpatra.gov.np/egp following the procedure specified in
e-GP guideline.
ii. Interested bidders may either purchase the bidding document from
the Employer's office as specified in the Invitation for Bid (IFB) or
bidders may download the IFB and bidding document from e-GP
system.
iii. The registered bidders need to maintain their profile data each time
required during preparation of bids.
iv. In order to submit their bids, the cost of the bidding document can be
deposited as specified in IFB. In addition, electronic scanned copy
(.pdf format) of the bank deposit voucher/cash receipt should also be
submitted along with the technical bid.
v. The bidder can prepare their technical and price bids using data and
documents maintained in bidder’s profile and forms/format provided
in bidding document by Employer. The bidder may submit bids as a
single entity or as a joint venture. The bidder submitting bid in joint
venture shall have to upload joint venture agreement along with
partner(s) Bolpatra ID provided during bidder’s registration.
vi. Bidders (all partners in case of JV) should update their profile data
and documents required during preparation and submission of their
technical bids.
vii. In case of bid submission in JV, the consent of the partners shall be
obtained through the confirmation link sent to the registered email
address and the partners shall have to acknowledge their
confirmation.
viii. After providing all the details and documents, two separate bid
response documents i.e. technical bids and price bids will be
generated from the system. Bidders are advised to download and
verify the response documents prior to bid submission.
ix. For verifying the authentic user, the system will send one time
password (OTP) in the registered e-mail address of the bidder.
System will validate the OTP and allow bidder to submit their bid.
x. Electronically submitted bids can be modified and/or withdrawn
through system. The bidder may modify their bids multiple times
online within bid submission date and time specified in e-GP system.
Once a Bid is withdrawn, bidder won’t be able to submit another bid
response for the same bid.
xi. The Bidder / Bid shall meet the following requirements and
conditions for e-submission of bids;
aa) The e-submitted bids must be readable through open standards
interfaces. Unreadable and or partially submitted bid files shall be

TAMAKOSHI V HYDROELECTRIC PROJECT


13
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

considered incomplete and rejected for further bid evaluation.


bb) In addition to electronically submitted PDF files/web forms, the
Bidder shall be required to submit the original bid security letter/
documents and clarifications as specified in ITB Clause 27. If a
bidder does not submit the original Bid security letter and requested
documents and or clarifications within the specified time limit then
the bid shall not be considered for further evaluation.
cc) If a major discrepancy is found between the electronically submitted
PDF bid files and the documents/ clarifications provided by the
Bidder as per ITB Clause 27, then the bid shall not be considered
for further evaluation.
dd) The facility for submission of bid electronically through e-
submission is to promote transparency, non-discrimination, equality
of access, and open competition in the bidding process. The Bidders
are fully responsible to use the e- submission facility properly in the
e-GP portal of PPMO- http://www.bolpatra.gov.np as per specified
procedures and in no case the Employer shall be held liable for
Bidder's inability to use this facility.
ee) When a bidder submits electronic bid through the PPMO e-GP
portal, it is assumed that the bidder has prepared the bid by studying
and examining the complete set of the Bidding documents including
specifications, drawings and conditions of contract.
ff)
Bidders who submit electronic bid should deposit the bidding
document fee as specified in IFB and upload the scan copy (in pdf
format) of the deposit voucher at the time of bid submission. The
deposited amount shall be verified by the Employer during the bid
evaluation process. The submitted Bid shall be non- responsive and
shall not be evaluated if the cost for bidding document is not
deposited as specified in the IFB.
The required forms and documents shall be part of technical bids

No. Document Requirement Remarks


1. Letter of Technical Bid Mandatory PDF
2. Bid Security/Bank Guarantee Mandatory PDF
3. Company Registration Certificate Mandatory PDF
Mandatory for
4. VAT Registration Certificate PDF
domestic bidders
5. Business Registration Certificate Mandatory PDF
Tax Clearance Certificate/Tax
return submission Mandatory (for
6. PDF
evidence/evidence of time domestic bidders)
extension
Power of Attorney of Bid
7. Mandatory PDF
signatory
Bank Voucher for cost of bid
8. Mandatory PDF
document
Mandatory in case
9. Joint Venture Agreement PDF
of JV Bids Only

TAMAKOSHI V HYDROELECTRIC PROJECT


14
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

The required forms and documents shall be part of price bids.

No. Document Requirement Remarks


1. Letter of Price Bid Mandatory PDF
Online
2. Completed Activity Schedule Mandatory
Forms
Additional Documents;
3. If applicable PDF
specified in ITB 11.3 (d)
Note: a) Bidders (all partners in case of JV) should verify/update their
profile documents as appropriate for the specific bid before submitting their
bid electronically.
22. Deadline for 22.1 Bids must be submitted electronically no later than the date and time
Submission of indicated in the BDS.
Bids
The standard time for e-submission is Nepal Standard Time as set out in
the server. The e-procurement system will accept the e- submission of bid
from the date of publishing of notice and will automatically not allow the e-
submission of bid after the deadline for submission of bid.
22.2 The Employer may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Document in accordance
with ITB 8, in which case all rights and obligations of the Employer and
Bidders previously subject to the deadline shall thereafter be subject to
the deadline as extended.
23. Late Bids 23.1 The e-procurement system will automatically not allow the e- submission
of bid after the deadline for submission of bid.
24. Withdrawal, and 24.1 A Bidder may withdraw, or modify its bid- Technical or Price - after it has
Modification of been submitted by e-submission. Once a Bid is withdrawn, bidder shall
Bids not be able to submit another bid for this bidding process. Procedures for
withdrawal or modification of submitted bids are as follows:
a) Bidder may submit modification or withdrawal prior to the deadline
prescribed for submission of bids through e-GP system by using the
forms and instructions provided by the system.
24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall not be
opened.
24.3 The following provisions apply for withdrawal or modification of the Bids:
(i) No bids shall be withdrawn or modified in the interval between deadline
for submission of bids and the expiration of the period of bid validity
specified by the Bidder on the Letter of Technical Bid and Price Bid or
any extension thereof.
24.4 Request for withdrawal or modifications through different medium shall not
be considered.
25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address, on
the date and time specified in the BDS in the presence of Bidders`
designated representatives who choose to attend.
25.2 The Employer shall download the e-submitted Technical Bid. The e-GP

TAMAKOSHI V HYDROELECTRIC PROJECT


15
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

system allows the Employer to download the e-submitted technical bid


only after bid opening date and time after login simultaneously by at least
two members of the Bid Opening Committee.
25.3 Electronic Bids shall be opened one by one and read out. The e- submitted
technical bids must be readable through open standards interfaces.
Unreadable and or partially submitted bid files shall be considered
incomplete.
25.4 Only Technical Bids read out and recorded at bid opening shall be
considered for evaluation.
No bid shall be rejected at opening of Technical Bids.
25.5 The Employer shall prepare a record of the opening of Technical Bids that
shall include, as a minimum: the name of the Bidder and whether there is
a withdrawal, or modification; and the presence or absence of a bid
security. The Bidders’ representatives who are present shall be requested
to sign the record. The omission of a Bidder’s signature on the record shall
not invalidate the contents and effect of the record.
25.6 At the end of the evaluation of the Technical Bids, the Employer will invite
bidders who have submitted substantially responsive Technical Bids and
who have been determined as being qualified for award to attend the
opening of the Price Bids. The date, time, and location of the opening of
Price Bids will be advised in writing by the Employer. Bidders shall be
given at least 7 days notice for the opening of Price Bids.
25.7 The Employer will notify Bidders in writing who have been rejected on the
grounds of their Technical Bids being substantially non-responsive to the
requirements of the Bidding Document.
25.8 The Employer shall conduct the opening of Price Bids of all Bidders who
submitted substantially responsive Technical Bids, in the presence of
Bidders` representatives who choose to attend at the address, on the
date, and time specified by the Employer. The Bidder’s representatives
who are present shall be requested to sign a register evidencing their
attendance.
25.9 All envelopes containing Price Bids shall be opened one at a time and the
following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification;
(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Employer may consider appropriate.
Only Price Bids, discounts, modifications, and alternative offers read out
and recorded during the opening of Price Bids shall be considered for
evaluation. No Bid shall be rejected at the opening of Price Bids.
25.10 The Employer shall prepare a record of the opening of Price Bids that shall
include, as a minimum, the name of the Bidder, the Bid Price (per lot if
applicable), any discounts, modifications and alternative offers. The
Bidders’ representatives who are present shall be requested to sign the
record. The omission of a Bidder’s signature on the record shall not
invalidate the contents and effect of the record.

TAMAKOSHI V HYDROELECTRIC PROJECT


16
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

E. Evaluation and Comparison of Bids


26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and
post-qualification of bids and recommendation of Contract award, shall
not be disclosed to Bidders or any other persons not officially concerned
with such process until information on Contract award is communicated
to all Bidders.
26.2 Any attempt by a Bidder to influence the Employer in the evaluation of
the bids or Contract award decisions may result in the rejection of its bid.
26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on any
matter related to the bidding process, it may do so in writing.
27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the Technical
Bids and Price Bids, the Employer may, at its discretion, ask any Bidder for a
clarification of its Bid. Any clarification submitted by a Bidder that is not in
response to a request by the Employer shall not be considered. The
Employer’s request for clarification and the response shall be in writing.
No change in the substance of the Technical Bid or prices in the Price Bid
shall be sought, offered, or permitted, except to confirm the correction of
arithmetic errors discovered by the Employer in the evaluation of the Price
Bids, in accordance with ITB 33. Upon notification from the Employer, the
bidder shall also submit the original of documents comprising the
Technical and Price Bid as per ITB 11.2 and ITB 11.3 for verification of
submitted documents for acceptance of the e-submitted bid.
27.2 If a Bidder does not provide clarifications of its Bid by the date and time
set in the Employer’s request for clarification, its Bid may be rejected.
28. Deviations, 28.1 During the evaluation of bids, the following definitions apply:
Reservations
(a) “Deviation” is a departure from the requirements specified in the
and Omissions
Bidding Document;
(b) “Reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the Bidding
Document; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.
29. Examination of 29.1 The Employer shall examine the Technical Bid to confirm that all
Technical Bid documents and technical documentation requested in ITB 11.2 have
been provided, and to determine the completeness of each document
submitted.
29.2 The Employer shall confirm that the following documents and information
have been provided in the Technical Bid. If any of these documents or
information is missing, the offer shall be rejected.
(a) Letter of Technical Bid;
(b) Written confirmation of authorization to commit the Bidder;
(c) Bid Security; and
(d) Technical Proposal in accordance with ITB 16

TAMAKOSHI V HYDROELECTRIC PROJECT


17
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

30. Determination of 30.1 The Employer’s determination of a Bid’s responsiveness is to be based


Responsiveness on the contents of the bid itself, as defined in ITB11.2.
of Technical Bid
30.2 A substantially responsive Technical Bid is one that meets the
requirements of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation, or omission is
one that,
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or performance of
the Works specified in the Contract;
or
(ii) limit in any substantial way, inconsistent with the Bidding Document,
the Employer’s rights or the Bidder’s obligations under the proposed
Contract; or
(b) if rectified, would unfairly affect the competitive position of other
Bidders presenting substantially responsive bids.
30.3 The Employer shall examine the technical aspects of the Bid submitted
in accordance with ITB 16, Technical Proposal, in particular, to confirm
that all requirements of Section VI (Works Requirements) have been met
without any material deviation, reservation or omission.
30.4 If a bid is not substantially responsive to the requirements of the Bidding
Document, it shall be rejected by the Employer and may not subsequently
be made responsive by correction of the material deviation, reservation,
or omission.
30.5 The Employer evaluates the bid on the basis of the information in the
electronically submitted bid files. If the Bidder cannot substantiate or
provide evidence to establish the information provided in e-submitted bid
through documents/ clarifications as per ITB Clause 27.1, the bid shall
not be considered for further evaluation.
30.6 Bidder shall be non-responsiveness, if the Bid Document Fee is not
deposited to the stated bank account or paid to the employer’s office. In
case of JV, bidder must deposit or pay the bid document fee in the name
of JV or all JV Partners.
30.7 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any partner
of JV, such Natural Person or Board of Director of the firm/institution
/company or any partner of JV such bidder’s bid shall be excluded from
the evaluation, if public entity receives instruction from Government of
Nepal.
31. Nonconformities 31.1 Provided that a bid is substantially responsive, the Employer may waive
Errors, and any non-conformities in the bid that do not constitute a material deviation,
Omissions reservation, or omission.
31.2 Provided that a Technical Bid is substantially responsive, the Employer
may request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify nonmaterial
nonconformities in the Technical Bid related to documentation
requirements. Requesting information or documentation on such
nonconformities shall not be related to any aspect of the Price Bid. Failure

TAMAKOSHI V HYDROELECTRIC PROJECT


18
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

of the Bidder to comply with the request may result in the rejection of its
bid.
31.3 Provided that a Technical Bid is substantially responsive, the Employer
shall rectify quantifiable nonmaterial nonconformities related to the Bid
Price. To this effect, the Bid Price shall be adjusted, for comparison
purposes only, to reflect the price of a missing or non-conforming item or
component. The adjustment shall be made using the methods indicated
in Section III (Evaluation and Qualification Criteria).
31.4 If the monetary value of such non-conformities is found to be more than
fifteen percent of the Bid Price of the bidder pursuant to ITB 31.3, such
bid shall be considered nonresponsive and shall not be involved in
evaluation.
32. Qualification of 32.1 The Employer shall determine to its satisfaction during the evaluation of
the Bidder Technical Bids whether Bidders meet the qualifying criteria specified in
Section III (Evaluation and Qualification Criteria).
32.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB 17.1.
32.3 An affirmative determination shall be a prerequisite for the opening and
evaluation of a Bidder’s Price Bid. A negative determination shall result
into the disqualification of the Bid, in which event the Employer shall
return the unopened Price Bid to the Bidder.
33. Correction of 33.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical arithmetical errors on the following basis:
Errors
(a) If there is a discrepancy between the bid price in the Summary of
Activity Schedule and the bid amount in item(c) of the Letter of Price
Bid, the bid price in the Summary of Activity Schedule will prevail and
the bid amount in item(c) of the Letter of Price Bid will be corrected.
(b) If there is a discrepancy between words and figures, the amount in
words shall prevail, unless the amount expressed in words is related
to an arithmetic error, in which case the amount in figures shall prevail
subject to (a).
33.2 If the Bidder that submitted the lowest evaluated bid does not accept the
correction of errors, its bid shall be disqualified and its bid security shall
be forfeited.
34. Subcontractors 34.1 The Employer shall permit subcontracting for certain specialized works
as indicated in Section III. The sub-contractor shall meet the qualifications
criteria as indicated in section III.
Sub-contractors’ qualification and experience will not be considered for
evaluation of the Bidder. The Bidder on its own (without taking into
account the qualification and experience of the sub-contractor) should
meet the qualification criteria.
If the qualification and experience shall not meet the qualifications criteria
as indicated in section III, the proposed subcontractor shall be rejected
but the responsibility to perform the scope of work shall be of the bidder
itself.

TAMAKOSHI V HYDROELECTRIC PROJECT


19
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

Bidders may propose subcontracting up to the percentage of total value


of contracts or the volume of works as specified in the BDS.
35. Evaluation of 35.1 The Employer shall evaluate Price Bid of each bid for which the Technical
Price Bids Bid has been determined to be substantially responsive. The Employer
shall use the criteria and methodologies listed in this Clause. No other
evaluation criteria or methodologies shall be permitted.
35.2 To evaluate a Price Bid, the Employer shall consider the following:
(a) the bid price, excluding Value Added Tax , Provisional Sums, and the
provision, if any, for contingencies in the Summary Priced Activity
Schedule , but including Day work items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance with
ITB 33.1;
(c) price adjustment due to discounts offered in accordance with ITB 14.4;
(d) adjustment for nonconformities in accordance with ITB 31.3;
(e) application of all the evaluation factors indicated in Section III
(Evaluation and Qualification Criteria);
(f) the currency(ies) of the bid shall be converted into a single currency
as specified in the BDS.
(g) If applicable, bid price adjustment for a domestic preference as
specified in the BDS
35.3 The estimated effect of the price adjustment provisions of the Conditions
of Contract, applied over the period of execution of the Contract, shall not
be taken into account in bid evaluation.
35.4 If this Bidding Document allows Bidders to quote separate prices for
different Contracts, and to award multiple Contracts to a single Bidder,
the methodology to determine the lowest evaluated price of the Contract
combinations, including any discounts offered in the Letter of Price Bid,
is specified in Section III (Evaluation and Qualification Criteria).
35.5 If the bid, which results in the lowest Evaluated Bid Price extremely low
in the opinion of the Employer, the Employer may require the Bidder to
produce detailed price analysis for any or all activities of the Priced
Activity Schedule, to demonstrate the internal consistency of the price
with the construction methods and schedule proposed. After evaluation
of the price analysis, taking into consideration the schedule of estimated
Contract payments, the Employer may require that the amount of the
performance security be increased at the expense of the Bidder as
mentioned in BDS to protect the Employer against financial loss in the
event of default of the successful Bidder under the Contract or may
consider the bid as non-responsive.
35.6 The total amount for the contract must be priced as Lump sum.
35.7 The Employer evaluates the bid on the basis of the information in the
electronically submitted bid files. If the Bidder cannot substantiate or
provide evidence to establish the information provided in e-submitted bid
through documents/ clarifications as per ITB Clause 27.1, the bid shall
not be considered for further evaluation.

TAMAKOSHI V HYDROELECTRIC PROJECT


20
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

35.8 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any partner
of JV, such Natural Person or Board of Director of the firm/institution
/company or any partner of JV such bidder’s bid shall be excluded from
the evaluation, if public entity receives instruction from Government of
Nepal.
36. Comparison of 36.1 The Employer shall compare all substantially responsive bids in
Bids accordance with ITB 35.2 to determine the lowest evaluated bid.
37. Employer’s 37.1 The Employer reserves the right to accept or reject any bid, and to annul
Right to Accept the bidding process and reject all Bids at any time prior to contract award,
Any Bid, and to without thereby incurring any liability to Bidders. In case of annulment, all
Reject Any or Bids submitted and specifically, bid securities, shall be promptly returned
All Bids to the Bidders.

TAMAKOSHI V HYDROELECTRIC PROJECT


21
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

F. Award of Contract
38. Award Criteria 38.1 The Employer shall award the Contract to the Bidder whose offer has been
determined to be the lowest evaluated bid as per ITB 35.2 and is
substantially responsive to the Bidding Document, provided further that the
Bidder is determined to be qualified to perform the Contract satisfactorily.
39. Letter of Intent 39.1 The Employer shall notify the concerned Bidder whose bid has been
to Award the selected in accordance with ITB 38.1 within seven days of the selection of
Contract / the bid, in writing that the Employer has intention to accept its bid and the
Notification of information regarding the name, address and amount of selected bidder
Award shall be given to all other bidders who submitted the bid.
39.2 If no bidder submits an application pursuant to ITB 42 within a period of
seven days of the notice provided under ITB 39.1, the Employer shall,
accept the bid selected in accordance with ITB 38.1 and Letter of
Acceptance shall be communicated to the selected bidder prior to the
expiration of period of Bid validity, to furnish the performance security and
sign the contract within fifteen days.
39.3 At the same time, the Employer shall affix a public notice on the result of
the award on its notice board and may make arrangements to post the
notice into its website, if it has; and if it does not have, into the website of
the Public Procurement Monitoring Office, identifying the bid and lot
numbers and the following information: (i) name of each Bidder who
submitted a Bid; (ii) bid prices as read out at Bid Opening; (iii) name and
evaluated prices of each Bid; (iv) name of bidders whose bids were
rejected and the reasons for their rejection; and (v) name of the winning
Bidder, and the Price it offered, as well as the duration and summary scope
of the Contract awarded.
39.4 In Case, a corruption case is being filed to Court against the Natural Person
or Board of Director of the firm/institution /company or any partner of JV,
such Natural Person or Board of Director of the firm/institution /company or
any partner of JV such bidder’s bid shall be rejected, if public entity receives
instruction from Government of Nepal.
40. Performance 40.1 Within Fifteen (15) days of the receipt of Letter of Acceptance from the
Security and Employer, the successful Bidder shall furnish the performance security in
Line of Credit accordance with the Conditions of Contract, subject to ITB 35.5, as
specified below from Commercial Bank or Financial Institution eligible to
issue Bank Guarantee as per prevailing Law using Sample Form for the
Performance Security included in Section X (Contract Forms), or another
form acceptable to the Employer. The performance security issued by any
foreign Bank outside Nepal must be counter guaranteed by a Commercial
Bank or Financial Institution eligible to issue Bank Guarantee as per
prevailing Law in Nepal.
i) If bid price of the bidder selected for acceptance is up to 15 (fifteen)
percent below the approved cost estimate (including Provisional Sum
amount) the performance security amount shall be 5 (five) percent of the
bid price.
ii) For the bid price of the bidder selected for acceptance is more than 15
(fifteen) percent below of the cost estimate (including Provisional Sum
amount), the performance security amount shall be determined as
follows:

TAMAKOSHI V HYDROELECTRIC PROJECT


22
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

Performance Security Amount = [(0.85 x Cost Estimate – Bid Price) x


0.5] + 5% of Bid Price.
The Bid Price and Cost Estimate shall be exclusive of Value Added Tax.
Within Fifteen (15) days of the receipt of Letter of Acceptance from the
Employer, the successful Bidder shall furnish the Letter of Commitment for
Bank’s Undertaking for Line of Credit of the amount as specified in the BDS,
using Sample Form for the Line of Credit included in Section X (Contract
Forms) at the time of contract agreement.
40.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security and Line of Credit or to sign the Contract Agreement
shall constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security. In that event the Employer may award the
Contract to the next lowest evaluated Bidder whose offer is substantially
responsive and is determined by the Employer to be qualified to perform
the Contract satisfactorily. The process shall be repeated according to ITB
39.
41. Signing of 41.1 The Employer and the successful Bidder shall sign the Contract Agreement
Contract within the period as stated ITB 40.1.
41.2 At the same time, the Employer shall affix a public notice on the result of
the award on its notice board and make arrangement for causing such
notice to be affixed on the notice board also of the District Coordination
Committee, District Administration Office, Provincial Treasury and
Controller Office and District Treasury and Controller Office or
publish in Employer’s Web Site or PPMO Website. The Employer may
make arrangements to post the notice into its website, if it has; and if it does
not have, into the website of the Public Procurement Monitoring Office,
identifying the bid and lot numbers and the following information: (i) the
result of evaluation of bid; (ii) date of publication of notice inviting bids; (iii)
name of newspaper; (iv) reference number of notice; (v) item of
procurement; (vi) name and address of bidder making contract and (viii)
contract price
41.3 Within thirty (30) days from the date of issuance of notification pursuant to
ITB 39.1 unsuccessful bidders may request in writing to the Employer for a
debriefing seeking explanations on the grounds on which their bids were
not selected. The Employer shall promptly respond in writing to any
unsuccessful Bidder who, requests for debriefing.
41.4 If the bidder whose bid has been accepted fails to sign the contract as
stated ITB 41.1, the Public Procurement Monitoring Office shall blacklist the
bidder on recommendation of the Public Entity.
42. Complaint and 42.1 If a Bidder is dissatisfied with the Procurement proceedings or the decision
Review made by the Employer in opening of the price bid or the intention to award
the Contract, it may file an application to the Chief of the Public Entity within
Seven (7) days of providing the notice under ITB 25.8 and ITB 39.1 by the
Public Entity, for review of the proceedings stating the factual and legal
grounds.
42.2 Late application filed after the deadline pursuant to ITB 42.1 shall not be
processed.
42.3 The chief of Public Entity shall, within five (5) days after receiving the

TAMAKOSHI V HYDROELECTRIC PROJECT


23
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section I: Instructions to Bidders

application, give its decision with reasons, in writing pursuant to ITB 42.1:
(a) whether to suspend the procurement proceeding and indicate the
procedure to be adopted for further proceedings; or
(b) to reject the application.
The decision of the chief of Public Entity shall be final for the Bid amount
up to the value as stated in 42.4.
42.4 If the Bidder is not satisfied with the decision of the Public Entity in
accordance with ITB 42.3, is not given within five (5) days of receipt of
application pursuant to ITB 42.1, it can, within seven (7) days of receipt
of such decision, file an application to the Review Committee of the GoN,
stating the reason of its disagreement on the decision of the chief of Public
Entity and furnishing the relevant documents, provided that its Bid amount
is equal or more than Rupees Twenty Million (NRs. 20,000,000). The
application may be sent by hand, by post, by courier, or by electronic media
at the risk of the Bidder itself.
42.5 Late application filed after the deadline pursuant to ITB 42.4 shall not be
processed.
42.6 Within three (3) days of the receipt of application from the Bidder, pursuant
to ITB 42.4, the Review Committee shall notify the concerning Public Entity
to furnish its procurement proceedings, pursuant to ITB 42.3.
42.7 Within three (3) days of receipt of the notification pursuant to ITB 42.6, the
Public Entity shall furnish the copy of the related documents to the Review
Committee.
42.8 The Review Committee, after inquiring from the Bidder and the Public
Entity, if needed, shall give its decision within one (1) month of the receipt
of the application filed by the Bidder, pursuant to ITB 42.4.
42.9 The Bidder, filing application pursuant to ITB 42.4, shall have to furnish a
cash amount or Bank guarantee from Commercial Bank or Financial
Institution eligible to issue Bank Guarantee as per prevailing Law equivalent
to one percent (1%) of its quoted Bid amount with the validity period of at
least ninety (90) days from the date of the filing of application pursuant to
ITB 42.4.
42.10 If the claim made by the Bidder pursuant to ITB 42.4 is justified, the Review
Committee shall have to return the security deposit to the applicant,
pursuant to ITB 42.9, within seven (7) days of such decision made.
42.11 If the claim made by the Bidder pursuant to ITB 42.4 is rejected by the
Review
42.12 Committee, the security deposit submitted by the Bidder pursuant to ITB
42.9 shall be forfeited.

TAMAKOSHI V HYDROELECTRIC PROJECT


24
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section II: Bid Data Sheet

Section II: Bid Data Sheet


This section consists of provisions that are specific to each procurement and supplement the
information or requirement included in Section I. Instructions to Bidders.

A. General
ITB 1.1 The number of the Invitation for Bids is: TKJVC/TKV/080-81/ICB/DB-01
The Bid is invited as International Competitive Bidding (ICB)
ITB 1.1 The Employer is: Tamakoshi Jalvidhyut Company Limited (TKJVC),
Thapagaun, Kathmandu
ITB 1.1 The name of RFB is:
Contract 2 - Electro-Mechanical Equipment and Transmission Lines
(Contract ID No: TKJVC/TKV/080-81/ICB/DB-01)
The number and identification of lots (contracts) comprising this project are
listed below. This Bidding Document refers exclusive to the above noted
Contract 2.
Contract 1 - Civil Works and Hydromechanical Equipment
Contract 2 - Electro-Mechanical Equipment and Transmission Lines
Works
Contract 3 - Permanent Camp and Roads
ITB 1.3 Multiple Contract is Not Applicable
ITB 2.1 The name of the Project is Tamakoshi V Hydroelectric Project
The implementing agency is Tamakoshi Jalvidhyut Company Limited
Funding by Nepal Government and Nepal Electricity Authority and Financing
Institutions and Public Share.
ITB 3.3 (d) For DP Funded: Not Applicable
ITB 3.6 Delete this Sub-clause in its entirety.
ITB 4.1 (a) Maximum number of partners in a joint venture shall be: Two (2) Including Lead
Partner.
The lead partner shall have at least 51% share in the Joint Venture. The other
partner of Joint Venture shall have at least 25% share in the Joint Venture.
ITB 4.1 Add the following at the end of ITB 4.1:
(c) A statement to the effect that all members of the joint venture (JV) shall be
jointly and severally liable for the execution of the entire Contract in
accordance with the Contract terms, shall be included in the authorization
nominating a Representative or member in charge, as well as in the Bid,
and in the Agreement [in case of a successful bid]. This authorization shall
be evidenced by submitting a power of attorney signed by legally authorized
signatories of all members.
(d) All members of JV shall have active participation during the execution of
the contract.
ITB 4.4 For DP: [insert website address for the list of debarred firms]

TAMAKOSHI V HYDROELECTRIC PROJECT


25
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section II: Bid Data Sheet

Not Applicable

B. Bidding Document
ITB 6.1 Delete the content of ITB 6.1 in its entirety and replace with the following:

The Bidding Document consists of File 1 and 2, which include all the Sections
and Books indicated below, and should be read in conjunction with any Addenda
issued in accordance with ITB 8.

FILE 1
Part - I Bidding Procedures
Section - I Instructions to Bidders (ITB)
Section - II Bid Data Sheet (BDS)
Section - III Evaluation and Qualification Criteria (EQC)
Section - IV Bidding Forms (BDF)
Section - V Eligible Countries

Part - II Requirements
Section - VI Employer’s Requirement (ERQ)
Section - VII Bid Price and Payment Schedule

Part - III Conditions of Contract and Contract Forms


Section - VIII General Conditions of Contract (GCC)
Section - IX Particular Conditions of Contract (PCC)
Section - X Contract Forms (COF)

FILE 2
Book 1
Annexure 1: Technical Specifications
Vol 0: Information for Tenderers
Vol 1 MET: Performance Technical Specifications (PTS) and Annexes
Vol 2 MET: General Technical Specifications (GTS) and Annexes

Book 2
Annexure 1: Technical Specifications
Vol 3M: Mechanical Particular Technical Specifications
Vol 3E: Electrical Particular Technical Specifications
Vol 3T: Transmission Particular Technical Specifications

Book 3
Annexure 2: ToR of Employer’s Representative
Annexure 3: Technical Data Sheets
Annexure 4: Operation and Maintenance Services Requirements

Book 4
Annexure 5
Annexure 5.1: Tender Drawings
Annexure 5.2: Tentative Construction Time Schedule

ITB 7.1 For clarification purposes only, the Employer’s address is:

TAMAKOSHI V HYDROELECTRIC PROJECT


26
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section II: Bid Data Sheet

Attention: Chief Executive Officer


Address: Tamakoshi Jalvidhyut Company Limited House No. 106,
Okharbot Marg, Thapagaun Kathmandu, Nepal
Telephone: +977-1-5245063/67
Electronic mail address: tamakoshi5@nea.org.np
ITB 7.4 A Pre-Bid meeting shall be held. Pre-Bid Meeting will take place at the following
date, time and place:
Date: July 14, 2024. Time: 1:00 PM (NST)
Place: Tamakoshi Jalvidhyut Company Limited
House No. 106, Okharbot Marg, Thapagaun
Kathmandu, Nepal
A site visit shall not be organized by the Employer.
ITB 7.5 Time for request: Requests for clarification should be received by the Employer
no later than 15 days prior to the deadline for submission of bids.

C. Preparation of Bids
ITB 10.1 The language of the bid is: English
All correspondence exchange shall be in English language.
Language for translation of supporting documents and printed literature is
English.
Note:
a) All the Bidder’s documents (except experience certificates) other than in
English shall be translated to English and duly authenticated by Notary
agencies. All the Bidder’s experience certificate (other than in English
Language shall be translated in English and notarized) shall be
authenticated by Government entity of respective countries and then
submitted.
b) For International Bidders, Government Entity means any respective
Government Organization/Entity situated in Nepal or in respective Country
who have authority for authentication of documents of their country. (For
Example, Embassy Office of respective country in Nepal or Ministry of
Foreign Affairs of respective country is one of the Government Entity.)
c) For Domestic Bidders, documents other than English shall be translated and
all the documents shall be certified by Notary Public of Nepal and then
submitted.
ITB 11.2 (h) The Bidder shall submit with its Technical Bid the following additional
documents:
1. Technical Data Sheets – Electrical Equipment (Refer Annexure 3)
2. Technical Data Sheets – Mechanical Equipment (Refer Annexure 3)
3. Technical Data Sheets – Transmission Lines Equipment (Refer Annexure 3)
ITB 11.3 (b) Delete in its entirety and replace with the following:

TAMAKOSHI V HYDROELECTRIC PROJECT


27
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section II: Bid Data Sheet

In accordance with ITB 12 and ITB 14, Section VII: Bid Price and Payment
Schedule
ITB 11.3 (d)
The Bidder shall submit with its Price Bid the following additional documents:
1. Disbursement Schedule
2. Detail Breakdown for the percentage of proposed Foreign Currency
Requirement.
ITB 13.1 Alternative bids shall not be permitted.
ITB 13.2 Alternative times for completion shall not be permitted.
ITB 13.3 Alternative technical solutions shall not be permitted.
ITB 14.2 Delete the content of ITB 14.2 in its entirety and replace with the
following:
The Bidder shall submit a bid for the whole of the works described in ITB 1.1 by
filling in prices for all activities of the Works, as identified in Section VII (Bid Price
and Payment Schedule). Items against which no rate or price is entered by the
Bidder will not be paid for by the Employer when executed and shall be deemed
covered by the rates for other items and prices in the Bid Price and Payment
Schedule.
ITB 14.6 The Table of Adjustment Data in Section IV (Bidding Forms) is not Applicable.
ITB 15.1 Delete this Sub-Clause in its entirety and replace with the following Sub
Clauses:
15.1 Currency of Bid:
The price quoted by the Bidder shall be in Nepalese Rupees (NPR) for local
currency components and United States Dollars (USD) for foreign currency
components. The amounts of the Bid Price in the respective currencies shall be
used for the purpose of payment.

ITB 15.2 Add new Sub-clause ITB 15.2 as below:


15.2 Currencies of Payment:
The currencies of payment shall be in USD for Foreign currency
component and in Nepalese Rupees for Local Currency component.
ITB 15.3 Add new Sub-clause ITB 15.3 as below:

15.3 The maximum portion of Foreign Currency requirements with respect to


the evaluated bid price shall not be more than Eighty-Five percent (85%).
a) Bidders shall indicate the portion of the bid price that corresponds to
expenditures incurred in foreign currency in the Bid Price and Payment
Schedule included in Section VII.
b) The rates of exchange to be used by the bidder for currency conversion
during bid preparation shall be the selling rates for similar transactions
prevailing on the date thirty (30) days prior to the deadline for submission

TAMAKOSHI V HYDROELECTRIC PROJECT


28
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section II: Bid Data Sheet

of bids published by Nepal Rastra Bank. Bidders shall note that for the
purpose of payments, the exchange rates confirmed by Nepal Rastra
Bank as the selling rates prevailing 30 days prior to the deadline for
submission of bids shall apply for the duration of the Contract so that no
currency exchange risk is borne by the bidder.
c) Foreign currency requirements indicated by the bidders in the Bid Price
and Payment Schedule shall include, but not limited to the specific
requirements for:
• expatriate staff and labor employed directly on the Works;
• social, insurance, medical and other charges relating to such
expatriate staff and labor, and foreign travel expenses;
• imported materials, both temporary and permanent, including fuels,
oil and lubricants required for the Works;
• depreciation and usage of imported Plant and Contractor's
Equipment, including spare parts, required for the Works;
• foreign insurance and freight charges for imported materials, Plant
and Contractor's Equipment, including spare parts; and
• overhead expenses, fees, profit, and financial charges arising outside
the Employer's country in connection with the Works.
d) Bidders may be required by the Employer to clarify their foreign currency
requirements, and to substantiate that the amounts included in the prices
and shown in the Bid Price and Payment Schedule are reasonable and
responsive, in which case a detailed breakdown of its foreign currency
requirements shall be provided by the Bidder.
e) Bidders should note that during the progress of the Works, the foreign
currency requirements of the outstanding balance of the Contract Price
may be adjusted by agreement between the Employer and the
Contractor in order to reflect any changes in foreign currency
requirements for the Contract, in accordance with General Conditions of
Contract 14.15 .Any such adjustment shall be affected by comparing the
percentages quoted in the bid with the amounts already used in the
Works and the Contractor's future needs for imported items.
ITB 18.1 The bid validity period shall be: 180 days
ITB 19.1 The Bidder shall furnish a bid security, from Commercial Bank or Financial
Institution eligible to issue Bank Guarantee as per prevailing Law with
a minimum of equivalent NRs. 106,000,000.00 (In Words: Nepali Rupees
One Hundred Six Million Only) covering also the Optional Priced items which
shall be valid for 30 days beyond the validity period of the bid.
ITB 19.2 (b) Name of the Bank: Nabil Bank
Branch: Teendhara Branch, Durbarmarg, Kathmandu
Name of Office: Tamakoshi Jalvidhyut Company Limited Office
Account no.: 9701017500087
ITB 20.1 In addition to the original of the bid, the number of copy/ies is/are:
Not Applicable

TAMAKOSHI V HYDROELECTRIC PROJECT


29
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section II: Bid Data Sheet

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
indicate:
(a) The name and description of the documentation required to demonstrate
the authority of the signatory to sign the Bid such as a Power of Attorney;
and
(b) In the case of Bids submitted by an existing or intended JV, an
undertaking signed by all parties (i) stating that all parties shall be jointly
and severally liable, and (ii) nominating a Representative who shall have
the authority to conduct all business for and on behalf of any and all the
parties of the JV during the bidding process and, in the event the JV is
awarded the Contract, during contract execution.
(c) The Issuance of the Power of Attorney is required subsequent to the date
of bid publication and must adhere to the provided format.

D. Submission and Opening of Bids


ITB 21.1 Bidders shall submit their bids electronically.
In the Table Title as “The required forms and documents shall be part of price
bids.” Under S.No. 2, delete “Completed Activity Schedule (ACS)” and
replace with “Bid Price and Payment Schedule”.
ITB 22.1 The deadline for bid submission is:
Date : July 29, 2024
Time : 12:00 Noon (NST)
ITB 25.1 The Technical Bid opening shall take place at:
Address: Tamakoshi Jalvidhyut Company Limited
House No. 106, Okharbot Marg, Thapagaun
Kathmandu, Nepal
Date: July 29, 2024
Time: 1:00 PM (NST)

E. Evaluation and Comparison of Bids


ITB 32 Add at the end a new Sub-clause 32.4 as follows:
(New Sub- Only in specifically stated criteria, the Bidders may also indicate their Parent
Clause 32.4) Company's experiences. The Parent Company's experience (if any) shall be
counted while evaluating the prospective bidders.
ITB 33.1 (a) Delete “Summary of Activity Schedule” and replace with “Bid Price and
Payment Schedule”.
ITB 34.1 a) Contractor’s proposed subcontracting: Maximum percentage of
subcontracting permitted is: 25% of the total Contract Amount.
b) Sub-contractors’ qualification and experience will not be considered for
evaluation of the Bidder. The Bidder on its own (without taking into
account the qualification and experience of the sub-contractor) should

TAMAKOSHI V HYDROELECTRIC PROJECT


30
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section II: Bid Data Sheet

meet the qualification criteria, except as mentioned otherwise in case of


Key Activities.
ITB 35.2 (a) Delete “Summary of Activity Schedule” and replace with “Bid Price and Payment
Schedule”.
ITB 35.2 (f) Nepali Currency
ITB 35.2 (g) Not Applicable
ITB 35.5 The amount of the performance security shall be increased by Eight (8) percent
of quoted bid price.

F. Award of Contract
For Performance Security:
ITB 40.1
In the opening sentence of the first paragraph, delete Fifteen (15) days and
replace with Thirty (30) days

Furnishing of the Letter of Commitment for Bank’s Undertaking for Line of Credit:

Not Applicable
ITB 41.2
Delete the content of ITB 41.2 in its entirety and replace with the following:
At the same time, the Employer shall affix a public notice on the result of the
award on its notice board and make arrangement for causing such notice to be
affixed on the notice board of the Employer and publish in Employer’s Web
Site or PPMO Website. The Employer may make arrangements to post the
notice into its website, if it has; and if it does not have, into the website of the
Public Procurement Monitoring Office, identifying the bid and lot numbers and
the following information: (i) the result of evaluation of bid; (ii) date of publication
of notice inviting bids; (iii) name of newspaper; (iv) reference number of notices;
(v) item of procurement; (vi) name and address of bidder making contract and
(vii) contract price.

TAMAKOSHI V HYDROELECTRIC PROJECT


31
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Section III: Evaluation and Qualification Criteria


Table of Criteria

1. Evaluation
1.1 Adequacy of Technical Proposal
1.2 Multiple Contracts (Not Applicable)
1.3 In Case, other than Multiple Contracts
1.4 Completion Time (Not Applicable)
1.5 Alternative Technical Solutions (Not Applicable)
1.6 Quantifiable Nonconformities, Errors and Omissions
2. Qualification
2.1 Eligibility
2.2 Pending Litigation
2.3 Financial Situation
2.4 Experience
2.5 Understanding about the Project and Proposed Design
2.6 Personnel
2.7 Construction Equipment
2.8 Subcontractors

TAMAKOSHI V HYDROELECTRIC PROJECT


32
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders
by post-qualification exercise. TKJVC requires bidders to be qualified by meeting predefined, precise
minimum requirements. The method sets pass-fail criteria, which, if not met by the bidder, results
in disqualification. In accordance with ITB 32 and ITB 35, no other methods, criteria and factors
shall be used. The Bidder shall provide all the information requested in the forms included in Section
IV (Bidding Forms).

1. Evaluation
In addition to the criteria listed in ITB 35.2 (a) - (e) the following criteria shall apply:

1.1. Adequacy of Technical Proposal


Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's technical
capacity, to mobilize key equipment and personnel for the contract consistent with its proposal
regarding work methods, scheduling, and material sourcing in sufficient detail and fully in
accordance with the requirements stipulated in Section VI (Employer’s Requirements) and the
commitment filled out in Section IV (Bidding Forms).
(The Tenderer shall fill out the Bidding Forms in Section IV, thereby supplying the additional
information required for his Tender. If necessary, the Tenderer shall enclose additional pages to
supplement the enclosed forms. He shall retain the format and layout of these forms in any
additional pages he enclosed)

1.2. Multiple Contracts


Not Applicable

1.3. In case, other than Multiple Contracts


Not Applicable

1.4. Completion Time


An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:
Not Applicable

1.5. Alternative Technical Solutions


Alternative technical solutions, if permitted under ITB 13.4, will be evaluated as follows:
Not Applicable

1.6. Quantifiable Nonconformities, Errors and Omissions


Subject to ITB 14.2 and ITB 35.2, the evaluated cost of quantifiable nonconformities including
omissions, is determined as follows:
Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities shall be evaluated,
excluding the omission of prices in the BoQ. The Employer will make its own assessment of the
cost of any nonmaterial nonconformities and omissions for the purpose of ensuring a fair
comparison of bids. The evaluated amount of quantifiable nonconformities, errors and/or omissions
shall be determined by ascertaining the price of such effect on an equal basis by adjusting the
same to the quoted price of the bid. A bid having minor deviations and having no material deviation
to cause any serious effect upon the scope, quality, characteristics, terms and conditions,
performance or any other requirements stated in the bidding documents and acceptable to the
Employer, can be considered to be substantially responsive.

TAMAKOSHI V HYDROELECTRIC PROJECT


33
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

2. Qualification

2.1. Eligibility

Criteria Compliance Requirements Documents


Requirement Single Entity Joint Venture Submission
Requirements
All Partners Each One Partner
Combined Partner
2.1.1 Nationality
Nationality in must meet must meet must meet not applicable Letter of
accordance with ITB requirement requirement requirement Technical Bid
sub-clause 4.2 Forms ELI –1;
ELI –2 with
attachments
2.1.2 Conflict of Interest
No conflicts of interest must meet existing or must meet not applicable Letter of
in accordance with ITB requirement intended JV requirement Technical Bid
Sub-Clause 4.3. must meet
requirement
2.1.3 Government / DP Eligibility
Not having been must meet must meet must meet not applicable Letter of
declared ineligible by requirement requirement requirement Technical Bid
government / DP, as
described in ITB Sub-
Clause 4.4.
2.1.4 Government-owned Entity
Bidder required to must meet existing or must meet not applicable Forms ELI - 1,
meet conditions of requirement intended JV requirement ELI - 2, with
ITB Sub-Clause 4.5. must meet attachments
requirement
2.1.5 UN Eligibility
Not having been must meet existing or must meet not applicable Letter of
declared ineligible requirement intended JV requirement Technical Bid
based on a United must meet
Nations resolution or requirement
Employer's country
law, as described in
ITB Sub-Clause 4.8.
2.1.6 Other Eligibility
Firm Registration must meet not must meet not applicable Document
Certificate requirement applicable requirement attachment
Business Registration must meet not must meet not applicable Document
Certificate requirement applicable requirement attachment
VAT and PAN must meet not must meet not applicable Document
Registration certificate requirement applicable requirement attachment

TAMAKOSHI V HYDROELECTRIC PROJECT


34
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Criteria Compliance Requirements Documents


Requirement Single Entity Joint Venture Submission
Requirements
All Partners Each One Partner
Combined Partner
(only for domestic
bidders)
Tax Clearance must meet not must meet not applicable Document
Certificate/Tax return requirement applicable requirement attachment
submission
evidence/evidence of
time for the F/Y
2079/80) (Only for
domestic bidders)
2.1.7 Bidder’ Running Contracts
Bidder’s Running must meet existing or must meet not applicable Form ELI-3
Contracts 1 not more requirement intended JV requirement
than five (5) as must meet
described in ITB 4.10. requirement

2.2. Pending Litigation

Criteria Compliance Requirements Documents


Requirement Single Entity Joint Venture Submission
Requirements
All Partners Each Partner One
Combined Partner
2.2.1 Pending Litigation
All pending litigation must meet not must meet not Form LIT – 1
shall be treated as requirement applicable requirement applicable
resolved against the by itself or as by itself or as
Bidder and so shall in a partner to a partner to
total not represent past or past or
more than 50% (fifty existing JV existing JV
percent) of the Bidder's
net worth.
2.2.2 Declaration: Environmental, Social, Health, and Safety (ESHS) past performance
Declare any must make the N/A Each must N/A Form LIT – 2
Mechanical & Electrical declaration. make the ESHS
work contracts that Where there declaration. Performance

1
Note:

(1) only the contracts accepted since 2078-12-03 i.e. March 17, 2022 which are not substantially completed are
considered. The contracts those are running under any type of foreign assistance are not accounted for this purpose.

(2) This criterion is not applicable for bidders participating as JV with maximum share 25 % and not having signed
more than two (2) contracts for works of similar nature since 2078-12-03 i.e. March 17, 2022 in Nepal.

TAMAKOSHI V HYDROELECTRIC PROJECT


35
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Criteria Compliance Requirements Documents


Requirement Single Entity Joint Venture Submission
Requirements
All Partners Each Partner One
Combined Partner
have been suspended is/are Where there Declaration
or terminated and/or Specialized is/are
performance security Subcontractor Specialized
called by an employer (s) the Subcontractor
for reasons related to Specialized (s) the
the non-compliance of Subcontractor Specialized
any environmental or (s) must also Subcontractor
social (including sexual make the (s) must also
exploitation and abuse declaration make the
(SEA) and gender- declaration
based violence (GBV)),
or health or safety
requirements or
safeguard in the past
five (5) years 2

2.3. Financial Situation

Criteria Compliance Requirements Documents


Requirement Single Joint Venture Submission
Entity Requirement
All Partners Each Partner One Partner
s
Combined
2.3.1 Historical Financial Performance
Submission of audited must meet not must meet not applicable Form FIN – 1
balance sheets and requirement applicable requirement with
income statements, for attachments
the last five (5) years to
demonstrate the current
soundness of the
Bidder's financial
position. As a minimum,
a Bidder's net worth for
the fiscal year 2079/80
(2022/23) calculated as
the difference between
total assets and total
liabilities should be
positive.
2.3.2 Average Annual Construction Turnover

2
The Employer may use this information to seek further information or clarifications during the bidding stage and the
associated due diligence.

TAMAKOSHI V HYDROELECTRIC PROJECT


36
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Criteria Compliance Requirements Documents


Requirement Single Joint Venture Submission
Entity Requirement
All Partners Each Partner One Partner
s
Combined
Minimum average must meet must meet must meet must meet Form FIN - 2
annual construction requirement requirement 25% of the 40% of the
turnover of equivalent $ requirement requirement
14.3 Million (USD)
calculated as total
certified payments
received for construction
contracts in progress or
completed, within the
best three (3) years out
of the last ten (10) fiscal
years. 3
2.3.3 Financial Resources
The Bidder must must meet must meet must meet at must meet at Form FIN - 3
demonstrate access to, requirement requirement least 25% of least 40% of
or availability of, financial the the require-
resources such as liquid requirement ment
assets, unencumbered
real assets, lines of
credit, and other financial
means, other than any
contractual advance
payments to meet the
overall cash flow
requirements for this
contract and its current
works commitment.
-The cash-flow
requirement shall be
equivalent $ 2.42 Million
(USD)
2.3.4 Required Bid Capacity
The bidding capacity of must meet must meet must meet must meet Form FIN – 4
the bidder should be requirement requirement 25% of the 40% of the Form FIN – 5
equal to or more than the requirement requirement
equivalent $ 28.6
Million (USD)

3
Only the net amount shall be calculated after deducting the amount for VAT and such amount shall be adjusted to
present value by applying wholesale price index of Nepal Rastra Bank for the Works Contracts executed in Nepal.

TAMAKOSHI V HYDROELECTRIC PROJECT


37
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

2.4. Experience
Bidders may also indicate their Parent Company's experiences in tables 2.4.1 and 2.4.2 (both a
and b). The Parent Company's experience shall be counted while evaluating the prospective
bidders
Criteria Compliance Requirements Documents
Requirement Single Entity Joint Venture Submission
Requirements
All Partners Each Partner One
Combined Partner
2.4.1 General Construction Experience
Experience under
must meet not must meet not Form EXP – 1
construction
requirement applicable requirement applicable
contracts in the role of
Prime contractor, joint
venture partner, or
subcontractor for at
least the last five (5)
years prior to the
applications
submission deadline.
2.4.2 Specific Construction Experience
(a) Contracts of Similar Size and Nature

(i) Participation as must meet not not applicable must meet Form EXP –
Prime contractor or requirement applicable require- 2(a)
joint venture partner, ment
in at least one
EPC/Turnkey/DB
Contract within the
last ten (10) years,
with a value of at
least equivalent $
17.2 Million (USD)
that have been
successfully
completed and that
are similar to the
proposed works. The
similarity shall be
based on the
physical size,
complexity, methods,
technology or other
characteristics as
described in Section
VI, Employer’s
Requirements.

TAMAKOSHI V HYDROELECTRIC PROJECT


38
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Criteria Compliance Requirements Documents


Requirement Single Entity Joint Venture Submission
Requirements
All Partners Each Partner One
Combined Partner
(ii) Participation as not applicable not must meet not Form EXP –
Prime contractor or applicable requirement applicable 2(a)
joint venture partner,
in Contract within the
last ten (10) years,
with a value of at
least equivalent $
7.2 Million (USD)
that have been
successfully
completed

(b) Construction Experience in Key Activities


Criteria Compliance Requirements Documents
Requirement Single Joint Venture Submission
Entity Requirements
All Partners Each One Partner
Combined Partner
For the above or other must meet must meet not not Form EXP -
contracts executed during requirements requirements applicabl applicable 2(b)
the period stipulated in e
2.4.2(a) above, a minimum
construction experience in
the following key activities:
1. Complete design and must meet must meet not not
manufacture inhouse, requiremen requirements applicable applicable
supply, erection, testing ts
and commissioning
turbine-generator units
including:
i. Per unit each with
capacity of 35
MW or higher in
at least two (2)
different
hydropower
project that have
been in
successful
operation for at
least two (2)
years as of bid

TAMAKOSHI V HYDROELECTRIC PROJECT


39
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

(b) Construction Experience in Key Activities


Criteria Compliance Requirements Documents
Requirement Single Joint Venture Submission
Entity Requirements
All Partners Each One Partner
Combined Partner
submission
deadline
evidenced by
respective user’s
certificate. Out of
two Projects, at
least One (1)
should be vertical
Francis turbine &
One (1) should be
outside the
country of
manufacturer.
ii. Per unit Generator
of 40 MVA or
higher capacity in
at least two (2)
Hydroelectric
Project , that have
been in successful
operation for at
least two (2) years
as of bid
submission
deadline
evidenced by
respective user’s
certificate. One (1)
project should be
outside the country
of manufacturer.
iii. One (1) unit
horizontal Francis
turbine that has
been in successful
operation for at
least One (1) year
as of bid
submission
deadline.
Note: Must have in house
facility of hydraulic model
testing and CFD modeling
for turbines.

TAMAKOSHI V HYDROELECTRIC PROJECT


40
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

(b) Construction Experience in Key Activities


Criteria Compliance Requirements Documents
Requirement Single Joint Venture Submission
Entity Requirements
All Partners Each One Partner
Combined Partner
2. Complete design, must meet must meet not not
manufacture, supply, requirement requirements applicable applicable
erection, testing and s
commissioning of 220
kV GIS or higher
equipment that have
been in successful
operation for at least
two (2) years as of bid
submission deadline.
3. Complete design, must meet must meet not not
manufacture, supply, requirement requirements applicable applicable
erection, testing and s
commissioning of
minimum two (2),
220kV Indoor Type
Power Transformers,
each with minimum
capacity of 40 MVA
that have been in
successful operation
for at least two (2)
years as of bid
submission deadline.
4. Complete design, must meet must meet not not
manufacture, supply, requiremen requirements applicable applicable
erection, testing and ts
.
commissioning of one
(1) Hydro Plant Control
system with minimum
capacity 35 MW
including SCADA and
Telemetry that have
been successfully in
operation for at least
one (1) years as of bid
submission deadline.

Note:
(1) Qualification requirement can be met by the proposed specialist sub-contractor only for key activities 2,3 & 4 in
case of 2.4.2(b).
(2) Satisfactory completion and work experience shall be evidenced by the Client’s reference including scope and

TAMAKOSHI V HYDROELECTRIC PROJECT


41
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

value of contract in their letter head with proper contact address, telephone, email etc.
(3) Contractor’s experience will not be considered for evaluation if not accompanied with client’s reference as
mentioned in serial number (2) above.
(4) Any subsidiary company shall qualify as an independent Bidder for this work for which the Bidder shall produce
including its own experience, experience and credentials of Parent Company, in which case experience and
credentials of Parent company shall also be considered for Evaluation and Qualification of such Bidder provided
that Bidder must enclose the documentary evidence of having the support of and access to the assets and
resources of a Parent Company for this work package through a Corporate Guarantee or any other authorized
documents (Parent Company Letter of Commitment provided in Section IV: Bidding Forms) to the satisfaction of
the Employer. Past experience and financial capacity of such Parent company shall be considered for Evaluation
and Qualification of such Subsidiary company. Parent Company’s experience shall mean the experience executed
directly by the Parent Company. Subsidiary company must be in business operation at least for five years for the
consideration of experience of Parent Company.
(5) In case the Bidder is a Company, formed after merger and/or acquisition of other companies, past experience and
other antecedents of the merged/acquired companies will be considered for Evaluation and Qualification of such
Bidder provided such Bidder continues to own the requisite assets and resources of the merged/ acquired
companies relevant to the claimed experience.
(6) In case the Bidder is a Company, formed after demerger of another company, past experiences and other
antecedents of source company (another company) will be considered for Evaluation and Qualification of such
Bidder provided the Bidder company is entitled to use such past experiences and other antecedents of source
company as awarded by a competent authority and evidence to such entitlement is produced along with the Bid.
(7) In case of a Bidder who offers to supply and install major items (except Turbines and Generators) under the
contract which the bidder did not manufacture or otherwise produce, the Bidder shall provide the manufacturer’s
authorization, using the form provided in Section IV: Bidding Forms (Form-AUTH), showing that the Bidder has
been duly authorized by the manufacturer or the producer of the related equipment or component to supply and
install that item in the Employer’s country. Failure to submit the manufacturer’s authorization and required
documents to meet the minimum criteria at the first instance is considered a minor, nonmaterial omission and shall
be subjected to clarification. However, failure to submit the omitted authorization and documents within seven (7)
days after receiving the Employer’s notice may lead to rejection of the subcontractor or manufacturer of the item
under

2.5. Understanding about the Project and Proposed Design

Criteria Compliance Requirements Documents


Requirement Single Entity Joint Venture Submission
Requirements
All Partners Each Partner One
Combined Partner
2.5.1 Understanding about the Project
Submission of concept must meet must meet not not Form EXP – 2b
paper highlighting requirement requirement applicable
applicable
detail about
understanding of the
project from planning
to completion stage
including, investigation
in all relevant respects,
environmental and
social safeguard study,
designing,
manufacturing,
procuring,
constructing, erecting,
testing and operation
and maintenance.

TAMAKOSHI V HYDROELECTRIC PROJECT


42
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Criteria Compliance Requirements Documents


Requirement Single Entity Joint Venture Submission
Requirements
All Partners Each Partner One
Combined Partner
2.5.2 Proposed Design
Submission of design must meet must meet not not In line with
methodology and requirement requirement applicable Proposed
applicable
concept design Design Format
including design
finalization procedure,
assurance about
design and relevant
codes.

2.6. Personnel
The Bidder must demonstrate that it has the personnel for the key positions that meet the following
minimum requirements:

SN Position Required Academic Total Work Experience in


No. Qualification Experience Similar Works
(years) (years)
Engineering (Head Office)
1 Project Manager One (1) MSc and/or Fifteen Ten Years (10)
(PM) BSc Years (15)
2 Project Engineer (PE) One (1) MSc and/or BSc Twelve Eight Years (8)
Years (12)
3 Lead Turbine One (1) MSc and/or BSc Twelve Eight Years (8)
Engineer(s)-LTE Years (12)
4 Lead Generator One (1) MSc and/or BSc Twelve Eight Years (8)
Engineer(s)-LGE Years (12)
5 Lead Balance of One (1) MSc and/or BSc Twelve Eight Years (8)
Electrical Plant Years (12)
Engineer-LBoPE
6 Lead Balance of One (1) MSc and/or BSc Twelve Eight Years (8)
Mechanical Plant Years (12)
Engineer-LBOPM
7 Lead Grid & One (1) MSc and/or BSc Twelve Eight Years (8)
Transmission Line Years (12)
Electrical Engineer-
LGTLE
Procurement
1 Lead Procurement One (1) MSc and/or BSc Ten Years Six Years (6)
Engineer-Mechanical (10)
2 Lead Procurement One (1) MSc and/or BSc Ten Years Six Years (6)

TAMAKOSHI V HYDROELECTRIC PROJECT


43
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Engineer-Electrical & (10)


Transmission Line
3 Custom Clearance One (1) BSc or Eight Years Four Years (4)
and Logistic Support Graduated from (8)
Engineer a High School
Construction
1 Contractor’s One (1) MSc and/or BSc Fifteen Ten Years (10)
Representative - PM Years (15)
2 Site Coordinator One (1) BSc or Ten Years Six Years (6)
Graduated from (10)
a High School
3 Site Superintendents Two (2) BSc or Fifteen Ten Years (10)
Graduated from Years (15)
a High School
4 Construction Three (3) BSc or Ten Years Six Years (6)
Supervisors Graduated from (10)
a High School
5 Plant Erectors As required
6 Other Key Staff As required
Note: In case the bidder proposes to consider Personnel that may be spared from
committed/ongoing contracts for evaluation, the bidder shall provide details of personnel
which will be spared from such committed/ongoing contracts based on the physical
progress at the date of bid submission.
The Bidder shall provide details of the proposed personnel and their experience records
in the relevant Information Forms included in Section IV (Bidding Forms).
The bidder may propose same person for the equivalent positions required to serve for
Design-Build (DB) phases if the person meets the criteria as above for all phase.

2.7. Construction Equipment


The Bidder must demonstrate that it has the key equipment listed hereafter:
Minimum
No. Equipment Type and Characteristics Number
Requirement
1 Temporary Overhead Crane at adequate capacity to be used in One (1)
Powerhouse Cavern
2 Unloading and Loading Equipment at adequate capacity to be used for Three (3)
unloading the delivered equipment on site and carry, store interior the
site
3 Welding machines at adequate capacities Four (4)
4 Special Tools and Equipment for erection of MET As required
5 Special Tools and Equipment for testing of MET As Required
6 Others As Required
Note: In case the Bidder proposes to consider Equipment that may be spared from

TAMAKOSHI V HYDROELECTRIC PROJECT


44
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

committed/ongoing contracts for evaluation, the Bidder shall provide details of Equipment
which will be spared from committed / ongoing contracts clearly demonstrating the
availability of such equipment with respect to the physical progress of the ongoing
contracts on the date of bid submission.
In case of Equipment to be leased/hired the same procedure as mentioned above shall
apply.
The Bidder shall provide all required plant and equipment to construct and complete the
Works in accordance with the Bidding Documents and ensure it is well maintained for the
efficient and continuous progress of the Works.
The Bidder shall provide further details of these plant and equipment which he proposes
to bring to the Site to complete the Works, whether owned, leased, rented or to be
purchased using the relevant Form in Section IV (Bidding Forms).
The plant and equipment must be in excellent operating condition and most of major plant
and equipment shall not be older than 5 years.
If the Bidder is a Joint Venture, the Bidder must indicate which partner or key subcontractor
is bringing the equipment to the Site.

2.8. Subcontractors
The experience and financial capacity of the sub-contractors shall not be added to those of the
Bidder for purposes of qualification of the Bidder.
The sub-contractors proposed shall be fully qualified for their work proposed, and meet the
following criteria:

(a) Nature of Works that can be sub contracted:


1) Transmission Line Firm
2) Substation and Power Transformer works
3) SCADA and Control System Works

(b) Qualification Criteria


Subcontractors or Consulting Firms or Manufacturers for the above nature of works must meet the
minimum criteria in the following table, herein listed for that item. Failure to comply with this
requirement will result in rejection of the subcontractor but not the bidder:

TAMAKOSHI V HYDROELECTRIC PROJECT


45
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Item Description of
Minimum Criteria to be met by Subcontractor Document Submission Requirements
No. Item
Bidder(s) must submit copies of all the necessary
1 Substation and a) Experience in complete design, manufacture, supply, erection,
documents required to prove the above specified
Power testing and commissioning of 220 kV GIS or higher equipment,
legal status (Notarized copy), experience eligibility
Transformer and commissioning of minimum two (2), 220kV Indoor Type
requirements substantiated by end users’ certificate
Works Power Transformers, each with minimum capacity of 40 MVA
(Notarized copy).
that have been in successful operation for at least 2 years as
Bidders must provide references or certificates from
of bid submission deadline.
past clients acknowledging the value of sub-
b) Average Annual Construction Turnover for the work being contracted work they have completed.
sub contracted should be at least 1.5 * V/T where V is the
Bidder must demonstrate their average annual
proposed value of sub contract and T is time in year. For
construction turnover by submitting audited financial
contract duration of up to 1 year, T shall be “1”.
statements for the past five (5) years. in order to show
c) Financial Resources: The sub-contract must demonstrate the revenue generated from sub-contracted work, not
that it has the financial resources to meet its current contract just overall construction activities.
commitment plus three months’ requirements for the sub
contracted work.
Bidder(s) must submit copies of all the necessary
2 SCADA and a) Experience in complete design, manufacture, supply,
documents required to prove the above specified
Control system erection, testing and commissioning of one (1) Hydro Plant
legal status (Notarized copy), experience
works Control system with minimum capacity 35 MW including
eligibility requirements substantiated by end users’
SCADA and Telemetry that have been successfully in
certificate (Notarized copy).
operation for at least 1 years as of bid submission
deadline.
Bidders must provide references or certificates from
b) Average Annual Construction Turnover for the work being past clients acknowledging the value of sub-
sub contracted should be at least 1.5 * V/T where V is the contracted work they have completed.
proposed value of sub contract and T is time in year. For
Bidder must demonstrate their average annual
contract duration of up to 1 year, T shall be “1”.
construction turnover by submitting audited financial
c) Financial Resources: The sub-contract must demonstrate statements for the past five (5) years. in order to show
that it has the financial resources to meet its current the revenue generated from sub-contracted work, not
contract commitment plus three months’ requirements for just overall construction activities.
the sub contracted work.

TAMAKOSHI V HYDROELECTRIC PROJECT


46
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section III: Evaluation and Qualification Criteria (EQC)

Note:
1. Satisfactory completion and work experience shall be evidenced by the Client’s reference in their letter
head with proper contact address, telephone, email etc.
2. Contract’s experience will not be considered for evaluation if not accompanied with client’s reference
as mentioned above.
3. In case of a Bidder who offers to supply and install major items (except Turbine and Generators) under
the contract which the bidder did not manufacture or otherwise produce, the Bidder shall provide the
manufacturer’s authorization, using the form provided in Section IV: Bidding Forms (Form-AUTH),
showing that the Bidder has been duly authorized by the manufacturer or the producer of the related
equipment or component to supply and install that item in the Employer’s country. Failure to submit
the manufacturer’s authorization at the first instance is considered a minor, nonmaterial omission and
shall be subjected to clarification. However, failure to submit the omitted authorization within seven (7)
days after receiving the Employer’s notice may lead to rejection of the subcontractor or manufacturer
of the item under evaluation.

TAMAKOSHI V HYDROELECTRIC PROJECT


47
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Section IV: Bidding Forms


This Section contains the forms which are to be completed by the Bidder and submitted as part of
its Bid.

List of Bidding Forms:


A. To be submitted with Technical Bid
1. Letter of Technical Bid
2. Bid Security
3. Power of Attorney
4. Joint Venture Agreement
5. Technical Proposal Format
a) Personnel:
(i) Form PER – 1 : Proposed Personnel
(ii) Form PER – 2 : Resume of Proposed Personnel
b) Equipment
(i) For the Equipment under Bidder’s ownership
(ii) For the Equipment to be leased/hired
c) Site Organization
d) Manpower Schedules
e) Method Statements
f) Mobilization Schedule
g) Construction Time Schedule (Programme)
h) Quality Assurance
i) Health and Safety Plan and Statement
j) Environmental Protection Policy and Statement
6. Format for Understanding about the Project
a) Knowledge about project area
b) Approach for investigation and reporting details
c) Types of environmental and social safeguard study to be done including the way
such studies shall be conducted, Environmental Protection Plan / Environment
Safeguard Policy
d) Approach for designing
e) Procurement detailing including subcontracting
f) Construction stage detailing (approach, quality assurance and control mechanism)
g) Finalization of construction & modality of handover
h) Mechanism for testing, commissioning and trial operation

TAMAKOSHI V HYDROELECTRIC PROJECT


48
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

i) Operation and Maintenance services detailing (approach, quality assurance and


control mechanism)
7. Proposed Design Format
a) Design methodology
b) Concept design
c) Design finalization procedure
d) Assurance about design
e) Relevant codes for design
f) Preparation of final As Built drawings and Operation and Maintenance Manuals
8. Contractor’s Workforce
9. Subcontractors, Manufacturers and Suppliers
10. Bidder’s Information and Qualification Format
Bidder’s Qualification
Form ELI – 1 : Bidder’s Information Sheet
Form ELI – 2 : JV Information Sheet
Form ELI – 3 : Bidder’s Running Contracts in Nepal
Form LIT – 1 : Pending Litigation
Form LIT – 2 : ESHS Performance Declaration
Form FIN – 1 : Financial Situation
Form FIN – 2 : Average Annual Construction Turnover
Form FIN – 3 : Financial Resources
Form FIN – 4 : Bid Capacity
Form FIN – 5 : Current Contract Commitments / Works in Progress
Form EXP – 1 : General Construction Expertise
Form EXP – 2 (a) : Specific Construction Experience
Form EXP – 2 (b) : Specific Construction Experience in Key Activities
11. Form – AUTH : Manufacturers’ Authorization
12. Form – LOC : Declaration of Local Agent
13. Form – LOI : Consulting Firm/Specialist Subcontractors Letter of Intent
14. Parent Company Letter of Commitment
15. Technical Data Sheets - Electro-Mechanical and Transmission Line Equipment (Refer
Annexure 3 in Book 3)
16. Deviations from Specifications
17. Other Enclosures from Tenderer
18. Any other Documents required by the Bidding Documents

B. To be submitted with Price Bid

TAMAKOSHI V HYDROELECTRIC PROJECT


49
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

1. Letter of Price Bid


2. Section VII – Bid Price and Payment Schedule
3. Disbursement Schedule
4. Foreign Currency breakdown and any other Documents required by the Bidding
Documents

TAMAKOSHI V HYDROELECTRIC PROJECT


50
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

A. To be submitted with Technical Bid

TAMAKOSHI V HYDROELECTRIC PROJECT


51
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Letter of Technical Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the Bidder’s
complete name and address.

Date: .................................................................................

Name of the contract: .......................................................

Invitation for Bid No.: .......................................................

To: ………………………………………………………….

We, the undersigned, declare that:

i. We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 8.

ii. We offer to execute in conformity with the Bidding Documents the following Works:
Engineering, Procurement and Design, Manufacture, Supply, Erection, Testing and
Commissioning of Electro-Mechanical Equipment and Transmission Lines Works for
Tamakoshi V Hydroelectric Project.

iii. Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of [insert
validity period as specified in ITB 18.1 of the BDS] days from the date fixed for the bid
submission deadline in accordance with the Bidding Documents, and it shall remain binding
upon us and may be accepted at any time before the expiration of that period.

iv. Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities
from eligible countries in accordance with ITB 4.2and meet the requirements of ITB 3.4 & 3.5

v. We are not participating, as a Bidder or as a subcontractor, in more than one Bid in this bidding
process in accordance with ITB 4.3 (e), other than alternative offers submitted in accordance
with ITB 13.

vi. Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part
of the contract, has not been declared ineligible by DP, under the Employer’s country laws or
official regulations or by an act of compliance with a decision of the United Nations Security
Council;

vii. We are not a government owned entity/We are a government owned entity but meet the
requirements of ITB 4.5

(h) We declare that, we including any subcontractors or suppliers for any part of the contract do
not have any conflict of interest in accordance with ITB 4.3 and we have not been punished for

TAMAKOSHI V HYDROELECTRIC PROJECT


52
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

an offense relating to the concerned profession or business.

(i) We declare that we are solely responsible for the authenticity of the documents submitted by
us. The document and information submitted by us are true and correct. If any
document/information given is found to be concealed at a later date, we shall accept any
legal actions by the Employer.

(j) We agree to permit the TKJVC or its representative to inspect our accounts and records and
other documents relating to the bid submission and to have them audited by auditors
appointed by the TKJVC.

(k) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance
with the requirements set forth in Section III (Evaluation and Qualification Criteria) and our
technical proposal, or as otherwise agreed with the Employer.

Name: ...............................................................................

In the capacity of ...............................................................................

Signed ...............................................................................

Duly authorized to sign the Bid for and on behalf of ...............................

Date ...............................................................................

TAMAKOSHI V HYDROELECTRIC PROJECT


53
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Bid Security
Bank Guarantee
Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank
Guarantee as per prevailing Law)
Beneficiary: …....................... name and address of Employer ……………………………
Date: ……………………………………… Bid Security No.: ………………………………….
We have been informed that. …………. [insert name of the Bidder] (hereinafter called “the
Bidder”) intends to submit its bid (hereinafter called “the Bid”) to you for the execution of
……………name of Contract. …………… under Invitation for Bids No. ……………… (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we………………….. name of Bank ………………. hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of ………… amount in
figures ………………………. (………….amount in words ……………….) upon receipt by us of
your first demand in writing accompanied by a written statement stating that the Bidder is in breach
of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn or modifies its Bid:
i) during the period of bid validity specified by the Bidder on the Letter of Technical and
Price Bid, in case of electronic submission
(ii) from the period twenty-four hours prior to bid submission deadline up to the period of
bid validity specified by the Bidder on the Letter of Technical Bid and Price Bid, in case
of hard copy submission; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) changes the prices or substance of the bid while providing information pursuant to clause
27.1 of ITB; or
(d) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish
the performance security, in accordance with the ITB.
(e) is involved in fraud and corruption in accordance with the ITB.
This guarantee will remain in force up to and including the date ………number…………days after
the deadline for submission of Bids as such deadline is stated in the instructions to Bidders or as it
may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this guarantee should reach the Bank not letter than the above date.
This Bank guarantee shall not be withdrawn or released merely upon return of the original
guarantee by the Bidder unless notified by you for the release of the guarantee.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.
. . . Bank’s seal and authorized signature(s) . . .
Note:
The bid security of ……….……………. has been counter guaranteed by the Bank
…….………..…… on.………. (Applicable for Bid Security of Foreign Banks).

TAMAKOSHI V HYDROELECTRIC PROJECT


54
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Power of Attorney

Tamakoshi Jalvidhyut Company Limited, Thapagaun, Kathmandu


Tamakoshi V Hydroelectric Project
House No. 106, Okharbot Marg, Thapagaun
Kathmandu, Nepal
Tel: +977-1-5245063/67
Email: tamakoshi5@nea.org.np
KNOW ALL MEN by these presents that the undersigned [person awarding the Power of
Attorney]
…………................................................................................................................................ (name)
.............................................................................................................................................. (title) of
......................................................................................................................................... (company)
lawfully authorized to represent and act on behalf of the said company, a corporation formed under
the laws of ................................................................................ (country) with head office situated
at ................................................................................................................ (complete address) do
hereby appoint [person receiving the Power of Attorney] ..................................................... (name)
of ................................................................... (company) whose signature appears below to be the
true and lawful attorney, and authorize said attorney to conduct negotiations with the Tamakoshi
Jalvidhyut Company Limited (hereafter referred to as the "Employer"), to sign the Bid and the
Contract Agreement, and to execute all the necessary matters related thereto in the name of and
on behalf of the said company in connection with the Works under the Contract entitled:

Contract 2 – ELECTRO-MECHANICAL EQUIPMENT and TRANSMISSION LINES WORKS,

Contract ID: ………………………………………………

IN WITNESS WHEREOF I have hereunto set my hand this .......................... day of ....................in
the year
...........................................................................................................................................................

(signature, person awarding the Power of Attorney)

...........................................................................................................................................................
(signature of Attorney hereby authorized, person receiving the Power of Attorney)

...........................................................................................................................................................

(Signature of Witness)

TAMAKOSHI V HYDROELECTRIC PROJECT


55
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Joint Venture Agreement


If a joint venture has or will be formed in order to carry out this Contract, the Bidder shall provide
the following information regarding his Joint Venture Agreement:
This agreement is made and entered into this ....... day of .............. Year, by and between:

1.1 .............................................................................................................................……

(Name and address of Lead Partner of Joint Venture)

1.2 ...........................................................................................................................

(Name and address of all other Partners of Joint Venture)

1.3 ………………………………………………………………………………………

1.4 ………………………………………………………………………………………

1.5 ……………………………………………………………………………………… associated


under the name of ...............................................................................…..…........

..................................................…...................................................................................

(Name and address of the Joint Venture) for the exclusive purpose to Bid for this Contract for the
Tamakoshi V Hydroelectric Project Contract – 2: Electro-Mechanical Equipment and Transmission
Line Works.
The members of this Joint Venture commit themselves to fulfil jointly and severally their
responsibilities during the Bidding process, the execution of the entirety of the Works and all other
legal and contractual obligations in case of Contract award.
The Partners of this Joint Venture agree as follows:

Note: The following index is understood as a guideline only and headings mentioned below are
not necessarily complete.
1. Purpose of the Agreement
- Definition and limitation
2. Duties and Responsibilities
- Breakdown of participation in the Works
- Organization and mode of operation
- Financial participation
3. Indemnification and Liability
- Cross indemnification
- Insurance
4. Costs
- Bearing of costs by each member and its distribution

TAMAKOSHI V HYDROELECTRIC PROJECT


56
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

5. Exclusivity
- For companies, associations
6. Insolvency
7. Duration of Agreement
- Pre-Contract stage
- Contract stage
8. Governing Law
9. Disputes
10. Other Provisions

TAMAKOSHI V HYDROELECTRIC PROJECT


57
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Technical Proposal Format

Personnel

Form PER – 1: Proposed Personnel


Bidders should provide the names of suitably qualified personnel to meet the specified
requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria).
The data on their experience should be supplied using the Form below for each candidate.

Total Work Experience in


Academic
No. Name Position* Experience Similar Works
Qualification
[years] [years]

1.
2.
3.
4.
5.

* As listed in Section III (Evaluation and Qualification Criteria).

TAMAKOSHI V HYDROELECTRIC PROJECT


58
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form PER – 2: Resume of Proposed Personnel


The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used
for evaluation.

Position*

Personal Information Name Date of Birth


Professional qualifications

Present employment Name of employer

Address of employer

Telephone Contact (manager/personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience over the last twenty years in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.

From* To* Company, Project, Position and Relevant Technical and


Management Experience*

Note:
In case of e-submission the Resume of Proposed Personnel shall be submitted on notification by the
Employer as per ITB 27.

TAMAKOSHI V HYDROELECTRIC PROJECT


59
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to
meet the requirements for the key equipment listed in Section III (Evaluation and Qualification
Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative
equipment proposed by the Bidder. The Bidder shall provide all the information requested below,
to the extent possible. Fields with asterisk (*) shall be used for evaluation.
For the Equipment under Bidder’s ownership

Equipment Type and Total Nos. of No. of Equipment Nos. of Equipment


Characteristics Equipment under engaged/proposed for proposed for this
No.
Bidder’s Ownership ongoing/committed contract
contracts
1.
2.
3.
4.
5.

For the Equipment to be leased/hired

Total Nos. of Nos. of Equipment


No. of Equipment
Equipment Type and Equipment under the proposed to be
No. engaged/ committed
Characteristics ownership of leased/hired for this
for other works
lease/hire provider contract
1.
2.
3.
4.
5.

TAMAKOSHI V HYDROELECTRIC PROJECT


60
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Type of Equipment*

Equipment Information Name of manufacturer Model and power rating

Capacity* Year of manufacture

Current Status Current location

Details of current commitments

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially
manufactured

The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Email

Agreements Details of rental / lease / manufacture agreements specific to the


project

The Bidder shall be solely responsible for the data provided. However, this shall not limit the right
of Employer to verify the authenticity of submitted information.

Note:

In case of e-submission the “Agreements” shall be submitted on notification by the Employer as


per ITB 27.1

TAMAKOSHI V HYDROELECTRIC PROJECT


61
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Site Organization
The bidder shall show here in an Organogram format the organization of his site personnel showing
clearly designated duties and responsibilities and the chain of command throughout the structure.
Included in the chart shall be the names of respective personnel.
The Tenderer shall provide the organizational details for each part of this Contract, which are as
follows:

• Contract Section 1 - Mechanical Equipment


• Contract Section 2 - Electrical Equipment
• Contract Section 3 - Transmission Lines
• Operation and Maintenance Services

TAMAKOSHI V HYDROELECTRIC PROJECT


62
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedules
The Tenderer shall provide the details of all manpower for each part of this Contract, which
are as follows:
• Contract Section 1 - Mechanical Equipment
• Contract Section 2 - Electrical Equipment
• Contract Section 3 - Transmission Lines
• Operation and Maintenance Services
The Tenderer shall give the manpower on the Site for this Contract. He shall complete the
following tables below and include the number of “Skilled and Unskilled Labour” and
“Supervisory and Supporting Staff” foreseen for the implementation of the Project in
accordance with the Contractor’s Construction Time Schedule.
The total period covered by the tables below included both the construction period and the
Defects Liability Period including Operation and Maintenance Services:

TAMAKOSHI V HYDROELECTRIC PROJECT


63
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedule of Contract Section 1 – Mechanical Equipment


Skilled and Unskilled Labour
Construction

Skilled Unskilled Total


Year

Months

Foreign Local Foreign Local Foreign Local

1 and 2
3 and 4
5 and 6
First

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Second

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Third

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Fourth

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
5 and 6
Fifth

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Sixth

5 and 6
7 and 8
9 and 10
11 and 12

TAMAKOSHI V HYDROELECTRIC PROJECT


64
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedule of Contract Section 1 – Mechanical Equipment


Supervisory and Supporting Staff
Construction

Skilled Unskilled Total


Year

Months

Foreign Local Foreign Local Foreign Local

1 and 2
3 and 4
5 and 6
First

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Second

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Third

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Fourth

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
5 and 6
Fifth

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Sixth

5 and 6
7 and 8
9 and 10
11 and 12

TAMAKOSHI V HYDROELECTRIC PROJECT


65
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedule of Contract Section 2 – Electrical Equipment


Skilled and Unskilled Labour
Construction

Skilled Unskilled Total


Year

Months

Foreign Local Foreign Local Foreign Local

1 and 2
3 and 4
5 and 6
First

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Second

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Third

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Fourth

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
5 and 6
Fifth

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Sixth

5 and 6
7 and 8
9 and 10
11 and 12

TAMAKOSHI V HYDROELECTRIC PROJECT


66
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedule of Contract Section 2 – Electrical Equipment


Supervisory and Supporting Staff
Construction

Skilled Unskilled Total


Year

Months

Foreign Local Foreign Local Foreign Local

1 and 2
3 and 4
5 and 6
First

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Second

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Third

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Fourth

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
5 and 6
Fifth

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Sixth

5 and 6
7 and 8
9 and 10
11 and 12

TAMAKOSHI V HYDROELECTRIC PROJECT


67
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedule of Contract Section 3 – Transmission Lines


Skilled and Unskilled Labour
Construction

Skilled Unskilled Total


Year

Months

Foreign Local Foreign Local Foreign Local

1 and 2
3 and 4
5 and 6
First

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Second

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Third

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Fourth

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
5 and 6
Fifth

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Sixth

5 and 6
7 and 8
9 and 10
11 and 12

TAMAKOSHI V HYDROELECTRIC PROJECT


68
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedule of Contract Section 3 – Transmission Lines


Supervisory and Supporting Staff
Construction

Skilled Unskilled Total


Year

Months

Foreign Local Foreign Local Foreign Local

1 and 2
3 and 4
5 and 6
First

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Second

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Third

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Fourth

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
5 and 6
Fifth

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Sixth

5 and 6
7 and 8
9 and 10
11 and 12

TAMAKOSHI V HYDROELECTRIC PROJECT


69
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedule of Contract Operation and Maintenance Services


Skilled and Unskilled Labour
Construction

Skilled Unskilled Total


Year

Months

Foreign Local Foreign Local Foreign Local

1 and 2
3 and 4
5 and 6
First

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Second

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Third

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Fourth

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
5 and 6
Fifth

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Sixth

5 and 6
7 and 8
9 and 10
11 and 12

TAMAKOSHI V HYDROELECTRIC PROJECT


70
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Manpower Schedule of Operation and Maintenance Services


Supervisory and Supporting Staff
Construction

Skilled Unskilled Total


Year

Months

Foreign Local Foreign Local Foreign Local

1 and 2
3 and 4
5 and 6
First

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Second

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Third

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Fourth

5 and 6
7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
5 and 6
Fifth

7 and 8
9 and 10
11 and 12
1 and 2
3 and 4
Sixth

5 and 6
7 and 8
9 and 10
11 and 12

TAMAKOSHI V HYDROELECTRIC PROJECT


71
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Method Statements
The Tenderer shall describe in detail his planning for the execution of the Works related to the following
main components:
• Erection of Main Turbines until final testing & commissioning,
• Erection of Main Generators until final testing & commissioning,
• Erection of Transmission Lines until final testing & commissioning.
• Operation and Maintenance Services
The descriptions shall be prepared as detailed method statements, and shall include the following
information at a minimum:
1. Design of Electro-Mechanical and Transmission Lines Works;
2. Materials acquisition plan to show details of procurement, transportation and storage for main
construction material and equipment etc.;
3. Effects of rainy season on construction activities;
4. Methodology, sequencing of Works;
5. Subcontracted work; and
6. Site supervision and construction management;
7. Interface management with others Contractors.
8. Access routes and transport means used.
9. Manpower scheduled for all major activities.
10.Information on site infrastructure foreseen for construction (supply of electric power, ventilation,
preventive measures against fire hazards (where applicable), etc.).
11.Scheduling of the activities evidencing that the project milestones will be met.
12.Operation and Maintenance practices, training methods, recording and reporting.
Where necessary to permit the Employer to understand precisely the manner in which the work shall
be done, the Tenderer shall supplement sketches of the work areas and the progress of work fronts
planned for execution of the work. The method statements to be submitted shall provide equally
detailed descriptions for the execution of the mechanical and electrical equipment, the transmission
lines and the Operation and Maintenance services.

TAMAKOSHI V HYDROELECTRIC PROJECT


72
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Mobilization Schedule
The Tenderer shall describe in detail his planning for the mobilization and the erection of the site
installations. This shall include the following information:
• Procedure for importing (and exporting, if necessary) materials, construction equipment, Plant
and other equipment. The Tenderer shall detail the port or ports he intends to use and the
number and location of the staff he intends to employ in order to supervise these procedures.
He shall also detail the alternative procedures he intends to adopt if delays or restrictions are
encountered at the port or ports.
• Transport arrangements from the port or ports to the Site, including the number of vehicles
(trucks or railway wagons) that shall be used per day or week.
• Layout plan for the site installations. The Tenderer shall also include a detailed construction
time schedule for the importation and erection of the site installations.
The drawings submitted by the Tenderer shall include the size and location of work areas, storage
buildings, facilities, construction and installation plant, temporary roads and all other measurements
and information needed to permit the Employer to understand precisely the manner in which the work
shall be done.
In addition, the Tenderer shall describe and submit sketches of the storage arrangements for the Plant
on the Site.

TAMAKOSHI V HYDROELECTRIC PROJECT


73
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Construction Time Schedule (Programme)


The Bidder shall submit a Programme generally prepared in accordance with the requirements for
preparation of the detailed programme required by Clause 41 of the Conditions of Contract and the
Employer’s Requirements, and in sufficient detail to show that the Bidder has a thorough
understanding of the Works. This programme shall be fully compatible with the Method Statements
provided in Bidding Forms and the items provided in the Bid Price and Payment Schedule Section
VII. Expected approximate monsoon periods should be shown as color bars on this Programme.
The Programme shall be based on network logic diagrams showing all design, manufacture, supply,
construction or erection, testing and commissioning activities and logic relationships between all such
activities and shall include as a minimum:
• activity code definitions presenting the work breakdown;
• activity listing;
• logic linked bar chart (Gantt chart).
In relation to each activity the following minimum information shall be presented:
• identification number (ID);
• description;
• duration in working days;
• early start and early finish dates;
• bar indicating early start date, early finish date and duration;
• total float;
• full details of resources including labour, Contractor’s Equipment, materials, etc. allocated
to the activity; and
• periods required for initial establishment.

The bidder shall provide here his proposed schedule for Plant and Design-Build (DB) of the Works
within the Prescribed Intended Time for Completion. The specified Milestones including Delay
Damages Milestones as stated in the Conditions of Contract shall be clearly identified. Mobilization,
establishment of the Contractor’s site camp and offices, mobilization of manpower and equipment,
detailed site survey and soil investigation, temporary works, design activities, including Employer’s
review and approval, execution of major activities, equipment design, procurement, manufacturing,
testing, shipping and installation, testing and commissioning, shall be clearly identified as separate
activities and as built drawings and submission of close out reports.
The Tenderer shall give details of all design documents for all sections of this Contract – Electrical
Equipment, Mechanical Equipment, and Transmission Lines – including drawings, calculations and
design reports and the dates when they will be prepared and submitted to the Employer’s
Representative/Engineer for his review.
Also, the Tenderer shall give details of the proposed Factory Inspections and Test Schedule for all Plant
of this Contract. This schedule will be the basis for the establishment of the list of Factory Acceptance
Tests (FAT) forming part of the Contract.

TAMAKOSHI V HYDROELECTRIC PROJECT


74
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Quality Assurance
During the implementation of the project the Contractor shall be responsible for the quality of the Works
executed under the Contract and shall at his expense implement a Quality Surveillance/Audit Program.
Here the Tenderer shall detail the Quality Surveillance/Audit Program for the Works and shall give
details of his quality assurance inspection procedures during the design, procurement, manufacturing,
inspection, testing, packaging, shipping, storage, construction, site erection and commissioning.

TAMAKOSHI V HYDROELECTRIC PROJECT


75
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Health and Safety Plan and Statement


The Tenderer shall submit a statement of the policy he proposes to adopt in regard to health and safety
conditions on the Site and environmental protection. The statements shall be entitled HEALTH AND
SAFETY STATEMENT. The Tenderer shall list below the documents submitted in support of the policy
as well as any other relevant references.
The information should be submitted in sufficient detail to allow an assessment of the general adequacy
of the Tenderer’s proposals. Diagrams should be included where necessary for clarification of the
description (e.g. organizational relationships, flowcharts for risk assessment).
Details and descriptions shall be provided of the following:

HEALTH AND SAFETY


General
1) The Tenderer’s health and safety policy.
2) An outline of the Health and Safety Plan to be drawn up under the Contract.
Safety
1) Qualifications and experience of the Safety Officer and his Deputy.
2) Procedures for identification of safety risks including hazardous equipment and materials,
fire, and explosives.
3) Proposals for training workers in safe working practices.
4) Procedures for ensuring implementation of safe working practices.
First Aid
1) Proposals for provision of first aid facilities and skills.
2) Proposals for ambulance service and medical evacuation.
3) Proposals for training workers in first aid.
Medical
1) The qualifications and experience of the Medical Officer and his Deputy.
2) The number and qualifications of any other medical staff to be provided by the Contractor.
3) Any other medical facilities to be provided in addition to the first aid provisions required by
the Contract.
Welfare on Site
1) Proposals for provision of changing facilities, rest areas, washing areas, drinking water and
sanitation for workers at work sites.

Health and Safety Statement

................................
................................

Number of sheets, constituting this Schedule.........................................................

TAMAKOSHI V HYDROELECTRIC PROJECT


76
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Environmental Protection Policy and Statement


The Tenderer shall submit a statement of the policy he proposes to adopt in regard to health and safety
conditions on the Site and environmental protection. The statements shall be entitled
ENVIRONMENTAL PROTECTION STATEMENT. The Tenderer shall list below the documents
submitted in support of the policy as well as any other relevant references.
The information should be submitted in sufficient detail to allow an assessment of the general adequacy
of the Tenderer’s proposals. Diagrams should be included where necessary for clarification of the
description (e.g. organizational relationships, flowcharts).
Details and descriptions shall be provided of the following:

ENVIRONMENTAL PROTECTIONS
Details and description shall be provided for the following:
General
1) The Tenderer’s environmental policy.
2) An outline of the Environmental Protection Plan to be drawn up under the Contract.
3) Qualifications and experience of the staff member nominated as Environmental Officer.
Solid Waste Disposal
1) Proposals for collection, treatment and disposal of soil waste of all types.
Liquid Waste Disposal
1) Sanitary installations and sewage treatment.
2) Disposal of used oils, hydraulic fluid etc.
Prevention of Pollution
1) Proposals to identify and implement working practices and physical measures that will
minimize the risk of pollution.
Emergency Response
1) Equipment, systems and training for emergency response for pollution events, including
spills of any hazardous materials.
Haul Traffic Planning
1) Location of haulage routes for bulk materials, including both and river transport and
transshipment locations.
Site Restoration
1) Qualifications and experience of any land reclamation specialist proposed by the Tenderer.
2) Proposals for measures to ensure full restoration of all land used temporarily to its original
condition of better.
Community Relations
1) Proposals for establishment and maintaining good community relations.

TAMAKOSHI V HYDROELECTRIC PROJECT


77
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

The Employer and the Consultant reserve the right to inspect the Contractor's compliance with these
statements throughout the construction period.
The Tenderer's signature below shall be confirmation that the statements have been submitted in
accordance with the requirements of Conditions of Contract, and the Specifications.

ENVIRONMENTAL PROTECTION STATEMENT

................................
................................

Number of sheets, constituting this Schedule.........................................................

TAMAKOSHI V HYDROELECTRIC PROJECT


78
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Format for Understanding about the Project


The Tenderer shall submit its understanding about the project. The report shall include but not limited
to the following contents:

• Knowledge about project area

• Approach for investigation and reporting details

• Types of environmental and social safeguard study to be done including the way such
studies shall be conducted, Environmental Protection Plan / Environment Safeguard Policy

• Approach for designing

• Procurement detailing including subcontracting

• Construction stage detailing (approach, quality assurance and control mechanism)

• Finalization of construction & modality of handover

• Mechanism for testing, commissioning and trial operation

• Operation and Maintenance services detailing (approach, quality assurance and control
mechanism)

TAMAKOSHI V HYDROELECTRIC PROJECT


79
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Proposed Design Format


The Tenderer shall submit proposed design of the project. The report shall include but not limited to the
following contents:

• Design methodology

• Concept design

• Design finalization procedure

• Assurance about design

• Relevant codes for design

• Preparation of final As Built Drawings and Operation and Maintenance Manuals

TAMAKOSHI V HYDROELECTRIC PROJECT


80
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Contractor’s Workforce
In the following table, the Bidder shall provide detailed numbers of the workforce planned for
executing the Works, which shall include staff and personnel engaged in support activities such as
camp workshops, stores, security, etc. on a monthly basis.

CONTRACTOR’S WORKFORCE

Total Number Average Number of Persons in Period


Monthly Period of Personnel Other Skilled
from Foremen,
Engineers & and Semi-
Commencement including Laborers
Foreign Local other profess. Skilled
Team Leaders
Tradesmen
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
etc.

Note: A graph in the form of an “S Curve” shall be attached, showing the forecast deployment of the total work
force over the duration of the project.

TAMAKOSHI V HYDROELECTRIC PROJECT


81
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Subcontractors, Manufacturers and Suppliers


The Bidder shall provide the details of the subcontractors and suppliers proposed to be used on
the Works and the specific work which they are intended to undertake or materials they are
intended to supply. Service providers shall be included.
A separate (as attached) shall be submitted for each proposed subcontractor and supplier.

SUBCONTRACTORS / MANUFACTURERS / SUPPLIERS


Approximate Name and Address of
Element of Work
Value (USD) Subcontractor/Manufacturer/Supplier

Name of Subcontractor/Manufacturer/Supplier:

Address:

Section or item of work:

Value of work:

TAMAKOSHI V HYDROELECTRIC PROJECT


82
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Bidder’s Information and Qualification Format


(Without Prequalification)

TAMAKOSHI V HYDROELECTRIC PROJECT


83
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section III (Evaluation and
Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder.

Form ELI – 1: Bidder’s Information Sheet


Bidder’s Information

Bidder’s legal name

In case of JV, legal name of each partner

Bidder’s country of constitution

Bidder’s year of constitution

Bidder’s legal address in country of constitution

Bidder’s authorized representative


(name, address, telephone numbers, fax
numbers, e-mail address)

Name of Owner
Name of Managing Director
Name of Board of Director

Attached are copies of the following original document

1. In case of single entity, articles of incorporation or constitution of the legal entity named above,
in accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.
3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
4. In case of a government-owned entity, any additional documents not covered under 1 above
required to comply with ITB 4.5.

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


84
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form ELI - 2: JV Information Sheet


Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder's legal name

JV Partner's or Subcontractor's legal name

JV Partner's or Subcontractor's country of


constitution

JV Partner's or Subcontractor’s year of


constitution

JV Partner's or Subcontractor's legal address


in country of constitution

JV Partner's or
Subcontractor's authorized representative
information (name, address, telephone
numbers, fax numbers, e-mail address)

Attached are copies of the following original documents.

1. Articles of incorporation or constitution of the legal entity named above, in accordance with
ITB 4.1 and 4.2.
2. Authorization to represent the firm named above, in accordance with ITB 20.2.
3. In the case of government-owned entity, documents establishing legal and financial
autonomy and compliance with commercial law, in accordance with ITB 4.5.

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


85
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form ELI - 3: Bidder’s Running Contracts in Nepal


Each member of a JV must fill in this form

Bidder's Running Contracts


Name of Office Contract Date of issuance Status of Date of Issuance
Identification No. of Letter of contract** of Taking Over
Acceptance Certificate***

* Mention GON funded or DP funded or Other PE (Insert name) funded


** Mention "Yet to sign" if contract is not signed, "Running" if contract has been signed and contract
is running and "Substantially completed" if taking over certificate has been issued.
** Insert date of issuance of taking over certificate if the awarded contract has been substantially
completed and taking over certificate has been issued.
Note: Only the contracts accepted since 2078-12-03 i.e. March 17, 2022 are to be mentioned.

TAMAKOSHI V HYDROELECTRIC PROJECT


86
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form LIT - 1: Pending Litigation


Each member of a JV must fill in this form

Pending Litigation

 No pending litigation in accordance with Criteria 2.2 of Section III (Evaluation and Qualification
Criteria)
 Pending litigation in accordance with Criteria 2.2 of Section III (Evaluation and Qualification
Criteria)

Value of Pending
Value of Pending Claim as a
Year Matter in Dispute
Claim in NRS Percentage on Net
Worth

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


87
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form LIT – 2: ESHS Performance Declaration


[The following table shall be filled in for the Bidder, each member of a Joint Venture and each
Specialized Subcontractor]
Applicant’s Name: [insert full name]
Date: [insert day, month, year]
Joint Venture Member’s or Specialized Subcontractor’s Name: [insert full name]
Page [insert page number] of [insert total number] pages

Environmental, Social, Health, and Safety Performance Declaration in accordance with


Section III, Evaluation and Qualification Criteria, and Requirements

 No suspension or termination of contract: An employer has not suspended or terminated a


contract and/or called the performance security for a contract for reasons related to
Environmental, Social, Health, or Safety (ESHS) performance since the date specified in
2.2.2, Section III, Evaluation and Qualification Criteria, and Requirements.

 Declaration of suspension or termination of contract: The following contract(s) has/have been


suspended or terminated and/or Performance Security called by an employer(s) for reasons
related to Environmental, Social, Health, or Safety (ESHS) performance since the date
specified in 2.2.2, Section III, Evaluation and Qualification Criteria, and Requirements.
Details are described below:

Year Year Suspended Contract Identification Total Contract Amount


or terminated (current value, currency,
portion of exchange rate and US$
contract equivalent)

[insert year] [insert amount and Contract Identification: [indicate complete [insert amount]
percentage] contract name/ number, and any other
identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Reason(s) for suspension or termination:
[indicate main reason(s) e.g. for gender-
based violence (GBV)/sexual exploitation
and abuse (SEA) breaches]

[insert year] [insert amount and Contract Identification: [indicate complete [insert amount]
percentage] contract name/ number, and any other
identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Reason(s) for suspension or termination:
[indicate main reason(s)]

[list all applicable contracts]

TAMAKOSHI V HYDROELECTRIC PROJECT


88
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Performance Security called by an employer(s) for reasons related to ESHS performance

Year Contract Identification Total Contract


Amount (current
value, currency,
exchange rate and
US$ equivalent)

[insert year] Contract Identification: [indicate complete contract name/ [insert amount]
number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reasons(s) for calling of Performance Security: [indicate
main reason(s) e.g. for gender-based violence (GBV)/sexual
exploitation and abuse (SEA) breaches]

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


89
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form FIN - 1: Financial Situation


Each Bidder or member of a JV must fill in this form
Financial Data for Previous 5 (five) Years [in NRS]
Information from Balance Sheet

Years Year 1 Year 2 Year 3 Year 4 Year 5

Total Assets (TA)

Total Liabilities (TL)


Net Worth (NW)
= TA - TL
Current Assets
(CA)
Current Liabilities
(CL)
Working Capital
= CA - CL

Information from Income Statement

Years Year 1 Year 2 Year 3 Year 4 Year 5

Total Revenues

Profit Before Tax

Profit After Tax

o Attached are copies of financial statements (balance sheets including all related notes, and
income statements) for the last three or above years, as indicated above, complying with the
following conditions.
o All such documents reflect the financial situation of the Bidder or partner to a JV, and not
sister or parent companies.
o Historic financial statements must be audited by a certified auditor.
o Historic financial statements must be complete, including all notes to the financial
statements.
o Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).
Note: In case of e-submission the attachments should not be uploaded but shall be
submitted on notification by the Employer as per ITB 27.1

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


90
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form FIN - 2: Average Annual Construction Turnover


Each Bidder or member of a JV must fill in this form.
The information supplied should be the Annual Turnover of the Bidder or each member of a JV in
terms of the amounts billed to clients for each year for work in progress or completed to NRs/USD at
the end of the period reported.

Annual Turnover Data for the Last ten (10) Years (Construction only)

Present Value
Present Value of Annual
Year Amount Currency Conversion Factor for
Turnover
Works in NRs/USD.

Average Annual Construction Turnover (Best three years within the last 10 years) = NRs/USD………

Signature of Bidder

Note : In Case of Currency other than NRs., Present Value Conversion Factor is taken as Unity for all year in count; only
multiplied by Exchange Rate (Date of Bid Invitation), established by the Nepal Rastra Bank.

TAMAKOSHI V HYDROELECTRIC PROJECT


91
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form FIN - 3: Financial Resources


Specify proposed sources of financing, such as liquid assets, unencumbered real assets and other
financial means, net of current commitments, available to meet the total construction cash flow
demands of the subject contract or contracts as indicated in Section III (Evaluation and Qualification
Criteria).

Financial Resources

S.No. Source of Financing Amount in (NRs.)

TAMAKOSHI V HYDROELECTRIC PROJECT


92
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form FIN - 4: Bid Capacity


Each Bidder or member of a JV must fill in this form.

Bid Capacity = [(5 x A) – B]


A = Average Annual Turnover of best three (3) years out of last ten(10) fiscal years.
B = Annual Value of the existing commitments and works (ongoing) to be completed, calculated from
FIN-4.

A, in B, in Bid Capacity,
SN Name of Bidder Pan No.
Million Million in Million

Total Bid Capacity:

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


93
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form FIN-5: Current Contract Commitments / Works in Progress


Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a
letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has
yet to be issued.

Current Contract Commitments (For Calculation of B with reference of FIN-3)

Estimated Time in
Contract Contract Date Initial or Revised Value of Month to Complete the
Employer's Contract
Name of Name of the Contact Amount in Contract Duration outstanding outstanding works
No. Share in % (yy - mm) works [In
Contract Contractor/s Address, Tel, Millions (months) (f) = (c) + (d) – Date of
Fax (a) (c) Millions, NRs.]* Invitation of Bid
(b) (d) (e)
(f)

Signature of Bidder

* The Outstanding Works means Contract Price (excluding Vat) minus Work Evaluated by Employer till the reference date. Bidder shall have to
submit the relevant documentary evidence to substantiate the facts / figures.
(𝑒𝑒)𝑥𝑥 (𝑎𝑎)
Note 1: “B” shall be calculated as: 𝐵𝐵 = ∑ � (𝑓𝑓) � 𝑥𝑥12 If (f) is less than 12, then value of (f) shall be taken as 12.
Note 2: If Initial or Revised Contract Date is run out with respect to Date of Invitation of Bid, the Estimated Time in Month to complete the outstanding
works shall be taken equal to 12 months.

TAMAKOSHI V HYDROELECTRIC PROJECT


94
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form EXP - 1: General Construction Experience


Each Bidder or member of a JV must fill in this form.

General Construction Experience

Contract Identification and Name and


Starting Ending Role of
Year Address of Employer Brief Description
Month Year Month Year Bidder
of the Works Executed by the Bidder

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


95
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form EXP - 2(a): Specific Construction Experience


Fill up one (1) form per contract.

Contract of Similar Size and Nature

Contract No………… of…. Contract Identification

Completion
Award Date
Date

 Management
Role in Contract Contractor Subcontractor
Contractor

NRS
Total Contract Amount
………..

If Partner in a JV or subcontractor, Percent of Total


specify participation of total contract Amount
amount ….%

Employer's Name
Address
Telephone/Fax
Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2 (a) of Section II

Note: The Employer should insert here contract size,


complexity, methods, technology, or other
characteristics as described in Section VI -
Employer’s Requirement (ERQ) against which
the bidder demonstrates similarity in the box
on the right-hand-side.

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


96
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form EXP - 2(b): Specific Construction Experience in Key Activities


Fill up one (1) form per contract.

Contract of Similar Key Activities

Contract No………… of…. Contract Identification

Completion
Award Date
Date

 Management
Role in Contract Contractor Subcontractor
Contractor

NRS
Total Contract Amount
………..

If Partner in a JV or subcontractor, Percent of Total


specify participation of total contract Amount
….%
amount

Employer's Name
Address
Telephone/Fax
Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2 (b) of Section III

Note: The Employer should insert here contract size,


complexity, methods, technology, or other
characteristics as described in Section VI -
Employer’s Requirement (ERQ) against which
the bidder demonstrates similarity in the box
on the right-hand-side.

Signature of Bidder

TAMAKOSHI V HYDROELECTRIC PROJECT


97
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form - AUTH Manufacturers’ Authorization


The Bidders shall submit signed affidavits from the proposed manufacturers on the supplier’s
headed notepaper and addressed to the Employer that the components offered will meet in every
aspect the requirements set forth in the Employer’s Requirements and if the components
manufactured by the manufacturers are subsequently found to be not in accordance with the
Employer’s Requirements, the Bidder shall confirm that these will be provided as specified from
approved alternative manufacturers at no additional cost to the Employer and within the time for
completion stated in the Bid.
The affidavit shall confirm that the components can be delivered to the site on a schedule such
that the Contractor can meet the construction schedule. The affidavit shall also confirm that all
components supplied are fully compatible and complete as required for a complete and fully
operational installation at no additional cost to the Employer.
The affidavits from the proposed suppliers and manufacturers must be signed by the relevant
supplier or manufacturer.

To:

Tamakoshi Jalvidhyut Company Limited

House No. 106, Okharbot Marg, Thapagaun 106, Okharbot Marg, Thapagaun
Telephone: : +977-1-5245063/67

……………….

WHEREAS [Name of the manufacturer]………………………….who are established and reputable


manufactures of ………………………………………………[name and/or description of the goods]
having factories at ………………………………………[address of factory] do hereby authorize
…………………………………………[name and address of Bidder] to submit a Bid and
subsequently negotiate and sign the Contract with you against Tamakoshi V Hydroelectric
Project - Lot 2: Electro-Mechanical Equipment and Transmission Line Works [Contract ID:
…………………………………… for the above goods manufactured by us.
We hereby extend our full guarantee and warranty as per the Conditions of the Contract for the
goods offered for supply by the above firm against this Bid.

(Signature for and on behalf of Manufacturer)

Note: This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person
competent and having the power of attorney to bind the manufacturer. It should be included by the Bidder in his
Bid Documents.

TAMAKOSHI V HYDROELECTRIC PROJECT


98
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

FORM – LOC: Declaration of Local Agent

Name of Bidder or partner of a joint venture

Declaration of local agent, if the Bidder appoints a local agent:

..................................................................................................................................

Name and address of local agent:

..................................................................................................................................

Amount of commission, currency of payment and method of payment:

..................................................................................................................................

Other conditions of agreement:

..................................................................................................................................

Signed By:

..........................................

............................

..............................................................

(Place and Date) (Name in Print and signature of Bidder)

TAMAKOSHI V HYDROELECTRIC PROJECT


99
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Form - LOI: Consulting Firm / Specialist Subcontractors Letter of Intent

To: ……………………. (Name of Employer)

WHEREAS (Name of the consulting firm / specialist subcontractor) ……………………………. who


are established and reputable consulting firm of ……………………………. (name and /or
description of the services) do hereby submit Letter of Intent to provide specialized
subcontracting for the Electro-Mechanical Equipment and Transmission Line Design works against
…………………………… ……………………………..…………………………….(reference of the
Invitation for Bids).

………………………….

(Signature for and on behalf of Consulting firm /Specialist subcontractor)

Note: This letter of Intent should be on the letterhead of the consulting firm and should be signed by a person
competent and having the power of attorney to bind the consultant firm. It should be included by the Bidder in
his Qualification and Bid Documents.

TAMAKOSHI V HYDROELECTRIC PROJECT


100
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Parent Company Letter of Commitment

[This letter of Commitment should be on the original letterhead of the Parent Company and should be
signed by the person with the proper authority to sign documents that are binding for the Parent
Company]

Tamakoshi Jalvidhyut Company Limited, Thapagaun, Kathmandu


Tamakoshi V Hydroelectric Project
House No. 106, Okharbot Marg, Thapagaun
Kathmandu, Nepal
Tel: +977-1-5245063/67
Email: tamakoshi5@nea.org.np

We hereby confirm that [Name of Subsidiary company] having its registered office at [address of
subsidiary company] is a subsidiary company of [Name and address of Parent Company]
We would further like to confirm that:

1. The above subsidiary is the designated company within the [Name of Parent Company] to bid,
deal with and execute hydro projects in Nepal.

2. [Name of Parent Company] will not change the ownership of this subsidiary without informing
you of such a change at least in due time.

3. For the fulfilment of its contractual obligations under the contracts for Contract 2: Electro-
Mechanical Equipment and Transmission Lines Works” of Tamakoshi V Hydroelectric
Project (99.8 MW),
• this company has full access to and right to use all resources, technology know-how and
references of the [Name of Parent Company]

• [Name of Subsidiary company] has the right to receive any technical support of its
personnel at the premises of [Name of Parent Company].

4. [Name of Parent Company] will also be held responsible for the warranty and guarantee of
goods designed, manufactured, supplied, installed, testing and commissioning by this
subsidiary.

5. This letter of commitment and its possible legal consequences shall be subject to and construed
in accordance with the laws of the Government of Nepal.

Name:

In the capacity of:

[Note: The Parent Company shall attach a board resolution authorizing the person to sign the
documents binding for the parent company.]

TAMAKOSHI V HYDROELECTRIC PROJECT


101
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Deviations from Specifications


The Tenderer shall provide the details of all deviations for each part of this Contract, which are as
follows:
• Contract Section 1 - Mechanical Equipment
• Contract Section 2 - Electrical Equipment
• Contract Section 3 - Transmission Lines
(List hereunder proposed deviations from material and equipment as specified in the Technical
Specifications. Tabulate deviations making careful cross-referencing to the items effected in the
Technical Data Sheets and the Technical Specifications clauses applicable. Do not include
deviations in a general covering letter.)
The information shall be in accordance with the forms shown in the following pages.

TAMAKOSHI V HYDROELECTRIC PROJECT


102
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Deviations from Specifications for


Electrical Equipment – Mechanical Equipment – Transmission Lines

Item Effected in Clause No. in


Technical Data the Tech. Reasons and Details of Deviation
Sheets Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT


103
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Other Enclosures from Tenderer

Besides the Forms and Schedules to be filled in by the Tenderer and to be submitted with his
Tender, the Tenderer may enclose further documents, which might be of special interest in
connection with his Tender and this Contract.
The following documents may be submitted:
• Company brochures
• Experience lists
• Company style CVs
Such information shall be clearly marked “Accompanying Information”.

TAMAKOSHI V HYDROELECTRIC PROJECT


104
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

B. To be submitted with Price Bid

TAMAKOSHI V HYDROELECTRIC PROJECT


105
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Letter of Price Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the Bidder’s
complete name and address.

Date: .................................................................................

Name of the contract: .......................................................

Invitation for Bid No.: .......................................................

To: ………………………………………………………….

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB) Clause 8.

(b) We offer to execute in conformity with the Bidding Documents the following Works:
(c) The total price of our Bid, excluding any discounts offered in item (d) below is: NRs/USD.
………………………………………….; or when left blank is the Bid Price indicated in the
Section VII: Bid Price and Payment Schedule.

(d) The discounts offered and the methodology for their application are:
……………………………………………..

(e) Our bid shall be valid for a period of [insert validity period as specified in ITB 18.1] days
from the date fixed for the bid submission deadline in accordance with the Bidding
Documents, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Document;

(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the
bidding process or execution of the Contract: 1

Name of Recipient Address Reason Amount

..................................... ............................ ............................. ....................

..................................... ............................ ............................. ....................

(h) We understand that this bid, together with your written acceptance thereof included in your

1 If none has been paid or is to be paid, indicate “None”.

TAMAKOSHI V HYDROELECTRIC PROJECT


106
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed;

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive; and

(j) We declare that we are solely responsible for the authenticity of the documents submitted
by us.
(k) We agree to permit the TKJVC or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by auditors
appointed by the TKJVC.

Name: ...............................................................................

In the capacity of ...............................................................................

Signed ...............................................................................

Duly authorized to sign the Bid for and on behalf of ...............................

Date ...............................................................................

Note:
1. Notarized Power of Attorney for each signatory shall be provided.
2. In case of Joint Venture, information and signature is required for each partner and Joint
Venture Agreement shall be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT


107
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section IV: Bidding Forms

Following items from Section VII – Bid Price and Payment Schedule shall accompany the
Letter of Price Bid:

1. Disbursement Schedule

2. Foreign Currency Breakdown and any other Documents required by the Bidding
Documents

TAMAKOSHI V HYDROELECTRIC PROJECT


108
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part I: Bidding Procedures
TAMAKOSHI V HYDROELECTRIC PROJECT Section V: Eligible Countries

Section V - Eligible Countries


For the purpose of ITB 4.2: “all Countries”; and
For the purpose of Country-of-Origin ITB 5.1 and GCC 88.2: “all Countries”

TAMAKOSHI V HYDROELECTRIC PROJECT


109
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT

Part II: REQUIREMENTS


Section – VI : Employer’s Requirements (ERQ)
Section – VII : Bid Price and Payment Schedule

TAMAKOSHI V HYDROELECTRIC PROJECT


110
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ)

Section VI - Employer’s Requirement (ERQ)


Employer’s Requirement with details is in File 2 Annexes:
 ANNEXURE 1-Technical Specifications; Vol 0, Vol 1MET, Vol 2MET; Vol 3M, Vol 3E, Vol
3T
 ANNEXURE 4- Operation and Maintenance Services Requirements
 ANNEXURE 5.1-Tender Drawings
 ANNEXURE 5.2-Tentative Construction Time Schedule

The minimum Employer’s Requirement, but not limited to, are listed below:

a) Project Summary
b) Scope of the project
c) Project Site Description
d) Project Components and its specific requirements
e) Design Criteria and Design Restrictions
f) Reference Specification and Codes for Design
g) Requirement of Design Reports
h) List of drawings
i) Design and drawing approval from Employer
j) Specification of Works
k) Major construction output including milestones
l) Warranty, operation and maintenance period and modality
m) List of Test during construction stage and/or Completion and Governing Codes/References
n) List of Test after Completion and Governing Codes/References
o) List of Test during operation and maintenance

Note: Above mentioned Annexes are included in FILE 2.

TAMAKOSHI V HYDROELECTRIC PROJECT


111
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ)

A. Project Summary
The Tamakoshi V Hydroelectric Project is proposed on the Tamakoshi River in Dolakha District of the
Central Development Region of Nepal. This project was conceptualized to be developed in tandem
with the Upper Tamakoshi HEP. The project was identified as best project by the Project Development
Department (PDD) of Nepal Electricity Authority (NEA) during the project identification study conducted
by the department. The project was initially conceptualized for 53 MW installed capacity and was
upgraded to 87 MW during the feasibility study. The feasibility study of the project was conducted by
the PDD of NEA and selection of the consulting firm for the detailed design of the project was initiated
from the same department.
During the Detailed Design, the installed capacity of project was increased to 99.8 MW through a gross
head of 173.40 m and a design discharge of 66 m³/s using the tailwater of the UTK HEP. The average
annual energy production is estimated at 495.148 GWh (Rolwaling not considered) & 543.494 GWh
(Rolwaling Considered). Energy generated in the dry and wet seasons is 64.32 GWh (Rolwaling not
considered) & 159.454 GWh (Rolwaling considered) and 371.658 GWh (Rolwaling not considered) &
370.502 GWh (Rolwaling Considered), respectively (referring to the energy delivered at Khimti SS
incoming terminals). If the Rolwaling Diversion is implemented, the energy yield is expected to increase
by 50.0 GWh. The power generated from the project will be evacuated through a proposed 3.4 km
double circuit 220 kV transmission line from the Tamakoshi-Khimti line to the switchyard of Tamakoshi
V HEP with loop in / loop out arrangement.

B. Scope of the Project


The works under the contract include Engineering, Procurement, and Construction, Commissioning,
Operation and Maintenance of Contract 2: Electro-Mechanical Equipment and Transmission Lines
Works of Tamakoshi V Hydroelectric Project on Plant and Design -Built (DB) basis all complete for the
project area as shown in Fig. 1 below.
Figure 1: Project Layout, Overview

The Contractor shall be retained by the Employer for one year to operate, maintain and manage
the Project on behalf of the Employer, in accordance with Prudent Utility Practice and the
requirements of the Project Contract. The Employer shall delegate to Operator overall responsibility
for operating, maintaining and managing the Project to ensure that the Project is available to
produce electric energy for sale by the Employer and meets all requirements under the Project
Contract.

TAMAKOSHI V HYDROELECTRIC PROJECT


112
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ)

C. Project Site Description


Nepal is a South Asian country lying between China in the north and India in the south. Nepal is a
landlocked country with its capital in Kathmandu. Nepal's population is estimated at about 30 million.
Nepal is a multilingual, multicultural society. Politically, it is a Democratic Federal Republic having seven
(7) states.
Nepal is of roughly rectangular shape, 800 kilometers (497 mi) long and 200 kilometers (124 mi) wide,
with an area of 147,181 km² (56,827 sq mi). It lies between latitudes 26° and 31°N, and longitudes 80°
and 89°E.
Nepal is commonly divided into three physiographic areas: Himal, Pahad (mountain) and Terai. These
ecological belts run east–west and are vertically intersected by Nepal's major, north to south flowing
river systems. One of major rivers in eastern Nepal is Koshi, and Arun River is one of the major
tributaries to Koshi.
The southern lowland plains or Terai bordering India are part of the northern rim of the Indo- Gangetic
Plain. Terai is a lowland region containing some hilly ranges. They were formed and are fed by three
major Himalayan rivers: the Kosi, the Narayani, and the Karnali as well as smaller rivers rising below
the permanent snowline. This region has a subtropical to tropical climate. The outermost range of
foothills called Siwalik Hills or Churia Range cresting at 700 to 1,000 meters (2,297 to 3,281 ft) marks
the limit of the Gangetic Plain, however broad, low valleys called Inner Tarai Valleys (Bhitri Tarai
Upatyaka) lie north of these foothills in several places.
Pahad is a mountain region that does not generally contain snow. The mountains vary from 800 to
4,000 meters (2,625 to 13,123 ft) in altitude with progression from subtropical climates below 1,200
meters (3,937 ft) to alpine climates above 3,600 meters (11,811 ft). The Lower Himalayan Range
reaching 1,500 to 3,000 meters (4,921 to 9,843 ft) is the southern limit of this region, with subtropical
river valleys and "hills" alternating to the north of this range. Population density is high in valleys but
notably less above 2,000 meters (6,562 ft) and very low above 2,500 meters (8,202 ft) where snow
occasionally falls in winter.
Himal is the mountain region containing snow and situated in the Great Himalayan Range, makes up
the northern part of Nepal. It contains the highest elevations in the world including 8,848 meters (29,029
ft) high Mount Everest (Sagarmatha in Nepali) on the border with China.
Tamakoshi V is located in the Dolakha District of Bagmati state. The project area is situated within
Longitude 86°10’30’’ to 86°14’30’’ East and Latitude 27°45’00’’ to 27°49’50’’ North. The whole project
area lies in Khare, Orang and Lamabagar Village Development Committees. As per new provincial
provision of Nepal, the project area lies on Gaurishankar and Bigu village councils. This project is
conceptualized to develop as a tandem operation project with Upper Tamakoshi HEP. The intake
site/underground interconnection system with Upper Tamakoshi tailrace outlet is located in Lamabagar
VDC at an elevation of 1156.50 m whereas the underground powerhouse lies at the right bank of
Tamakoshi River just downstream of the Suri River confluence with Tamakoshi River.
The Tamakoshi V Hydroelectric Project is located approximately 90 km east of Kathmandu, the capital
of Nepal and approximately 25 km away from the district head-quarter of Dolakha District- Chariot
Bazaar. The district head-quarter is connected with the capital by Arniko Highway up to Lamasangu
which is approximately 90 km and by Lamasangu-Jiri road which is approximately 40 km up to Charikot.
A gravel road of about 33 km available from Charikot to Singate Bazaar is recently upgraded for the
construction of Upper Tamakoshi Project. The newly constructed road connecting Singate Bazaar and
Lamabagar for the construction of Upper Tamakoshi HEP passes by both the power station and the
headwork sites of this project. This road is recently being upgraded.

TAMAKOSHI V HYDROELECTRIC PROJECT


113
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ)

D. Project Components and its Specific Requirements


Major Components of the project are:
1. Electrical Equipment
• Main Generator Units and associated excitation system ( 3 sets)
• Small Generator Unit and associated excitation system (1 set)
• Bus Ducts
• Generator Circuit Breakers and Neutral Cubicles (3 sets)
• 220 kV GIS Equipment (1 set)
• 11/220 kV, 40/44 MVA, ODWF/OFWF Main Step Up Transformers (3 sets)
• Auxiliary electrical systems (MV Switchgear, AC and DC systems, Auxiliary Station
Service Transformer, Diesel generator, UPS, Power and Control cable, Lighting,
Earthling, Fire Detection and Alarm, Weak Current Systems. etc.) complete.
2. Mechanical Equipment
• Main Vertical Francis Turbines and associated governors (3 sets)
• Small Horizontal Francis Turbine and associated governor (1 set)
• Main Inlet Valves ( 3 sets)
• Small Unit Turbine Inlet & Outlet Valves (2 sets)
• Main Unit Flap Gates (3 sets)
• Powerhouse cavern overhead crane (80/15 tons)
• Auxiliary mechanical systems (cooling water system, hydraulic oil system and LP
compressed air system, drainage and dewatering system, oil filtration plant,
firefighting, elevator etc.) complete.
3. 220 kV Take Off Yard and Transmission Lines
220 kV double circuit app. 4 km transmission Lines extending from Tower no. 17 to Tamakoshi
V, 220 kV GIS bus and returning from the 220 kV GIS Bus to Tower no. 18 of the Gongar -
Khimti line.
4. Operation and Maintaining
Contractor shall operate, maintain and manage the Project on behalf of the Employer as
described in Annexure 4 “Operation and Maintenance Services Requirements”.

E. Design Criteria and Design Restrictions


Technical Requirements and Technical Specifications for Design Criteria and Design Restrictions.
Please refer to Employer’s Requirements. Part II, Section VI.

F. Reference Specification and Codes for Design


Technical Requirements and Technical Specifications for Reference Specification and Codes for
Design - Please refer to Employer’s Requirements. Part II, Section VI.

TAMAKOSHI V HYDROELECTRIC PROJECT


114
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ)

G. Requirement of Design Reports


Please refer to Employer’s Requirements. Part II, Section VI.

H. List of Drawings
Please refer to Employer’s Requirements. Part II, Section VI.

I. Design and Drawing Approval from Employer


Please refer to Employer’s Requirements and Conditions of Contract.

J. Specification of Works
Technical Requirements and Technical Specifications for Specification of Works. Please refer to
Employer’s Requirements. Part II, Section VI.

K. Major Construction Output including Milestones


The bidder shall fulfill the following milestones activities within the time stated below: Please refer to
PCC, Part II, Section IX.

Completion in
Milestone days after
Description of Milestone
Number Commencement
Date

General
Site Mobilization of key personnel and main
C2 G 1 construction equipment. Construction of site 153
installations, buildings, and site installation services.
Powerhouse
Powerhouse Inlet Valves
C2 KD 1 Main Inlet Valve Unit 1 605
C2 KD 2 Main Inlet Valve Unit 2 634
C2 KD 3 Main Inlet Valve Unit 3 663
C2 KD 4 Small Unit Inlet Valve Unit 4 774
Powerhouse Main Turbine and Generator Unit 1
Draft tube erected in Unit 1 Block, ready for stage two
C2 KD 5 199
concrete
Spiral case and flap gate erected in Unit 1 Block, ready
C2 KD 6 499
for stage two concrete
C2 KD 7 Shaft free Unit 1 after completion of the MET works 897
C2 KD 8 Completion of Wet Tests Unit 1 ready to start Trial Run 979
Powerhouse Main Turbine and Generator Unit 2

TAMAKOSHI V HYDROELECTRIC PROJECT


115
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ)

Completion in
Milestone days after
Description of Milestone
Number Commencement
Date

Draft tube erected in Unit 2 Block, ready for stage two


C2 KD 9 230
concrete
Spiral case and flap gate erected in Unit 2 Block, ready
C2 KD 10 528
for stage two concrete
C2 KD 11 Shaft free Unit 2 926
C2 KD 12 Completion of Wet Tests Unit 2 ready to start Trial Run 1014
Powerhouse Main Turbine and Generator Unit 3
Draft tube erected in Unit 3 Block, ready for stage two
C2 KD 13 261
concrete
Spiral case and flap gate erected in Unit 3 Block, ready
C2 KD 14 557
for stage two concrete
C2 KD 15 Shaft free Unit 3 955
C2 KD 16 Completion of Wet Tests Unit 3 ready to start Trial Run 1050
Powerhouse Small Turbine and Generator Unit 4
Draft tube erected in Unit 4 Block, ready for stage two
C2 KD 17 261
concrete
Unit 4 Draft Tube Pipe installed, incl. Installation &
C2 KD 18 774
Testing of Inlet & Outlet Valves
C2 KD 19 Shaft free Unit 4 931
C2 KD 20 Completion of Wet Tests Unit 4 ready to start Trial Run 991
Main Transformers
C2 KD 21 Completion of main transformer Unit 1 777
C2 KD 22 Completion of main transformer Unit 2 806
C2 KD 23 Completion of main transformer Unit 3 835
Auxiliary systems and Ancillaries
Auxiliary systems (cooling water system, hydraulic oil
system and compressed air system) and Ancillaries
C2 KD 24.1 completed (drainage and dewatering system, oil 896
filtration plant, firefighting system, etc.) completed and
tested
Auxiliary electrical systems (MV Switchgear, AC and
DC systems, Auxiliary Station Service Transformer,
C2 CKD 24.2 Diesel generator, UPS, Power and Control cable, 896
Lighting, Earthing, Fire Detection and Alarm, Weak
Current Systems. etc.) completed and tested
Take-Off Yard Transmission Line

TAMAKOSHI V HYDROELECTRIC PROJECT


116
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ)

Completion in
Milestone days after
Description of Milestone
Number Commencement
Date

Take-off yard and Transmission Line complete,


C2 KD 25 702
including testing & commissioning
All Equipment
Completion of all Works specified under this Contract,
C2 KD 26 including testing and commissioning as specified, ready 1095
for handing over to Employer

L. Warranty, operation and maintenance period and modality


Technical Requirements and Technical Specifications for Warranty, Operation and Maintenance Period
and Modality.

L.1 Warranty Period:

The Contractor shall provide a warranty for the supplied equipment, materials, and workmanship for a
period of minimum two (2) years from the date of the issuance of the Taking Over Certificate for the
whole of the Works.

L.2 Commencement of Warranty:

The warranty period shall commence upon the successful installation and commissioning of the
equipment, signified by the issuance of the Taking Over Certificate for the respective components or
the entire Works.

L.3 Scope of Warranty:

During the warranty period, the Contractor shall be responsible for correcting any defects, faults, or
failures arising from the design, materials, or workmanship of the supplied equipment. The warranty
shall cover all parts, components, and systems specified in the Contract Documents.

L.4 Warranty Extension:

No warranty claims shall be applicable until the equipment is installed and ready for use. The warranty
period may be extended under the following conditions:
If any defects or non-compliance with the Contract Documents are identified during the initial warranty
period and are duly rectified by the Contractor, an extension equivalent to the duration of the downtime
caused by the rectification will be granted.
Any replacement parts or equipment provided by the Contractor during the warranty period shall carry
a new warranty for two years from the date of replacement.

L.5 Exclusions from Warranty:

The warranty shall not cover damages or malfunctions resulting from:


 Negligence or improper operation by the Employer or its personnel.
 Unauthorized modifications or repairs carried out by parties other than the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT


117
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ)

 Force majeure events, as defined in the Contract.

L.6 Warranty Claims Procedure:

The Employer shall notify the Contractor promptly of any issues covered under the warranty. The
Contractor shall, within a reasonable time, investigate, and rectify the reported issues in accordance
with the terms of the warranty.

L.7 Operation and Maintenance Period:

In addition to the warranty period, the Contractor shall provide operation and maintenance services for
a duration of e.g.,1 year from the date of the issuance of the Taking Over Certificate for the whole of
the Works.

L.8 Modality of Operation and Maintenance:

The operation and maintenance services shall be carried out in accordance with the operation and
maintenance manuals and schedules provided by the Contractor. Regular inspections, preventive
maintenance, and necessary repairs shall be conducted to ensure the continuous and efficient
operation of the supplied equipment.

L.9 Training:

The Contractor shall provide necessary on the job training to the Employer's personnel regarding the
operation and routine maintenance of the equipment. The approach for on the job-training at minimum
shall be as mentioned in Annexure 4 of the Employer’s Requirements.

M. List of Test during construction stage and/or Completion and


Governing Codes/References
Technical Requirements and Technical Specifications for List of Tests During Construction Stage
and/or Completion and Governing Codes/References. Please refer to Employer’s Requirements. Part
II, Section VI.

N. List of Test after Completion and Governing Codes/References


Technical Requirements and Technical Specifications for List of Tests after Completion and Governing
Codes/References. Please refer to Employer’s Requirements. Part II, Section VI.

O. List of Test during operation and maintenance


The contractor shall submit the list of tests and operation and maintenance in accordance with the
approved design, Operation and Maintenance manual.

TAMAKOSHI V HYDROELECTRIC PROJECT


118
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

Section VII – Bid Price and Payment Schedule


Table of Contents

1. PREAMBLE

1.1 General
1.2 Contractor’s General Provisions
1.3 Contractor’s Site Facilities
1.4 Contractor’s Accommodation
1.5 Materials, Plant and Equipment
1.6 Plant Procured on Cost Reimbursement Basis
1.7 Standards & Codes, As-Built Drawings and Operation & Maintenance Manuals
1.8 Costs for Employer’s Expenses for Witnessing Tests
1.9 Training
1.10 Provisional Sums
1.11 Abbreviations

2. BID PRICE & PAYMENT SCHEDULES

1. Electrical Equipment (Price List)

2. Mechanical Equipment (Price List)

3. Transmission Line (Price List)

TAMAKOSHI V HYDROELECTRIC PROJECT


119
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
-----------------------------------------------------------------------------------------------------------------------------------------
1 PREAMBLE

1.1 GENERAL

(a) The scope of work includes design, detailed engineering, manufacture and procurement of
equipment, shop testing, packing, transportation, loading & unloading, delivery, storage at site,
handling, erection, pre-commissioning test and commissioning of all equipment and systems including
the preliminary acceptance test, to the performance guarantees.

(b) Insurance during transit, storage, erection, testing and commissioning of all the equipment and
accessories shall be included in the scope. Provision of commissioning, spares required during
testing and commissioning are also included in the scope.

(c) The Contract envisages generation of power on design, manufacture, supply, installation,
testing and commissioning concept for Electro-mechanical Equipment and Transmission Line
Works of Tamakoshi V Hydroelectric Project and accordingly, the Contractor shall perform all
such work and/or supply all such items and materials not specifically mentioned in the Contract but
that can be reasonably inferred from the Contract as being required for attaining completion of the
project as if such work and/or items and materials were expressly mentioned in the Contract.

(d) This Bid Price and Payment Schedule or Schedule of Payments shall be read in conjunction
with the Conditions of Contract, the Employer’s Requirements and the Tender Drawings,
performance, quality and strength of materials and the workmanship, conditions, obligations and
liabilities which shall be complied with in carrying out the Contract.

(e) This Bid Price and Payment Schedule shall also be read in conjunction with the Instructions to
Bidders, the Bid Forms, the Performance Guarantee, the technical data Sheets and any Addenda
which may be issued before the submission of the Bid. The Bid Price and Payment Schedule shall
be completed by the Bidder with all details as requested. Failure to do so may render the Bidder
non-responsive.

(f) All prices in the Bid Price and Payment Schedule shall be for work complete in every respect
and shall therefore include, but not be limited to, all labour, materials, Plant, Equipment,
supervision, shop inspection, training to the Employers’ personals, insurances, all incidental
charges and expenses whatsoever, taxes and duties as applicable overheads and profit for the
completion of works in a satisfactory manner.

(g) In the event of any omission of item of work in the agreement or the Employer’s Requirements
or in Conditions of Contract, such items as are needed to complete and commission the project
shall be deemed to be included in the Bid Price and Payment Schedule as the Contract is a lump
sum fixed price Contract except for adjustments as per Sub-clause 13.7 of the Conditions of
Contract.

(h) The equipment(s) shall be supplied complete in all respects i.e. with all fittings, accessories,
apparatus and parts that are necessary for their usual efficient operation. Such parts shall be
deemed to be included in the Bid Price and Payment Schedule whether specifically mentioned or
not.

(i) The Instruction to Bidders, Conditions of Contract, the Employer’s Requirements, Performance
Guarantees and data sheets are supplementary to each other and essential for complete
interpretation of the requirements of the Employer.

TAMAKOSHI V HYDROELECTRIC PROJECT


120
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
(j) Separate Bid Price and Payment Schedule sheets shall be used for required and suggested
options, as well as for alternatives suggested by the Bidder.

(k) The bidder shall enter in the appropriate locations in the Bid Price and Payment Schedule the
recommended spare parts, which he considers necessary for five years of operation of the
respective equipment.

(l) The Bidders are requested to give prices for those spare parts (Recommended spare parts),
which, even if not listed or requested in general and special spare parts, for which procurement
might be difficult or very costly at later date. However, only the spare parts, general and special
listed in the Bid Price and Payment Schedule will be considered for evaluation purpose.

(m) The Contractor shall arrange and supply all labour, materials, equipment, tools for assembly,
inspection and tests, erection, commissioning, spare parts and accessories; equipment;
construction utilities (including power) and supplies; temporary materials, structures and facilities;
transportation (including, without limitation, unloading and hauling to, from and at the site); and
storage (including any temporary) land required for the same. These services would be provided
up to the date of issuing the taking over certificate.

(n) The Contractor shall arrange all the tools & plants, tackles, meters and instruments required for
onsite assembly, erection, trial operation, test run and Operation and Maintenance. The tools and
plants will be taken back home by the Contractor in “as is where is” condition, after completion of
the work.

(o) The Prices entered by the Bidder against optional items, where clearly indicated as such in the
Bid Price and Payment Schedule, will not be added to the Bid Price.

(p) If any item in this Bid Price and Payment schedule is not priced by the Bidder, it will be deemed
to have been priced at nil.

(q) The items given in this Bid Price and Payment Schedule are purely for specifying the
installments in which the contract price will be paid. The price quoted by the Bidder shall be deemed
to cover all scope of works and Employer’s Requirements for the successful completion of the
Contract.
The Statements sent to the Employer on a regular basis shall include the prices quoted in the Bid
Price and Payment Schedule by the Contractor and the VAT that shall be charged according to the
regulations in force in Nepal.

(r) The Bidder shall give the required details and breakdown of their price as follows:

1. For Plant, Equipment, Material, Tools and Spare Parts associated to permanent works to be
supplied from abroad:

• price in foreign currency column of supply part of the Bid Price and Payment
Schedule shall be quoted for price of CIF to border point basis.

• price in local currency column of supply part of the Bid Price and Payment Schedule
shall be quoted for price of customs clearing and forwarding.

2. For Plant, Equipment, Material, Tools and Spare Parts to be supplied from within Nepal, the
Bidder shall quote price in local currency column of supply part of the Bid Price and Payment
Schedule. This price shall include an EXW (ex-factory, ex-works, ex-warehouse, or off-the self, as
applicable) price. The EXW price shall include all costs as well as duties and taxes paid or payable
on components and raw materials incorporated or to be incorporated in the facilities.

TAMAKOSHI V HYDROELECTRIC PROJECT


121
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
3. The price of local transport up to site, insurance and other services incidental to delivery for all
supply from abroad as well as from within Nepal shall be quoted for in column in the Bid Price and
Payment Schedule for Transportation Cost from Border to Site in Nepal

4. The price for all labour, contractor's equipment, temporary works, materials, consumables
associated with storage, erection / installations, testing and commissioning shall be quoted in
respective currency component column of Storage, Erection / Installation, Testing and
Commissioning part of the Bid Price and Payment Schedule. This price shall also include all matters
and things of whatsoever nature, including operations and maintenance services, the provision of
operations and maintenance manuals, training etc., where identified in the Bidding Documents, as
necessary for the proper execution of the installation Services, including all taxes, duties, levies
and charges payable in the Employer's country on the base date.

The terms EXW, CIF etc. shall be governed by the rules prescribed in the current edition of the
Incoterms, published by the International Chamber of Commerce, 38 Cours Albert, Paris, France.

(s) The Bidder shall mention Value Added Tax (VAT) as per the prevailing laws and at the prevailing
rate on Total Overall Price (except foreign currency component of the Total CIF to Border Price).

1.2 CONTRACTOR’S GENERAL PROVISIONS

(a) Payment for the provision of the Performance Security will be made when the Performance
Security has been provided in accordance with Sub-Clause 4.2 of the Conditions of
Contract to the Employer with a copy to the Engineer.

(b) In the event that the Contractor fails to make and maintain the full validity of the
Performance Security during the Contract Period, the payment amount in the Bid Price and
Payment Schedule for the provision of the Performance Security may be deducted from
subsequent payment certificates. Provided that the Employer has suffered no costs or
damages as a result of the Contractor's failure to maintain the Performance Security in
accordance with the Contract, the payment amount in the Bid Price and Payment Schedule
will then be paid again to the Contractor on the satisfaction of all requirements with respect
to the provision of the Payment Security. These payment provisions shall in no way affect
the other rights and obligations of the Contractor and the Employer under the Contract with
respect to the provision of the Performance Security.

(c) Payment for the provision of Insurances will be made when in accordance with Clause 18
of the Conditions of Contract the Contractor has provided to the Employer with a copy to
the Engineer:

i. evidence that the insurances described in Clause 18 have been affected;

ii. copies of the policies for the insurances described in Sub-Clause 18.2 [Insurance
for Works and Contractor's Equipment] and Sub-Clause 18.3 [Insurance against
Injury to Persons and Damage to Property]; and

iii. evidence of payment of each premium due under these insurance policies.

(d) In the event that the Contractor fails to make any premium payment which is due to be paid
under these insurance policies, or for any other reason fails to maintain the full validity of
any of these insurance policies in force during the Contract Period, the payment amount in
the Bid Price and Payment Schedule for the provision of the insurances may be deducted
from subsequent payment certificates.

TAMAKOSHI V HYDROELECTRIC PROJECT


122
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
(e) Provided that the Employer has suffered no costs or damages as a result of the Contractor's
failure to maintain the insurances in accordance with the Contract, the payment amount in
the Bid Price and Payment Schedule will then be paid again to the Contractor on the
satisfaction of all requirements with respect to the provision of insurances. These payment
provisions shall in no way affect the other rights and obligations of the Contractor and the
Employer under the Contract with respect to the provision of insurances.

(f) Payment for the provision of the Advance Payment Guarantee will be made when the
guarantee has been provided in accordance with all the requirements of Sub-Clause 14.2
of the Conditions of Contract to the Engineer, with a copy to the Employer.

1.3 CONTRACTOR’S SITE FACILITIES

(a) Payment for the mobilization and establishment of the Contractor's general site facilities
including, plants, workshops, magazines, store warehouses, assembly and material yards
etc., shall be made only after the Engineer has agreed that all these facilities have been
substantially established and are in a clean, finished and fully functional condition.

(b) Payment for the removal from site of the Contractor's general site facilities (except the
facilities provided by the Employer) including canteens, plants, workshops, magazines,
store warehouses, assembly and material yards etc., and demobilization, shall be made
only after all buildings and facilities have been removed and the respective site
establishment areas have been cleared and left free of obstruction, rubbish and nuisance
of any kind, on completion of the works.

1.4 CONTRACTOR’S ACCOMMODATION

(a) Payment for the removal of temporary accommodation provided for the Contractor's staff
(except the facilities provided by the Employer) and workforce shall be made only after all
affected buildings, surfacing, utilities, fencing etc. have been removed from the site.

1.5 MATERIALS, PLANT AND EQUIPMENT

The sums entered by the Contractor in Bid Price and Payment Schedule shall be due for payment
to the Contractor when the corresponding ACTIVITIES reached at the Stage for Payment in part
or full as defined and payment shall be made as per the PAYMENT PROCEDURE as stated below
and therein Conditions of Contract.

1.5.1 Payment on shipment for CIF to the Border Contract Price:

The Contractor may invoice for progress payments for the CIF to Nepal Border portion of the prices
for Plant/Equipment items in the Schedule of Prices, according to the following schedule:

a) 60% (Sixty percent) of the total CIF to the Border price portion after the works have
been completely manufactured, inspected and remain ready for shipment with
presentation of the following shipment documents:

• Commercial Invoice;
• A list containing the details of Border Contract Prices for all items to be shipped as per
the Contract Price Schedules, the aggravated value of each item as per the Contract
Price Schedule shipped to date, and the value of each item as per the Contract Price
Schedule shipped at this stage including quantity, unit price, total price and basis of
delivery;
• Copies or photocopies of the pre-paid bill of lading (ocean, charter party, airway,
barge, or truck), or parcel post receipt evidencing shipment from the source country,

TAMAKOSHI V HYDROELECTRIC PROJECT


123
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
or a free port, or bonded warehouse to Nepal.;
• Copies of packing list identifying contents of each package;
• Manufacturer's/supplier's guarantee certificate;
• Insurance documents related to Marine and inland transportation insurance policies;
• Inspection certificate approved by the Employer's Authorised Representative or
personnel and the Contractor's factory inspection report;
• Other Inspection certificate;
• Certificate of Origin;
• Engineer's acknowledgement to Ship.

b) 30% (Thirty percent) of the total CIF to the Border Price, against receipt of supplies at
project site stores, against certification from the Employer’s representative on prorata
basis.
c) 10% (Ten percent) of the total CIF to the Border Price, after issuance of the Taking
Over Certificate for the whole of the Works.

1.5.2 Payment of Transportation from Border to Site in Nepal:

The Contractor may invoice for progress payments for the Transportation in Nepal, portion of the
Prices for Plant/Equipment/Machineries in this Payment Schedule according to the following
schedule:
a) 65% (Sixty Five percent) of all Transportation in Nepal costs will be paid to the
Contractor after the shipment of the Parts of the Works have arrived on Site and
a material receiving report has been agreed upon between the Engineer and
the Contractor.
b) 25% (Twenty Five percent) of all Transportation in Nepal costs will be paid to
the Contractor upon completion of testing and commissioning of the Works or
section of the Works as long as such section of the Works is shown with
separate Price in the Contract Price Schedule.
c) 10% (Ten percent) of the Total Price portion for Transportation in Nepal after
Issuance of the taking Over Certificate for Whole of the Works.

1.5.3 Payment of Storage, Erection/Installation, Testing and Commissioning


Contract Prices:

The Contractor may invoice for progress payments for the Storage, Erection/Installation, Testing
and Commissioning portion of the prices for Plant items in this Bid Price and Payment Schedule
according to the following schedule:

a) 65% (Sixty Five percent) of all Erection, Testing and commissioning


costs will be paid to the Contractor upon completion of erection of the
works or an individual section of the works to the satisfaction of the
Engineer as long as such Individual Section of the Works is shown with
a separate price in the Contract Price.
b) 25% (Twenty Five percent) of all Erection, Testing and Commissioning
costs will be paid to the Contractor upon completion of testing and
commissioning of the works or Section of the Works as long as such
section of the Works is shown with a separate price in the Contract Price
Schedules.

TAMAKOSHI V HYDROELECTRIC PROJECT


124
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
c) 10% (Ten percent) of the total price for Storage, Erection, Testing and
Commissioning after issuance of the Taking –Over Certificate for the
whole of the Works.

1.6 PLANT PROCURED ON COST REIMBURSEMENT BASIS

(a) If any Plant has been procured by the Contractor on a cost reimbursement basis, as directed
by the Engineer under Clause 13, the invoice shall provide the following information for each item,
as applicable:

i. in sufficient detail to permit precise identification including copy of authorization to proceed


on cost reimbursement basis;
ii. source;
iii. date of purchase;
iv. quantity;
v. unit price;
vi. total cost exclusive of transportation;
vii. total delivered price;
viii. fixed price.

(b) The invoice for cost reimbursement shall have attached or endorsed thereon the following
manually signed certification executed by the Contractor:

(c) The undersigned certifies that the costs reimbursable and the amount payable in accordance
with the terms of the Contract, up to the date of this invoice, are not less than the total payments
received or claimed under this invoice (including the payment under this invoice) and that the terms
and conditions of the Contract have been fully complied with.

1.7 STANDARDS & CODES, AS-BUILT DRAWINGS AND OPERATION & MAINTENANCE
MANUALS

(a) Payment for the supply to Site and to the Engineer of all standards and codes relevant to
Employer's and Contractor’s designs including also all standards referred to in the
Specifications shall be made only after the Engineer has confirmed that the supply is
complete.

(b) Payment for the preparation and submission of 'as-built' drawings as specified shall be
made with each payment certificate for a period in which such drawings have been
submitted at the rate of a percentage of the payment amount in the Schedule of Payments,
as determined by the Engineer, to represent in his sole opinion the actual
progress of this work in relation to the total amount of work which is required to be completed
under this item.

(c) Separate payment will not be made for the provision of Operation and Maintenance
Manuals for any electro-mechanical and transmission line equipment provided under the
Contract, however the final 10% of the payments against the respective items in the Bid
Price and Payment Schedule for any such items of electromechanical or transmission line
equipment shall not be made until the related final Operation and Maintenance Manuals
have been submitted and approved by the Engineer.

1.8 COSTS FOR EMPLOYER’S EXPENSES FOR WITNESSING TESTS

TAMAKOSHI V HYDROELECTRIC PROJECT


125
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
(a) The extent of the services and materials to be provided under this item related to testing
and inspection is defined in the Employer’s Requirements.

(b) Cost of Factory acceptance tests: The estimated number of Factory acceptance tests,
with number of participants, is defined in Employer’s Requirements. The expenses for
FAT shall include the cost of arranging the Employer’s/Engineer’s travel from/back to
Nepal, including accommodation and per diem allowances to the Employer's Personnel
during the FATs as stated in Employer’s Requirements. It is estimated that the FATs in
average will take 5 days + travels. All expenses for FAT shall be included in the General
requirements of Bid Price and Payment Schedule.

1.9 TRAINING

(a) Payment for the provision of formal training sessions on Site and at places of manufacture in
accordance with the requirements of the Contract shall be made with each payment certificate in
accordance with the trainee man-month rates entered in the Bid Price and Payment Schedule and
any portion thereof pro rate. These rates and prices shall include all costs for the provision of the
training, including the cost of the Contractor's training staff and any other personnel at all locations
where training is being provided, the use of all training facilities, the provision of all documentation
and materials, the provision of all transportations and suitable accommodation for the trainees at
the places of manufacture, and any visits to plant sites or other locations undertaken as part of the
formal training. The expenses for training shall also include the cost of arranging the Employer’s
personnel’s travel from/back to Nepal, including accommodation and per diem allowances to the
Employer's Personnel during the training as stated in Employer’s Requirements.

1.10 PROVISIONAL SUMS

(a) Each Provisional Sum shall only be used, in whole or in part, in accordance with the
Engineer's instructions. The total payment to the Contractor under a Provisional Sum shall
include only such amounts for the work, supplies or services as have been instructed by the
Engineer. Except in the case of Day works, the payment shall be made only after the
submission to the Engineer of satisfactory documentation demonstrating the compliance with
the Engineer's instructions and substantiating the actual amounts for the supplies or services
being provided under the Provisional Sum item.

(b) General Provision Sum items include payment for any reimbursement on custom duty and
other taxes paid by the Contractor on import of Plant, Equipment, Tools and Spare Parts for
the Permanent Works.

TAMAKOSHI V HYDROELECTRIC PROJECT


126
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

1.11 ABBREVIATIONS

(a) The following abbreviations are used in the Bid Price and Payment Schedule, Rates and
Prices:
Abbrev Unit / Meaning
A Ampere
ACS Automatic Control System
ºC degree Celsius
cm centimeter
dia diameter
g gram
h hour
Hz Hertz
GIS Gas Insulated Switchgear
L&P Light & Power
AC Alternating Current
AVR Automatic Voltage Regulator
CB Circuit Breaker
CSB Common Services Board
d diameter
GCB Generator Circuit Breaker
kg kilogram
Ha hectare
J Joule
km kilometer
kW Kilowatt
m (linear) meter
kV kilovolt
Bldg Building
CCTV Closed Circuit Television
DB Distribution Board
ESP Electronic System Protection
m2 square meter
HV High Voltage
K Kelvin
kN Kilo Newton
l Liter

TAMAKOSHI V HYDROELECTRIC PROJECT


127
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

2. BID PRICE & PAYMENT SCHEDULES

Contract ID: ………………………….


IFB No.: ………………………….

The Bid Price


The bid price for the Contract is Foreign Currency (FC) of USD ………..…………………..…… (in
figures) ………………………………………………….….…. (in words) and Local currency (LC) of NRs.
……….…………………………………….……………….(in figures) …………………………………..…
…….… . (in words) without Provisional Sum and VAT. [To be fulfilled by the bidder as Lumpsum]
This Bid Price is assigned for different Activities in the following Sections.

TAMAKOSHI V HYDROELECTRIC PROJECT


128
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
GRAND SUMMARY: BID PRICE AND PAYMENT SCHEDULE
1 2 3 4 5 6
Transportation cost Total Cost for Storage, Unit Price (3+4+5)
from Border to Site Erection/Installation,
Item Description Total CIF Price
including insurance Testing and FC (USD) LC (NRs.)
all complete Commissioning
FC LC In In
LC (NRs.) FC (USD) LC (NRs.) In figure In Words
(USD) (NRs.) figure Words
G GENERAL REQUIREMENTS ----- ----- ----- ----- ----- ----- ----- ----- -----
ELECTRICAL EQUIPMENTS &
1
WOKRS ALL COMPLETE
MECHANICAL EQUIPMENTS &
2
WOKRS ALL COMPLETE
TRANSMISSION LINE
3 EQUIPMENTS & WOKRS ALL
COMPLETE

PROVISIONAL SUM for required


A unforeseen works as assigned by the ----- ----- ----- ----- ----- ------ ----- 2,50,00,000.00 -----
Engineer.
OVERALL TOTAL (Exclusive of
B Taxes, Duties and Provisional Sum)
(G+1+2+3+A)
VAT @13% of Overall Total (except
C Total USD Component of Total CIF
Price)
PROVISONAL SUM (For Customs
duty reimbursement pursuant to Sub-
D ----- ----- ----- ----- ----- ----- ----- 3,19,69,929.83 -----
Clause 14.1 (iii) of Particular
Conditions of Contract)
OVERALL TOTAL

TAMAKOSHI V HYDROELECTRIC PROJECT 129


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
G. GENERAL REQUIREMENTS
1 2 4 5 6 7 8 9
Transportation
Total Cost for
cost from Unit Price (5+6+7)
Storage,
Quantity Border to Site Total Price
Item Description Total CIF Price Erection/Installation,
& Unit including (4*8)
Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
G GENERAL REQUIREMENT
G.1 Contractor's General Provisions
Allowance for Performance Security in
G.1.1 accordance with Sub-Clause 4.2 of the 1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
Conditions of Contract.
Allowance for Insurances in accordance
G.1.2 with Clause 18 of the Conditions of 1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
Contract.
G.2 Contractor's Site Facilities
Mobilization and establishment of
Contractor's general site facilities as 1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
G.2.1 specified
Operation and maintenance of
Contractor's office facilities provided by 1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
G.2.2 the Employer as specified
G.3 Contractor's Accommodation
Provision of operation and
maintenance of temporary 1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
G.3.1 accommodation facilities.
Removal of temporary
accommodation for Contractor's
1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
workforce and restoration of sites as
G.3.2 specified.

TAMAKOSHI V HYDROELECTRIC PROJECT 130


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 4 5 6 7 8 9
Transportation
Total Cost for
cost from Unit Price (5+6+7)
Storage,
Quantity Border to Site Total Price
Item Description Total CIF Price Erection/Installation,
& Unit including (4*8)
Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
Contractor's Recording and
G.4 Submittals of Specifications and
Drawings
Preparation and submission of 'as-
1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
G.4.1 built' drawings as specified.
Supply to Site and the Engineer
copies of all standards and codes,
1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
operation and maintenance
G.4.2 manuals as specified.
Training and Factory Acceptance
G.5
Tests (FAT)
G.5.1 Provision of Training as Specified 1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
G.5.2 Provision of FAT as specified 1 LS ----- ----- ----- ----- ----- ----- ----- ----- -----
Total of General Requirements to be carried to Grand
Summary

TAMAKOSHI V HYDROELECTRIC PROJECT 131


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE

1: ELECTRICAL EQUIPMENT

SUMMARY PRICE LIST


1 2 3 4 5 6 7 8 9
Transportation Total Cost for
cost from Storage,
Country of Quantity & Total CIF Border to Site Erection/Installa Unit Price (5+6+7) Total Price
Item Description
Origin Unit Price including tion, Testing (4*8)
insurance all and
complete Commissioning FC (USD) LC (NRs.)
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.
01 Generators 3 No.
02 Excitation Systems 3 set
03 Generator Main Circuits 11 kV 1 set
04 Main Transformers 3 No.
220 kV Gas-insulated Switchgear GIS and
05 associated 10 tons bridge crane and hydraulic 1 set
platform

06 220 kV Cable Systems 1 lot


07 LV AC Auxiliary Supply System 1 lot
08 Auxiliary Transformers 7 No.
09 Diesel Generating Units 2 No.
10 DC and UPS Systems 1 lot
11 Electrical Protection Systems 1 lot
12 Computerized Control System 1 set
13 Communication Systems 1 set
14 Security Systems 1 set
15 Earthing and Lightning Protection Systems 1 lot
16 MV and LV Cable Systems 1 lot
17 Lighting and Small Power Installations 1 lot

TAMAKOSHI V HYDROELECTRIC PROJECT 132


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9
Transportation Total Cost for
cost from Storage,
Country of Quantity & Total CIF Border to Site Erection/Installa Unit Price (5+6+7) Total Price
Item Description
Origin Unit Price including tion, Testing (4*8)
insurance all and
complete Commissioning FC (USD) LC (NRs.)
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.

18 Electrical Workshop 1 lot


19 O&M Services during the warranty period 1 lot
TOTAL ELECTRICAL EQUIPMENT to be carried
to Grand Summary

TAMAKOSHI V HYDROELECTRIC PROJECT 133


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT

Chapter 01 Generators

1 2 3 4 5 6 7 8 9
Transportation
Total Cost for
cost from
Storage, Unit Price (5+6+7)
Country of Quantity & Border to Site Total Price
Item Description Total CIF Price Erection/Installation,
Origin Unit including (4*8)
Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)

1.1 Generators 38 MVA ,11 kV , 600 rpm 3 No.


Related auxiliary plant to provide complete, ready
1.2 for service installations 3 set
1.3 Special tools and appliances (to be quoted induvial) 1 set
1.4 Special spare parts (to be quoted induvial) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 134


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT

Chapter 02 Excitation Systems

1 2 3 4 5 6 7 8 9
Transportation
Total Cost for
cost from
Country Storage, Unit Price (5+6+7)
Quantity Border to Site
Item Description of Total CIF Price Erection/Installation, Total Price (4*8)
& Unit including
Origin Testing and
insurance all
Commissioning
complete FC (USD) LC (NRs.)
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
Excitation systems with excitation and
braking transformers for 38 MVA
2.1 generators 3 set
Related auxiliary plant to provide ready
2.2 for service, reliable installations 3 set
Special spare parts (to be quoted
2.3 induvial) 1 lot
Laptop for testing, commissioning and
2.4 setting of parameters 1 No.

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 135


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT

Chapter 03 Generator Main Circuits


1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Storage,
Country Quantity & Border to Site Total Price
Item Description Total CIF Price Erection/Installatio
of Origin Unit including FC (USD) LC (NRs.) (4*8)
n, Testing and
insurance all
Commissioning
complete
LC
FC LC LC In In In In FC
Q'ty Unit LC (NRs.) FC (USD) (NRs.
(USD) (NRs.) (NRs.) figure Words figure Words (USD)
)
11 kV switchgear assembly TVB (with 6
3.1 cubicles) 1 set
3.2 Air-insulated 3-phase busduct systems 3 set
3.3 11 kV generator circuit breaker assemblies 4 No.
3.4 11 kV switchgear assemblies 2 No.
3.5 Braking switch cubicles 3 No.
3.6 Generator neutral earthing cubicles 3 No.
Special tools and appliances (to be quoted
3.7 induvial) 1 set
3.8 Special spare parts (to be quoted induvial) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 136


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 04 Main Transformers
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
cost from Total Cost for Storage,
Country Quantity & Border to Site Erection/Installation,
Item Description Total CIF Price Total Price (4*8)
of Origin Unit including Testing and FC (USD) LC (NRs.)
insurance all Commissioning
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
Three-phase main transformers 40 MVA /
3 No.
4.1 44 MVA (ODWF/OFWF)
Related auxiliary plant to provide complete,
3 set
4.2 ready for service installations
4.3 Under-Ceiling Crane 1 No.
Special tools and appliances (to be quoted
4.4 induvial) 1 set
4.5 Special spare parts (to be quoted induvial) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 137


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 05 220 kV GIS and associated works

1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Storage,
Country of Total CIF Border to Site Total Price
Item Description Quantity & Unit Erection/Installati
Origin Price including FC (USD) LC (NRs.) (3*8)
on, Testing and
insurance all
Commissioning
complete
LC
FC LC FC LC In In In In FC
Q'ty Unit LC (NRs.) (NRs.
(USD) (NRs) (USD) (NRs.) figure Words figure Words (USD)
)
5.1 Generator/MT feeder bays with LCC 3 No.
Transmission line feeder bays with
5.2 4 No.
LCC
5.3 Bus coupler bay 1 No.
5.4 Measuring and busbar earthing bay 1 No.
Related auxiliary plant to provide
5.5 1 set
ready for service installations
5.6 TOY 2 lot
Special tools and appliances (to be
5.7 1 set
quoted induvial)
Special spare parts (to be quoted
5.8 1 lot
induvial)
5.9 GIS Bridge Crane (10 t) 1 No.
5.10 Electric-Hydraulic Work Platform 1 No.

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 138


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 06 220 kV Cable Systems
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Storage,
Country Quantity & Border to Site Total Price
Item Description Total CIF Price Erection/Installati
of Origin Unit including FC (USD) LC (NRs.) (4*8)
on, Testing and
insurance all
Commissioning
complete
FC LC FC In In In In FC LC
Q'ty Unit LC (NRs.) LC (NRs.)
(USD) (NRs.) (USD) figure Words figure Words (USD) (NRs.)
Three-phase cable connections
6.1 between the MT and the GIS MT feeder 3 set
bays
6.2 Cable sealing ends for GIS MT bays 3 set
6.3 Cable sealing ends for MT 3 set
Three-phase cable connections
6.4 between the TOY and the GIS Line 4 set
feeder bays
6.5 Cable sealing ends for GIS TL bays 4 set
Outdoor cable sealing ends for TOY
6.6 4 set
1&2
Related auxiliary plant to provide
6.7 7 set
complete, ready for service installations
Special tools and appliances (to be
6.8
quoted induvial) 1 set

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 139


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT

Chapter 07 LV AC Auxiliary Supply System


1 2 3 4 5 6 7 8 9
Unit Price (5+6+7)
Transportation Total Cost for
cost from Border Storage,
Country Quantity & Total Price
Item Description Total CIF Price to Site including Erection/Installat
of Origin Unit FC (USD) LC (NRs.) (4*8)
insurance all ion, Testing and
complete Commissioning
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Word (USD) (NRs.)
7.1 Main distribution board for the PC 1 No.
7.2 Unit MCC 4 No.
7.3 One distribution board for the TC 1 No.
One distribution board for the GIS
7.4 Room 1 No.
Two distribution boards for E+M
7.6 Workshops 2 No.
7.6 One distribution board for the TVB 1 No.
7.7 One distribution board for the OB 1 No.
7.8 One distribution board for the VC 1 No.
7.9 One distribution board for the OS 1 No.
7.10 Sub-distribution boards 1 lot
Marshalling of cable distribution
1 lot
7.11 boxes
Related equipment to provide
complete, ready for service
7.12 installations 1 lot
Special spare parts (qouted
7.13 indivually) 1 set
Power supply system to all above
7.14 7.1 to 7.11 1 set

TAMAKOSHI V HYDROELECTRIC PROJECT 140


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9
Unit Price (5+6+7)
Transportation Total Cost for
cost from Border Storage,
Country Quantity & Total Price
Item Description Total CIF Price to Site including Erection/Installat
of Origin Unit FC (USD) LC (NRs.) (4*8)
insurance all ion, Testing and
complete Commissioning
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Word (USD) (NRs.)

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 141


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT

Chapter 08 Auxiliary Transformers


1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Country Storage,
Quantity Border to Site
Item Description of Total CIF Price Erection/Installation, Total Price (4*8)
& Unit including FC (USD) LC (NRs.)
Origin Testing and
insurance all
Commissioning
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
Station service transformers 1,000
8.1 kVA, 11/0.4kV 3 No.
Auxiliary plant to provide complete,
8.2 ready-for-service installations for 8.1 3 set
Distribution transformers 400 kVA,
8.3 11/0.4 kV in TV and PC 2 No.
Auxiliary plant to provide complete,
8.4 ready-for-service installations for 8.3 1 set
Distribution transformers 250 kVA,
8.5 11/0.4 kV in Workshop 1 No.
Auxiliary plant to provide complete,
8.6 ready-for-service installations for 8.4 1 set
Auxiliary transformers 1250 kVA,
8.7 11/11 kV in TVB 1 No.
Auxiliary plant to provide complete,
8.8 ready for service installations for 8.5 1 set
Special spare parts (qouted
8.9 indivually) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 142


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 09 Diesel Generating Unit
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Country Storage,
Quantity Border to Site
Item Description of Total CIF Price Erection/Installation, Total Price (4*8)
& Unit including FC (USD) LC (NRs.)
Origin Testing and
insurance all
Commissioning
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
Diesel generating unit (DGU), rated
9.1 1 No.
1250 kVA, 11 kV, 1500 rpm
Related auxiliary plant to provide
9.2 complete, ready for service 1 set
installations
Diesel generating unit (DGU), rated
9.3 1 No.
400 kVA, 0.4 kV, 1500 rpm
Related auxiliary plant to provide
9.4 complete, ready for service 1 set
installations
Special tools and devices (qouted
9.5
indivually) 1 set
9.6 Special spare parts (qouted indivually) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 143


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 10 DC and UPS Systems
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Storage,
Country Quantity Total CIF Border to Site Total Price
Item Description Erection/Installation,
of Origin & Unit Price including (4*8)
Testing and FC (USD) LC (NRs.)
insurance all
Commissioning
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
PC & TVB battery chargers 400 V AC/110
10.1 V DC 4 No.
10.2 Lead acid batteries, rated 800 Ah 2 set
10.3 Lead acid batteries, rated 300 Ah 2 set
Lead acid battery of suitable capacity and
matching DC voltage to deliver the required
10.4 1 No.
power for telephone and other related
systems
UPS systems, 110 V DC / 400 / 230 V AC
50 Hz of not less than 20 kVA output with
2 No.
static bypass switch to an alternative AC
10.5 system
10.6 DC main switchboards 4 No.
10.7 DC sub distribution boards 2 lot
10.8 UPS switchboard 2 No.
Special tools and appliances (to be qouted
10.9 indivually) 1 set
10.10 Special spare parts (to be qouted indivually) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 144


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 11 Electrical Protection Systems
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Country Storage,
Quantity Total CIF Border to Site Total Price
Item Description of Erection/Installation,
& Unit Price including FC (USD) LC (NRs.) (4*8)
Origin Testing and
insurance all
Commissioning
complete
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
Unit protection systems to provide the
complete range of electrical protection for
11.1 3 set
the generators, busduct systems, MT and
HV cable systems
Protection systems to provide the
11.2 complete range of electrical protection for 4 set
the 220 kV transmission line feeders
Protection to provide the complete range
11.3 of electrical protection for the 220 kV 1 set
busbar systems and the bus coupler
Unit protection systems to provide the
11.4 complete range of electrical protection for 1 set
the 6 MVA generators.
Protection systems to provide the
complete range of electrical protection for
11.5 1 lot
the 11 kV switchgears, SST, distribution
transformers and DGU
Special tools and appliances (to be
11.6 1 set
quoted indivually)
Special spare parts (to be quoted
11.7 1 set
indivually)

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 145


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 12 Computerized Control System
1 2 3 4 5 6 7 8 9
Transportati Unit Price (5+6+7)
on cost from Total Cost for
Countr Border to Storage,
Quantity Total CIF Total Price
Item Description y of Site Erection/Installatio
& Unit Price FC (USD) LC (NRs.) (4*8)
Origin including n, Testing and
insurance all Commissioning
complete
FC LC In In In In FC LC
Q't Uni LC
(USD (NRs. LC (NRs.) FC (USD) figur Word figur Word (USD (NRs.
y t (NRs.)
) ) e s e s ) )
Central Control Room Equipment
No
12.1 Operator stations with three monitors & printers 3
.
No
12.2 Large screen with controller 1
.
No
12.3 Fire detection and alarm panel
1 .
No
CCTV surveillance system with four monitors
12.4 1 .
No
Metering station with two monitors and printer
12.5 1 .
No
12.6 Archiving system for long term and spontaneous data archiving
1 .
No
12.7 Training and simulation station with two monitors and printer
1 .
No
12.8 Engineering station with two monitors and laser color printer
1 .
12.9 Redundant main servers in hot-standby 2 lot
12.1
0
Interface with firewall to Office LAN and Web Client for remote access 1 lot
12.1
1
GPS master clock system with interface to secondary system 1 lot
12.1
2
Redundant gateway to the UTK CCR 1 lot
12.1
3
Redundant gateway to NLDC 1 lot
12.1
4
Portable service station 1 lot
12.1 Redundant fibre optic main Gigabit bus system according to IEC 60870-5-
lot
5 104; 1

TAMAKOSHI V HYDROELECTRIC PROJECT 146


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9
Transportati Unit Price (5+6+7)
on cost from Total Cost for
Countr Border to Storage,
Quantity Total CIF Total Price
Item Description y of Site Erection/Installatio
& Unit Price FC (USD) LC (NRs.) (4*8)
Origin including n, Testing and
insurance all Commissioning
complete
FC LC In In In In FC LC
Q't Uni LC
(USD (NRs. LC (NRs.) FC (USD) figur Word figur Word (USD (NRs.
y t (NRs.)
) ) e s e s ) )
12.1 Redundant fibre optic process Gigabit bus system according to IEC 60870-
6
lot
5-104; 1
12.1
7
Set of furniture for the Central Control Room (CCR). 1 lot
Unit Control Boards (UCB) and Local Control Units (LCU)
12.1 No
UCB with field-bus interfaces to sub-controllers
6 3 .
12.1
7
UCB for the Small HP Unit 1 lot
12.1
8
LCU station auxiliary systems 1 lot
12.1
9
LCU common services 1 lot
12.2
0
LCU 220 kV GIS 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 147


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 13 Communication Systems
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Country Storage,
Quantity & Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
Unit including FC (USD) LC (NRs.) (4*8)
Origin Testing and
insurance all
Commissioning
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
13.1 Telephone and intercommunication system 1 set

13.2 Telecommunication system UTK-TK V- KHIMTI


1 set
13.3 Public address system 1 set
13.4 Radio communication system 1 set
13.5 Public address system 1 set
13.6 Clock system 1 set
13.7 Special spare parts (to be quoted individually) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 148


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 14 Security Systems
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Country Storage,
Quantity Border to Site
Item Description of Total CIF Price Erection/Installation, Total Price (4*8)
& Unit including FC (USD) LC (NRs.)
Origin Testing and
insurance all
Commissioning
complete
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
Closed circuit television system
14.1 (CCTV) 1 set
14.2 Access control system 1 set
Special spare parts (to be quoted
14.3 individually) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 149


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 15 Earthing and Lightning Protection Systems
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Country Storage,
Quantity & Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
Unit including FC (USD) LC (NRs.) (4*8)
Origin Testing and
insurance all
Commissioning
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
15.1 Sub-grade earthing systems 1 lot
Above ground indoor and outdoor
15.2
earthing systems 1 lot
15.3 Potential gradient control systems 1 lot
15.4 Lightning protection systems 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 150


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 16 MV and LV Cable Systems
1 2 3 4 5 6 7 8 9
Transportati Unit Price (5+6+7)
on cost Total Cost for
from Border Storage,
Country of Quantity & Total Price
Item Description Total CIF Price to Site Erection/Installati
Origin Unit FC (USD) LC (NRs.) (4*8)
including on, Testing and
insurance Commissioning
all complete
In In In In FC LC
FC LC FC LC
Q'ty Unit LC (NRs.) figur Word figur Word (USD (NRs.
(USD) (NRs.) (USD) (NRs.)
e s e s ) )
16.1 11 kV single core power cables 1 lot
16.2 LV power cables for AC and DC systems 1 lot
16.3 Communication, control and instrument cables 1 lot
Self-supporting areal cables for power supply,
16.4 1 lot
communication and control circuits

16.5 Fibre optic cables for external/internal data transfer 1 lot

Material necessary for supporting, laying and


16.6 1 lot
termination of all cables
16.7 Special spare parts (to be qouted individually) 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 151


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 17 Lighting & Small Power Inst.
1 2 3 4 5 6 7 8 9
Transportati Unit Price (5+6+7)
on cost Total Cost for
Count from Border Storage,
Ite Quantity & Total CIF Total Price
Description ry of to Site Erection/Installati
m Unit Price FC (USD) LC (NRs.) (4*8)
Origin including on, Testing and
insurance Commissioning
all complete
FC LC In In In In FC LC
Q't FC LC
Unit (US (NRs LC (NRs.) figur Word figur Word (US (NRs
y (USD) (NRs.)
D) .) e s e s D) .)

17. Lighting and small power installations for the entire power plant
1 1 lot
with all pertinent buildings and structures

17. Lighting and small power installations for the service areas and
2 1 lot
associated roadways, extending up to 500 m from the power plant

17. Isolating transformers 230/42 V with power socket outlets for 5 set
3 supplying tools
17.
4 Portable, rechargeable lamps with charging units 5 set

17. Portable, heavy duty maintenance lighting fixtures, fitted with


5 5 set
fluorescent lamps
17.
6 One (1) lot of special spare parts. 1 lot

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 152


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 18 Electrical Workshop
1 2 3 4 5 6 7 8 9
Transportation Unit Price (5+6+7)
Total Cost for
cost from
Country Storage,
Quantity & Border to Site
Item Description of Total CIF Price Erection/Installation, Total Price (4*8)
Unit including FC (USD) LC (NRs.)
Origin Testing and
insurance all
Commissioning
complete
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
18.1 O & M and spare part management system 1 set
18.2 Work benches, tool cabinets and chairs 1 set
18.3 Tool machines and electrical portable tools 1 set
18.4 Standard tools for E and M fitters 1 set
18.5 Instruments and appliances. 1 set

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 153


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
ELECTRICAL EQUIPMENT
Chapter 19 O&M Services

1 2 3 4 5 6 7 8 9
Transpor Unit Price (5+6+7)
tation
Total Cost for
cost
Storage,
Coun from
Erection/Insta
Ite try of Quantit Total CIF Border Total
Description llation,
m Origi y & Unit Price to Site FC (USD) LC (NRs.) Price (4*8)
Testing and
n including
Commissioni
insuranc
ng
e all
complete
FC LC FC LC In In In In FC LC
Q't U LC
(US (NR (USD (NRs. fig Wor fig Wor (US (NR
y nit (NRs.)
D) s.) ) ) ure ds ure ds D) s.)
Chapter 19 O&M Services

19 O&M Services during the warranty period including all works for the guaranteed parts
1 lot
.1 that are required to replace or repair or refurbish

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 154


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE

2: MECHANICAL EQUIPMENT
SUMMARY PRICE LIST
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity & Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
Unit including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete

FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
Equipment including special tools and
0.1 specified spare parts
0.1.1 Vertical Francis Turbine 3 No.
0.1.2 Turbine Governor 3 No.
0.1.3 Main inlet valve 3 No.
0.1.4 Draft Tube Flap Gate 3 No.
0.1.5 Cooling Water System 1 set
0.1.6 Drainage and Dewatering System 1 set
0.1.7 Compressed Air System 1 set
0.1.8 Oil Handling Equipment 1 set
0.1.9 Powerhouse Crane 1 No.
0.1.10 Elevator 1 No.
0.1.11 Mechanical Workshop 1 set
0.1.12 Small Hydro Unit 1 set
0.1.13 Measuring Device 1 set
0.1.14 Heating, Ventilation & Air Cond. Equipment 1 set
0.1.15 Fire Protection Systems 1 set
Summe Item 0.1
0.2 Training of Employer’s personnel

TAMAKOSHI V HYDROELECTRIC PROJECT 155


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity & Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
Unit including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete

FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
0.2.1 Training in workshop 1 lot
0.2.2 Training at Site 1 lot
Summe Item 0.2
0.3 Design liaison meeting 5 No.
0.4 Factory acceptance test (FAT) 10 No.
O&M Services during the warranty period
including all works for the guaranteed parts
0.5 1 lot
that are required to replace or repair or
refurbish
TOTAL MECHANICAL EQUIPMENT

0.5 Options
Main turbine model test including acceptance
0.5.1 test 1 lot
0.5.2 Main turbine prototype (field) efficiency tests 1 lot
0.5.3 Small hydro unit prototype (field) efficiency tests 1 lot
Maintenance lifting platform on powerhouse
0.5.4 crane 1 No.
0.5.5 Recommended spare parts 1 lot
Sum Options

TAMAKOSHI V HYDROELECTRIC PROJECT 156


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT

Chapter 01 Francis Turbine


1 2 3 4 5 6 7 8 9
Transportation
Total Cost for
cost from Unit Price (5+6+7)
Country Storage,
Quantity & Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
Unit including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
Vertical Francis Turbine (162.35 m, 22 m³/s, 600
1.1 rpm) 3 No.
Related auxiliary plant to provide complete, ready for
1.2 service installations 3 set
1.3 Special tools and appliances (quoted individually) 1 set
1.4 Specified special spare parts (as option)
Spare runner with all parts for connecting to the
1.4.1 turbine shaft 1 No.
1.4.2 Stationary labyrinth ring 1 set
Guide vane with bearings and safety elements
1.4.3 including the necessary fixing and sealing elements 1 set
Safety elements for the guide vane regulating
1.4.4 mechanism 1 set
1.4.5 Axial sliding ring for the shaft seal 3 No.
1.4.6 Seal ring for maintenance seal 3 No.
1.4.7 Turbine guide bearing shell 1 set
1.4.8 Wearing parts of the turbine guide bearing 1 set
1.4.9 Instruments 1 set
Total Sum for above Items to Summary Price List
1.5 Options
1.5.1 Turbine model test including acceptance test 1 lot
TAMAKOSHI V HYDROELECTRIC PROJECT 157
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9
Transportation
Total Cost for
cost from Unit Price (5+6+7)
Country Storage,
Quantity & Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
Unit including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)
1.5.2 Turbine prototype efficiency tests 1 lot
1.5.3 Recommended spare parts (to be quoted individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 158


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 02 Turbine Governor
1 2 3 4 5 6 7 8 9
Transportatio
Total Cost for
n cost from Unit Price (5+6+7)
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installatio
& Unit Price including (4*8)
Origin n, Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC In In In In FC LC
Q't Uni
(USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y t
) ) e s e s ) )
No
2.1 Turbine governor 3 .
Related auxiliary plant to provide complete, ready
2.2 for service installations 3 set
2.3 Special tools and appliances (quoted individually) 1 set
2.4 Specified spare parts (as Option)
2.4.1 Speed sensing device 1 set
2.4.2 One hydraulic control valve of each type 1 set
2.4.3 Complete electro-hydraulic pilot valve (actuator) 1 set
No
2.4.4 Sensing elements for servomotor position 2 .
No
2.4.5 Limit switch and pressure switches of each type 2 .
No
2.4.6 Oil pump-motor-unit 1 .
2.4.7 All gaskets and sealing material for the pumps 1 set
2.4.8 Strainer cartridges for the oil pressure unit 3 set
No
2.4.9 Contact pressure gauge of each type 1 .
2.4.1
0 Contact thermometer 1 set
2.4.1 No
1 Level switch of each type 1 .

TAMAKOSHI V HYDROELECTRIC PROJECT 159


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9
Transportatio
Total Cost for
n cost from Unit Price (5+6+7)
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installatio
& Unit Price including (4*8)
Origin n, Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC In In In In FC LC
Q't Uni
(USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y t
) ) e s e s ) )
2.4.1 No
2 Measuring indicator of each type 2 .
All electronic circuit plug in modular electronic
2.4.1 cards, electronic relays, and other electric
3 replacement parts with its accessories 1 set
Total Sum for above Items to Summary Price
List
2.5 Options
Recommended spare parts (to be quoted
2.5.1 individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 160


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT

Chapter 03 Main Inlet Valve


1 2 3 4 5 6 7 8 9
Transportatio
Total Cost for
n cost from Unit Price (5+6+7)
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installatio
& Unit Price including (4*8)
Origin n, Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC In In In In FC LC
Q't Uni
(USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y t
) ) e s e s ) )
No
3.1 Main inlet valve (butterfly valve with 2 seals) 3 .
Related auxiliary plant to provide complete, ready for
3.2 service installations 3 set
Special tools and appliances (to be quoted
3.3 individually) 1 set
3.4 Specified spare parts (as Option)
3.4.1 Seal and seat rings for the service seal 3 set
3.4.2 Packing, gaskets and O-rings 3 set
3.4.3 Bearing bushing 2 set
3.4.4 All lubrication fittings 1 set
3.4.5 Rings and gaskets for servomotor 1 set
3.4.6 Rings and gaskets for the bypass valve 1 set
All electronic circuit plug in modular electronic
cards, electronic relays, and other electric
3.4.7 replacement parts with its accessories 1 set
Total Sum for above Items to Summary Price List

3.5 Options
TAMAKOSHI V HYDROELECTRIC PROJECT 161
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9
Transportatio
Total Cost for
n cost from Unit Price (5+6+7)
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installatio
& Unit Price including (4*8)
Origin n, Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC In In In In FC LC
Q't Uni
(USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y t
) ) e s e s ) )
3.5. Recommended spare parts (to be quoted
1 individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 162


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 04 Draft Tube Flap Gate
1 2 3 4 5 6 7 8 9

Transportatio
Total Cost for Unit Price (5+6+7)
n cost from
Storage,
Country Quantity & Total CIF Border to Site Total Price
Item Description Erection/Installation
of Origin Unit Price including (4*8)
, Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)

Draft tube flap gate (as integral part of turbine draft No


4.1 tube) 3 .
Related auxiliary plant to provide complete, ready for
4.2 service installations 3 set
Special tools and appliances (to be quoted
4.3 individually) 1 set
4.4 Specified spare parts (as Option)
4.4.
1 Seal for draft tube flap gate 3 set
4.4.
2 Packing, gaskets and O-rings 3 set
4.4.
3 Rings and gaskets for servomotor 1 set
All electronic circuit plug in modular electronic
4.4. cards, electronic relays, and other electric
4 replacement parts with its accessories 1 set
Total Sum for above Items to Summary Price List

4.5 Options
4.5. Recommended spare parts (to be quoted
1 individually) 1 lot
Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 163


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 05 Cooling Water System
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity & Total CIF Border to Site Total Price
Item Description of Erection/Installation,
Unit Price including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)

Cooling water system (open circuit, common use of all


5.1 units) 1 set
Related auxiliary plant to provide complete, ready for
5.2 service installations 1 set
5.3 Special tools and appliances (to be quoted individually) 1 set
5.4 Specified spare parts (as Option)
5.4.1 Measuring & indicating instrument of each typ 1 No.
5.4.2 Filter element 2 set
5.4.3 Packing, gaskets and O-rings 3 set
5.4.4 Main cooling water pump with motor 1 No.
5.4.5 Auxiliary cooling water pump with motor 1 No.
All electronic circuit plug in modular electronic cards,
electronic relays, and other electric replacement parts
5.4.6 with its accessories 1 set
Total Sum for above Items to Summary Price List

5.5 Options
5.5.1 Recommended spare parts (to be quoted individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 164


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI V HYDROELECTRIC PROJECT 165


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 06 Drainage and Dewatering System
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity Total CIF Border to Site Total Price
Item Description of Erection/Installation,
& Unit Price including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
6.1 Drainage and dewatering system 1 set
Related auxiliary plant to provide complete, ready for
6.2 service installations 1 set
6.3 Special tools and appliances (to be quoted individually) 1 set
6.4 Specified spare parts (as Option)
6.4.1 Measuring & indicating instrument of each type 1 No.
6.4.2 Drainage pump-motor-unit with cable 1 No.
6.4.3 Dewatering pump-motor-unit with cable 1 No.
All electronic circuit plug in modular electronic cards,
electronic relays, and other electric replacement parts
6.4.4 with its accessories 1 set
Total Sum for above Items to Summary Price List
6.5 Options
6.5.1 Recommended spare parts (to be quoted individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 166


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 07 Compressed Air System
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
& Unit including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
7.1 Compressed air system (1.0 MPa) 1 set
Related auxiliary plant to provide complete, ready for
7.2 service installations 1 set
7.3 Special tools and appliances (to be quoted individually) 1 set
7.4 Specified spare parts (as Option)
7.4.1 Measuring & indicating instrument of each type 1 No.
7.4.2 Filter elements of each type 2 No.
All electronic circuit plug in modular electronic cards,
electronic relays, and other electric replacement parts
7.4.3 with its accessories 1 set
Total Sum for above Items to Summary Price List
7.5 Options
7.5.1 Recommended spare parts (to be quoted individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 167


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 08 Oil Handling Equipment
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity Border to Site
Item Description of Total CIF Price Erection/Installation, Total Price (4*8)
& Unit including
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
8.1 Mobile oil filtration station 2 No.
Related auxiliary plant to provide complete, ready for
8.2 service installations 1 set
8.3 Special tools and appliances (to be quoted indivually) 1 set
Total Sum for above Items to Summary Price List

8.5 Options
8.5.1 Recommended spare parts (to be qouted indivually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT 168
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 09 Powerhouse Crane
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity & Total CIF Border to Site Total Price
Item Description of Erection/Installation,
Unit Price including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
9.1 Powerhouse crane (80/15 t, 10.4 m span) 1 No.

9.2 Related auxiliary plant to provide complete, ready for 1 set


service installations
9.3 Special tools and appliances (to be quoted individually) 1 set
9.4 Runway rails 1 set
Total Sum for above Items to Summary Price List
9.5 Options
9.5.1 Maintenance lifting platform 1 No.
9.5.2 Recommended spare parts (quoted individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 169


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 10 Elevator
1 2 3 4 5 6 7 8 9
Transportatio
Total Cost for
n cost from Unit Price (5+6+7)
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installation
& Unit Price including (4*8)
Origin , Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC In In In In FC LC
Q't
Unit (USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y
) ) e s e s ) )
No
10.1 Elevator (1500 kg) 1 .
Related auxiliary plant to provide complete, ready for
10.2 service installations 1 set
Special tools and appliances (to be quoted
10.3 individually) 1 set
Total Sum for above Items to Summary Price List
10.5 Options
10.5.
1 Recommended spare parts (to be quoted individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 170


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 11 Mechanical Workshop
1 2 3 4 5 6 7 8 9
Transportatio
Total Cost for
n cost from Unit Price (5+6+7)
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installation
& Unit Price including (4*8)
Origin , Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC In In In In FC LC
Q't Uni
(USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y t
) ) e s e s ) )
11.1 Mechanical workshop 1 set
Related auxiliary plant to provide complete, ready for
11.2 service installations 1 set
Special tools and appliances (to be quoted
11.3 individually) 1 set
Total Sum for above Items to Summary Price List
11.5 Options
11.5.
1 Recommended spare parts (to be quoted individually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 171


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT
Chapter 12 Small Hydro Unit
1 2 3 4 5 6 7 8 9

Transportatio
Total Cost for Unit Price (5+6+7)
n cost from
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installatio
& Unit Price including (4*8)
Origin n, Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q't
Unit (USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y
) ) e s e s ) )
Horizontal Francis Turbine (horizontal, 1.5 m³/s, 1000 No
12.1 rpm) 1 .
Synchronous-Generator (horizontal, 6 MVA, No
12.2 11 kV, 0.85, 1000 rpm) 1 .
No
12.3 Turbine governor 1 .
No
12.4 Main inlet valve (butterfly type) 1 .
No
12.5 Turbine outlet valve (butterfly type) 1 .
12.6 Electrical equipment 1 set
12.7 Unit control system 1 set
Related auxiliary plant to provide complete, ready for
12.8 service installations 1 set
12.9 Special tools and appliances (quoted individually) 1 set
12.10 Specified spare parts (as Option)
Spare runner with all parts for connecting to the turbine No
12.10.1 shaft 1 .
12.10.2 Stationary labyrinth ring 1 set

TAMAKOSHI V HYDROELECTRIC PROJECT 172


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9

Transportatio
Total Cost for Unit Price (5+6+7)
n cost from
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installatio
& Unit Price including (4*8)
Origin n, Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q't
Unit (USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y
) ) e s e s ) )

Guide vane with bearings and safety elements including No


12.10.3 the necessary fixing and sealing elements 2 .
12.10.4 Safety elements for the guide vane regulating mechanism 1 set
12.10.5 Guide bearing 1 set
12.10.6 Combined thrust and guide bearing 1 set
12.10.7 Diodes 1 set
12.10.8 Rectifier module 1 set
12.10.9 Varistors 1 set
12.10.1 No
0 Instrument of each type 1 .
12.10.1 No
1 Control valve of each type 1 .
All electronic circuit plug in modular electronic cards,
12.10.1
electronic relays, and other electric replacement parts 1 set
2
with its accessories
Total Sum for above Items to Summary Price List
12.11 Options
12.11.1 Turbine prototype efficiency tests 1 lot
12.11.2 Recommended spare parts (to be qouted indivually) 1 lot

Total Sum for Options to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 173


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT

Chapter 13 Measuring Device


1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
& Unit including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)

13.1 Water Level Measuring Device (see Particular 3 set


Technical Specifications 13.2 no. 1)
13.2 Water Level Measuring Device (see Particular 3 set
Technical Specifications 13.2 no. 2)
13.3 Staff gauge for water level indication 1 no.
13.4 Special Tools and Equipment (to be quoted individually) 1 set
13.5 Spare Parts (to be quoted individually) 1 set

Total Sum for above Items to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 174


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT

Chapter 14 HVAC System


1 2 3 4 5 6 7 8 9

Transportatio
Total Cost for Unit Price (5+6+7)
n cost from
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installation
& Unit Price including (4*8)
Origin , Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q't Uni
(USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y t
) ) e s e s ) )

14.1 Air Handling Units 1 set


14.2 Fan Coil Units 1 set
14.3 Exhaust air Fans 1 set
14.4 Smoke Exhaust Fans 1 set
14.5 Stairwell Pressurization Systems 1 set
14.6 Water Cooled Chillers 1 set
14.7 Chilled Water Pumps 1 set
14.8 Cooling Water Pumps 1 set
14.9 Pipe Work Chilled Water 1 lot
14.1
0 Pipe Work Cooling Water 1 lot
14.1
1 Duct Work 1 lot
14.1
2 Automatic Control System 1 lot

TAMAKOSHI V HYDROELECTRIC PROJECT 175


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9

Transportatio
Total Cost for Unit Price (5+6+7)
n cost from
Countr Storage,
Quantity Total CIF Border to Site Total Price
Item Description y of Erection/Installation
& Unit Price including (4*8)
Origin , Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q't Uni
(USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
y t
) ) e s e s ) )
14.1
3 Corrosion Protection 1 lot
14.1
4 Dry Test 1 lot
14.1
5 Wet Test 1 lot
14.1 Mandatory Spare Parts and Tools (to be quoted
6 individually) 1 set
14.1
7 Recommended Spare Parts (to be quoted individually) 1 set
14.1
8 Specified Tools and Appliances 1 set

Total Sum for above Items to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 176


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
MECHANICAL EQUIPMENT

Chapter 15 Fire Protection Systems


1 2 3 4 5 6 7 8 9
Transportatio
n cost from Total Cost for Unit Price (5+6+7)
Countr Border to Storage, Total
Quantit Total CIF
Item Description y of Site Erection/Installatio Price
y & Unit Price
Origin including n, Testing and (4*8)
insurance all Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit (USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
) ) e s e s ) )

15.1 Cable Penetration Seals 1 lot


15.2 Pipe Penetration Seals 1 lot
15.3 Fire Retardant Coating 1 lot
15.4 Fire Detection and Alarm System 1 lot
15.5 Firefighting Pumps 1 set
15.6 Firefighting Controllers 1 set
15.7 Firefighting Jockey Pumps 1 set
15.8 Firefighting Service Main 1 lot
15.9 Outdoor Hydrants 1 lot
15.1 Indoor Hose Stations 1 lot
15.11 Water Spray Deluge Systems 1 lot
15.12 Mobile Fire Extinguishers 1 set
15.13 Electrical Cubicles 1 lot
15.14 Performance Tests 1 lot
Mandatory Spare Parts and Tools (to be quoted
15.15 individually) 1 set
15.1
6 Recommended Spare Parts (to be qouted indivually) 1 set

TAMAKOSHI V HYDROELECTRIC PROJECT 177


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
1 2 3 4 5 6 7 8 9
Transportatio
n cost from Total Cost for Unit Price (5+6+7)
Countr Border to Storage, Total
Quantit Total CIF
Item Description y of Site Erection/Installatio Price
y & Unit Price
Origin including n, Testing and (4*8)
insurance all Commissioning FC (USD) LC (NRs.)
complete
FC LC In In In In FC LC
Q'ty Unit (USD (NRs. LC (NRs.) FC (USD) LC (NRs.) figur Word figur Word (USD (NRs.
) ) e s e s ) )
15.1
7 Specified Tools and Appliances 1 set

Total Sum for above Items to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 178


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE

3: TRANSMISSION LINE
SUMMARY PRICE LIST
1 2 3 4 5 6 7 8 9

Transportation Unit Price (5+6+7)


Total Cost for Storage,
cost from Border
Country Quantity & Erection/Installation,
Item Description Total CIF Price to Site including Total Price (4*8)
of Origin Unit Testing and
insurance all
Commissioning
complete FC (USD) LC (NRs.)

FC LC In In In In FC LC
Q'ty Unit LC (NRs.) FC (USD) LC (NRs.)
(USD) (NRs.) figure Words figure Words (USD) (NRs.)
01 Supply of Equipment 1 LS
02 Storage, Erection & Commissioning 1 LS
03 Factory Acceptance & Type Tests 1 LS
04 TOY & Switching Station, Civil Works 1 LS

O&M Services during the warranty


period including all works for the 1 LS
guaranteed parts that are required to
05 replace or repair or refurbish

TOTAL TRANSMISSION LINES

TAMAKOSHI V HYDROELECTRIC PROJECT 179


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule
TAMAKOSHI JALVIDHYUT COMPANY LIMITED
TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
TRANSMISSION LINE
Chapter 01 Supply of Equipment
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity & Border to Site
Item Description of Total CIF Price Erection/Installation, Total Price (4*8)
Unit including
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete

FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)

Chapter 01 Supply of Equipment


1.1 Supply of Towers, complete
- Tower Type DA 9 No.
- Tower Type DB 4 No.
- Tower Type DC 1 No.
- Tower Type DD 1 No.
- Tower Type DDE 3 No.
1.2 Supply of Tower Accessories & Earthing, compl. 1 LS
1.3 Supply of Line Materials, complete 1 LS
1.4 Take-Off Yards & Switching Station 1 LS

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 180


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
TRANSMISSION LINE
Chapter 02 Storage, Erection & Commissioning.
1 2 3 4 5 6 7 8 9
Transportation
Total Cost for
cost from Unit Price (5+6+7)
Country Storage,
Quantity Total CIF Border to Site Total Price
Item Description of Erection/Installation,
& Unit Price including (4*8)
Origin Testing and
insurance all FC (USD) LC (NRs.)
Commissioning
complete
FC LC FC In In In In FC LC
Q'ty Unit LC (NRs.) LC (NRs.)
(USD) (NRs.) (USD) figure Words figure Words (USD) (NRs.)
2.1 Survey 4 km
2.2 Soil Investigation as specified 1 LS
2.3 Benching 1 LS
2.4 Construction of Tower Foundations & Stubs
- Tower Type DA 9 No.
- Tower Type DB 4 No.
- Tower Type DC 1 No.
- Tower Type DD 1 No.
- Tower Type DDE 3 No.
2.5 Erection of Towers, complete
- Tower Type DA 9 No.
- Tower Type DB 4 No.
- Tower Type DC 1 No.
- Tower Type DD 1 No.
- Tower Type DDE 3 No.
2.6 Installation of Tower Earthing, complete 1 LS
2.7 Installation of Tower Accessories, complete 1 LS
2.8 Installation of Conductor & Earth Wires, compl. 1 LS
2.9 Installation of Insulators, complete 1 LS
2.10 Installation of Hardware & Fittings, complete 1 LS
2.11 Conductor & Earth Wire Accessories, complete 1 LS
2.12 Protection of Tower Footings, complete 1 LS
2.13 Tools and Tackles 1 LS
Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 181


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
TRANSMISSION LINE

Chapter 03 Factory Acceptance & Type Tests


1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity & Border to Site
Item Description of Total CIF Price Erection/Installation, Total Price (4*8)
Unit including
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete

FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)

3.1 Prototype Testing of Towers, complete


- Tower Type DA, with extension 1 No.
- Tower Type DB, with extension 1 No.
- Tower Type DC, with extension 1 No.
- Tower Type DD, with extension 1 No.
- Tower Type DDE, with extension 1 No.
3.2 Testing of Conductors & Earth Wires, complete 1 LS
3.3 Testing of Hardware & Fittings, complete 1 LS
3.4 Testing OPGW, complete 1 LS
3.5 Testing of Insulators, complete 1 LS

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT 182


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
TRANSMISSION LINE

Chapter 04 ToY & Switching St., Civil Works


1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity & Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
Unit including (4*8)
Origin Testing and
insurance all
Commissioning FC (USD) LC (NRs.)
complete

FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)

4.1 Earth Works & Site Preparation, complete 1 LS


4.2 220 kV Line Gantries, complete 1 LS
4.3 Walls & Fences, complete 1 LS
4.4 Electrical Installations, complete 1 LS

Total Sum to Summary Price List

TAMAKOSHI V HYDROELECTRIC PROJECT


183
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT
LOT 2 ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSON LINE WORKS
BID PRICE AND PAYMENT SCHEDULE
TRANSMISSION LINE
Chapter 05 O&M Services During Warranty Period
1 2 3 4 5 6 7 8 9

Transportation
Total Cost for Unit Price (5+6+7)
cost from
Country Storage,
Quantity & Border to Site Total Price
Item Description of Total CIF Price Erection/Installation,
Unit including (4*8)
Origin Testing and
insurance all
Commisioning FC (USD) LC (NRs.)
complete

FC LC FC LC In In In In FC LC
Q'ty Unit LC (NRs.)
(USD) (NRs.) (USD) (NRs.) figure Words figure Words (USD) (NRs.)

O&M Services during the warranty


5.1 period including all works for the 1 LS
guaranteed parts that are required to
replace or repair or refurbish

Total Sum to Summary Price List

Note: Financial evaluation shall be done based on the information obtained from the above sheets only. If the information obtained from System generated forms differs from the
above sheets (Bid Price and Payment Schedule), then the information from above shall prevail.

TAMAKOSHI V HYDROELECTRIC PROJECT


184
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

Disbursement Schedule (Cash Flow)


(TO BE SUBMITTED WITH “PRICE BID”)

The Bidder shall give the total cash flow for this Contract. He shall complete the table below and
include the value of the anticipated Interim Payments in accordance with the completion of the
works quoted in Bid Price and Payment Schedule, Section-VII, Part II Employer’s Requirements.

Period Value of Interim Payments Total


Construction Year
Months Local Currency (NRs) Foreign Currency (USD)

1&2

3&4

5&6
First

7&8

9 & 10

11 & 12

1&2

3&4
Second

5&6

7&8

9 & 10

11 & 12

1&2

3&4

5&6
Third

7&8

9 & 10

11 & 12

TAMAKOSHI V HYDROELECTRIC PROJECT


185
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

Period Value of Interim Payments Total


Construction Year
Months Local Currency (NRs) Foreign Currency (USD)

1&2

3&4

5&6
Fourth

7&8

9 & 10

11 & 12

Defect Liability Period


and Operation and
Maintaining Stage

Final Payment

Year Month

The total period covered by the above table included both the construction period, Defects
Notification Period and the Final Payment Certificate.
The Bidder shall take into account the payment of the Retention Money, the re-payment of the
Advance Payment and all other payment conditions in the Contract in order to calculate the true
value of the interim payments. The value of interim payments should be without Provisional Sum
and VAT.
In addition to completing the above table, the Bidder shall provide a colored A4-sized bar diagram
of the total cash flow over the above period.

TAMAKOSHI V HYDROELECTRIC PROJECT


186
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

Breakdown of Foreign Currency Requirements


The Bidder shall substantiate the Foreign Currency requirements in the following Schedule of
Foreign Currency Requirements and Submit with Price Bid.
Foreign Currency (USD) Approx. % of Bid Price
Item excluding Provisional
Type Amount Sum and VAT
1 Foreign Staff and Manpower
1.1 Salaries and wages
1.2 Social charges
1.3 Overseas allowances
1.4 Insurance coverage
1.5 Medical care
1.6 Travel expenses, etc.

2 Imported Materials
2.1 For Temporary Works
2.1.1 Temporary cranes
2.2 For Permanent Works
2.2.1 Mechanical & Electrical equipment
2.2.2 Electrical/control equipment
2.2.3

3 Contractor’s Equipment (depreciation and usage only)


Heavy mobile equipment (unloading & loading
3.1
vehicles,
3.2 Major items of non-mobile equipment
Light vehicles, instruments, laboratory
3.3
equipment, machinery, welding machine etc.
3.4 Spare parts,

4 Overheads, Fees, etc.


4.1 Foreign overseas head office
4.2 Fees, profit
4.3 Finance charges
4.4 Freight
4.5 Insurance

5 Miscellaneous

Total

Note: Bidders shall add any and all other appropriate items

TAMAKOSHI V HYDROELECTRIC PROJECT


187
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

Breakdown of Rates for all the Major Construction Items

Project Milestone/BoQ Item No.:


Description of Major Item: Unit Quantity:
Foreign Currency Local Currency
Description Source Cost Cost
(Country)
S No. Cost Component (USD) (NPR)
A Materials
1
2
3
5
B Equipment
1
2
3
C Consumables
1
2
3
5
D Labour
1
2
3
E Transportation
1
2
F Others

A. Sub-Total: - Direct Cost


1 Company (head-office) Overheads
2 Project Overheads
3 Taxes (income, corporate, duties, indirect)
4 Profit
B. Sub-Total: - Indirect Cost
C. TOTAL COST (A+B)
D. VAT
TOTAL UNIT COST

TAMAKOSHI V HYDROELECTRIC PROJECT


188
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VII: Bid Price and Payment Schedule

Summary of Payment Currencies

For ……………………….. [insert name of Section of the Works]

A B C D
Name of Amount of Rate of Local currency Percentage of
payment currency exchange equivalent Total Bid Price
currency (TBP)
(local currency C=AxB
per unit of 100xC
foreign)
TBP

Local Currency 1.00


NRs

Foreign
Currency USD

Total Bid Price 100.00

Provisional Sum (to be entered by (to be entered by


expressed in the Employer) the Employer)
Local Currency

Total Bid Price


(including
Provisional Sum)

TAMAKOSHI V HYDROELECTRIC PROJECT


189
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms

TAMAKOSHI V HYDROELECTRIC PROJECT

Part III: CONDITIONS OF CONTRACT AND CONTRACT


FORMS

Section VIII : General Conditions of Contract (GCC)


(FIDIC-1999, Yellow Book)
Section IX : Particular Conditions of Contract (PCC)
Section X : Contract Forms (COF)

TAMAKOSHI V HYDROELECTRIC PROJECT


190
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section VIII: General Conditions of Contract (GCC)

Section VIII: General Conditions of Contract

TAMAKOSHI JALVIDHYUT COMPANY LIMITED


TAMAKOSHI V HYDROELECTRIC PROJECT

Thapagaun, Kathmandu

Contract 2
Electro-Mechanical Equipment and Transmission Lines Works
of

Tamakoshi V Hydroelectric Project

ICB No.:…………………………..

TAMAKOSHI V HYDROELECTRIC PROJECT


191
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section VIII: General Conditions of Contract (GCC)

Section VIII: General Conditions of Contract (GCC)


The General Conditions of Contract shall be those of the “Conditions of Contract for Plant and
Design Build”, First Edition 1999, published by the International Federation of Consulting Engineers
(FIDIC). These conditions are subject to the variations and additions set out hereof entitled
“Particular Conditions of Contract”

Copies of the FIDIC conditions of Contract can be obtained from

International Federation of Consulting Engineers (FIDIC)


World Trade Center II
P.O. Box 311
1215 Geneva 15
Switzerland
Phone: +41 22 799 49 00
Fax: +41 22 799 49 01
Email: fidic@fidic.org
WWW: http://www.fidic.org

TAMAKOSHI V HYDROELECTRIC PROJECT


192
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

Section IX: Particular Conditions of Contract


The following Particular Conditions of Contract shall supplement the GCC. Whenever there is a conflict,
the provisions herein shall prevail over those in the GCC in line with FIDIC Yellow Book-1999.

TAMAKOSHI V HYDROELECTRIC PROJECT


193
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Sub-Clause 1.1
Definitions

Sub-Clause 1.1.1.4 Add the following at the end of this definition:


Letter of Tender “Letter of Tender” shall include both “Letter of Technical
Bid” and “Letter of Price Bid”

Sub-Clause 1.1.1.5 Add the following at the end of this definition:


Employer’s Requirement The documents, inter alia, Scope of Works, the General
Requirements, Information, the Technical Requirements, the
Specifications, Concept/Tender Drawings and other
supporting Documents and Information forming File 2 are
also a part of the “Employer’s Requirements”.

Sub-Clause 1.1.1.8 Add the following at the end of this definition:


Tender The word “Tender” is synonymous with the word “Bid’, the
word
“Tenderer” with “Bidder”, the word “Tendering” with “Bidding”
and the words “Tender Documents” with “Bidding
Documents”.
The “Engineer” means the Consultant appointed by the
Sub-Clause 1.1.2.4
Employer, and will act as ‘The Engineer’ for the purposes of
Engineer this contract. The Contractor will be notified in writing by the
Employer in the event of any change in the Engineer. The
Employer's Representative, if mentioned anywhere in the
document, also represents the Engineer.

Sub-Clause 1.1.2.9 Delete the contents of Sub-Clause 1.1.2.9 in its entirety.


DAB

Sub-clauses 1.1.2 After Sub-clause 1.1.2.10, add the following new Sub-
Clauses:
Parties and Persons
1.1.2.11 "Government" means the Government of Nepal

1.1.2.12 "Other contractors" or “Others" means any party


or parties which have a direct contract with the Employer for
work related to this Project outside the scope of this Contract
including their subcontractors, if any.

1.1.2.13 “Resident Engineer" means an assistant to the


Engineer who will be resident on the Site and is appointed
from time to time by the Engineer under Sub-Clause 3.2 and
notified to the Contractor.

Sub-Clause 1.1.4.6 Foreign Currency (FC) for the Contract means United States
Dollars (USD).
Foreign Currency

TAMAKOSHI V HYDROELECTRIC PROJECT


194
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

Sub-Clause 1.1.4.8 Local Currency (LC) for the Contract means Nepalese
Rupees (NRs.).
Local Currency

Sub-Clause 1.1.6.9 Add the following new Sub-Clause at the end after 1.1.6.9:
Other Definitions In the context (as hereinafter defined) the following words
and expressions shall have the meanings hereby assigned to
them, except where the context otherwise requires;

Sub-Clause 1.1.6.10 “Employer’s Representative” means the


Consultant/Engineers appointed by the Employer to
Employer’s Representative
supervise construction of the works, whose name will be
notified to the Contractor, or any other competent person
appointed by the Employer and notified to the Contractor, to
act in replacement of the Employer.

“Program of Works” means the Program of works submitted


by the Contractor and approved by the Employer pursuant to
Sub-Clause 1.1.6.11
Sub-Clause 8.3, including any amendment thereto from time
Program of Works to time approved by the Employer.

“As directed by the Employer” and the phrases “to the


Employer’s satisfaction”, “as approved by the Employer” are
Sub-Clause 1.1.6.12
intended to be more or less synonyms and mean that where
As directed by the Employer the Contract Documents are not sufficiently precise or are
ambiguous or where site or other conditions are such that the
existing specification, etc. cannot properly be met by the
Contractor, then the relevant work or works shall be executed
by the Contractor in such a way that they comply with
requirements, specifications etc. established by the
Employer and so that the finished work complies with the
intent of the Contract and is acceptable to the Employer.

Sub-Clause 1.2 Delete the text in Sub-Clause (d) in entirety and substitute by
the following;
Interpretation
“written” or “in writing” means hand-written, type-written or
printed, and resulting in permanent record. E-mail or any
other form of similar electronic communication will not be
considered as a form of “writing” for all major contractual
provisions/ decisions/ changes etc.

Sub-Clause 1.3 Add the following at the end of last para;


Communications "The Employer’s Representative may require the Contractor
to attend a management meeting in order to review the
arrangements for future work or any other matters pertaining
to the Contract. The Employer’s Representative will notify the
Contractor no less than one day in advance of such a
meeting, and the Contractor's Representative and such other
senior staff of the Contractor as shall be agreed with the
Employer’s Representative shall attend the meeting. The
Employer’s Representative will prepare the agenda and
record decisions made at management meetings and will

TAMAKOSHI V HYDROELECTRIC PROJECT


195
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
supply copies of the record to those attending the meeting
and to the Employer. Such records of management meetings
shall include identification of responsibilities for any actions
to be taken in accordance with the Contract.
All notices required by the Contract to be given by the
Contractor to the Employer will be validly made by registered
letter or by personal delivery with acknowledgement or
receipt required, at the addresses as set forth. Any notices
required by the Contract to be given by the Employer or
Employer’s Representative to the Contractor shall be
delivered to the Contractor's project site representative or
mailed to the address shown on the face of the Contract.
Wherever in the Contract provision is made for the giving or
issue of any notice, consent, approval, certificate or
determination by any person, unless otherwise specified
such notice, consent, approval, certificate or determination
shall be in writing and the words “approval”, "notify", "certify"
or "determine" shall be construed accordingly. Any such
consent, approval, certificate or determination shall not
unreasonably be withheld or delayed.
All correspondence from any Subcontractor to the Employer
shall be submitted only through the Contractor.
Correspondence by the Subcontractor directly to the
Employer will not be acknowledged.
When a notice is issued to the Employer’s Representative by
the Contractor, a copy shall be sent to the Employer.

Sub-Clause 1.5 Delete documents listed as (a) to (h) in this Sub-Clause and
substitute by the following:
Priority of Documents

a) The Contract Agreement (if any);


b) The Letter of Acceptance;
c) The Memorandum of Understanding (MoU)/ Minutes
of Clarifications (if any);
d) Letter of technical bid and price bid;
e) Appendix to Tender (Bid);
f) The Particular Conditions of Contract;
g) The General Conditions of Contract;
h) The Employers requirements as following:
i. Particular technical specifications,
ii. General technical specifications,
iii. the tender drawings;
i) Bid Price and Payment Schedule;
j) The Contractors proposal and any other document
forming the part of the contract.
Insert the following paragraphs at the end of this Sub-

TAMAKOSHI V HYDROELECTRIC PROJECT


196
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Clause:
If an ambiguity or discrepancy is found in the documents,
the Engineer shall issue any necessary clarification or
instruction.

Any item of work mentioned in the Employer’s Requirements


and not shown on the Concept Drawings, or shown on the
Concept Drawings and not mentioned in the Employer’s
Requirements, shall be deemed to form part of the works and
shall be executed by the Contractor with due expedition and
without delay, and at no extra cost to the Employer.

Sub-Clause 1.6 Delete Twenty-Eight (28) days and replace with the Thirty
(30) days.
Contract Agreement

Sub-Clause 1.7 Replace the entire Sub-Clause with the following:


Assignment Assignment:
a) The Contractor agrees that the Employer, at its absolute
discretion and at a date to be determined by the
Employer, may assign, novate, transfer, dispose and/or
charge the benefit of the whole or any part of the
Contract, of any or all of its rights, interests, obligations
or liabilities under the Contract.

b) In the event of any sale, assignment, novation, transfer


or disposal by the Employer, the Contractor must do all
things and execute all documents necessary (including
a deed of novation if applicable) to effect the sale,
assignment, novation, transfer or disposal.

c) The Contractor shall not be entitled to assign or novate


the Contract, in whole or in part, nor any benefit,
interest, right or obligation under the Contract, nor
payment due under the Contract, without the prior
approval of the Employer, which may be given or
withheld at the Employer’s absolute discretion.

d) Any modifications to the constitution of the Contractor,


or a joint venture to its participation, which have the
effect of such modification in the effective control of the
Contractor shall be deemed to be an assignment that
requires the prior approval of the Employer under this
clause.
Sub-Clause 1.8 Add the following new paragraphs at the end of this Sub-
Clause:
Care and Supply of
Documents The Contractor shall supply to the Engineer and the
Employer the number and types of Contractor’s documents
as stipulated elsewhere in the Contract, but shall otherwise

TAMAKOSHI V HYDROELECTRIC PROJECT


197
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
supply a minimum of six copies of the Contractor’s
Documents to the Employer together with one copy of the
electronic version thereof (if appropriate) and one copy to the
Engineer together with one copy of the electronic version
thereof
In addition to any other Contractor’s Documents necessary
under the Contract, the Contractor shall be responsible for
the preparation of detailed GA & Assembly and installation
drawings, subject to the Engineer's approval, in accordance
with the Specifications. Soft Copy of drawings/files shall be
provided (with approved version) as appropriate and any
other drawings as may be issued or approved from time to
time by the Employer/Engineer. These detailed GA and
installation drawings shall include, but not limited to, detailed
drawings for structural, mechanical and electrical
components.
In accordance with the Specifications, the Contractor's
Documents shall also include all necessary detailed
calculations for the Permanent Works as well as all
temporary manufacturing and installation stages, subject to
the Engineer's approval.
In the preparation of the calculations and drawings, the
Contractor shall anticipate and be responsible for updating
the Contractor’s Documents to incorporate the following:
(i) changes to suit modifications arising from the
encountered conditions revealed during construction,
including instructions issued by the Engineer;
(ii) drawing revisions issued or approved by the
Employer/Engineer arising from the specified liaison with
other contractors.
The Contractor shall also be responsible for the preparation
and submission of “As-built” drawings and documents for the
Works as finally constructed, subject to the incorporation of
comments of the Engineer, if any.
All such Contractor’s Documents shall be subject to the
approval of the Employer/Engineer prior to commencement
of work covered by the drawings and documents, and in his
planning of the work the Contractor shall allow 28 days for
obtaining the approval or detailed comments of the Engineer.
Approval of the drawings by the Employer shall not relieve
the Contractor from any of his obligations under the Contract.

Sub-Clause 1.9 Delete the text of this Sub-Clause in its entirety and substitute
by the following:
Error in the Employer’s
requirement The Contractor shall review the Drawings, Documents and
other information which he receives from the Employer or the
Engineer and shall notify the Employer and the Engineer in
writing of any errors or omissions in these Drawings,
documents or information in order for the Employer or the
Engineer to be able to make the necessary changes or
corrections thereto. The Employer shall also not be held

TAMAKOSHI V HYDROELECTRIC PROJECT


198
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
responsible for any discrepancy later found (restricted to
technical specifications only) however, appropriate extension
of Time may be considered by Employer against this cause,
while no cost compensation shall be admissible.
The Contractor shall be deemed to have concurred with and
accepted all technical specifications, drawings and
information provided herein as being sufficient to ensure
reliable and safe operation, if properly operated, of the
executed Works. The Contractor shall be deemed to include
such matters considered supplementary and essential to the
efficient execution of the Works.
Any portion of the Works shown on the drawings and not
mentioned or described in the technical specifications and
any portion of the Works described in the technical
specifications and not shown on the drawings will
nevertheless be held to be included in the Accepted Contract
Price in the same manner as if they had been expressly
shown on the drawings and described in the technical
specifications.”

Add the following paragraph:


Sub-Clause 1.12 “The Contractor, and all members in the case of a Joint
Venture, shall treat the details of the Contract as private and
Confidential Details
confidential, save in so far as may be necessary for the
purposes thereof, and shall not publish or disclose the same
or any particulars thereof in any trade or technical paper or
elsewhere without the previous consent in writing of the
Employer. If any dispute arises as to the necessity of any
publication or disclosure for the purpose of the Contract the
same shall be referred to the Employer whose determination
shall be final and binding on all parties”.

Sub-Clause 1.13 Add the following paragraph as (c):


Compliance with Laws “The Contract shall in all respect be constructed and
operated as a Nepal contract and shall be interpreted in
accordance with the Law in Nepal including any such laws
passed or made coming into force during the period of the
contract.”

Sub-Clause 1.14 Add the following after (c):


Joint and Several Liability “If the Contractor is a joint venture of two or more persons, all
such persons, shall be jointly and severally bound to the
Employer for the fulfillment of the terms of the Contract and
shall designate one of such persons to act as a leader with
authority to bind the joint venture. The composition or the
constitution of the joint venture shall not be altered without
the prior consent of the Employer”

TAMAKOSHI V HYDROELECTRIC PROJECT


199
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
In the first paragraph between the words "at the" and
Sub-Clause 2.2
"request of"
Permits, Licenses or insert:
Approvals
writtenAdd the following new paragraphs at the end of this
Sub-Clause:
The Employer will use his best efforts to assist Contractor in
obtaining copies of Laws, and such permits, licenses or
approvals etc. that are necessary for the completion of the
Works, nevertheless the Contractor shall be solely
responsible for obtaining copies of the Laws, and such
permits, licenses or approvals and the Employer shall not
incur any liability towards the Contractor. Only Land
acquisition related permissions for Project components,
Environment clearance as well as License/Permits for the
installation of Project shall be taken by Employer. The
Contractor shall be responsible for all permits towards
transport, including from the point of entry into Nepal to the
Site or location of the Works.
The Contractor shall determine and be fully responsible for
payment of all route permits, fees or other such charges as
may be imposed by the local authorities for transportation of
goods.
The Contractor shall inform the Employer and the Engineer in
writing of the details of the Contractor's Equipment, Plants,
and Materials to be imported into Nepal for use on the Works
at least 45 days prior to arrival of Shipment at disembarkation
port.
Import License for Project equipment/Plant/Machineries only
shall be obtained by Employer and for which Contractor shall
furnish detailed list of equipment at least 2 months before
start of supplies.
Import License, Custom Duty and Custom clearance for
Contractor’s own equipment, consumables, T&P, etc. shall
be undertaken by Contractor himself.
Contractor shall give schedule of supplies (under the Project)
reaching Nepal border 45 days before it is likely to reach
Nepal border. Custom Clearance and Custom Duty payment
shall be undertaken by Contractor. Contractor shall be liable
to pay any demurrage charges due to delay in receipt of
documents / incomplete/ defective documentation from
Contractor. In case of short supply of any equipment or
goods under the Contract (short supply shall mean the item
was mentioned in packing list but actually was not sent), the
Contractor shall bear all the cost including transportation,
Custom Duty, VAT etc. towards such items. In case
Contractor sends additional items with shipment which were
not part of the original scope of supply or which were not
appearing under the list of project items furnished earlier (for
obtaining Import License) and Customs Department levy full
duty on them, then the Contractor shall remove such material
at border and take it back at their cost. Thereafter Contractor
shall submit additional list to Employer (covering those items)

TAMAKOSHI V HYDROELECTRIC PROJECT


200
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
for enabling Employer to obtain Import License for importing
them subsequently. Delay and additional costs due to this
shall be to Contractor's account.
Up to 10% value only of spares of each equipment under the
Project shall be covered under the concessional Custom
Duty applicable for Hydro power projects.
In the event that the value of the imported spare parts for
each item of the construction equipment and machinery
exceeds 10% of the CIF to port of entry value of the
respective item of imported construction equipment and
machinery, the Contractor shall be liable to pay all applicable
taxes and duties on the import of these imported spare parts.
Employer shall be responsible for handling/obtaining
statutory clearance from NEA /Electrical Inspector for
charging of Transmission line (upon its completion) and any
other permissions which are directly related to execution of
work under his scope.

Sub-Clause 2.5 Delete the last paragraph of the Sub-Clause and replace with
the following:
Employer’s Claim

The Employer may deduct this amount from any moneys due,
or to become due, to the Contractor. The Employer may only
be entitled to set off against or make any deduction from an
amount due to the Contractor, or to otherwise claim against
the Contractor, in accordance with this Sub-Clause or with
sub paragraph (a) and/or (b) of Sub-Clause 14.6 (Interim
Payments). Further, the Employer may at his sole discretion
require the Contractor to make payments to amount under
this sub clause to be paid by Contractor immediately within 7
days of notice of such claims directly to the Employer other
than by way of deductions, set off or claims as mentioned
above.

Add the following to this Sub-Clause,


This provision shall not limit the Contractor’s liability in any
case of fraud, willful misconduct and/or gross negligence by
the Contractor.

Sub-Clause 3.1 Delete the following sentence from the third paragraph:
Engineer's Duties and The Employer undertakes not to impose further constraints
Authority on the Engineer's authority, except as agreed with the
Contractor.
and substitute by the following:
The Employer will promptly inform the Contractor of any
change to the authority attributed to the Engineer.
Add the following sentence at the end of (c):

TAMAKOSHI V HYDROELECTRIC PROJECT


201
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
The final results of any tests, inspection etc., must be
approved by the Employer based on the Engineer’s
recommendation.

Add following sub-paragraph (d) after sub-paragraph (c):


(d) any act by the Engineer in response to a Contractor’s
request, except as otherwise expressly specified, shall be
notified in writing to the Contractor within 28 days of receipt.
Add the following new paragraphs at the end of this Sub-
Clause:
The Engineer shall obtain specific approval of the Employer
before taking any of the following actions:
(a) consenting any change of Sub-Contractor under Sub-
Clause 4.4;
(b) certifying additional cost determined under Sub-Clause
4.12;
(c) determining an extension of time under Sub-Clause
8.4;
(d) instructing the Contractor to suspend the progress of
the Works under Sub-Clause 8.8 which would be liable to
give rise to a determination under Sub-Clause 8.9;
(e) issuing a Taking-Over Certificate under Sub-Clause
10.1;
(f) issuing a variation under Clause 13;
(g) fixing rates or prices under Clause 13;
(h) determining an additional payment for Claims under
Sub-Clause 20.1
Notwithstanding the obligation, as set out above to obtain
approval, if, in the opinion of the Engineer, an emergency
occurs affecting the safety of life or of the Works or of
adjoining property, the Engineer may, without relieving the
Contractor of any of the Contractor’s duties and
responsibilities under the Contract, instruct the Contractor to
execute all such work or to do all such things as may, in the
opinion of the Engineer, be necessary to abate or reduce the
risk, with a copy to the Employer. The Contractor shall
forthwith comply, despite the absence of approval of the
Employer, with any such instruction of the Engineer.
The Employer/Engineer will coordinate the activities of the
various contractors’ interfaces working at the site.
The Contractor will be expected to cooperate with the other
contractors and to furnish support facilities specifically called
for in the Specifications. In addition, each contractor must
afford to the others, safe and reasonable access, clean and
clutter free work areas, temporary services called for in the
Specifications, space in construction yards for storage, pre-
fabrication yards and pre-assembly of materials and

TAMAKOSHI V HYDROELECTRIC PROJECT


202
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
equipment, such other cooperation and assistance as may
be reasonably implied. The Engineer will conduct regularly
scheduled coordination meetings amongst those contractors
requiring interfacing, and the Engineer will endeavor to keep
each contractor adequately informed as to schedule,
impending activities, and assistance required by other
contractors, all to the extent required by the Work. The
Contractor will be expected to participate in all coordination
meetings when and as requested by the Engineer and will be
expected to comply with the subsequent implementation of
all activities agreed to as arising therefrom. In the event
disputes arise between contractors, either during the
coordination meetings or subsequent implementation of
activities, the Engineer will issue instructions in writing as
specified under this Sub-Clause 3.1.

Sub-Clause 3.2 Delete this Sub-Clause 3.2 in its entirety and substitute with
the following:
Delegation by the
Engineer
The Engineer may delegate his certain authority concerning
day-to-day site works to his subordinate, However the
Engineer shall take prior approval of the Employer to
delegate his authority to the subordinates.

Sub-Clause 3.4 Delete the entire Sub-Clause 3.4 and substitute with the
following:
Replacement of the
Engineer
The Employer may replace the Engineer with a three days
prior notice to the Contractor.

Add New Sub-Clause 3.6 as follows:

Sub-Clause 3.6 The Employer and/or his Representative may require the
Management Meetings Contractor to attend a management meeting in order to
review the arrangement for future work or any other matters
pertaining to the Contract. The Employer and/or his
Representative will notify the Contractor no less than 1 day
in advance of such a meeting, and the Contractor’s
representative and such other senior staff of the Contractor
as shall be agreed with the Employer and/or his
Representative shall attend the meeting. The Employer
and/or his Representative will record the business of
management meetings and will supply the copies of the
record to those attending the meeting and to the Employer.
Such records of management meetings shall include clear
identification of responsibilities for any actions to be taken in
accordance with the Contract.
Weekly progress meetings will be held in person in the

TAMAKOSHI V HYDROELECTRIC PROJECT


203
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Employers office every Sunday morning at 10.30 AM, for
which Contractor shall forward the progress report 1 day in
advance, in a format to be mutually agreed with Employer.

Sub-Clause 4.1 Delete the last sentence of this Sub-Clause and substitute
with the following:
Contractor’s General
Obligations No alteration will be allowed in these arrangements without
prior approval of the Engineer.
At the end of this Sub-Clause add the following:
The Contractor’s obligations shall extend to any interfaces
between his works and those of Other Contractors.
Sub-Clause 4.2 In the first sentence of the second paragraph delete 28 days
and replace with 30 days.
Performance Security

Delete the last sentence of the second paragraph and


replace with the following:
“The Performance Security shall be issued from a
commercial bank established in Nepal and acceptable to the
Employer issued in the formats given by the Employer.
Any Performance Security issued by a bank outside Nepal
shall be counter guaranteed by a commercial bank in Nepal.
Delete the first sentence of the third paragraph and substitute
with the following:
The Performance Security shall be valid for the Defects
Notification Period (DNP) plus 60 days period. The security
deposit less any amount due shall be returned to the
Contractor within three (3) months after the expiration of the
DNP and subject to issue of the Employer’s Final Completion
Certificate saying no liability attachment remains under the
Contract.
In Sub-Clause 4.2. (c) delete the ‘42 days’ and replace with
‘28 days.
At the end add the following:
Whenever an addition to the Contract Price is determined as
a result of a change in cost and/or legislation or as a result of
variation, amounting to more than ten per cent (10%) of the
Accepted Contract Amount, the Contractor at the Engineer’s
written request, shall promptly increase the value of the
Performance Security by an equal percentage. The
Contractor shall ensure that the Performance Security is valid
and enforceable until issuance of the Performance
Certificate.
The Performance Security less any amounts due shall be
returned to the Contractor within one month after issuance of
the Performance Certificate If the terms of the Performance
Security specify its expiry date by reference to a fixed date,
and the Contractor has not become unconditionally entitled
to receive the Performance Certificate by the date 28 days
prior to that expiry date, the Contractor shall extend the

TAMAKOSHI V HYDROELECTRIC PROJECT


204
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
validity of the Performance Security until the Works have
been completed, any defects have been remedied and the
Performance Certificate has been issued.
In the event that the Contractor does not extend the validity
as required, the Employer has the right to call in the full
amount or the full amount outstanding at the time (as the
case may be) of the Performance Security and hold it as cash
security until such time as the Contractor supplies a
replacement Performance Security acceptable to the
Employer. The Employer will then return the cash retained as
security to the Contractor once a replacement Performance
Security has been provided by the Contractor which complies
with the requirements of this Sub- Clause, less such amounts
as required to cover the reasonable costs incurred by the
Employer as a result of the failure by the Contractor to extend
the validity of the Performance Security as required.
The Contractor waives any right that it may have to obtain an
injunction or any other remedy or right against any party in
respect of the Employer having recourse to the Performance
Security

Sub-Clause 4.3 Add the following at end:


Contractor’s “If the Contractor’s authorized representative is not, in the
Representative opinion of the Employer, fluent in English/ local language,
they may ask to replace the authorized representative.
Alternatively, they may require the Contractor to have
available at all times a competent interpreter to ensure the
proper transmission of instructions and information.
The Contractor shall file with the Engineer, the names,
address and telephone numbers of representatives on Site,
or at any other Contractor’s local or regional offices, who can
be contacted at any time, in case of emergency. These
representatives shall be fully authorized and equipped to
correct unsafe or excessively inconvenient working practices
on short notice.
Except for Contractor's representative and his Deputy,
Employer shall accept others on the basis of CV only instead
of face-to-face meeting. The Contractor's representative shall
be promptly replaced by him, in case Employer so desires.”

Sub-Clause 4.4 Delete the opening sentence and replace with the
Subcontractors following:
The Contractor shall not subcontract more than twenty-
five percent (25%) of the whole of the Works.

Add at the end of sub para (b);


In order to obtain the Engineer's consent pursuant to (b)
above, the Contractor shall submit an application to use

TAMAKOSHI V HYDROELECTRIC PROJECT


205
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
these Subcontractors together with all necessary supporting
documents, which shall also include not less than the
following information for each Subcontract to the satisfaction
of the Engineer:
(i) the name, address, telephone and telefax numbers and
e-mail address of the Subcontractor;
(ii) the nature and scope of the Works to be subcontracted;
(iii) information on the Subcontractor's experience of
carrying out similar Works and details of the Subcontractor's
site supervision, sources of labour and equipment, and
financial capabilities, all in sufficient detail to enable the
Engineer to determine the ability of the Subcontractor to
undertake and successfully complete the Works to be
subcontracted within the time and to the standards required
by the Contract.
(iv) the exact value within a margin of 25 % of the Works to
be subcontracted based on the prices in the Contract;
(v) the percentage of (iv) above as a proportion of the
Accepted Contract Amount or, in the information submitted
with the Bid, of the Bid Price, and the percentage of all Works
to be subcontracted together as a proportion of the Bid Price;
(vi) confirmation that the proposed Subcontract agreement
includes all the necessary terms and conditions and covers
all obligations and responsibilities contained in the Contract
in so far as these apply to the Subcontractor including with
respect to assignment and subcontracting and the
requirement for the Employer’s prior consent thereof.
The Contractor shall include in his Monthly reports to the
Engineer details of all Subcontracts entered into, the names
of the Subcontractors concerned, and the numbers and types
of staff and labour from each Subcontractor present on Site
during the month as well as the progress of the Subcontractor
or assigned works.
If requested by the Engineer, the Contractor shall provide
copies of any documents such as wage sheets and details of
the names and employment references for the
Subcontractor's staff and labour on Site, invoices for the
supply of materials to be used by the Subcontractor, etc.
Vendor/sub-contractor information shall be provided by
Contractor in case any new vendor is proposed, whose name
was not appearing in list furnished in offer. The Employer or
the Engineer, may require an inspection of the facilities of the
new proposed Subcontractor, in which case the Contractor
shall provide boarding & lodging of Employer's engineer
during inspection of sub vendor's premises while their TA/DA
and the travel costs shall be borne by Employer.

After Sub-Clause (c), add new Sub-Clause (d) as following:


Prior approval of the Employer shall be obtained by the
TAMAKOSHI V HYDROELECTRIC PROJECT
206
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Contractor to sublet works to other sub-contractors, not listed
in the bid document.

Sub-Clause 4.6 Add the following new paragraphs at the end of this Sub-
Clause:
Co-operation
Design / Construction Interface Management Plan:
a) The Project will include other contracts, in particular
Contract 1 Civil Works and Hydromechanical,
Equipment, for the execution of the various other
Works on the Project which will be performed
concurrently with the Works under this Contract.
b) A number of interfaces exist within the Project
between the Contractor and other Contractors and
their subcontractors and suppliers. In the course of
complying with the provisions of the Contract, various
physical and performance interfaces of the
Contractor’s developed design may depend on
facilities, equipment or services of organizations not
under the Contractor’s control, such as but not limited
to:
i. Design interfaces with the Civil Works and
Hydromechanical Equipment contract,
(Contract 1);
ii. Site facilities and access;
iii. Construction and installation interfaces;
iv. Time and programming interfaces; and;
v. Testing interfaces.
c) The Contractor shall identify all interfaces which may
affect organizations not under his control but which
may affect his design or installation work. These
external interfaces shall be included in a document
suitable for obtaining approval of the affected
interfaces and shall be furnished to the Employer’s
Representative for his review and approval.
d) Where co-ordination with an affected organization by
the Contractor is necessary, that co-ordination shall
be through the Employer’s Representative. The
Contractor is specifically prohibited from making direct
contact with other entities for purposes of making
interface agreements without the specific approval of
the Employer’s Representative.
e) Consequently, the Contractor shall prepare and
submit to the Employer’s Representative, for his
review and approval, a Design / Construction
Interface Management Plan detailing the interfaces of
the Contract with other contracts being implemented
under the Tamakoshi V Hydroelectric Project.
f) The Design / Construction Interface Management
Plan shall give guidance for identifying each specific

TAMAKOSHI V HYDROELECTRIC PROJECT


207
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
interface and provide the procedure to be
implemented by the Contractor by which each
interface will be defined and accommodated. Updates
shall be provided by the Contractor when significant
design or construction programme changes are made.
g) It is necessary that the Contractor identifies all
interfaces to ensure that the design at the interface is
understood by affected parties and changes to one
side of the interface are accepted and accommodated
by the opposing interface. The Contractor shall
include in his Design / Construction Interface
Management Plan the process by which interfaces are
identified and controlled.
h) The Design / Construction Interface Management
Plan shall include interface control documents that
shall be developed by the Contractor and approved by
the Employer’s Representative. These interface
control documents shall be maintained current
throughout the Contract period and be included as
design data at all design reviews. Upon approval of
any system, subsystem or assembly as a design
baseline, the interface control documents shall be
subject to any necessary amendment.
i) The Employer’s Representative will chair regular
interface meetings with all interested parties during
the detailed design, construction and installation
stages to assess the progress of the Works or to
resolve interface issues.
j) Such general co-operation shall be foreseen and
provided for in the Contractor’s programming and is
deemed to be included in the Accepted Contract
Amount.
k) No claim for delay arising from interfaces between this
Contract and other contracts shall be admissible
unless the Contractor can demonstrate that the
Contractor has attempted to provide all reasonable
liaison and co-ordination but that nevertheless
unavoidable or unreasonable delays with respect to
the progress of the Works have been incurred by the
Contractor as a direct result of the actions or
omissions of the other contractors.”
l) In the event that the Contractor fails to coordinate their
works with the other contractors, the Employer has the
right to claim from the Contractors, as a result of such
failure to coordinate.
Management of Interfaces:
a) Not later than 30 days after the Commencement Date,
the Contractor shall submit details of his nominated
senior engineer for the position of Interface Manager
to the Employer for approval. The Contractor's
Interface Manager shall have had similar interface

TAMAKOSHI V HYDROELECTRIC PROJECT


208
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
management experience on hydropower projects, and
shall be available for the entire Contract Period initially
at the Contractor's head office and subsequently,
immediately after the Contractor has mobilized to Site,
on Site.

b) Not later than 56 days after the Commencement Date


of Contract-1 and/or Contract-2 whichever is later, the
Employer’s Representative together with the Interface
Manager of the Contractor and with the other
Employer's contractors shall establish an Interface
Committee under the chairmanship of the Employer’s
Representative. The purpose of the Interface
Committee shall be to ensure that all interface
requirements between the Contract 1 and Contract 2
Contracts are satisfied and that potential interface
problems are identified early and avoided in order to
remain within the approved construction programme.
The Employer’s Representative shall review and
finalize all the documents submitted by the contractor
related to interface works. All records of meetings or
other communications between Interface Committee
members shall be copied immediately to all the
concerned Parities.

c) The Employer’s Representative will chair regular


interface meetings with all parties during the detailed
design, construction and installation stages to assess
the progress of the Works or to resolve interface
issues. The Employer’s Representative shall review
and finalize all the documents submitted by the
contractor related to interface works. All records of
meetings or other communications between Interface
Committee members shall be copied immediately to
all the Parities. Prior to the mobilization of the
Contractor for either the Contract 1 or Contract 2
Contracts to Site, the meetings of the Interface
Committee shall take place on Site at intervals and
times to be agreed with the Employer, and whenever
required to discuss current interface issues but in any
case, not exceeding every three months. Following
the mobilization to Site of the Contractor of either the
Contract 1 or Contract 2 Contracts, the meetings of
the Interface Committee shall be held not less
frequently than every month.

d) The Contractor shall prepare a monthly report on all


interface matters which is to be included within the
monthly progress reports submitted to the Employer
under the Contract. Current interface matters shall
also be notified by the Contractor in advance as items
for the agenda of the regular progress meetings to be
held with the Employer in accordance with the
Contract.

TAMAKOSHI V HYDROELECTRIC PROJECT


209
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

Sub-Clause 4.7 Delete the following words from the second paragraph of this
Sub-Clause:
Setting Out

, but the Contractor shall use reasonable efforts to verify their


accuracy before they are used.
and substitute by the following:
, nevertheless, the Contractor shall be responsible for the
verification of the benchmarks and such other information
provided to him, and any errors or delays in the Works
caused by the Contractor's failure to verify the accuracy of
such data will not be an acceptable cause for an extension of
time or payment of additional Cost by the Employer. The
Contractor shall be responsible for the correctness of all
extrapolated levels.
Delete the paragraph 3 and paragraph 4 of this Sub-Clause
in its entirety.
Add the following new paragraph at the end of Sub-Clause:
Any error not identified by the Contractor which is not
conveyed to the Employer will be treated as an error by the
Contractor. In addition, the Contractor will have his own
Surveyor during execution of his work under the Contract.
The Contractor shall be fully responsible for coordination with
the other contractors for the layout and proper installation of
towers/ equipment at exact locations.

Sub-Clause 4.10 Delete the Words “to the extent which was practicable (taking
account of Cost and Time)” from the paragraph two (2).
Site Data
[All paragraphs in sub clause 4.10 of GCC shall be
renumbered as (1) and the following paragraph (2), (3) and
(4) shall be added after paragraph (1)]
(2) With respect to the above provision, the Contractor shall
be deemed to have also satisfied himself before tendering
with:
Existing conditions/nature of existing roads, footpaths and
bridges and other means of access to the Site;
Presence of artificial obstructions on ground or underground
or in air, boulders, released water or like;
Nature of the surface and subsurface on or in which the
Permanent works or temporary works are to be executed or
in the immediate vicinity of the works and the nature and
extent of surface water contained in the subsoil to which the
works may be affected by rainfall;
Crops, vegetation, trees falling in the route of Transmission
line.
(3) The Contractor shall be fully responsible for any of his
failure, negligence, error or omission in obtaining any

TAMAKOSHI V HYDROELECTRIC PROJECT


210
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
relevant information which may in any way influence or affect
the execution of Works.
4) No claims shall later on be accepted by Employer in this
respect.

Sub-Clause 4.11 Add the following new paragraph at the end of this Sub-
Clause:
Sufficiency of the
Accepted Contract The Accepted Contract Amount, unless otherwise specified
Amount in the Specifications and Bid Price and Payment Schedule or
elsewhere in the Contract Documents, shall be understood to
include all costs and provisions required for the correct
execution of the Works in compliance with the Construction
Time Schedule.
Unless otherwise included in Bid Price and Payment
Schedule, the Accepted Contract Amount shall include not
only costs for design, manufacture, supply, installation,
testing and commissioning of plant, equipment, materials,
allowance for bulking, shrinkage or waste, but also wages
and salaries for the Contractor's personnel. They also
include, without being limited to, the following:
• Cost of transportation to the Site and costs for
provision, operations and maintenance of the complete
equipment necessary for the execution of the Works as well
as costs of equipment for transportation, machines, including
all expenses for the setting up, operations, maintenance and
support of workshops, etc., used by the Contractor.
• Provision of all tools and other construction equipment,
temporary and permanent materials and consumables
necessary for the construction as well as all tools and
equipment for the performance of tests on materials and of
individual parts of the Works under the Contract.
• Cost of providing and maintaining suitable and safe
storage of equipment/materials while en-route to the Site,
factory or at any other location prior to delivery to the Site,
including being stored at site prior to erection, carriage /head-
loading up-to the individual equipment/tower locations along
the transmission line route.
• Separation allowances, travelling allowances, hotel
and travelling expenses, holiday and vacation salaries, other
accommodation and related costs and all other allowances
and project related costs for employees and laborers.
• Cost of the premiums for all required insurance
policies.
• Cost of bank guarantees or payment or other surety
securities required under this Contract.
• Any kind of taxes, duties, charges, surcharges in Nepal
or abroad whether stipulated in the Contract documents or
not and as may be required.
• Cost of any freight for imported materials including sea-
worthy and/or tropicalized packing, if required, and all other

TAMAKOSHI V HYDROELECTRIC PROJECT


211
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
handling, and transport to the Site of labour, materials,
supplies, equipment, plant, etc.
• Cost of environmental protection measures, monitoring
and reporting, and all health and safety measures which are
in addition to those items in the Bid Price and Payment
Schedule and as may be required in accordance with any
regulations and as per the Employer’s EIA report.
• All expenses for royalties, licenses, liabilities and the
like in connection with the Works.
• Services for normal and/or specified material tests
(including laboratory tests). The particular tests will be fixed
by the Employer/ Engineer and shall be executed in approved
laboratories. There will be no limitation on the nature and the
quantities of the tests, once so agreed by Employer in the
approved QAP.
• Cost of all other Contractor's obligations under this
Contract.
• Site, head office and other support office overheads
and profits.

Sub-Clause 4.12 Delete this Sub-Clause in its entirety and substitute the
following:
Unforeseeable Physical
Conditions
Except as otherwise stated in the Contract:
the contractor shall be deemed to have obtained all
necessary information as to risks, contingencies and other
circumstances which may influence or affect the Works;
by signing the Contract, the Contractor accepts total
responsibility for having foreseen all difficulties and costs of
successfully completing the Works; and
the Contract Price shall not be adjusted to take account of
any unforeseen difficulties or costs.

Sub-Clause 4.13 Add following sub paragraphs to Sub-Clause 4.13.


Rights of Way and
facilities
“As far as possible, the Contractor shall fully reinstate
pathways, other local infrastructure and agriculture land
affected by head-loading, stringing, transport & construction
activities for the Works to their pre-project condition upon
completion of the Works”.
a) Identification of the land parcel
The Contractor shall identify the land parcel and permanent
structures owned by public as well as private individuals on
the Right of Way of Transmission Line as required for 220kV
Double Circuit in Nepal. The Contractor shall mark the tower

TAMAKOSHI V HYDROELECTRIC PROJECT


212
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
locations on the plots, showing its size and boundary,
covering all four foundation pads as per design and submit
the details of affected Land Parcel numbers along with their
areas for all tower locations to the Employer after the
approval of check survey. The detail of which should include
land plot number, and owners name and address as obtained
from the records of Land revenue Office (Maalpot) and
Survey Division (Naapi Sakha) of the concerned districts. It
will be the responsibility of the Contractor to hire the Land
Surveyors (Amin) and other required manpower, survey
instruments & accessories, cadastral maps and collect the
required information as mentioned herein above.
The Contractor shall identify land parcels for permanent
structures as tower foundation/ tower protection structures,
drainage system around tower foundation. These lands will
be purchased by Employer with transfer of ownership.
However, the required land shall be marked on the local land
plot as certified by Amin.
b) Permanent structures (huts/shed etc.)
All the expenditure related to identification of land parcels as
above shall be borne by the Contractor.
Compensation for the permanent structures as tower
foundations, tower protection shall be borne by Employer.
c) Identification of trees (individual)
During check survey, details of trees that has to be removed
(falling under ROW) shall be collected, marked and
enumerated by the contractor and shall be submitted to the
Employer for arranging necessary approval required for
cutting of trees.
d) Loss of standing crops:
Only the charges for Crop compensation from cross-arm to
cross-arm across the transmission line route shall be borne
by Employer while that during shifting of material up to each
tower location as well as ROW towards movement of men &
material shifting from storage area to erection site shall be in
the scope of Contractor. Any unreasonable crop
compensation payable (from cross-arm to cross-arm) shall
however be to Contractor’s account. Further, the follow-up for
obtaining statutory clearances on behalf of Employer (from
local Forest dept.) is in the scope of Contractor. Tree marking
and numbering/ enumeration/ trimming for necessary
clearances (wherever required) along the entire transmission
line is in Contractor’s scope. However, any fee payable to the
statutory authorities would be borne by Employer.
e) Clearance (Forest)
During check survey, details of trees that has to be removed
(falling under ROW) shall be collected, marked and
enumerated.
Employer shall thereafter obtain the approval from concerned
District Forest Office and the contractor shall arrange cutting

TAMAKOSHI V HYDROELECTRIC PROJECT


213
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
of the trees as per instruction obtained from DFO.
Contractor shall follow-up for obtaining statutory clearances
on behalf of Employer (from local Forest department). Tree
marking and numbering/ enumeration/ trimming for
necessary clearances (wherever required) along the entire
transmission line shall be in Contractor’s scope. However,
any fee payable to the statutory authorities would be borne
by Employer.

f) Obtaining statutory clearance


Employer shall obtain statutory clearance from NEA
/Electrical Inspector for charging of Transmission line (upon
its completion),
Cost involved for ROW clearance as mentioned in sub-clause
A to sub-clause D and which are not mentioned in above
clauses but required for ROW clearance shall be borne by
the Employer.

Sub-Clause 4.14 Add the following new paragraphs after the last paragraph:
Avoidance of Interference The Contractor shall reinstate all properties whether public or
private which are damaged in consequence of the execution
and/or maintenance of the Works to a condition as specified
and at least equal to that existing before his first entry on
them.
If in the opinion of the Engineer, the Contractor shall have
failed to take prompt action with respect to his obligations in
the matter of reinstatement, the Engineer will inform the
Contractor in writing of his opinion, with a copy to the
Employer, in which circumstances the Employer reserves the
right to employ others to do the necessary reinstatement
work and to deduct the cost thereof from any money due or
which shall become due from the Employer to the Contractor.
If the Employer is Subject to any litigation due to the
interference of the Contractor, the Employer shall claim any
settlement amount and legal fees from the Contractor or
deduct them from any dues payable to the Contractor.

Sub-Clause 4.15 Add the following new paragraphs after the last paragraph:
Access Route The Contractor's attention is directed towards the permissible
load-bearing capacities of the existing road and bridges along
the public road network. The Contractor shall be responsible
for satisfying himself that any of his vehicles or equipment
which he intends to pass over any of these and other existing
roads and bridges in the area will not damage or endanger
the integrity or safety of the bridges and roadways, any
associated structures, other traffic and vehicles or the
general public.
Contractor's scope shall also cover any foot track widening/
slope correction, if necessary, from their site stores and up to
the equipment locations/the individual tower locations.

TAMAKOSHI V HYDROELECTRIC PROJECT


214
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Employer's role shall be limited to forwarding to Government
authorities the request for permissions, etc. received from
Contractor, while its follow-up shall be undertaken by
Contractor.
The Contractor’s scope shall also cover cost for any
footpaths or temporary structures to be built, that may be
necessary while stringing conductors of transmission line,
etc.

Sub-Clause 4.16 Delete the “21 days” in the Sub-paragraph (a) of first
paragraph and replace with 45 days”.
Transport of Goods
Add the following at end of para (a): Prior notification of at
least 60 days shall be given by the Contractor to the
Employer of any intention to apply for permission to transport
any Special/ Heavy Load. Employer shall issue the required
letter addressed to concerned authority, but the follow up for
permission shall be undertaken by Contractor. Provided that
the Employer requires no modification of the Contractor’s
proposals in this respect, the Contractor may apply to the
Department of Roads for permission. No extra payments to
the Contractor will be made by the Employer in respect of the
transport of Special loads. For the purpose of this clause,
“Special Load” shall mean such load as is outside the normal
limits imposed by Department of Roads in Nepal, in respect
of dimension and/or weight, but within the limits for which
permission to transport may be given by the said Department
provided certain charges are paid and/or conditions complied
with.

Sub-Clause 4.18 Before the start of the first paragraph add the following
paragraphs:
Protection of the
Environment The Contractor must read and understand the IEE/EIA/SEIA
report (to be supplied by Employer) and ensure that he
complies with all measures. The Contractor shall adhere and
conform to all environmental requirements and restrictions,
but not limited to those requirements and restrictions
established in the Environmental Management Plan (EMP),
Technical Specifications or other contract documents for dust
control, noise control, waste disposal, etc. Employer shall
share the IEE/EIA/SEIA and EMP reports with Contractor.
Within 45 days of Contract signing, Contractor shall submit
their EHS plan for site activities to Employer.
Add the following after the end of second paragraph:
Further, the Contractor shall specifically observe the
following instructions;
The Contractor shall be required to ensure that there
shall be no indiscriminate felling/trimming of
trees/crops by him or his labours or their family
members and he will be solely responsible for their acts

TAMAKOSHI V HYDROELECTRIC PROJECT


215
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
In this regard. The Contractor shall try to maintain .
ecological balance by preventing deforestation, water
pollution and defacing of natural landscape in the
vicinity of work areas. The Contractor shall so conduct
his construction operations as to prevent an
unnecessary destruction of, scarring or defacing the
natural surroundings in the vicinity of the work area.
Where unnecessary destruction, scarring, damage or
defacing may occur as a result of the Contractor's
operation, the same shall be repaired, replanted or
otherwise corrected at the Contractor’s expense. The
Contractor will prevent scattering of rocks and other
debris outside the work areas. All work areas shall be
smoothed and graded in a manner to confirm to the
natural appearance of the landscape as directed by the
Employer’s Representative.
All trees and shrubs which are not specifically required
to be cleared or removed for construction purposes
shall be protected from any damage that may be
caused by the Contractor’s Construction Operation and
equipment. The removal of trees or shrubs will be
permitted only after prior approval by the Employer’s
Representative. Special care shall be exercised where
trees or shrubs are exposed to damage by construction
equipment, blasting, excavating, dumping, chemical
damage or other operation and the Contractor shall
adequately protect such trees by use of protective
barriers or other methods approved by the Employer’s
Representative. Trees shall not be used for anchorage.
The Contractor's construction activities shall be
performed by methods that will prevent entrance or
accidental spillage of solid matter contaminants, debris
and other objectionable pollutants and wastage into the
river. Pollutants and wastes shall be disposed of in a
manner and at sites approved by the Employer’s
Representative.
In the conduct of construction activities and operation
of equipment of Contractor shall utilize such practicable
methods and devices as are reasonably available to
control, prevent and otherwise minimize air pollution.
Burning of materials resulting from clearing of tree,
bush, combustible construction materials and rubbish
shall not be permitted. Bigger trunks should be used for
firewood and the rest is to be shredded and used for
mulching or composting.
Contractor (including its sub-contractor) shall provide
alternative fuel arrangement i.e. cooking gas/kerosene
oil, electricity to all its canteen/mess, labours and staff
working in the project during the whole period of
construction activity to avoid felling of trees for use as
firewood.
The Contractor shall be required to prevent flowing of

TAMAKOSHI V HYDROELECTRIC PROJECT


216
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
debris and muck into the river. Necessary retaining
structures like walls/crates etc shall be constructed for
the purpose. The Contractor shall also stabilize the
muck fully before handing it over to the Employer at the
end of construction period.

Sub-Clause 4.19 Add following paragraph;


Electricity, Water and Gas
All electricity supply requirements for the Works and
residential / office complexes shall be met through DG sets
or any other reliable energy sources acceptable to the
Employer by the Contractor.
Permission from government authorities, if required, for
installing DG sets shall be taken by the Contractor.
Sufficient stock of Diesel, Oil & Lubricants shall be
maintained by the Contractor at site to ensure uninterrupted
progress of work even in inclement weather conditions. All
required safety precautions for their storage shall be taken by
the Contractor.
Oxygen, Dry acetylene and LPG shall be arranged by the
Contractor and safely stored to avoid accidents. For cooking
of meals by staff and labour of the Contractor, only LPG or
clean energy shall be used and cutting of trees or bushes
shall not be permitted. Contractor shall indemnify the
Employer in respect of any legal or penal action, if initiated
against him or his staff and labour for noncompliance.
The Contractor shall not be entitled to any extension to any
Time for Completion or any additional costs or other
compensation whatsoever from the Employer in connection
with the unavailability of sufficient supplies of electricity,
water, gas and other services as may be required for the
Works.

Sub-Clause 4.20
Employer’s Equipment Employer shall not provide any equipment/ material for use
and Free Issue Materials at site during construction.
In the first paragraph after “in six” insert:
Sub-Clause 4.21
(6) hard copies and soft copy [source format in editable form]
Progress Reports

Add the following new paragraphs at the end of this Sub-


Clause:

“The Contractor shall submit copies to both the Employer’s


Representative and Employer of the following reports, at his
expense, during the duration of the Contract:
a. Manpower and Equipment Reports
The Contractor shall prepare and submit to the
Employer’s Representative and Employer copies of the daily

TAMAKOSHI V HYDROELECTRIC PROJECT


217
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
manpower reports indicating the total number of manual
personnel by craft and non-manual personnel including those
of his Subcontractors working at the Site. These daily reports
shall be summarized on a weekly basis and the summary
submitted to the Employer’s Representative and Employer.
The Contractor shall prepare and submit to the
Employer’s Representative and Employer copies of the daily
equipment reports indicating major Construction Equipment
including that of his Subcontractors utilized for the execution
of work at the Site. These daily reports shall be summarized
on a weekly basis and the summary submitted to the
Employer’s Representative and Employer.
The Contractor shall prepare and submit to the
Employer’s Representative and Employer monthly
manpower curves by: a) trade craft; b) the total number of
manual personnel; and c) the total number of non-manual
personnel at the Site. The curves shall be prepared
separately for expatriates and local personnel.
The monthly manpower curve shall be prepared on the
basis of the daily manpower reports and plotted against the
projected manpower loading curve which should include
employees of his Subcontractors. Additionally, these curves
are to be projected for the total job duration on a quarterly
time scale. Total Job Curves are to be progressed and
submitted quarterly to the Employer’s Representative and
Employer.
b. Plant Fabrication and Shipping Progress Report
The Contractor shall, within 30 calendar days after the
Commencement Date of the Contract, and monthly
thereafter, submit to the Employer’s Representative and
Employer the completed Plant Fabrication and Shipping
Progress Report.
The progress report shall also include data provided by
Subcontractors' portions of the Plant.
This report shall show the actual progress status
against the planned detailed time programme of all major
permanent plant equipment to be procured by the Contractor,
including that of subcontractor's material and equipment.
c. Contract Progress Report
During the duration of the Contract, the Contractor shall
submit to the Employer’s Representative and Employer the
Monthly Contract Progress Report. Such report shall include
the following:
A narrative summary of the Contract history to date, including
a list of significant events and related dates.
Narrative description of major near-term events and the
impact on the Contract.
Description of the following:

TAMAKOSHI V HYDROELECTRIC PROJECT


218
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
The total quantity of work.
The total quantity of work performed to date.
The total quantity of work performed during the month.
Photographs of progress of the Works.
Further requirements for the Contract Progress Reports are
specified in the General Technical Specifications (GTS).
d. Cash Flow Report
The Contractor's detailed cash flow report, presented
on a monthly scale and included in the Contract, shall be
updated quarterly and submitted to the Employer’s
Representative and Employer for overall Project financial
planning. The report shall be based on the Contractor's
projected cash flow for the Works. The Cash flow report must
be broken down into individual pay items to show separately
the Foreign Currency and Local Currency projected cash flow
on a monthly scale for the duration of the Contract.
e. Quantity Summary Curves
The Contractor shall prepare and submit to the
Employer’s Representative and Employer, quantity summary
curves in the form of “S" shaped curves which indicate the
scheduled amount of construction activities and installations
consistent with the detailed time programme. These curves
will be updated on a monthly basis to indicate actual
quantities constructed and installed.
f. Critical Items Report
The Contractor shall, within 30 calendar days after the
Commencement Date, initiate a Critical Items Report which
will indicate those activities which are currently behind the
detailed time programme and will highlight activities that have
the potential of affecting the detailed time programme. The
report will include the corrective action required and the
responsible party for such action. The report will be updated
and issued monthly to the Employer’s Representative and
Employer.
g. Quality Surveillance Report
The Contractor shall prepare and submit a
monthly Quality Surveillance Report implementing the
Contractor's quality surveillance/audit program to verify that
Subcontractors furnishing the Plant are meeting the quality
requirements stated in the Contract specifications. The
quality surveillance/audit program shall include the
Contractor's attendance of factory inspections and/or
witnessing of performance, functional or other tests including
review of specific documentation for compliance with
Contract requirements.
h. Final Contract Report
The Contractor shall submit a Final Contract Report before
the Employer’s Representative issues the Performance

TAMAKOSHI V HYDROELECTRIC PROJECT


219
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Certificate. The Contractor shall detail any deviations carried
out by him during the Contract. Any outstanding deficiencies
or unusual circumstances encountered shall also be
detailed.”

If the Contractor fails to submit the progress and environmental


reports in accordance with this Sub-Clause 4.21 [Progress
Reports], the Engineer may, at the Engineer’s sole discretion,
withhold payments due to the Contractor, until such reports
have been submitted.

Sub-Clause 4.22 Add the following:


Security of the Site Contractor shall be fully responsible for providing complete
security/ safety to the works, equipment, stores, materials of
all types and kinds and to his personnel, including
arrangement of illumination. No separate security
arrangements shall be made by the Employer.

Sub-Clause 4.23 Add the following:


Contractor’s Operation on Dust nuisance originating from any construction activity at or
Site near the Site shall be adequately controlled by the Contractor
to the satisfaction of the Employer by spraying water as
required.
Throughout the progress of his work, the Contractor shall
keep the Site and all working areas in tidy and workmanlike
condition and free from rubbish and waste materials. Any
Temporary works, Construction Plant, materials or other
things which for the time being are not required for use by the
Contractor may with the consent of the Employer be removed
from the site. But, otherwise shall be dispersed about site in
the orderly fashion and shall be properly and securely stored
thereon.

Sub-Clause 4.24 Add the following new paragraph at the end of this Sub-
Clause:
Fossils

“Neither the Contractor nor any of his Subcontractors nor any


of their representatives or employees shall have any property
rights in such items, and such items as may be found during
the performance of the work must immediately be delivered
to the representative of the Employer or to such person as
the Employer may have authorized to receive them. The
Contractor must take all precautions necessary to prevent the
occurrence of any breakage or damage to these valuables.”

Insert new Sub-Clause 4.25 and 4.26 as follows:

TAMAKOSHI V HYDROELECTRIC PROJECT


220
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

Sub-Clause 4.25 The Contractor shall be responsible for all the costs and
expenses of all the factory tests and inspections, including
Factory Tests and
the travelling costs (economy class flights, hotel costs, meals
Inspections
and other necessary travelling expenses) of the Employer
and Employers Representative. The Contractor will also pay
for the working time of the Employers Representative’s staff
involved in these tests and inspections at the Employers
Representative’s normal billing rates, which will be
determined and supplied by the Employer’s Representative.
For each test the participation is limited to one person from
the Employer’s Representative and two persons from the
Employer.
The Contractor shall provide @ USD 200/day/person as daily
allowance to the Employer and the Engineer personnel for
factory tests and Inspections.

Sub-Cause 4.26 - If applicable, the Contractor shall provide a Parent Company


Guarantee, by the ultimate parent company of the Contractor,
Parent Company
at the time of signing the Contract Agreement. If, at any time
Guarantee and for any reason, the Parent Company Guarantee is not
enforceable, then the Employer is entitled to suspend any
and all payments to the Contractor until the Contractor has
provided the Employer with a new, satisfactory and
enforceable Parent Company Guarantee from an entity, with
sufficient financial standing to guarantee the performance of
all of the Contractor's obligations under the Contract.

Sub-Clause 5.1 Add the following new paragraph at the end of this Sub-
Clause:
General Design
Obligations The Contractor shall review all the Employer’s requirements,
technical and physical constraints and thus they shall not be
eligible for any variation or escalation.
The Contractor shall at his own expense do the detail design
work and prepare construction and working drawings as
necessary for performance of all permanent and temporary
works. These drawings shall be accompanied by detail
calculation including design philosophy, reference if any, and
shall be submitted to the Employer/Engineer for approval
before commencing the construction works.
The Employer shall not be responsible for any error,
inaccuracy or omission of any kind in the Employer’s
Requirements as originally included in the Contract and shall
not be deemed to have given any representation of accuracy
or completeness of any data or information. Any data or
information received by the Contractor, from the Employer or
otherwise, shall not relieve the Contractor from his
responsibility for the design and execution of the Works.
The Contractor shall be responsible for coordinating his
detailed design which shall fit with the Lot 1 Contractor
through the Engineer, failure to do so shall not entitle the
Contractor to any extension to any Time for Completion or
any additional costs or other compensation.

TAMAKOSHI V HYDROELECTRIC PROJECT


221
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

Sub-Clause 5.2 Delete the point (iii) of Sub-Paragraph (a) of Paragraph 6 of


this Sub-Clause
Contractor’s Documents
Add the following new paragraph at the end of this Sub-
Clause:

The Employer and Employer’s Engineer shall approve the


submitted drawings within 30 days of submission by the
Contractor (subject to the timely clarification furnished by the
Contractor upon queries by the Employer if any). Provided
that the Engineer has, during each review period for any
single Contractor's Document, complied with the requirement
to give notice to the Contractor within 28 days that the
submitted item fails (to the extent stated) to comply with the
Contract, the Contractor shall be responsible for any delays
or additional costs which may be incurred as a result of the
overall review procedure for that item of the Contractor's
Documents, irrespective of the number of review periods
therein. Only time extension would be allowed (based on
impact of such delay in approval of that drawing on the overall
project schedule) in case of delay in approval by Employer
beyond the number of days specified above.
Unless otherwise stated in the Employer’s Requirements,
each review period shall not exceed 28 days, calculated from
the date on which the Employer receives a Contractor’s
Document and the Contractor’s notice. This notice shall state
that the Contractor’s Document is considered ready, both for
review in accordance with this Sub-Clause and for use. The
notice shall also state that the Contractor’s Document
complies with the Contract, or the extent to which it does not
comply.
In exceptional cases, the review period may be extended by
the Employer’s Representative to 56 days.
The Employer may, within the review period, give notice to
the Contractor that a Contractor’s Document fails (to the
extent stated) to comply with the Contract. If a Contractor’s
Document so fails to comply, it shall be rectified, resubmitted
and reviewed in accordance with this Sub-Clause, at the
Contractor’s cost.
For each part of the Works, and except to the extent that the
Parties otherwise agree:
execution of such part of the Works shall not commence prior
to the expiry of the review periods for all the Contractor’s
Documents which are relevant to its design and execution;
execution of such part of the Works shall be in accordance
with these Contractor’s Documents as submitted for review;
and
if the Contractor wishes to modify any design or document
which has previously been submitted for review, the
Contractor shall immediately give notice to the Employer.
Thereafter, the Contractor shall submit revised documents to

TAMAKOSHI V HYDROELECTRIC PROJECT


222
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
the Employer in accordance with the above procedure.
Any such agreement (under the preceding paragraph) or any
review (under this Sub-Clause or otherwise) shall not relive
the Contractor from any obligation or responsibility.
In the event that the overall review procedure for any single
component of the Contractor's Documents exceeds a period
of 84 days, irrespective of the number of review periods
therein, the Contractor shall be responsible for any delays or
additional costs which may thereof incur.

Sub-Clause 5.6 Insert the following at the end of this Sub-Clause:


As-Built Documents As-built documents shall be supplied in the form of HARD (in
Six (6) sets) and a SOFT copy [source format in editable
form], meeting the Employer’s requirements.

Sub-Clause 5.7 Insert the following at the end of this Sub-Clause:


Operation and Operation and Maintenance manuals shall be supplied in the
Maintenance Manuals form of HARD (in Six (6) sets) and SOFT copies [source
format in editable form], meeting the Employer’s
requirements.

Sub-Clause 5.8 Delete the text of this Sub-Clause in its entirety and substitute
the following:
Design Error

The Contractor shall be responsible for any errors,


omissions, ambiguities, inconsistencies or other defects in
the Contractor's Documents or Drawings, and the approval
by the Employer or the Engineer of these documents shall
not relieve the Contractor in any way from this responsibility.
With respect to designs prepared by the Contractor on the
basis of Drawings, documents or other information which he
receives from the Employer or the Engineer, the
responsibilities of the Contractor with respect to the
correctness of such Drawings, documents or other
information and for notifying the Employer and the Engineer
of any errors, omissions, ambiguities, inconsistencies or
other defects therein shall be in accordance with Sub-Clause
1.9.
Items of the Works described in the Bid Price and Payment
Schedule for which no rate or price has been entered in the
Contract shall be considered as included in other rates and
prices in the Contract and will not, for any purpose including
Clause 13 related to Variation, be paid separately by the
Employer.

Sub-Clause 6.1 Substitute the existing clause with the following;


Engagement of Staff and Except as otherwise stated in the Specification, the
Labour Contractor shall make arrangements for engagement of staff
and labour, local or otherwise, and for their payment, feeding,
transport and when appropriate housing.

TAMAKOSHI V HYDROELECTRIC PROJECT


223
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

"The Contractor shall be solely responsible for recruiting his


labour force and satisfying the relevant obligations under the
Contract and the laws and regulations in force in Nepal. It is
nevertheless a requirement that the Contractor shall, to the
extent practicable and subject to the availability of suitable
candidates, employ staff and labour for the Works with the
required qualifications and experience from the surrounding
districts of the Project.
The Contractor is encouraged to recognize that, in order to
maintain good community relations as required under the
Contract, to the extent that suitable options for recruiting
labour locally exist and provided that other selection factors
are equal he should make every reasonable effort to recruit
his workforce according to the priorities of the local
population and in particular those affected directly by the
Project

Further, the Contractor shall comply with the following


provisions with respect to engagement of his staff and labors:

The Contractor shall not employ any workman who are


suffering from any infectious disease or are known to be
carrying an infectious disease and shall if so, required have
all workmen engaged on the construction of water-works
certified by a medical officer acceptable to the Employer as a
non–carrier of any water borne disease.
The Contractor, in the importation of personnel and labour,
shall be subject to the Statutes, Ordinance, Laws,
Regulations and By-Laws in Nepal in force from time to time
and no personnel or labour shall be imported by the
contractor without first obtaining the necessary permit or
permits from the appropriate Authorities.

Notice shall be posted in conspicuous places and work


places concerned to inform the workers of the conditions of
work provided by the Contractor.
The Contractor shall be responsible for keeping discipline on
the site and shall obey all policy, labour, health and municipal
regulation and all other regulations which may from time to
time require his observance and he shall instruct his agent,
subcontractors and other employees accordingly. The
Contractor shall indemnify the Employer in respect of all
claims that may be made against the Employer of non-
compliance thereof by the Contractor.
The Contractor shall keep proper wages books and such
other records as are required by any prevailing Laws of Nepal
governing the employment of labour.

The Contractor shall pay rates of wages and observe


conditions of labour not less favorable than established by
district office where the work is carried out. In the absence of
any rates of wages or conditions of labour so established, the
Contractor shall pay rates of wages and observe conditions

TAMAKOSHI V HYDROELECTRIC PROJECT


224
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
of labour which are not less favorable than the general level
of wages and conditions observed by other employers whose
general circumstances in the trade or industry in which the
Contractor is engaged are similar. The Contractor shall not
employ in connection with the works any person who has not
completed his/her 16 years of age.
The Contractor shall not recruit or attempt to recruit any
personnel and labour from among persons in the service of
the Employer. In addition, the Contractor shall not "raid" or
attempt to "raid" private firms or Corporations working in
Nepal to obtain experience engineering or other technical
personnel, or skilled craftsmen such as equipment operators,
electricians, carpenters and masons. The foregoing
'provision shall not exclude the Contractor form recruiting by
means of advertisements place in general circulation media
for any required technical or skilled personnel including
engineers.

The Contractor shall be responsible for the return to the place


where they are recruited or to their domicile of all such
persons as he recruited and employed for the purposes of or
in connection with the Contract and shall maintain such
persons as are to be so returned in a suitable manner until
they shall have left the Site, or in the case of persons who are
not nationals of and have been recruited outside Nepal shall
have left Nepal.
Save insofar as the Contract otherwise provides, the
Contractor shall provide and maintain such accommodation
and amenities as he consider necessary for all his staff and
labour, employed for the purposes of or in connection with
the Contract, including all fencing, water supply (both for
drinking and other purposes), electricity supply, sanitation,
cookhouses, fire prevention and firefighting equipment, air-
conditioning, cooker, refrigerators, furniture and other
requirements in connection with such accommodation or
amenities. On completion of the Contract, unless otherwise
agreed with the Employer, the temporary camps/housing
provided by the Contractor shall be removed and the site
reinstated to its original condition, all to the approval of the
Employer.

The Contractor shall have on his staff at the Site an officer


dealing only with questions regarding the safety and
protection against accidents of all staff and labour. The officer
shall be qualified for this work and shall have the authority to
issue instructions and shall take protective measures to
prevent accident, The Contractor shall, within twenty-four
(24) hours of the occurrence of any accident at or about the
site or in connection with the execution of the Works, report
such accident to the Employers or the Employers
Representative, and to the appropriate authority whenever
such report is required by law
Due precaution shall be taken by the Contractor, and at his
own cost, to endure the safety of his staff and labour and, in
TAMAKOSHI V HYDROELECTRIC PROJECT
225
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
collaboration with and to the requirements of the local health
authorities, to ensure that medical staff, first aid equipment
and stores, sick bay and suitable ambulance service are
available at the camp, housing and on the Site at all times
throughout the period of Contract and that suitable
arrangements are made for the prevention of epidemics and
for all necessary welfare and hygiene requirements. The
Contractor shall maintain such records and make such
reports concerning safety, health and welfare of persons and
damages to property as the Employer may from time to time
prescribe

The Contractor shall at all times take the necessary


precautions to protect all staff and labour employed on the
Site from insect nuisance, rats and other pests and reduce
the dangers to health and the general nuisance occasioned
by the same. The Contractor shall provide his staff and labour
with suitable prophylactics for the prevention of malaria and
take steps to prevent the formation of stagnant pools of
water. He shall comply with all regulations of the local health
authorities in these respects and shall in particular arrange to
spray thoroughly with approved insecticide at buildings
erected on the Site. Such treatment shall be carried out at
least once a year or as instructed by the Employer. The
Contractor shall warn his staff and labour of the dangers of
bilharzias and wild animals.
In the event of any outbreak of illness of an epidemic the
Contractor shall comply with and carry out such regulations,
orders, and requirements as may be made by the
Government, or the local medical or sanitary authorities, for
the purpose of dealing with and overcoming the same

The Contractor shall make all necessary arrangements for


the transport, to any place as required for burial, of any of his
expatriate employees or members or their families who may
die in Nepal. The Contractor shall also be responsible, to the
extent required by the local regulations, for making any
arrangements with regards to funeral of any of his local
employees who may die while engaged upon the Works.
The Contractor shall arrange for the provision of a sufficient
supply of suitable food at reasonable prices for all his staff
and labour, or his Subcontractor, for the purpose of or in
connection with the Contract.
The Contractor shall, so far as is reasonably practicable,
having regard to local conditions, provide on the Site an
adequate supply of drinking and other water for the use of his
staff and labour.

The Contractor shall not, otherwise than in accordance with


the Statutes, Ordinance and Government Regulations or
Orders for the time being in force, import, sell, give, barter or
otherwise dispose of any alcoholic liquor or drugs, or permit
or suffer any such importation, sale, gift, barter or disposal by

TAMAKOSHI V HYDROELECTRIC PROJECT


226
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
his Subcontractors, agents, staff or labour.
The Contractor shall not give, barter or otherwise dispose or
any person or persons, any arms or ammunition of any kind
or permit or suffer the same as aforesaid.
The Contractor shall in all dealing with his staff and labour
have due regards to at recognized festivals, days of rest and
religious or other customs.
The Contractor shall at all-time take all reasonable
precautions to prevent any unlawful, riotous or disorderly
conduct by or amongst his staff and labour and for the
preservation of peace and protection of person and property
in the neighborhood of the Works against the same. The
Contractor is obliged to notify immediately to the Employer
Representative of any labour conflict or riot faced by him or
his subcontractors that could influence the progress of the
Works.

The Contractor may employ foreign staffs who are necessary


for execution of the work. The Contractor shall be responsible
for making all arrangements for and shall bear all costs
relating to the obtaining of all necessary visas, permits,
documents or other official permission for the movement of
staff or labour from place to place one country to another as
may be necessary for the purposes of or in connection with
the work.
The Employer will assist the Contractor in obtaining
Residence Permits and Entry Visas for expatriate personnel
employed by the Contractor. The Employer will also assist
the Contractor in obtaining the necessary residence permits
for the above-named employees' dependents. The
Contractor shall comply with Government Laws governing
work permits and residence requirements.
The Contractor shall be responsible for observance by his
sub-contractors of the provisions for this sub-clause
The Contractor shall comply with all relevant laws and
regulations in force in Nepal, which become applicable on
him for execution of work, including Workmen Compensation
Act, Labour Act, Sales Tax, Income Tax, etc. Any liability
which later accrues on Employer due to non-compliance by
Contractor shall be to the Contractor’s account.

Detailed plan regarding this should be submitted by the


Contractor within two (2) months from the date of contract
Agreement.

Sub-Clause 6.2 Substitute the existing clause with the following


Rates of Wages and The Contractor shall pay rates of wages and observe
Conditions of Labour conditions of labour not less favorable than established by
district office where the work is carried out. In the absence of
any rates of wages or conditions of labour so established, the
Contractor shall pay rates of wages and observe conditions
of labour which are not less favorable than the general

TAMAKOSHI V HYDROELECTRIC PROJECT


227
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
circumstances in the trade or industry in which the Contractor
is engaged are similar.
The Contractor shall inform the Contractor’s personnel about
their liability to pay income taxes in the Country in respect of
such salaries, wages, allowances and any benefits as are
subject to tax under the Laws of Nepal for the time being in
force, and the Contractor shall perform such duties in regard
to such deductions thereof as may be imposed on him by
such Laws.
The Contractor shall in dealing with his staff and labour have
due regard to all recognized festivals, days of rest and
religious or other customs."

Sub-Clause 6.3 Delete the text of this Sub-Clause in its entirety and substitute
by the following:
Persons in the Service of
Employer “The Contractor shall not recruit or attempt to recruit any
personnel and labour from among persons in the service of
the Employer. Furthermore, any personnel who is retired or
terminated from the service of the Employer. The foregoing
provision shall not exclude the Contractor from recruiting by
means of advertisements place in general circulation media
for any other technical or skilled personnel including
engineers required for the execution of the Works.”

Sub-Clause 6.4 Add the following new para at the end of this Sub-Clause:
Labour laws The Contractor shall at all-time take all reasonable
precautions to prevent any unlawful, riotous or disorderly
conduct by or amongst his staff and labour and for the
preservation of peace and protection of person and property
in the neighborhood of the Works. The Contractor is obliged
to notify immediately to the Employer of any labour conflict or
riot faced by him or his subcontractors that could influence
the progress of the Works.
The Contractor shall be responsible for making all
arrangements for and shall bear all costs relating to the
obtaining of all necessary visas, permits, documents or other
official permission for the movement of staff or labour from
place to place one country to another as may be necessary
for the purposes of or in connection with the Works.
The Contractor shall be responsible for observance by his
sub-contractors of the provisions of the sub clause. The cost
of complying with the provisions of this sub-clause and of
complying with any relevant laws and regulations in force in
Nepal, at the time of the bid, is to be included in the
Contractor’s rates. Employer may at any point of time during
execution of work cross-check on compliances with Labour
Laws from the Contractor as well as with Labour Department.

Insert a new Sub-Clause 6.4(a) after Sub-Clause 6.4 as follows:

Sub-Clause 6.4(a) The contractor(s) shall not commit a default or breach of any
of the provisions of labour laws prevailing in Nepal,
Penalty in case of breach

TAMAKOSHI V HYDROELECTRIC PROJECT


228
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
of labour laws contractor’s Labour Regulations and Model Rules for the
protection of health and sanitary arrangements for the
workers as amended from time to time or furnish any
information or submit or fill any statement under the
provisions of the above regulations and rules which is
materially incorrect.
Should it appear to the Employer’s Representative that the
contractor(s) is/are not properly observing and complying
with the Model Rules for the protection of health and sanitary
arrangements for work people employed by the contractor(s)
(hereinafter referred as “the said rules”), the Employer’s
Representative shall have power to give notice in writing to
the contractor(s) requiring that the said rules be complied
with and the amenities prescribed therein be provided to the
work/people within a reasonable time to be specified in the
notice. If the contractor(s) shall fall within the period specified
in the notice to comply with and/observe the said rules and to
provide the amenities in the work / people as aforesaid, the
Employer’s Representative shall have the power to provide
the amenities here in before mentioned at the cost of the
contractor(s) including levying a overhead and supervision
charge equal to 100% of the basic cost of work for the above.
The Contractor(s) shall erect, make and maintain at his/their
own expense and to approved standards all necessary huts
and sanitary arrangements required for his/their work people
on the site in connection with the execution of the works and
if the same shall not have been erected or constructed,
according to approved standards, the Employer/Engineer
shall have power to give notice in writing to the contractor(s)
requiring that the said huts and sanitary arrangements be
remodeled and/or reconstructed according to approved
standards within the period stipulated in writing. The
Employer/Engineer shall have the powers to remodel or
reconstruct such huts and sanitary arrangements according
to approved standards at the cost of the contractors including
levying a overhead and supervision charge equal to 100% of
the basic cost of work under remodeling / reconstruction

Sub-Clause 6.6 Substitute the existing Clause with the following;


Facilities for Staff
&Labour
The Contractor shall provide and maintain all necessary
accommodation and welfare facilities for the Contractor’s
Personnel. Medical facilities as well the recreational facilities
shall be provided to the labourers.
Except as otherwise stated in the Specification, the
Contractor shall provide and maintain accommodation and
amenities necessary for all his staff and labour, employed for
the purpose of or in connection with the Contract, including
all fencing, water supply (both for drinking and other
purposes), electricity supply, sanitation, cookhouses, fire
prevention and fire-fighting equipment, cooker, furniture and
other requirements in connection with such accommodation
or amenities. On completion of the Contract, unless

TAMAKOSHI V HYDROELECTRIC PROJECT


229
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
otherwise agreed with the Employer, the temporary
camps/housing provided by the Contractor shall be removed
and the site reinstated to its original condition, all to the
approval of the Employer.
The Contractor shall arrange for the provision of a sufficient
supply of suitable food at reasonable prices for all his staff
and labour, or his Subcontractor, for the purpose of or in
connection with the Contract.
The Contractor shall, so far as is reasonably practicable,
having regard to local conditions, provide on the Site an
adequate supply of drinking and other water for the use of his
staff and labour.
The Contractor shall not permit any of the Contractor’s
Personnel to maintain any temporary or permanent living
quarters within the structures forming part of the Permanent/
Temporary Works.

Sub-Clause 6.7 Delete the text of this Sub-Clause in its entirety and substitute
by the following:
Health & Safety
"At his own cost, the Contractor shall at all times take all
reasonable precautions to maintain the health and safety of
the Contractor's Personnel. In collaboration with local health
authorities, the Contractor shall ensure that medical staff, first
aid facilities, medicines and sick bay, ambulance service and
evacuation service are available at all times at the Site and
at any accommodation for Contractor's, Employer's
Personnel, and that suitable arrangements are made for all
necessary welfare and hygiene requirements and for the
prevention of epidemics.
In the event of any outbreak of disease of an epidemic nature,
the Contractor shall comply with and carry out such
regulations, orders and requirements as may be made by the
Government, or the local medical or sanitary authorities, for
the purpose of dealing with and overcoming the same. The
Contractor shall report the outbreak of any epidemic to the
local health authorities as soon as he becomes aware of such
epidemic. The medical staff of the Contractor and any
Subcontractors shall be subject to the requirements of the
applicable law for registration as practicing medical
personnel and shall be fluent in spoken and written English
language to the satisfaction of the Employer. A sufficient
minimum portion of all grades of the medical staff shall also
be fluent in the languages of Nepal and the country of origin
of the Contractor's labour as appropriate in order to ensure to
the Employer's satisfaction the full quality of provision of
medical services to all eligible persons including staff of
Employer.
The Contractor shall take adequate measures and maintain
the safety and welfare of his employees at work including
those of his Subcontractors. The responsibility of the
Contractor shall include but not be limited to:
Preparation of a Construction Health and Safety Plan

TAMAKOSHI V HYDROELECTRIC PROJECT


230
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
with specific attention to working in confined spaces;
Preparation of an Emergency Preparedness and
Response Plan;
Dissemination of safety instructions, information and
measures to be undertaken at site to the extent that his
employees become conversant with it;
Provision of all stipulated facilities, equipment,
procedures and training of personnel in compliance
with the requirements of the Specification;
Maintenance of such records and making such reports
concerning the safety, health and welfare of persons
and damage to property as the Employer may from
time to time prescribe.
The Contractor shall at all times take the necessary
precautions to protect all staff and labour employed on the
Site from insect nuisance, rats, and other pests and reduce
the dangers to health and the general nuisance caused by
the same. If necessary, the Contractor shall provide his staff
and labour with suitable prophylactics for the prevention of
related diseases, and shall comply with all the regulations of
the local health authorities in these respects including the
appropriate use of approved insecticides.
The Contractor shall have on his staff at the Site an officer
dealing only with questions regarding the safety and
protection against accidents of all staff and labour. The officer
shall be qualified for this work and shall have the authority to
issue instructions and shall take protective measures to
prevent accidents. The Contractor shall, within twenty-four
(24) hours of the occurrence of any accident at or about the
site or in connection with the execution of the Works, report
such accident to the Employer or the Employers
Representative and to the appropriate authority whenever
such report is required by law.
The Contractor shall make all necessary arrangements for
the transport, to any place as required for burial, of any of his
expatriate employees or members of their families. The
Contractor shall also be responsible, to the extent required
by the local regulations, for making any arrangements with
regards to funeral of any of his local employees who may die
while engaged upon the Works.

Sub-Clause 6.8 Add the following at the end of this Sub-Clause:


Contractor’s Whenever the Contractor is not present on any part of the
Superintendence works where it may be desired to give direction, orders given
by the Employer shall be received and obeyed by the
superintendent or foreman as authorized representative who
may be in charge of the work, any order given by the
Employer, not otherwise required to be in writing by the
specification, will, on request of the Contractor, be given or
confirmed in writing. An authorized representative of the
Contractor shall be at the Site of the Works at all times.

TAMAKOSHI V HYDROELECTRIC PROJECT


231
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
The Contractor shall file with the Employer, the names,
address and telephone numbers of representative who can
be contacted in site, and/or Kathmandu, at any time, in case
of emergency. These representatives must be fully
authorized and equipped to correct unsafe or excessively
inconvenient conditions on short notice.
The Contractor shall not be entitled to claim any additional
payment nor extension of time for completion of the Works
due to reason of such removal and replacement of the
Superintendent and/or representative.
The Contractor's authorized Representative and
Superintendent such as project manager shall be proficient
in the English/ local language, all in reading, writing, speaking
and listening without relying on an interpreter, so that he will
be able to receive instructions without difficulty and will be
able to understand and be understood by the Employer. the
Contractor shall have available on site at all times a sufficient
number of competent interpreters to ensure the proper
transmission of instructions and information

Sub-Clause 6.9 Add the following new paragraphs at the end of this Sub-
Clause:
Contractor’s Personnel

"All staff and labour on the Site shall be provided with


identification as follows:
Identification badges incorporating the name and photograph
of the person and the name of the direct employer
(Contractor, Subcontractor, etc.).
hard hats with the name of the Contractor, with different
colour hard hats for different contractor
The Contractor shall be responsible for the observance of the
provisions of this Sub-Clause by all Subcontractors employed
by him in the execution of the Contract.
The Contractor shall, having regard to local conditions,
provide on the site an adequate supply of drinking and other
water for the use of the contractor’s personnel.

Sub-Clause 6.10 Substitute the existing Clause with the following;


Records of Contractor’s The Contractor shall keep complete and accurate records of
Personnel and Equipment the employment of labour at the Site. The records shall
include the names, ages, genders, hours worked and wages
paid to all workers. These records shall be summarized on a
monthly basis and submitted to the Employer’s
Representative. These records shall be included in Record of
Contractor’s Personnel & Equipment and shall be submitted
by the Contractor to the Employer’s Representative, each
calendar month, in a form approved by the Employer’s
Representative, until the Contractor has completed all work
which is known to be outstanding at the completion date
stated in the Taking over Certificate for the Works.

TAMAKOSHI V HYDROELECTRIC PROJECT


232
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

Add the following new Sub-Clauses 6.12 to 6.26 after Sub-Clause 6.11

Sub-Clause 6.12 The Contractor may bring into country any foreign personnel
who are necessary for the execution of the works to the
Foreign personnel
extent allowed by applicable law. The Contractor shall ensure
that these personnel are provided with the required residence
visas and work permits. The Employer will, if requested by
the Contractor, use his best endeavors in a timely and
expeditious manner to assist the Contractor in obtaining any
local, state, national, or Government permission required for
bringing in the Contractor’s personnel, but their complete
responsibility shall vest with Contractor alone.
The Contractor shall be responsible for the return of these
personnel to the place where they were recruited or to their
domicile. In the event of the death in the country of any of
these personnel or members of their families, the Contractor
shall similarly be responsible for making the appropriate
arrangement for their return or burial.

Sub-Clause 6.13 The contractor shall, arrange for the provision of sufficient
supply of suitable raw food materials at reasonable prices to
Supply of Foodstuffs
the contractor’s personnel for the purpose of or in connection
with the Contract.

Sub clause 6.14 The Contractor shall at all times take the necessary
precautions to protect the Contractor’s personnel employed
Measures against insects
on the site from insect and pest nuisance, and to reduce their
and pest nuisance
danger to health. The contractor shall comply with all the
regulations of the local health authorities, including use of
appropriate insecticides.

Sub-Clause 6.15 The Contractor shall not, otherwise than in accordance with
the laws of Nepal, import, sell. Give, barter or otherwise
Alcoholic Liquor or Drugs
dispose of any alcoholic liquor or drugs, or permit or allow,
importation sale, gift, barter or disposal thereto by contractor
personnel.

Sub-Clause 6.16 The Contractor shall not give, barter, or otherwise dispose of,
to any person, any arms or ammunition of any kind, or allow
Arms and Ammunition
contractor’s personnel to do so.

Sub-Clause 6.17 The Contractor shall respect the country’s (Nepal)


recognized festivals, days of rest and religious or other
Festivals and Religious
customs.
customs

Sub-Clause 6.18 The Contractor shall be responsible, to the extent required by


Funeral Arrangements local regulations, for making any funeral arrangements for
any of his local employees who may die while engaged upon
the Works.
The Contractor shall be responsible for the entire expenses
for making funeral arrangements.

Sub-Clause 6.19 The Contractor shall not employ, forced labour, which

TAMAKOSHI V HYDROELECTRIC PROJECT


233
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Prohibition of Forced or consists of any work or service, not voluntarily performed,
Compulsory Labour that is extracted from an individual under threat of force or
penalty, and includes any kind of involuntary or compulsory
labour, such as indentured labour, bonded labour or similar
labour contracting arrangements.

Sub-Clause 6.20 The Contractor shall not employ children in a manner that is
economically exploitative, or is likely to be hazardous, or to
Child labour
interfere with, the child’s education, or to be harmful to the
child’s health or physical, mental, spiritual, moral, or social
development. Where the relevant labour laws of the Project
Country have provisions for employment of minors, the
Contractor shall follow those Laws applicable to the
Contractor. Children below the age of 18years shall not be
employed in dangerous work.

Sub-Clause 6.21 The Contractor shall keep complete and accurate records of
the employment of labour at the Site. The records shall
Employment Record of
include the names, addresses, ages, genders, hours worked
Workers
and wages paid to all workers. These records shall be
summarized on a monthly basis and submitted to the
Engineer. These records shall be included in the details to be
submitted by the Contractor under Sub-Clause 6.10 [Records
of Contractor’s Personnel and Equipment]

Sub-Clause 6.22 The Contractor shall not make employment decisions on the
basis of personal characteristics unrelated to inherent job
Non- Discrimination and
requirements. The Contractor shall base the employment
Equal Opportunity
relationship on the principle of equal opportunity and fair
treatment, and shall not discriminate with respect to aspects
of the employment relationship, including recruitment and
hiring, compensation (including wages and benefits), working
conditions and terms of employment, access to training,
promotion, termination of employment or retirement, and
discipline. The Contractor shall comply with the relevant
labour laws of the Country that provide for non-discrimination
in employment. If the relevant labour laws are silent on non-
discrimination in employment, the Contractor shall meet this
Sub-Clause’s requirements. Special measures of protection
or assistance to remedy past discrimination or selection for a
particular job based on the inherent requirements of the job
shall not be deemed discrimination.

Sub-Clause 6.23 The Contractor is encouraged, to the extent practicable and


reasonable, to employ staff and labour with appropriate
Employment of Local
qualifications and experience from sources within Nepal and
Personnel
preferably from the project area.

Sub-Clause 6.24 The Contractor shall keep himself acquainted of all laws,
ordinances and regulations in any manner affecting those
Compliance with statutes
employed on the Works, or the materials used in the works,
or in any way affecting the conduct of the work, and of all
orders and decrees of bodies or tribunals having jurisdiction
or authority over the same. He shall at all times himself
observe and comply with and shall require all his agents,

TAMAKOSHI V HYDROELECTRIC PROJECT


234
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
employees and sub-contractors to observe and comply with
all such applicable laws, ordinances, regulations, order, and
shall protect and indemnify the Employer against any claim
of liability arising from, or based upon the violation of any
such law, ordinance, regulation, order, or decree, whether by
himself, his employees, or his Sub-contractors, unless
otherwise explicitly provided in the Contract Documents, all
permits and licenses necessary to the execution of the works
shall be secured by the Contractor at his own expense.

Sub-Clause 6.25 If the Contractor, or any of his Subcontractors, agents or


servants gives or offers to give to any, person any payment,
Illegal Payments
gift, gratuity or commission as an inducement or reward for
doing or forbearing to do any action in relation to the Contract
or any other contract with the Employer, or for showing or
forbearing to show favor or disfavor to any person in relation
to the Contract or to any other contract with the Employer,
then the Employer may enter upon the Site and the Works
and expel the Contractor and the provisions of Clause 6.3
hereof shall apply as if such entry and expulsion had been
made pursuant to that clause. In such a case, the Contractor
will be liable to pay the entire Contract value as damages.

Sub-Clause 6.26 The Contractor, his employees, agents and sub-contractor(s)


shall not give to unauthorized persons any information, verbal
Secrecy
or otherwise, about the Project and shall not allow
unauthorized persons to inspect the Works and Contract
Documents without prior consent of the Employer.

Sub-Clause 7.3 Add the following new paragraph at the end of this Sub-
Clause:
Inspection

Employer, its duly authorized representative and/or an


outside inspection agency acting on behalf of the Employer
shall have at all reasonable times, access to the Contractor’s
premises or works and shall have the power 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 in other
premises or works, the Contractor shall obtain for the
Employer and for his duly authorized representative,
permission to inspect as if the Works were manufactured or
assembled in the Contractor’s own premises or shops.
The Contractor shall give the Employer and/or Employer’s
Engineer thirty (30) days written notice of any material/goods
being ready for testing, along with Internal Test Reports &
Protocols, in line with the approved QAP (Quality Assurance
Plan) for that equipment. Such tests shall be to the
Contractor’s account except for the expenses of Employer
and/or his Engineer. The Employer/Employer’s Engineer,
unless witnessing of the tests is virtually waived, will attend
such tests within forty-five (45) days of the agreed date for
test/inspection, failing which the Contractor may proceed with
the test, which shall be deemed to have been made in
TAMAKOSHI V HYDROELECTRIC PROJECT
235
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Employer/ Engineer’s presence and he shall forthwith
forward to the Employer, duly certified copies of test results
in triplicate.
The Employer or Engineer shall within ten (10) working days
from the date of inspection as defined herein give notice in
writing to the Contractor, of any objection to any drawings
and all or any equipment and workmanship which in its
opinion is not in accordance with the Contract. The
Contractor shall give due consideration to such objections
and shall either make the modifications that may be
necessary to meet the said objections.
When the factory tests have been completed at the
Contractor’s or Sub-Contractor’s works, the
Employer/Engineer shall issue a MDCC (Material Dispatch
Clearance Certificate) to this effect within ten (10) days after
completion of tests, but if the tests are not witnessed by the
Employer/Engineer, the MDCC shall be issued within fifteen
(15) days of receipt of the Contractor’s Test Certificate by the
Employer/Engineer. The completion of these tests or the
issue of the MDCC shall not bind the Employer to accept the
equipment, should it, on further tests after erection, be found
not to comply with the Contract.
In all cases where the Contract provides for tests whether at
the premises of works of the Contractor or of any Sub-
Contractor, the Contractor, except where otherwise
specified, shall provide free of charge such items as labor,
materials, electricity, fuel water, stores, apparatus and
instruments as may be reasonably demanded by the
Employer/Inspector or its authorized representative to carry
out effectively such tests of the equipment in accordance with
the Contract and shall give facilities to the Employer/Engineer
or to its authorized representative to accomplish testing.
The inspection by the Employer/Engineer and issue of MDCC
thereon shall in no way limit the liabilities and responsibilities
of the Contractor in respect of the agreed quality assurance
program forming a part of the Contract.

Sub-Clause 7.5 Add this para at end of this Sub-Clause:


Rejection All the rejected materials shall either be destroyed or
removed from Site within 15 days of the rejection or a period
which the Employer may in writing agree.

Sub-Clause 7.6 Add the following at end of this Sub-Clause:


Remedial Work The inspection of the works shall not relieve the contractor of
any of its obligation and unsuitable materials may be
rejected, notwithstanding that such work and materials have
been previously overlooked by the Employer and accepted.
If the work or any part thereof shall be found defective at any
time before the final acceptance of the whole work, the
Contractor shall forthwith make good such defect, without
additional compensation, in a manner satisfactory to the

TAMAKOSHI V HYDROELECTRIC PROJECT


236
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Employer. All costs for re-testing and re-inspection, which are
necessitated by defective materials, and/or workmanship,
shall be carried out at the sole expense of the Contractor.

Sub-Clause 7.8 Add the following at end of para;


Royalties The Contractor shall directly pay and shall not be entitled to
the reimbursement of cost as levied on natural materials by
the local District Committee or the Rural Municipality or by
other local committees or other agencies in accordance with
such regulations as may be in force at the time.
“Natural materials shall mean boulders, stones, gravels, clay
and other soil extracted from river bed, quarry sites or borrow
pits”
The Contractor shall be liable for all payments of
compensation, if any, levied in relation to the dumping and/or
disposal of any materials, in accordance with any and all local
authorities according to the local self-governance Act (2055)
and local self-governance Regulations (2056 BS) other such
laws of Nepal as are applicable.

Insert the following new Sub-clause 7.9.

Sub-Clause 7.9 Having regard of Nepal being landlocked and the Project Site
remote, the Contractor shall at all times arrange for sufficient
Sufficient Stock of
stock of all consumable materials including fuel, at the Site.
Materials
Failure to provide sufficient stock at Site or shortage of such
materials shall be in no case the reasons of claim for
extension of time.

Sub-Clause 8.1 Delete the Sub-Clause 8.1in its entirely and replace with:
Commencement of works
The commencement date shall 30th day from the date of
Contract agreement.

The Contractor shall commence the execution of the Works


as soon as is reasonably practicable after the
Commencement Date but in any case, not exceeding 14
days after the Commencement Date, and shall then
proceed with the works with due expedition
and without delay.”

TAMAKOSHI V HYDROELECTRIC PROJECT


237
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
After the first paragraph and before the second paragraph
Sub-Clause 8.3
insert the following:
Programme In preparing the programme and executing the Works, the
Contractor shall:
i. have regard to any special circumstances applicable
to and affecting the site, including its location;
ii. liaise with the Employer and /or such others to whom
the Contactor may from time to time be referred for
planning and programming purposes; and
iii. ensure, as far as is reasonably practicable, that the
works are fully coordinated and integrated with the
activities of the Employer and other Contractor(s)
including any activities that are not related to the
Works but which nevertheless may affect the
execution thereof and which are known or ought
reasonably to be known to the Contractor when
submitting the Bid; and
iv. have regard to the fact that the Works form part of a
cohesive Project being undertaken by the Employer.

Add the following wording at the end of the last paragraph of


this Sub-Clause:
“The detailed time programme shall show all activities and
sequence of operations for the orderly design, manufacture
and delivery of the Plant and the completion of the Works and
shall be drawn to a monthly time scale commencing with the
Commencement Date. It shall show in detail all Milestone
dates and all intermediate dates. Activity descriptions shall
be discrete so that the actual and scheduled work progress
can be determined. The Contractor will identify the critical
paths both on activity listing and graphic display.
In addition to the detailed time programme, the Contractor
shall provide the following documents and information:
90 Day Construction and Installation Programme
Within 30 calendar days from the Commencement Date, the
Contractor shall submit to the Employer’s Representative a
90-calendar day Construction and Installation Programme in
bar chart format. The Construction and Installation
Programme shall include submittal dates for drawings,
calculations reports and documentation related to design,
and those items including the above required for review
and/or interface with equipment/design provided by others
and proposed construction and installation activities.
Submittals shall also include documents submitted by the
Contractor to the Employer’s Representative and information
to be received by the Contractor from the Employer’s
Representative.
The 90 Day Construction and Installation Programme
shall be prepared showing in detail all activities, their
descriptions, durations and dependencies on a daily time
scale for a succeeding 30-day period, and on a weekly time
scale for the balance of the 90-day period. In preparing the

TAMAKOSHI V HYDROELECTRIC PROJECT


238
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
90-day Construction and Installation Programme the
Contractor shall utilize the same subdivision of work activities
developed in the detailed time programme. The 90-day
Engineering Programme will be updated and resubmitted
monthly, displaying progress for the past 30-day period and
forecast for the next 90-day period.
If the Contractor, during the execution of the Works, shall see
it necessary to make any modification to the detailed time
programme, he shall immediately submit said modifications
to the Employer’s Representative for review. The
Contractor's submittal to the Employer’s Representative shall
include his recommendations and means to resolve the
impact of these modifications on other contractors’ work. The
Contractor's submittal of these recommendations, and the
review of the Employer’s Representative thereto, shall not
relieve the Contractor of his responsibilities and duties under
the Contract.

The detailed time programme submitted by the Contractor


shall be based on the following Milestones. The detailed time
programme shall show that the Milestone described in this
table are completed on time:

Table of Completion Milestones and Delay Damages:

Delay
Completion in Damages
Key
Description of days after in US
Date
Key Dates Commencement Dollars
Number
Date per Day
of Delay

Powerhouse

Powerhouse
Inlet Valves

Main Inlet
C2 KD 1 605 1,500
Valve Unit 1

Main Inlet
C2 KD 2 634 1,500
Valve Unit 2

Main Inlet
C2 KD 3 663 1,500
Valve Unit 3

Inlet Valve Unit


C2 KD 4 774 1,500
4

TAMAKOSHI V HYDROELECTRIC PROJECT


239
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Powerhouse
Turbine and
Generator Unit
1

Draft tube
erected in Unit
C2 KD 5 1 Block, ready 199 750
for stage two
concrete

Spiral case
erected in Unit
C2 KD 6 1 Block, ready 499 1,500
for stage two
concrete

Shaft free Unit


C2 KD 7 897 750
1

Completion of
Wet Tests Unit
C2 KD 8 979 1,500
1 ready to start
Trial Run

Powerhouse
Turbine and
Generator Unit
2

Draft tube
erected in Unit
C2 KD 9 2 Block, ready 230 750
for stage two
concrete

Spiral case
erected in Unit
C2 KD 10 2 Block, ready 528 1,500
for stage two
concrete

Shaft free Unit


C2 KD 11 926 750
2

Completion of
Wet Tests Unit
C2 KD 12 1014 1,500
2 ready to start
Trial Run

Powerhouse
Turbine and
Generator Unit
3

Draft tube
erected in Unit
C2 KD 13 3 Block, ready 261 750
for stage two
concrete

Spiral case
C2 KD 14 erected in Unit 557 1,500
3 Block, ready

TAMAKOSHI V HYDROELECTRIC PROJECT


240
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
for stage two
concrete

Shaft free Unit


C2 KD 15 955 750
3

Completion of
Wet Tests Unit
C2 KD 16 1050 1,500
3 ready to start
Trial Run

Powerhouse
Turbine and
Generator Unit
4

Draft tube
erected in Unit
C2 KD 17 4 Block, ready 261 750
for stage two
concrete

Unit 4 Draft
Tube Liner
installed, incl.
C2 KD 18 774 1,500
Installation &
Testing of Inlet
& Outlet Valves

Shaft free Unit


C2 KD 19 931 750
4

Completion of
Wet Tests Unit
C2 KD 20 991 1,500
4 ready to start
Trial Run

Main Transformers

Completion of
main
C2 KD 21 777 750
transformer
Unit 1

Completion of
main
C2 KD 22 806 750
transformer
Unit 2

Completion of
main
C2 KD 23 835 750
transformer
Unit 3

Auxiliary Systems and Ancillaries

Auxiliary
systems
(cooling water
system,
C2 KD 24 hydraulic oil 896 1,500
system and
compressed air
system) and
Ancillaries

TAMAKOSHI V HYDROELECTRIC PROJECT


241
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
completed
(drainage and
dewatering
system, oil
filtration plant,
compressed air
system, etc.)
completed

Transmission Line

Transmission
Line complete,
C2 KD 25 including 702 1,500
testing &
commissioning

All Equipment

Completion of
all Works
specified under
this Contract,
including
C2 KD 26 testing and 1095 3750
commissioning
as specified,
ready for
handing over to
Employer

Sub-Clause 8.4 Add the following wording at the end of the last paragraph of
this Sub-Clause:
Extension of Time for
Completion Extension of Time shall not be granted for delays caused by
an inadequate work force, faulty workmanship, or delay in
providing or importing construction materials, non-availability
due to break-down or importation delays of construction plant
and equipment, equipment and transportation arrangements
or the failure of the Contractor to place orders for equipment
or materials in sufficient time in advance to ensure delivery
when needed or due to inadequate planning, inefficiency or
negligence, etc., by the Contractor, or its subcontractors.

In the event the Contractor’s performance of this Contract is


delayed or interfered with by acts that are solely attributable
to the Employer, the Contractor may request an extension of
the time for the performance, provided however that he shall
not be entitled to any increase in the Contract Price or to
damages or additional compensation and or prolongation
cost as a consequence of such delays.

Sub-Clause 8.6 Add following paras at the end of this Sub-Clause:


Rate of Progress If at any point of time during execution of Project, the
Contractor fails to take-up certain activities or makes
abnormally slow progress in executing them or leaves the

TAMAKOSHI V HYDROELECTRIC PROJECT


242
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
work incomplete, with respect to agreed schedules and the
Employer feels that delay in completion of such works would
affect the overall completion of Project or would affect the
work of other agencies appointed by Employer, then the
Employer shall issue notice to Contractor for his failure and
in case the Contractor fails to initiate remedial action in
taking-up those works or accelerating them within the notice
period and to the satisfaction of Employer, then in such case
the Employer shall have sole authority and right to award the
execution of such works to a third party appointed by
Employer and at the full risk and cost of the Contractor. Any
and all expenses incurred by Employer for such Risk
Purchase on behalf of the Contractor shall be debited to
Contractor and immediately recoverable from his running
invoices available with Contractor (with 20% markup on the
cost incurred by Employer).

Sub-Clause 8.7 Delete the following words from the first paragraph of this
Sub-Clause:
Delay Damages
"These delay damages shall be the sum stated in the
Contract Data, which shall be paid for every day which shall
elapse between the relevant Time for Completion and the
date stated in the Taking-Over Certificate."
and substitute the following:
"These delay damages shall, for the whole of the Works or
for any Milestone to which delay damages apply, be the sum
stated in above in Table of Completion Milestones and Delay
Damages under Sub-Clause 8.3 [Programme], which shall be
paid for every day which shall elapse between the relevant
Time for Completion and the date stated in the Completion
Certificate for the whole of the Works or in the Milestone
Certificate for a part of the Permanent Works, as the case
may be."
Add the following new paragraphs at the end of this Sub-Clause:
“In the event that:
(a) the Contractor has failed to comply with Sub-Clause
8.2 and Sub-Clause 8.3 with respect to a Milestone in regard
to a defined part of the Permanent Works which, in the
opinion of the Employer’s Representative, would not
necessarily result in a failure to comply with Sub-Clause 8.2
with respect to the whole of the Works; and
(b) the Contractor has paid delay damages to the
Employer in accordance with this Sub-Clause for the default
described in (a); and
(c) following the completion of the part of the Permanent
Works (covered by the Milestone) in delay the Contractor
thereafter recovers this delay and thereby achieves the next
Milestone as defined in the Contract without any remaining
delay;
then the delay damages paid in accordance with (b) will be
returned to the Contractor except for a deduction in the value,

TAMAKOSHI V HYDROELECTRIC PROJECT


243
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
as determined by the Employer’s Representative, of any
costs or material loss incurred by the Employer as a result of
the default described in (a).
In case the Contractor recovers only part of the delay as
described in (c) by the time of the next Milestone, then a
portion of the delay damages paid in accordance with (b) will
be due to be returned to the Contractor. In this case the
portion will be calculated pro-rata on the portion of the original
delay described in (a) which has been recovered by the next
Milestone, subject nevertheless to the full deduction of the
value determined by the Employer’s Representative of all
costs or material loss incurred by the Employer as a result of
the default described in (a).”

Sub-Clause 8.8 Add the following new paragraphs at the end of this Sub-
Clause:
Suspension of Work
Causes for such suspension which shall be deemed to be the
responsibility of the Contractor for the purposes of this Sub-
Clause, and for which therefore Sub-Clauses 8.9, 8.10 and
8.11 shall not apply, shall include, but not be limited to, the
following:
(a) some default under the Contract or breach of the
Contract by the Contractor,
(b) Foreseeable climatic conditions on the Site or
conditions arising out of foreseeable climatic conditions, or
necessary for the proper execution of the Works or for the
safety of the Works or any part thereof (save to the extent
that such necessity arises from any act or default by the
Engineer or the Employer or from any of the risks defined in
Sub-Clause 17.3 [Employer's Risks]).

Sub-Clause 8.9 Delete the Sub-Cause 8.9 in its entirety and substitute with
the following:
Consequences of
Suspension If the Contractor suffers delay from complying with the
Engineer’s instructions, which was not part of their original
scope, the Contractor shall give notice to the Engineer and
shall be entitled subject to Sub-Clause 8.4 (Extension for
Time for Completion) to an extension of time for any such
delay, if completion is or will be delayed, under Sub-Clause
8.4.

Sub-Clause 8.10 Replace the entire clause with the following:


Payment for Plant and In the event of suspension of Works for a period of more than
Materials in the Event of 7 days, all the immovable plant and machinery provided by
Suspension the Employer shall be properly secured by the Contractor by
deploying additional security personnel in adequate strength,
as required. During the suspension period all plant,
equipment and machinery shall be properly maintained by
the Contractor.

Sub-Clause 8.11 Delete the words “84 days” from the first paragraph of this
Sub-Clause and replace with “180 days”.

TAMAKOSHI V HYDROELECTRIC PROJECT


244
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Prolonged Suspension

Sub-Clause 9.1 Delete the words “21 days” from the second paragraph of this
Sub-Clause and replace with the words “30 days”.
Contractor’s Obligations
Add the following at the end of the Sub-Clause;
The Contractor shall provide sufficient, properly qualified
personnel; shall supply and make available all raw materials,
utilities, lubricants, chemicals, catalysts, other materials and
facilities; and shall perform all work and services of
whatsoever nature required to properly carrying out Pre-
commissioning, Commissioning test all in accordance with
the provisions of the Contract Agreement and Employers
Requirements.

Insert a new Sub-Clause 9.5 as following:

Sub-Clause 9.1 If the Contractor fails to comply with the Performance


Guarantees set out in the Employer’s Requirements
Performance Guarantees
(Performance Technical Specifications), the Contractor shall
subject to Sub-Clause 2.5 [Employer’s Claims] pay
performance Damages to the Employer for this default.
The Performance Damages shall be over and above any
other damages that the Contractor is liable for in accordance
with the Contract. These damages shall not relieve the
Contractor from his obligation to complete the Works, or from
any other duties, obligations or responsibilities which he may
have under the Contract.
The Contractor acknowledges that the amount of
Performance Damages is an agreed and genuine pre-
estimate of the loss and damage which the Employer may
incur in the event of the Contractor’s failure to meet the
Guaranteed Performance Levels as set out in Performance
Technical Specification under Employer’s Requirements.
The Contractor shall not raise by way or defense or claim, in
relation to the Employer's right to deduct Performance
Damages, any argument that the amount of performance is
a penalty or otherwise unenforceable.

If the Contractor's obligation to pay Performance Damages


is found for any reason to be void, invalid or otherwise
inoperative (other than through the Employer asserting that
the performance damages should not be applied) so as to
disentitle the Employer from claiming Performance
Damages, the Employer shall be entitled to a claim against
the Contractor for such damages. These Performance
Damages shall be as calculated in accordance with the
details as following:

a) Failure to achieve the guaranteed rated turbine


output on one of the main turbines: 5,500.00 USD
(United States Dollar five thousand five hundred)
per 1 kW output shortage.

TAMAKOSHI V HYDROELECTRIC PROJECT


245
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

b) Failure to achieve the guaranteed weighted


average efficiency on one of the main turbines:
260,000.00 USD (United States Dollar two
hundred and sixty thousand) per 0.1% efficiency
shortage.

c) Failure to achieve the guaranteed rated turbine


output on the turbine of the small hydro unit:
2,600 USD per 1 kW output shortage.

d) Failure to achieve the guaranteed weighted


average efficiency on the turbine of the small hydro
unit: 26,000.00 USD per 0.1% efficiency shortage.

e) Failure to achieve the guaranteed rated output on


one of the main generators: 5,500.00 USD (United
States Dollar five thousand five hundred) 1 kW
output shortage.

f) Failure to achieve the guaranteed weighted


average efficiency on one of the main generators:
260,000.00 USD (United States Dollar two
hundred and sixty thousand) per 0.1% efficiency
shortage.

g) If the no-load losses of a power transformer exceed


the guaranteed value, an amount of USD
6,500.00 per kW for each full kW more than the
guaranteed value.

h) If the load losses (plus auxiliary power losses) of a


power transformer exceed the value guaranteed, an
amount of USD 3,000.00 per kW for each full kW
more than the guaranteed value.

i) For each kVA of the actual transformer rating below


the guaranteed rated power and output, an amount
of USD 3,000.00 will be deducted. Details shall be
as discussed in Particular Technical Specifications
under Employer’s Requirements.

Rejection of the design shall apply as follows:

If the Turbine efficiency is less than the guaranteed weighted


average efficiency by more than 2% (measuring tolerance
included) the turbine design shall be rejected. Similarly, the
Employer reserves the right to reject the Turbines if the output
deficit is more than 5% of the guaranteed output.

The Employer reserves the right to reject the generators if the


efficiency is less than the guaranteed weighted average
efficiency by more than 2%. Similarly, The Employer reserves
the right to reject the generators if the reduction of output is
more than 5% of guaranteed output.

TAMAKOSHI V HYDROELECTRIC PROJECT


246
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

The Employer reserves the right to reject the transformers in


line with the rejection criteria discussed in Particular
Technical Specifications under Employer’s Requirements.
Sub-Clause 10.1 Add at the end of Sub-Clause;
Taking over of the Works The issue of the Taking Over Certificate for whole of the
and Sections works/Section shall mark the beginning of the Defect
Notification Period for whole of the works. The works under
the scope of Contractor shall be taken over only after he
completes all activities that are covered in his scope.

Sub-Clause 10.2 Add the following at the end of this Sub-Clause;


Taking over of Parts of The issue of any Taking Over Certificate for a section or a
the Works part of the work shall in no way be considered as Taking Over
Certificate for whole works and thus shall not mark the
beginning of Defect Notification Period.

Insert the new Sub-Clause 10.5 as following:

Sub-Clause10.5 For the purpose of the overall Tamakoshi V Hydroelectric


Project, portions of the Works under this Contract need to be
Milestones
constructed to required stages either to enable works by the
Employer’s other contractors to proceed or continue, or to
facilitate the commissioning of the project. Achieving these
portions to the required stages shall be designated as
Milestones, which are detailed in Sub-Clause 8.3.
Upon achieving any Milestone(s), to the satisfaction of the
Employer’s Representative, to which delay damages apply
as detailed in the Particular Conditions, the Employer’s
Representative will issue a Milestone Certificate. The issue
of a Milestone Certificate shall not be deemed as taking-over
subject to Sub-Clause 10.2 [Taking Over of Parts of the
Works] and the following applies:
a) the Contractor shall continue to be liable for the
care of the portions of the Works incorporated in the
Milestone until the Time for Completion of the whole of
the Works.
b) where applicable, beyond the period from
achieving the Milestone until the Time for Completion
of the whole of the Works, the Contractor will maintain
and complete the portions as identified in the
Specifications. Pursuant to Sub-Clause 4.6, this will
include combined activities with the Employer’s other
contractors and the Employer’s personnel.
The Milestone Certificate shall only serve as an
acknowledgement of the date on which the Milestone was
achieved and whether Delay Damages may be applied.
If the Employer fails to issue or reject the Milestone
Certificate to the Contractor within 28 days after receiving the
Contractor’s Notice, then it shall be deemed to have been
completed and issued.

TAMAKOSHI V HYDROELECTRIC PROJECT


247
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

Sub-Clause 11.2 Replace sub-paragraph (c) with the following:


Cost of Remedying “c) improper operation or maintenance which was attributable
Defects to matters for which the Contractor is responsible under the
Contract Agreement, or”

Sub-Clause 11.3 Replace the last sentence of the first paragraph with:
Extension of Defects If any equipment is repaired or replaced during the Defect
Notification Period Notification Period (DNP) of 24 months, the DNP of that
equipment shall be extended so that the end of the DNP for
that equipment is 365 days from the date of
repair/replacement or original DNP, whichever is later.
In no case shall DNP of repaired/ replaced item be extended
beyond 48 months from start of DNP. Other responsibilities
and obligations of the Contractor shall not be influenced by
the above requirement

Sub-Clause 11.4 Replace paragraph (a) with the following;


Failure to Remedy carry out the work himself or by others and at the Contractor’s
Defects cost, with the entire responsibility still remaining with the
Contractor as if the works are being done by the Contractor
with all provisions of the Contract Agreement applicable
accordingly; and the Contractor shall subject to Sub-Clause
2.5 [Employer’s Claims] pay to the Employer the costs
reasonably incurred by the Employer in remedying the defect
or damage (with 25% markup)

Sub-Clause 11.8 Add the following new paragraph at the end of this Sub-
Clause:
Contractor to search
During the Defects Notification Period, search of their cause
and locations thereof shall be the responsibility of Contractor
and at his cost.

Sub-Clause 12.4 Delete the third and fourth paragraph of this Sub-Clause:
Failure to Pass Test after
Completion

Sub-Clause 13.3 Delete the sentence of this Sub-Clause in its entirety which
states:
Variation Procedure

"The Contractor shall not delay works whilst awaiting a


response"
and substitute by the following:
"The Contractor shall not delay any work whilst awaiting a
response but shall proceed with the varied work immediately
upon receipt of an instruction to that effect from the Employer
on the basis of the description of and program for the work
included with the instruction, regardless of whether or not an
agreement on the Contractor's submitted proposal has been
reached."

TAMAKOSHI V HYDROELECTRIC PROJECT


248
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Employer reserves the right to increase or decrease the
quantity of Goods and Related Services originally specified
in the Bill of Quantity (under BOQ/Price Schedule) without
any change in the unit prices or other terms and conditions of
the Contract.
In sub-paragraph (b) delete "there shall be included in the
Sub-Clause 13.5
Contract Price" and replace with;
Provisional Sums
the Contract Price shall be adjusted accordingly, as follows:

Between the first paragraph and the second paragraph


insert the
following:
If the Employer instructs the Contractor to undertake an
item covered by a Provisional Sum, the Contractor shall
produce quotations from suppliers and/or subcontractors
and submit those quotations to the Employer for
consideration.
The Employer may, if he deems it necessary or desirable,
revoke that instruction in whole or in part at any time before
acceptance of any quotation, and no payment shall be
made for the extent of instruction revoked.
Following consideration of any quotation submitted to him
by the Contractor, the Employer may instruct the Contractor
to, and the Contractor shall, obtain the items from the
supplier or subcontractor giving the quotation at the price
and on the terms approved by the Employer.

Sub-Clause 13.7 Add the following new paragraphs at the end of this Sub-
Clause:
Adjustments for changes
in Legislation Notwithstanding the foregoing provisions of this Sub-Clause,
the Contract Price shall not be adjusted to take account of
any increase or decrease in Cost resulting from changes in
the Laws or in such interpretations made after the Date of
Commencement to the extent that the same increase or
decrease shall already have been taken into account with the
provisions of Sub-Clause 13.8 [Adjustments for Changes in
Cost]."

Sub-Clause 13.8 The Price Adjustment shall not be applicable during the
execution of the Contract.
Adjustments for Changes
in Cost

Insert new Sub-Clause 13.9 as follows:

Sub-Clause 13.9 If in the opinion of the Employer, the rates and prices set out
in the Contract are not applicable to determining the value
Right to Inspect Tender
extra or additional work, or for the purpose of determining the
Make-up
value of a variation or any other matter referred to in the
Contract, the Contractor shall allow the Employer to inspect
and discuss the make-up of the Contractor’s Tender, and the

TAMAKOSHI V HYDROELECTRIC PROJECT


249
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Employer may base his determination on that make-up but
shall not be bound to do so. If there are any items in the
Tender make-up which the Contractor deems as confidential
or proprietary, the Contractor may request the Engineer to
waive the requirement of providing such details.

Sub-Clause 14.1 Insert the following at the end of the Second Paragraph:
The Contract Price Notwithstanding anything in the preceding paragraphs, in
case Government of Nepal allows any remission, exemption,
zero rate, square off or similar benefits specially for
hydropower or similar projects, the Contractor shall submit
Contract bills, upon written instruction of the Engineer with
such mode or as prescribed by the Government of Nepal in
this regard to get such remission, exemption, zero rate,
square off or similar benefits as the case may be.

Add the following at the end of the Sub-Clause:


i. The Contractor shall familiarize himself with the
prevailing laws of Nepal with regards to customs,
duties, taxes, clearing of equipment, plant and
materials, immigration, transportation and the like, and
it will be necessary for him to follow the required
procedures regardless of any assistance which may be
provided by the Employer whenever possible.
ii. The Contractor shall pay all the duties, taxes, fees,
cess, octroi and other contributions levied in Nepal as
directed by the relevant Government
Department(s)/agency(ies) or office or any other
authorized local statutory agency or body in
accordance with the relevant rules and regulations.
iii. The Contract Price, unless otherwise specified in the
Contract Documents, shall be understood to include all
costs and provisions required for the correct execution
of the Contractual Works in compliance with the time
schedule. Therefore, the Contract Price shall include
not only costs for supply of materials and construction
works but also wages, salaries and accommodation for
the Contractors employees and labors.
iv. Special tax conditions shall apply to Import Duty and
Value Added Tax (VAT) for the Electromechanical and
relevant equipment imported for this Project under this
Contract. The Contractor shall state separately in his
Statements (payment invoices) the amounts paid at
this special customs duty at the rate of 1% and these
amounts shall be reimbursed by the Employer to the
Contractor.
v. The following special tax conditions shall apply, if not
otherwise, to Tax Deduction at Source (TDS) under this
contract as per the prevailing law:
a) For the payment to be made outside Nepal
including payment through Letter of Credit

TAMAKOSHI V HYDROELECTRIC PROJECT


250
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
(L/C) under this Contract: Tax deduction at
source (TDS) at the rate of 5% of the amount due
before the addition of VAT shall be deducted from
each payment certificate under the Contract prior to
payment to the Contractor. Each such deduction
amount shall be deposited to the Concerned tax
authorities and copies of the deposit slip will be
provided to the Contractor.
For the payment to be made in the Bank
Accounts in Nepal under the Contract: Tax
Deduction at Source (TDS) at the rate of 1.5% of
the amount due before addition of VAT shall be
deducted from each payment certificate under the
Contract prior to payment to the Contractor. Each
of such deducted amount shall be deposited to the
concerned tax authorities and copies of deposit slip
will be provided to the Contractor.

Sub-Clause 14.2 add at the end:


Advance Payment If the terms of the advance payment guarantee described in
sub-paragraph (c) above specify its expiry date, and the
advance payment has not been repaid by the date 28 days
prior to the expiry date, the Contractor shall extend the
validity of the guarantee until the advance payment has been
repaid.
If in any month the due amount is less than the advance
repayment amount the remaining repayment will be deducted
from the following Interim Payment Certificate.
If the advance payment has not been repaid prior to the issue
of the Taking-Over Certificate for the whole of the Works or
prior to termination under Clause 15 [Termination by
Employer], Clause 16 [Suspension and Termination by
Contractor] or Clause 19 [Force Majeure] (as the case may
be), the whole of the balance then outstanding shall
immediately become due and payable by the Contractor to
the Employer.
The advance payment guarantee issued by any foreign Bank
outside Nepal must be counter guaranteed by an 'A' class
commercial Bank or Financial Institution in Nepal."
Insert the following paragraphs at the end of this Sub-
Sub-Clause 14.3
Clause:
Application for Interim
payment certificate The Contractor shall furnish all reasonable assistance as
may be requested by the Engineer for the purposes of the
measurement of the Works, including any necessary means
of access, use of Equipment, labour and materials, which
may include all records and computations made by the
Contractor with respect to his own measurement of the
quantities of work performed.

TAMAKOSHI V HYDROELECTRIC PROJECT


251
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
The mode of payment shall be as specified in Bid Price and
Payment Schedule.

All payment against Supply and Services (transportation)


shall deduct applicable TDS.

All payment under Supply Contract (including advances)


shall be covered under irrevocable letter of credit (LC) to be
established by Employer, while all payment under the
Services Contract shall be made directly based on monthly
running bills and not through LC.

The statement shall be submitted in six (6) hard copies and


soft copy both.

Sub-Clause 14.5 The entire Sub-Clause stands deleted


Plant and materials
intended for the Works
In the first paragraph add after the first sentence:
Sub-Clause 14.6
No amount will be certified by the Engineer in connection
Issue of Interim Payment with the Works unless or until the Engineer has received
Certificate from the Contractor:
(i) evidence (to the satisfaction of the Engineer) of
those insurance policies which the Contractor is
required to obtain in accordance with Clause 18
[Insurances].

(ii) all information (if any has been requested by the


Engineer)
required to be provided by the Contractor in
accordance with
Sub-Clause 4.4 [Subcontractors].

Insert the following paragraphs at the end of this Sub-


Clause:

Notwithstanding the terms of this Clause or any other


Clause of the Contract, no certificate will be issued by the
Engineer for claims not approved by the Engineer.

The Engineer shall issue notice within 28 days from receipt


of the
Contractor’s Statement that the Supporting Documentation
has not been received, and shall not be obligated to make
payment against the Contractor’s Statement until all
supporting documents have been submitted to the
Engineer in accordance with the Contract.

The 28-day period permitted for certification shall begin


from the date the Engineer receives the last of such
documents from the Contractor.

The Engineer may by any Interim Payment Certificate make


any correction or modification in any previous Interim
TAMAKOSHI V HYDROELECTRIC PROJECT
252
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Payment Certificate which has been issued by the
Engineer, and shall have authority, if any work is not being
carried out to its satisfaction, to omit or reduce the value of
such work in any Interim Payment Certificate. Further, in the
event that errors found in the certificate before and after the
date of its payment, the amount of error shall be adjusted
in the certificate in the amount following that in which the
error was found.”

Delete the following words from sub-paragraph (b) of this


Sub-Clause 14.7
Sub-
Payment Clause:
within 56 days

and substitute by the following:


within 77 days

Delete the following words from sub-paragraph (c) of this


Sub-Clause:
within 56 days

and substitute by the following:


within 91 days

Delete the last paragraph and replace with the following:

Payment of the amount due in foreign currency of the CIF to


port of entry price under each Payment Certificate, except
for Advance Payments under Sub-clause 14.2[Advance
Payment] and taxes, shall be made by means of an
irrevocable international Letter of Credit payable in
Contractor’s home Country in favor of the Contractor for the
balance of the foreign currency portion of the Contract Price.
The Letter of Credit (L/C) will be in place within 84 days of
the Commencement Date.

The Contractor shall submit proforma invoice and draft


wording of the L/C to the Employer with a copy to the
Engineer within 21 days of the Commencement Date. The
terms of the L/C shall be finalized by the Employer in
Consultation with the Contractor. However, if there is no
agreement between the Employer and the Contactor on the
terms of the L/C within 42 days from the Commencement
date, Employer’s decision on such terms of the L/C shall be
final.

The charges levied by and related to Nepali Bank to open


the Letter of Credit shall be borne by the Employer whereas
any charges levied by and related to the Contractor’s
nominated bank in the foreign country shall be borne by the
Contractor. However, the charges levied by Nepali Bank for
discrepancies shall be borne by the Contractor. The terms of
the L/C shall be at the sole discretion of the Employer.
Payment of amount due in foreign currency except the CIF

TAMAKOSHI V HYDROELECTRIC PROJECT


253
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
to port of entry price under each Payment Certificate shall be
paid by issuing Bank Cheques/Online Bank Transfer
payable in the Contractor’s account in any commercial bank
in Nepal opened as per Sub-clause 14.2[Advance Payment].

The payment of the amount due in local currency portion


under each Payment Certificate will be paid by issuing Bank
Cheques/ Online Bank Transfer payable in Contractor’s
account in any commercial bank in Nepal opened as per
Sub-clause 14.2[Advance Payment].

Notwithstanding the terms of this Sub-Clause or any other


Clause or Sub-Clause of the Contract, no amount will be
certified and paid by the Employer for claims not settled or
approved by the Employer.

Items of the Works not described in the Bid Price and


Payment Schedule for which no rate or price has been
entered in the Contract shall be considered as included the
Bid Price and will not be paid for separately by the Employer.

The VAT on Services will be charged by Contractor in their


Services invoice and will be deposited directly to the
concerned office by the Contractor in local currency as per
the prevailing law of the country.

Sub-Clause 14.9 Delete the text of this Sub-Clause in its entirety and substitute
by the following:
Payment of retention
Money When the Performance Certificate has been issued for the
Works, and the Works have passed all specified tests
(including the Tests after Completion), the first half of the
Retention Money shall be paid to the Contractor.
The Contractor shall fulfil the following requirements before
the Employer shall repay the second half of the Retention
Money:
Documentary proof from the Tax Department of the
Government of Nepal (GoN) of proof of payment in full of all
corporate income tax on any profits realized from this
Contract and of all personal income tax of the Contractor and
his personnel, both local and expatriate.
Provided also that if at such time, there shall remain to be
executed by the Contractor any work instructed, pursuant to
Clauses 11 and 13, in respect of the Works, the Employer
shall be entitled to withhold certification until completion of
such work of so much of the balance of the Retention Money
as shall, in the opinion of the Employer, represent the cost of
the work remaining to be executed.

Sub-Clause 14.10 Add the following new paragraph after sub-paragraph (c) of
this Sub-Clause:
Statement at Completion
"The Contractor shall submit with his Statement at
Completion documents evidencing the payment of the

TAMAKOSHI V HYDROELECTRIC PROJECT


254
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Income tax from the tax authorities due under the laws of
Nepal with respect to the personnel of the Contractor."
Add the following new paragraph at the end of this Sub-
Clause:
"The Statement at Completion shall thus be the Contractor’s
total statement for all sums he considers to be his entitlement
under the Contract except any other Works that may arise or
as may be instructed during the Defects Notification Period."

Sub-Clause 14.11 At the end of sub-paragraph (b) of this Sub-Clause add the
following words:
Application for Final
Payment Certificate including the outstanding balance of the Retention Money in
accordance with Sub-Clause 14.9.

Sub-Clause 14.13 Delete the “28 days” and replace with “60 days” in the first
line of the first paragraph of this Sub-Clause:
Issue of Final Payment
Certificate

Insert new Sub-Clause 14.16 after Sub-Clause 14.15 as follows:

Sub-Clause 14.16 Any currency transfer undertaken by the Contractor shall be


its sole responsibility, and it shall comply with the exchange
Currency movements
control regulations and all other applicable laws and
regulations of Nepal.

Sub-Clause 15.2 Add the following Sub-Clause after (f):


Termination by Employer (g) has become liable in accordance with Sub-Clause 8.7 for
the maximum amount of delay damages stated in the
Appendix to Tender,

Delete the following paragraph of this Sub-Clause in its


entirety:
"In any of these events or circumstances, the Employer may,
upon giving 14 days' notice to the Contractor, terminate the
Contract and expel the Contractor from the Site. However, in
the case of sub-paragraph (e) or (f), the Employer may by
notice terminate the Contract immediately."
and substitute by the following:
In any of these events or circumstances, the Employer may,
upon giving 14 days' notice to the Contractor, terminate the
Contract, expel the contractor from site and enter into the
Site. However, in the case of sub-paragraph (e) or (f) or (g),
the Employer may by notice terminate the Contract
immediately.

Delete the second last paragraph of this Sub-Clause in its


entirety and substitute by the following:
“After termination, the Employer may complete the Works
and/or arrange for any other entities to do so. The Employer

TAMAKOSHI V HYDROELECTRIC PROJECT


255
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
and these entities may then use any Goods, Contractor’s
Documents and other design documents made by or on
behalf of the Contractor. The Employer or such other entities
may use for such completion so much of the Contractor’s
Equipment, Temporary Works and Materials, which have
been deemed to be reserved exclusively for the execution of
the Works, under the provisions of the Contract, as he or they
may think proper. Employer may undertake execution of
project at the risk and cost of Contractor and make recovery
from whatever sources are available, including but not limited
to encashment of Advance BG, Performance Security BG,
sale of Contractor's equipment, etc.”

Delete the following words from last paragraph of this Sub-


Clause:
“The Employer shall then give notice that the Contractor’s
Equipment and Temporary Works will be released to the
Contractor at or near the Site. The Contractors shall promptly
arrange their removal at the risk and cost of the Contractor.”
and substitute by the following:
“The Employer shall then give notice that the Contractor’s
Equipment and Temporary Works which is not to be used by
the Employer or other entities for completion of the Works will
be released to the Contractor at or near the Site. Following
completion of the Works the Employer shall then give further
notice that the Contractor’s Equipment and Temporary Works
which were used by the Employer or other entities for
completion of the Works will be released to the Contractor at
or near the Site. Following the receipt of each of these notices
the Contractor shall at his own cost and risk, promptly
arrange the removal of the respective items of Contractor’s
equipment and Temporary Works being released by the
Employer.

Sub-Clause 15.5 Replace the entire clause with following:


Employer’s Entitlement to The Employer may, by written notice sent to the Contractor,
Termination terminate the Contract, in whole or in part, at any time for its
Convenience. The notice of termination shall specify that
termination is for the Employer’s Convenience, the extent to
which performance of work under the Contract is terminated,
and the date upon which such termination becomes effective.
Upon such Termination, the Employer shall only pay
Contractor for the following:
a) Goods that are complete and ready for shipment
(based on monthly progress report that were submitted
by Contractor) within thirty (30) days after the date of
notice of termination, shall be purchased by the
Employer at the Contract terms and prices.
b) Goods that are in-transit or delivered at site as on
the date of delivery of termination notice to Contractor.
c) Services that have been rendered at site until the

TAMAKOSHI V HYDROELECTRIC PROJECT


256
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
date of delivery of termination notice to Contractor
d) It is clarified that payment under point no. a) and b)
shall be made only after receipt of goods at site.

Insert the following new Sub-Clause 15.6 after Sub-Clause 15.5 as follows:

Sub-Clause 15.6 If the Employer determines on reasonable evidence, that the


Contractor has engaged in corrupt, fraudulent, collusive or
Corrupt and Fraudulent
coercive practices, in competing for or in executing the
Practices
Contract then the Employer may after giving 14 days’ notice
to the Contractor terminate the contract and expel him from
the site and the provisions of clause 15 shall apply as if
termination had been made under Sub- Clause 15.2.
Should any Employee of the Contractor be determined,
based on reasonable evidence, to have engaged in corrupt,
fraudulent or coercive practice during the execution of the
work then the Employee shall be removed by the Contractor
in accordance with Sub Clause 6.9, within a maximum period
of 3 days after receipt of information from the Employer.
For the purpose of this Sub-Clause:
(a) “corrupt practice” means the offering, giving,
receiving, or soliciting of anything of value to
influence the action of a public official in the
procurement process or in contract execution.
(b) “Fraudulent practice” means a misrepresentation of
facts in order to influence a procurement process or
the execution of a contract to the detriment of the
Employer, and includes collusive practices among
bidders (prior to or after bid submission) designed to
establish bid prices at artificial, non-competitive levels
and to deprive the Employer of the benefits of free
and open competition;
(c) "Collusive practice" is an arrangement between two
or more parties designed to achieve an improper
purpose, including to influence improperly the actions
of another party; and
(d) "Coercive practice" is impairing or harming, or
threatening to impair harm, directly or indirectly, any
party or the property of the party to influence
improperly the actions of the party.
(e) “Obstructive practice” means:
i. deliberately destroying, falsifying, altering or
concealing of evidence material to the
investigation or making false statements to
investigators in order to materially impede
Employer investigation into allegations of a
corrupt, fraudulent, coercive or collusive
practice; and/or threatening, harassing or
intimidating any party to prevent it from
disclosing its knowledge of matters relevant to
the investigation or from pursuing the

TAMAKOSHI V HYDROELECTRIC PROJECT


257
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
investigation; or
ii. acts intended to materially impede the exercise
of the Employer or Financier’s inspection and
audit rights.

Sub-Clause 16.1 Delete the word “21 days” in the first paragraph of this Sub-
Clause and replace with the word “45 days”
Contractor’s Entitlement
to Suspend Work Delete the paragraphs of this Sub-Clause from the words “If
the Contractor suffers delays ..............or determine these
matters”.
to the end of the Sub-clause.

Sub-Clause 16.2 Delete the following words from the sub-paragraph (a) of this
Sub-Clause:
Termination by
Contractor ".... within 42 days after ......"
and substitute by the following:
…within 75 days after …….

Delete the following words from the sub-paragraph (b) of this


Clause:
.... within 56 days after ......
and substitute by the following:
…within 90 days after …….

Delete the following words from the sub-paragraph (c) of this


Clause:
.... within 42 days after ......
and substitute by the following:
…within 75 days after …….

Delete the second paragraph of this Sub-Clause in its entirety


and substitute by the following:
In any of these events or circumstances, the Contractor may,
upon giving 60 days notice to the Employer, terminate the
Contract.
Add the following new paragraph at the end of this Sub-
Clause:
"Provided that any of the events referred to under (a) and (b)
above the Contractor shall prior to giving a Termination
Notice serve notice (hereinafter called a “Preliminary Notice”)
on the Employer stating that the amount due under the
relevant certificate has not been paid and requiring payment

TAMAKOSHI V HYDROELECTRIC PROJECT


258
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
or issue (as the case may be) of the relevant certificate in
accordance with the Contract within 14 days of the date of
receipt of the Preliminary Notice by the Employer. Only if
payment or issue of the relevant certificate has not been
affected within such 14-day period shall the Contractor be
entitled to issue a Termination Notice.”

Sub-Clause 16.4 Provisions of sub clause (c) shall be Deleted.


Payment on Termination

Sub-Clause 17.3 Delete the sub-paragraph (g) in its entirety and substitute it
by the following:
Employer’s Risks
(g) design of any part of the Works by the Employer’s
personnel or by others for whom the Employer is responsible,
except where the responsibility for such design is assigned
to the Contractor under the terms of the Contract, and
Delete the sub paragraph (h) in its entirety and substitute by
the following:
(h) any operation of the forces of nature (insofar as it occurs
on the Site) which an experienced Contractor:
(i) could not have foreseen, or
(ii) could reasonably have foreseen but against
which it could not reasonably have predicted loss or
damage to physical property from occurring by taking
appropriate measures, or insured against
Add the following at the end of this Sub-Clause:
In the interpretation of Sub-Clause 17.3 (f) the term “use or
occupation by the Employer” shall not be taken to mean or to
imply that use or occupation of the road by the general public
is in anyway an Employer’s risk, nor shall it be taken to mean
or imply that use or occupation of the road as a means of
travel by any agent or personnel of the Employer is in any
way an Employer/s risk.

Sub-Clause 17.6 Delete in its entirety and substitute it by the following:


Limitation of Liability Neither party shall be liable to the other party for loss of use
of any works, loss of profit, loss of any contract or for any
indirect or consequential loss of damage which may be
suffered by the other party in connection with the Contract,
other than:
a) in respect of any liability arising under indemnities given
by the Contractor under the Contract, including under
Sub-Clause 17.1 [Indemnities],
The total liability of the Contractor to the Employer, under or
in connection with the Contract shall not exceed 115% of the
Contract price, other than in respect of any liability of the

TAMAKOSHI V HYDROELECTRIC PROJECT


259
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Contractor arising:
i. under Sub-Clause 1.13 [Compliance with Laws] and
Sub-Clause 11 [Defects Liability],
ii. as a result of an abandonment of the Works by the
Contractor, and
iii. in respect of liabilities to the extent that are (or, but for
a vitiating act or omission of the Contractor, should
be) covered by proceeds received under insurance
policies required to be taken out and maintained
under the Clause 18[ Insurance] (including where the
Contractor is subsequently reimbursed by the
Employer from the proceeds of such insurance
policies)
This Sub-Clause shall not limit liability in any case of fraud,
fraudulent misrepresentation, deliberate default or reckless
misconduct or any of the activities listed in Sub-Clause 1.13
[Compliance with Laws], by the defaulting party.

Insert the following new Sub-Clause17.7 and 17.8 as follows:


In all cases, the Party submitting a claim, establishing or
Sub-Clause 17.7
alleging a breach of contract or a right to be indemnified in
Mitigation of Loss or accordance with the Contract shall be under a duty to take all
Damage necessary measures to mitigate the amount of costs
increases or the extent of loss which has occurred (as the
case may be) provided that Party can do so without
unreasonable inconvenience or cost.
Sub-Clause 17.8 The Contract makes provision under Clause 17 [Risks and
Allocation of Risks Responsibility] and 19 [Force Majeure] for the allocation of
risks. The Contractor shall note that the extent of the
Employer’s liability under Clause 17 is limited only to
rectifying the loss or damage which has occurred to the
Works, Goods or Contractor’s Documents; it does not cover
other costs that may have been incurred by the Contractor.
The Contractor shall note that the definitions of the
Employers risks under sub clause 17.3 shall not include acts
of disruptions by individuals or groups acting for financial gain
or attempting to disrupt the activities of the Contractor,
ordinary criminally, thefts, or labour conflicts or any other
inconveniences that may occur during peace time working
conditions that no claim under clause 17 will be accepted for
such acts.
Delete the first paragraph in its entirety and replace with:
Sub-Clause 18.1
General Requirements for In this Clause, "insuring Party”, means the Contractor for
Insurance each type
of insurance, at his own expense, responsible for effecting
and maintaining the insurance specified in the relevant Sub-
Clause.

TAMAKOSHI V HYDROELECTRIC PROJECT


260
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)

Delete the following paragraph of this sub clause;


“Each Party shall comply with the conditions stipulated in
each of the insurance policies. The insuring Party shall keep
the insurers informed of any relevant changes to the
execution of the Works and ensure that insurance is
maintained in accordance with this Clause."
and substitute by the following
“Each Party shall comply with the conditions stipulated in
each of the insurance policies. It shall be the duty of the
insuring Party to notify and keep informed the insurers of
each of the insurances of any relevant changes to the
execution of the Works or of any matter or event which by the
terms of such insurances are required to be so notified and
the insuring Party shall indemnify and keep indemnified the
other Party against all loss, claims, demands, proceedings,
costs, charges, and expenses whatsoever arising out of or
resulting from any default by the insuring party in complying
with this requirement and ensuring that insurance is
maintained in accordance with this Clause”.
Delete the following words of this Sub-Clause:
“Nothing in this Clause limits the obligations, liabilities or
responsibilities of the Contractor or the Employer, under the
other terms of the Contract or otherwise, any amounts not
insured or not recovered from the insurers shall be borne by
the Contractor and / or the Employer in accordance with
these obligations, liabilities or responsibilities”
and substitute by the following
"The Contractor’s risks are risks other than those defined
under Employer’s risks as defined in sub clause 17.3. Any
amounts not insured or not recovered from the insurers shall
be borne by the Contractor.”

Sub-Clause 18.2 Substitute provision of clause (b) in 4th para with the following;
Insurance for works and “Shall be in the joint names of the Employer and the
Contractor’s equipment Contractor”
Add last para as under:
Without limiting the Contractor’s obligations and
responsibilities under any clauses elsewhere in this
Agreement, Contractor shall effect and maintain at its own
cost, a “Erection All Risk insurance policy’ (EAR policy)
covering loss of or damages to complete Project during the
period of installation, testing and commissioning and also
covering loss of and/or damage to such property arising prior
to the issue of the Taking Over Certificate from a cause
occurring during the period of construction and testing on the
Site or occasioned by the Contractor in the course of any
operations carried out by him for the purpose of complying
with his obligations under this Contract.
In case of delay in project completion for reasons attributable

TAMAKOSHI V HYDROELECTRIC PROJECT


261
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
to Contractor, the additional insurance premium shall be
payable by Contractor towards extension of the EAR
insurance policy, unless such delay in project completion is
due to Force majeure conditions. If the delay in project
completion is partly due to Force Majeure and partly due to
delay by Contractor, then proportionate amount of additional
premium for period delayed due to Contractor shall be
payable by the Contractor while the balance would be borne
by Employer. However, final decision with regard to this shall
vest with Employer alone. Contractor shall take prompt action
and arrange for immediate repair of works/ replacement of
equipment, without waiting for settlement of the insurance
claim, in the best interest of the Project.

Sub-Clause 18.3 Add the following wording at the end of the first paragraph of
this Sub-Clause:
Insurance against Injury
to Persons and Damage “The scope of cover of this insurance shall cover activities
to Property connected with this Contract at any location within Nepal, in
addition to activities at the Site.”
Delete Sub-paragraph d (ii)

Add the following new Sub-paragraphs (e), (f) and (g) as


follows:
(e)The Contractor shall conduct his operations in such
a manner as to avoid injury or damage to adjacent
property, improvements, or facilities.
(f) The Contractor shall be responsible for all damage
to streets, roads, highway, ducts, embankments,
bridges, culverts or other public or private property,
which may be caused by transporting his equipment,
materials, or men to or from the Works. The Contractor
shall make satisfactory and acceptable arrangements
with the property owner over the damaged property
concerning its repair or replacement.
Further, it shall be the responsibility of the Contractor,
before commencing any excavation, to contact all
possible owners of land/buildings within the work area
and to ascertain from records or otherwise, the
existence, position and ownership of all utilities. Utility
structures shall be constructed to relieve the Contractor
from responsibility in protecting all such facilities. No
reimbursement will be made to the Contractor whether
the cost for the same has been included in tendered
rates or not. The Contractor shall note that his
responsibility shall apply to the whole of the land
occupied or used by him for the purpose of the works.

(g) Contractor shall be held responsible for all damages


which he may cause to land or property outside his
necessary working space. Compensation for damage
to such land or property will be assessed by the

TAMAKOSHI V HYDROELECTRIC PROJECT


262
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Employer’s Representative for settlement by the
Contractor through the Employer. The Employer will be
entitled to withhold from any payments due to the
Contractor’s sufficient sums as may appear to him to
be necessary to cover the Contractor’s liabilities until
evidence is produced by the Contractor to the
Employer’s Representative to show the Contractor’s
liabilities in this respect have been finally settled and
discharged.

Insert the following paragraphs at the end of this Sub-


Clause:
Any claim received by the Employer in respect of matters in
which the Contractor is required under the Contract to
indemnify the Employer, will be passed to the Contractor.
The Contractor shall inform the Employer of any claim which
is submitted directly to the Contractor by a claimant.
The Contractor shall do everything necessary including
notifying the insurers of claim received, to ensure that claims
are settled properly and expeditiously and shall keep the
Employer and the Employer’s Representative informed as to
the progress made towards settlement, failure to which the
Employer shall be entitled to make direct payment to
claimants of all outstanding amounts due to them in the
Employer’s opinion and without prejudice to any other
method of recovery to deduct by way set-off the amounts so
paid from any sums or which become due from the Employer
to the Contractor

Sub-Clause 18.4 Remove the wordings “except that this insurance….


Employer or the Employer’s Personnel” from the second
Insurance for
paragraph.
Contractor’s Personnel
Add the following wording at the end of the first paragraph of
this Sub-Clause:
“The insurance and provision of benefits required in terms of
this Sub-Clause shall comply with the provisions of the
worker’s compensation and Employer liability legislation in
force in the country of residence of the employees.
The benefits payable under the Contractor’s insurance policy
shall recognize local cultural and economic conditions, and in
addition to death and other benefits will make specific
provisions for funeral costs. The terms of this policy shall be
made known to the Contractor’s staff and labour or to their
recognized representatives.

Insert the following new Sub-Clauses 18.5 & 18.6 as follows:

Sub-Clause 18.5 Where the Contract involves manufacturing and/or


fabrication of the Works or parts thereof at premises other
Off Site Insurance
than at the Site, the Contractor shall satisfy the Employer that
all the Materials and Plant for incorporation in the Works are
adequately insured during manufacture and/or fabrication

TAMAKOSHI V HYDROELECTRIC PROJECT


263
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
and shipment to the Site and that any cost associated with
the provision of such insurance is included in the Accepted
Contract Amount.

Sub-Clause 18.6 The Contractor shall without limiting its obligations and
responsibilities insure against motor vehicle liabilities under
Motor Vehicle Liability
an insurance providing (as a minimum) a balance of Third-
Insurance
Party Risks and Passenger Liability Indemnity with a limit of
indemnify per incident as per prevailing Legislation/Act of
Nepal.

Sub-Clause 19.1 At the end of the Sub-Clause add new paragraphs:


Definition of Force For the avoidance of doubt Force Majeure shall not include
Majeure any unavailability of Contractor’s Equipment, labour or Goods
except as may be covered by sub-paragraphs (i) to (v) above.
The Contractor shall note that the definitions of Force
Majeure under Sub-Clause 19.1 shall not include normal acts
of disruption by individuals or groups acting for financial gain
or attempting to disrupt the activities of the Contractor,
ordinary criminality, thefts, or labour conflicts or strike at his
works or any other inconveniences that may occur during
normal time working conditions and no claim under Clause
19 will be accepted for such acts.

Sub-Clause 19.4 Add the following text at the end of Sub-Clause 19.4 (b):
Consequences of Force If the event or circumstance is of the kind described in sub
Majeure paragraph (iii) of Sub-clause 19.1 [Definition of Force
Majeure] occurs, then extension of time for completion shall
be applicable only if the Force Majeure situation exists for
more than three (3) consecutive days and the extension of
time shall only made for the time incurred during the period
after the first three (3) days. However, if the total Force
Majeure situation exceeds seven (7) days period in a
calendar month then the extension of time shall be applicable
for the period in excess of seven days even if the Force
Majeure situation did not exist continuously for three (3) days.
Cost compensation shall not be applicable for the Force
Majeure situation.

Sub-Clause 20.1 Delete the words “28 days” from the 2nd last line of first para
as well as from first line of second paragraph of this Sub-
Contractor’s Claims
Clause and substitute with the words “14 days”.
Delete the following words from the fifth paragraph of this
Sub-Clause:
“- or within such other period as may be proposed by the
Contractor and approved by the Engineer-”
Delete the words “42 days” from the first line of sixth
paragraph of this Sub-Clause and substitute with the words
“60 days”.
Delete the following words from the seventh paragraph of this

TAMAKOSHI V HYDROELECTRIC PROJECT


264
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Sub-Clause:
Each Payment Certificate shall include such amounts for any
claim as have been reasonably substantiated as due under
the relevant provision of the Contract. Unless and until the
particulars supplied are sufficient to substantiate the whole of
the claim, the Contractor shall only be entitled to payment for
such part of the claim as he has been able to substantiate.
and substitute the following paragraph:
Notwithstanding any other provision of the Contract, if the
Contractor intends to claim any additional payment under any
Clause of these Conditions or otherwise in connection with
the Contract, the Contractor shall give notice to the Engineer,
with sufficient details to substantiate the whole of the claim
and the Engineer shall forward such claim separately with his
determination to the Employer for approval. For the purpose
of this paragraph the Employer shall notify his
agreement/disagreement to substantiated amounts to be
paid against claims which have been determined by the
Engineer as soon as possible but in any case, within not more
than 90 days after the notification by the Engineer of such
determination.
If the Contractor fails to send a fully detailed Claim with full
supporting particulars within such period as stipulated above,
the Claim shall not be entertained.
The details required to be submitted shall include the
following:
i. Particular conditions concerning the events on which
the claim is based;
ii. The legal basis for the claim, whether based on a term
of the Contract or otherwise, and if based on a term
of the Contract, clearly identifying the specific term;
iii. The facts relied upon in support of the claim in
sufficient detail to permit verification; and
iv. Details of the amount claimed and how it has been
calculated.

Sub-Clause 20.2 Delete this Sub-Clause in its entirety.


Appointment of the
Dispute Adjudication
Board

Sub-Clause 20.4 Delete this Sub-Clause in its entirety.


Obtaining Dispute
Adjudication Boards
Decision
Delete the content of this Sub-Clause in its entirety and
Sub-Clause 20.5
replace with:

TAMAKOSHI V HYDROELECTRIC PROJECT


265
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Amicable Settlement (a) The Employer and the Contractor shall attempt to settle
amicably by direct negotiation any disagreement or
dispute arising between them under or in connection with
the Contract.

(b) Any dispute between the Parties as to matters arising


pursuant to this Contract which cannot be settled
amicably within thirty (30) days after receipt by one Party
of the other Party ‘s request for such amicable settlement
may be referred to Arbitration within 30 days after the
expiration of amicable settlement period.
Delete the content of this Sub-Clause in its entirety and
replace with:
Sub Clause 20.6
All dispute or difference of any kind whatsoever that may
Arbitration
arise between the Parties hereto in connection with or arising
out of the execution, interpretation, performance or any
matter related thereto or arising under this Agreement (and
whether before or after the termination or breach of this
Agreement), including such disputes as are notified by the
Contractor in the foregoing paragraph, and which could not
be mutually resolved between the Contractor and Employer
shall be referred to and settled by arbitration under the
provisions of the Nepal Arbitration act 2055 as amended
from time to time.
The arbitration shall be conducted by a panel of three (3)
Arbitrators. The disputing parties shall appoint one (1)
Arbitrator each and Presiding Arbitrator of Arbiter tribunal
shall be appointed as mutually agreed by the parties. In the
event of non-agreement, Presiding Arbitrator shall be
appointed by the Court of Jurisdiction.
The decision of the majority of Arbitrators so appointed shall
be final and binding upon the disputing Parties. If any of the
Arbitrators is unable or incapacitated to act as such by reason
of resignation, death or otherwise, a new Arbitrator/Presiding
Arbitrator shall be nominated/ appointed by the party or the
Court, as the case may be, who had nominated/appointed the
Arbitrator who is no longer able to serve. The new Arbitrator
so nominated shall continue with the Arbitration proceedings
from the stage left by the outgoing Arbitrator and such
proceedings shall not be recommended de novo. The
arbitration shall be held at Kathmandu. The judgment upon
the award rendered by the Arbitrators may be entered in any
court having jurisdiction thereof. The costs and expenses of
such Arbitration shall be allocated as determined by the
Arbitrators.
The Party invoking arbitration shall specify the dispute(s) to
be referred to the arbitration under this Clause together with
the amount(s) claimed in respect of each dispute.
It is agreed between the Parties that the Parties shall
continue to perform under the Agreement and that the
existence of any dispute or difference or the initiation or
continuance of the arbitration proceedings shall not postpone

TAMAKOSHI V HYDROELECTRIC PROJECT


266
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
or delay the performance by the Parties of their respective
obligations pursuant to this Agreement. If work under the
Agreement has not been completed when a dispute on any
matter what-so-ever is referred to arbitration, the Contractor
shall not be entitled to suspend such work to which the
dispute relates and payment to the Contractor shall be
continued to be made in terms of the Agreement unless and
to the extent it is the subject matter of the arbitration

Sub-Clause 20.7 Delete this Sub-Clause in its entirety.


Failure to Comply with
Dispute Adjudication
Board’s Decision

Sub-Clause 20.8 Delete this Sub-Clause in its entirety.


Expiry of Dispute
Adjudication Board’s
Appointment.

Insert the following new Sub-Clauses.

Clause A Any legal or other notices or any other documents, letter etc.
shall be deemed to have been duly delivered or served, if
Issue of Notices
these shall have been either delivered to the Contractor
personally or to his recognized agent including in the case of
Company, the Secretary of such company or delivered at or
sent through Email, Fax or post addressed to the contractor
at Contractor’s site office or sent through post addressed to
the last known place of business of contractor or in the case
of company to its registered office. In the case of Contractor
being a firm, a notice or other documents which shall be so
given to or so served on any one of the partners in such firm,
shall be deemed to have been given or served on all of them.

Clause B Taxation, Income Taxes, Import License, Duties on


Equipment, Plant and Materials

Sub-Clause B.1 The Contractor shall pay all taxes, duties and other charges
imposed outside of Nepal on the production, manufacture,
Foreign Taxation
sale and transport of Equipment, Plants, materials and
supplies to be used on or furnished under the Contract, and
on the services performed under the Contract. `

Sub-Clause B.2 Nothing in the Contract shall relieve the Contractor, its
suppliers and subcontractors from its responsibility to pay
Local Taxation
any tax that may be levied in the Employer's country on
profits made by the Contractor, its suppliers and
subcontractors in respect of the Contract.

Sub-Clause B.3 The Contractor’s staff, personnel and labourers, and those of
its Subcontractors, will be liable to pay personal income taxes
Staff Income Tax
in the Employer’s country, irrespective of whether they be
TAMAKOSHI V HYDROELECTRIC PROJECT
267
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
local or foreign nationals, on income earned including
salaries and wages as applicable under the laws and
regulations of Nepal. The Contractor shall perform such
duties in regard to Tax Deduction at Source (TDS) thereof as
may be applicable by such laws and regulations.

Sub-Clause B.4 The Contractor shall inform the Employer or the Employer’s
Representative in writing of the details of the equipment and
Import License
materials (Master List) to be imported into Nepal for use on
the Works at least 60 days prior to arrival of shipment at
disembarkation port, and shall submit a formal written
request for assistance from the Employer for importation
processing.
The Employer will assist the Contractor to obtain necessary
permits for import into Nepal. Import license fees or any other
charges shall be at the cost of the Contractor. The Contractor
shall be responsible for transport from the Port of
Disembarkation to the Site or location of the Works.

Sub-Clause B.5 This sub clause has been provided for the simplicity of the
applicable Duties on Equipment, Plant and Materials
Duties on Equipment,
applicable in Nepal as also defined in Sub-Clause 14.1 “The
Plant and Materials
Contract Price”. However, Contractor is required to make
independent verification at their end, the text below is to be
used only for reference purpose;

Contractor's Plant and Equipment, including essential tools


thereof, imported by the Contractor for the sole purpose of
executing the Contract, and taken out of Nepal upon
completion of the Works shall be normally exempt from
payment of customs duties and taxes levied in Nepal (subject
to prevailing laws of Nepal). However, the Contractor shall
provide a Bank Guarantee to the concerned customs office
of Government of Nepal equal to the amount of customs
duties at the prevailing rates as per the laws of Nepal for
those imported equipment, plant and materials at the time of
import. The Bank guarantee shall be released by the
concerned authorities on the recommendation of the
Employer after the submission of the re-export certificate
issued by the concerned office.
If the Contractor disposes off any Contractor's Equipment,
spare parts or materials in Nepal, it shall pay all customs
duties and taxes applicable on such items under the laws of
Nepal in force at the time. Employer shall in no way be
responsible or take any liability on this account.
Contractor shall re-export all the equipment, plant and
materials within the period applicable to prevailing laws of
Nepal i.e.90 (Ninety) days after the issue of the Taking Over
Certificate for whole of the Works except that, if agreed by
the Employer, any specifically identified items of Equipment
etc. which are required by the Contractor for the sole purpose
of executing activities under the Contract during the Defects
Notification Period may remain in Nepal.

TAMAKOSHI V HYDROELECTRIC PROJECT


268
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
Within ninety (90) days after the issue of Taking Over
Certificate for whole of the Works, any Plant or materials
imported under this special rate and exemption which have
not been incorporated in the Works or consumed in
performance of the Works shall be taken out of Nepal or, if
disposed of in Nepal, the Contractor shall pay all additional
duties and taxes applicable under the laws and regulations of
Nepal in force at the time.
The Contractor shall maintain records satisfactory to the
Employer documenting incorporation into the Works or
consumption in performance of the Works of all Plant and
materials imported into Nepal. If any of such Plant and/or
materials imported into Nepal or otherwise supplied to the
Project at a special or preferential rate of Customs Duties or
taxes, are found to be used, appropriated or misused, or used
for any other purposes other than this Project, the Contractor
will be held fully responsible, and liable to pay customs
duties, taxes and/or any penalties as may be imposed by any
Nepal authority, and in accordance with the laws and
regulations of Nepal.
Specific taxes which shall be imposed on the Contractor
include:
Value Added Tax (VAT) shall be imposed according to
prevailing laws and regulations of Government of Nepal, on
all equipment and plants purchased for use in the contract
Works. The Contractor shall submit request with VAT bills to
the Inland Revenue Office of Nepal for reimbursement of the
paid VAT within the prescribed time, if applicable.
Income tax assessed in accordance with the prevailing
Income Tax Act of Nepal. A TDS (Tax Deductions at Source)
will be deducted at the prevailing rate in each Interim
Payment Certificate.
The Contractor shall pay all duties, taxes, fees and
contributions levied in Nepal as directed by the relevant
governmental department or office or any other local
statutory agency or body in accordance with the relevant
rules and regulations. Exchange rates between Nepalese
Rupees and foreign currency for taxation purposes shall be
the prevailing exchange rates at the time of the payment.
The provisions of this Clause shall apply equally to foreign
subcontractors or nominated subcontractors of the
Contractor employed on the Works.
The Contractor and any foreign subcontractors or nominated
subcontractors employed on the Works, if not already
registered in Nepal, will be required to be registered with the
Income Tax Office for the purpose of the Contract, which
shall be undertaken within 28 days after signing of the
Contract Agreement. Certified copies of the Registration
Certificate(s) shall be submitted to the Employer’s
Representative within 14 days of registration.
Road access shall be applied in accordance with the

TAMAKOSHI V HYDROELECTRIC PROJECT


269
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section IX: Particular Conditions of Contract (PCC)
prevailing laws and regulations of Nepal.

Clause C Sufficient Stock of Materials, Supplies and Equipment


including Spare Parts

Sub-Clause C.1 The Contractor shall at all times arrange for sufficient stock
of general supplies and construction materials, fuel etc.
General Requirements
including construction equipment and spare parts at the Site.
The stock of such materials and equipment at Site shall
always be sufficient for uninterrupted operation. Therefore,
the Contractor shall prepare and maintain a stock of general
supplies and major construction materials at Site before the
onset of the monsoon that are sufficient for at least four
months during that period. Failure to maintain sufficient stock
at Site or shortage of materials shall in no case be the
reasons for any claims including time extension.

TAMAKOSHI V HYDROELECTRIC PROJECT


270
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Appendix to Tender

APPENDIX TO TENDER
Item Sub-Clause Data
Employer 1.1.2.2 & 1.3 Tamakoshi Jalvidhyut Company Limited
House No. 106, Okharbot Marg, Thapagaun
Kathmandu, Nepal
Telephone: +977-1-5245063/67
E-mail:tamakoshi5@nea.org.np
or info.tkjvc5@gmail.com
Contractor 1.1.2.3 & 1.3 To be Named before Contract Agreement.
Engineer 1.1.2.4 & 1.3 Dolsar Engineering Inc. Co., Turkey JV with Changjiang
Survey, Planning, Design and Research Co. Ltd., China.
(DOLSAR-CSPDR JV).
Time for Completion 1.1.3.3
1095 days with applicable Milestones as per Sub-
Clause 8.3 (Programme)
Defects Notification 1.1.3.7 730 days from the date of issue of Taking Over
Period Certificate by the Employer.
Section 1.1.5.6 Not Applicable
Communications 1.3
E-mail can be used as electronic transmission for
communication. The electronic transmission shall be
deemed effective provided the original is hand
delivered (against receipt) within a week.
The address of the Employer is as stated above under
Sub- Clause 1.1.2.2 unless otherwise notified.

The address of the Contractor shall be as stated above


under Sub- Clause 1.1.2.3 unless otherwise notified

The address of the Engineer is as stated above under


Sub- Clause 1.1.2.4 unless otherwise notified.
Law and Language 1.4 The Contract shall be governed by the law of Nepal.
The ruling language shall be English.
The language for communication shall be English.
Right of Access to 2.1
14 days after the Commencement date.
the Site
Performance 4.2
The Amount of the Performance Security shall be:
Security
i) If the Bid price of the Contractor is up to fifteen percent
(15%) below the approved cost estimate (including
Provisional Sum amount) the performance security
amount shall be five percent (5%) of the Bid Price.
ii) If the Bid price of the Contractor is more than fifteen
percent (15%) below the approved cost estimate
(including Provisional Sum amount), the performance
security amount shall be determined as follows:
Performance Security Amount = [(0.85 x Cost
Estimate –Bid Price) x 0.5] + 5% of Bid Price
The Bid Price and Cost Estimate shall be exclusive of
Value Added Tax.

TAMAKOSHI V HYDROELECTRIC PROJECT

271
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Appendix to Tender

Item Sub-Clause Data


The Amount of the Performance Security shall be
denominated in the types and proportions of currencies
in which the Contract price is payable towards Supplies
and Services.

Working Hours 6.5 Normal working hours are: From 08:00 AM to 17:00 PM
local time in the Country with one (1) hour break thus
deploying for not more than eight (8) hours per day or
48 hours per week in works as per the Labour Act of
Nepal, 2048 B.S. (1998) with revision on 2074 B.S.

Locally recognized days of rest: Saturdays plus thirteen


public holidays in a year.
Delay Damages 8.7 The delay (Liquidated) damage shall be the sum stated
in “Table of Completion Milestones and Delay
Damages” in Sub-Clause 8.3 (Programme)

The Maximum amount of delay damages shall not


exceed ten percent (10%) of the Total Contract Value.

Provisional Sums 13.5 Overhead charges and profit for works carried out
under a Provisional Sum shall be:
(i) Overheads – Five percent (5%); and
(ii) Profit – Five percent (5%).
Adjustment for 13.8 Not Applicable
Changes in Cost

Advance Payment 14.2 Total advance payment shall be: ten percent (10%) of
the Accepted Contract Amount Less Provisional Sums
and shall be payable in the currencies and proportions
in which the Accepted Contract Amount is payable.

The advance payment shall be certified by the Engineer


after (a) execution of the Contract Agreement by the
parties thereto; (b) presentation by the Contractor of a
Statement with Sub-Clause 14.3 for the same; (c)
provision by the Contractor of the Performance Security
in accordance with Sub-Clause 4.2 ; and (d) provision
by the Contractor of the advance payment guarantee for
the amount in the respective currencies and in the form
included in the Contract or another substantially similar
form approved by the Employer.

The advance payment shall be made in two instalments.


First instalment of 50% shall be made within 30 days
after the fulfilment of conditions above.
The second instalment of remaining 50% amount shall
be made after the mobilisation of the contractor at site,
establishment of the contractor’s camps, and
commencement of the works at site and submission of
TAMAKOSHI V HYDROELECTRIC PROJECT

272
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Appendix to Tender

Item Sub-Clause Data


the advance payment guarantee.

Repayment of the advance payment shall start after


certification of thirty percent (30%) of the Accepted
Contract Amount.

Amortization rate shall be twenty percent (20%).

Advance Payment shall be recovered in full prior to the


time when eighty percent (80%) of the Accepted
Contract Amount has been certified for payment.

Percentage of 14.3 Five percent (5%)


Retention
Limit of Retention 14.3 Five percent (5%) of the Contract Price.
Money
Plant and Materials 14.5 (b) Not Applicable.
intended for the 14.5 (c)
Works
Issue of Interim 14.6 Minimum amount of an Interim Payment Certificate shall
Payment Certificates be: 0.5% of the Accepted Contract Amount.

Limit of Payment in 14.7 US Dollars portion: up-to 85% of Contract Price.


Foreign Currency

Delayed Payment 14.8 Financing charge shall be: for USD 1% and for Local
currency 5%.
Payment of 14.9 If the Contractor has good progress of works and the
Retention Money Employer is assured of the successful completion of the
works, then the Employer may release the Retention
Money upon completion of eighty percent (80%) of the
works against the demand bank guarantee for the
release of the Retention Money.
Currencies of 14.15 The currencies of the Payment shall be the
Payment currency(ies) of the Accepted Contract Amount, namely
USD and NRs. In the proportion as described in Bid
Price and Payment Schedule and/or Letter of Bid.
Periods for 18.1 (a) evidence of insurance: 28 days
submission of (b) relevant policies: 112 days, or prior to the start of
insurances any manufacturing activity, whichever is earlier
Minimum Amount of 18.3 Twenty-five million NRs (Nepalese Rupees
Third-Party 25,000,000.00) for any one occurrence with the number
Insurance of occurrences unlimited.
Appointment of the 20.2 Not Applicable.
Dispute Adjudication
Board

TAMAKOSHI V HYDROELECTRIC PROJECT

273
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Appendix to Tender

Item Sub-Clause Data


Failure to Agree 20.3 Not Applicable.
Dispute Adjudication
Board

Authorized Signature of Bidder ...............................................................

TAMAKOSHI V HYDROELECTRIC PROJECT

274
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)

Section X: Contract Forms


This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security, and Advance Payment Security, when required, shall only be completed by the
successful Bidder after contract award.

TAMAKOSHI V HYDROELECTRIC PROJECT

275
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)
Letter of Intent
[on letterhead paper of the Employer]

Date: ...…………………

To: .................................................Name and address of the Contractor..........................

Subject: …………………… Issuance of letter of intent to award the contract............

This is to notify you that, it is our intention to award the contract ... ................................. [insert date]
............................for execution of the ......................................................................... [insert name of
the contract and identification number, as given in the PCC] to you as your bid price
............................................ [insert amount in figures and words in the currency (Nepali Rupees /
US Dollar] as corrected and modified in accordance with the Instructions to Bidders is hereby selected
as substantially responsive lowest evaluated bid.

Authorized Signature: ……………………………………

Name: ……….…………………………………………….

Title: ……………………………………………………….

CC:
[Insert name and address of all other Bidders, who submitted the bid]

[Notes on Letter of Intent


The issuance of Letter of Intent is the information of the selection of the bid of the successful bidder by
the Employer and for providing information to other unsuccessful bidders who participated in the bid as
regards to the outcome of the procurement process. This standard form of Letter of Intent to Award
should be filled in and sent to the successful Bidder only after evaluation and selection of substantially
responsible lowest evaluated bid.]

TAMAKOSHI V HYDROELECTRIC PROJECT

276
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)
Letter of Acceptance
[on letterhead paper of the Employer]

Date: ...…………………

To: .................................................Name and address of the Contractor..........................

Subject: …………………… Notification of Award

This is to notify that your Bid dated ................................date …………………………..for execution of


the……………………..name of the contract and identification number, as given in the PCC
……………………... for the Contract price of Nepali Rupees [insert amount in figures and words in
the currencies], as corrected in accordance with the Instructions to Bidders is hereby accepted in
accordance with the Instruction to Bidders.

You are hereby instructed to contact this office to sign the formal contract agreement within 15 days with
Performance Security of NRs. and USD………. in accordance with the Conditions of Contract, using for
that purpose the Performance security Form included in Section X (Contract Forms) of this Bidding
Document.

Authorized Signature: …………………………………...

Name and Title of Signatory: ……………………………

TAMAKOSHI V HYDROELECTRIC PROJECT

277
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)
Contract Agreement
THIS AGREEMENT made the ...............................day of…. between……………………. name of the
Employer ………………(hereinafter “the Employer”), of the one part, and ….…………………………
name of the Contractor ………………… (hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as ……………………….... (name of the
Contract) ..............................should be executed by the Contractor, and has accepted a Bid by the
Contractor for the execution and completion of these Works including warranty, operation and
maintenance and the remedying of any defects in the sum of NRs and NRs ………..equivalent of
USD…..........….. [insert amount of contract price in words and figures including taxes] (hereinafter
“the Contract Price”) through Plant and Design-Build (DB) method as a Lumpsum Contract.

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other Contract documents.
a) The Contract Agreement (if any);
b) The Letter of Acceptance;
c) The Memorandum of Understanding (MoU)/ Minutes of Clarifications (if any);
d) Letter of technical bid and price bid;
e) Appendix to Tender (Bid);
f) The Particular Conditions of Contract;
g) The General Conditions of Contract;
h) The Employers requirements as following:
i. Particular technical specifications,
ii. General technical specifications,
iii. the tender drawings;
i) Bid Price and Payment Schedule;
j) The Contractors proposal and any other document forming the part of the contract.

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in


this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to
remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with

TAMAKOSHI V HYDROELECTRIC PROJECT

278
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)
the laws of Nepal on the day, month and year indicated above.

Signed by ………………………….

for and on behalf the Contractor in the presence of Witness, Name Signature, Address, Date

Signed by………………………….

for and on behalf of the Employer in the presence of Witness, Name, Signature, Address, Date

TAMAKOSHI V HYDROELECTRIC PROJECT

279
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)
Performance Security
(On letterhead paper of the Commercial Bank or Financial Institution eligible to issue Bank Guarantee as per prevailing Law)

............................ Bank’s Name, and Address of Issuing Branch or Office ...................................

Beneficiary: .............................................. Name and Address of Employer ………………….......

Date: ..................................................

Performance Guarantee No.:……………………………………………….

We have been informed that ... ... [insert name of the Contractor] (hereinafter called "the Contractor")
has been notified by you to sign the Contract No. ………………. [insert reference number of the
Contract] for the execution of ………. [insert name of contract and brief description of Works]
(hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee
is required.

At the request of the Contractor, we... ..................................... [insert name of the Bank] hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of
............... [insert name of the currency and amount in figures*] (.......... insert amount in words)
such sum being payable in Nepali Rupees and United Dollars, upon receipt by us of your first demand
in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s)
under the Contract, without your needing to prove or to show grounds for your demand or the sum
specified therein.

This guarantee shall expire, no later than the……………………….Day of ………………… **, and any
demand for payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

…………………………………………

Seal of Bank and Signature(s)

Note:
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final
document.
* The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the
Contract in Nepali Rupees and United Dollars.
** Insert the date thirty (30) days after the date specified for the Defect Liability Period. The Employer should
note that in the event of an extension of the time for completion of the Contract, the Employer would need
to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be
made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer
might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor
agrees to a one-time extension of this guarantee for a period not to exceed [six months], in response to the
Employer’s written request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee”.

TAMAKOSHI V HYDROELECTRIC PROJECT

280
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)
Advance Payment Security
(On letterhead paper of the Commercial Bank or Financial Institution eligible to issue Bank Guarantee as per prevailing Law)

............................ Bank’s Name, and Address of Issuing Branch or Office ...................................

Beneficiary: .............................................. Name and Address of Employer ………………….......

Date: ..................................................

Advance Payment Guarantee No……………………………..

We have been informed that ………………has entered into Contract No. ..... Name and Address of
Employer…………….. …………….…… name of the Contractor …..…………… (hereinafter called "the
Contractor") reference number of the Contract……………dated …………… with you, for the execution
of ..............contract and brief description of Works ……….………. (hereinafter called "the Contract").
Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in
the sum……………. name of the currency and amount in figures*…… (.... amount in words .....) is to
be made against an advance payment guarantee.
At the request of the Contractor, we ….......................... name of the Bank …………………. hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ………………….
name of the currency and amount in figures* ............................. (…….. amount in words ...
.........................................................................) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Contractor is in breach of its obligation under the
Contract.
The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor as indicated in copies of interim statements or payment certificates
which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of
the interim payment certificate indicating that eighty (80) percent of the Contract Price has been certified
for payment, or on the ....... day of ......**, whichever is earlier. Consequently, any demand for payment
under this guarantee must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.
……………………………………………………
Seal of Bank and Signature(s)
Note:
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.
* The Guarantor shall insert an amount representing the amount of the advance payment in Nepali Rupees and USD of
the advance payment as specified in the Contract.
** Insert the date Thirty days after the expected completion date. The Employer should note that in the event of an
extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee
from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the
guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of
the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed
[six months], in response to the Employer’s written request for such extension, such request to be presented to the
Guarantor before the expiry of the guarantee”.

TAMAKOSHI V HYDROELECTRIC PROJECT

281
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)
PARENT COMPANY GUARANTEE
Name of Contract/Contract No.: ………………………………………………………………………….…….

Name and address of Employer: …………………………………………………………………………………


………………………………………………………………………. (together with successors and assigns).

We have been informed that (hereinafter called the “Contractor”) is submitting an offer for such Contract
in response to your invitation, and that the conditions of your invitation require his/her offer to be
supported by a parent company guarantee. In consideration of you, the Employer, awarding the Contract
to the Contractor, we (name of parent company) irrevocably and unconditionally guarantee to you, as a
primary obligation, the due performance of all the Contractor’s obligations and liabilities under the
Contract, including the Contractor’s compliance with all its terms and conditions according to their true
intent and meaning. If the Contractor fails to so perform his/her obligations and liabilities and comply
with the Contract, we will indemnify the Employer against and from all damages, losses and expenses
(including legal fees and expenses) which arise from any such failure for which the Contractor is liable
to the Employer under the Contract.

This guarantee shall come into full force and effect when the Contract comes into full force and effect. If
the Contract does not come into full force and effect within a year of the date of this guarantee, or if you
demonstrate that you do not intend to enter into the Contract with the Contractor, this guarantee shall
be void and ineffective. This guarantee shall continue in full force and effect until all the Contractor’s
obligations and liabilities under the Contract have been discharged, when this guarantee shall expire
and shall be returned to us, and our liability hereunder shall be discharged absolutely. This guarantee
shall apply and be supplemental to the Contract as amended or varied by the Employer and the
Contractor from time to time. We hereby authorize them to agree any such amendment or variation, the
due performance of which and compliance with which by the Contractor are likewise guaranteed
hereunder. Our obligations and liabilities under this guarantee shall not be discharged by any allowance
of time or other indulgence whatsoever by the Employer to the Contractor, or by any variation or
suspension of the works to be executed under the Contract, or by any amendments to the Contract or
to the constitution of the Contractor or the Employer, or by any other matters, whether with or without
our knowledge or consent.

This guarantee shall be governed by and construed in accordance with the law of Nepal. We confirm
that the benefit of this guarantee may be assigned subject only to the provisions for assignment of the
Contract.

SIGNED by: SIGNED by1:

(signature) (signature)

(name) (name)

(position in the company) (position in the company)

Date:

(1) Whether one or more signatories for the parent company are required will depend on the parent company and/or applicable
law.

TAMAKOSHI V HYDROELECTRIC PROJECT

282
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part III: Conditions of Contract and Contract Forms
TAMAKOSHI V HYDROELECTRIC PROJECT Section X: Contract Forms (COF)
Corporate Letter of Undertaking
(to be Printed in contractor's official letterhead)
Ref. No.
Date: To:
[Name and address of the Employer]
Attention: ………………
Re: [Name of Contract]
Contract No.

Subject: Corporate Letter of Undertaking

Dear Sir;

Reference is made to the Contract No. ……………………….. for the Plant-Design and Build of [Name
of the Project] signed between [Name of the Contractor] (herein called “the Contractor") and [Name
of the Employer] (hereinafter called “the Employer") on [Insert Date]. The Contractor has agreed to
provide this Corporate Letter of Undertaking for the Defects Liability Period in accordance with the terms
of the Contract. Accordingly, in addition to the other rights and obligations of the Contractor under the
Contract, Contractor agrees as follows:

1. The Contractor hereby ratifies and irrevocably warrants to the Employer that the Electro-
mechanical Equipment and Transmission Lines Works performed by the Contractor under the
Contract shall be free from defects in design, material and workmanship in accordance with the
terms and conditions of the Contract, and for the maximum period stated in the Contract during
and as required under the Defects Liability Period.

2. The Contractor agrees that any defects discovered in the Electro-mechanical Equipment and
Transmission Lines Works from causes attributable to the Contractor during the Defects Liability
Period shall be promptly remedied, through repair or replacement, without any cost to the
Employer. Replacement can be applied only after repair of defect is proved, within a reasonable
amount of time, to be unreasonable and impracticable.

3. This Corporate Letter of Undertaking shall be valid and effective in accordance with the terms and
conditions of the Contract, and for the maximum period stated in the Contract during and as
required under the Defects Liability Period.

4. The Contractor's obligations for remedying defects shall not apply to normal wear and tear, normal
maintenance works, or to repairs or damages occasioned by the gross negligence of the
Employer.

Sincerely,

For [Name of the Contractor]

……………………………… (Name & Title of Signatory)


Date : ………….

TAMAKOSHI V HYDROELECTRIC PROJECT

283
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works

TAMAKOSHI V HYDROELECTRIC PROJECT

To be continued to File 2 (Book 1,2,3 &4)

TAMAKOSHI V HYDROELECTRIC PROJECT

284
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document
TAMAKOSHI V HYDROELECTRIC PROJECT File 2

Tamakoshi Jalvidhyut Company Limited

Tamakoshi V Hydroelectric Project

Electro-Mechanical Equipment
and
Transmission Lines Works

Bidding Document

Section VI- Employer’s Requirements

File 2 (Book-1)

TAMAKOSHI V HYDROELECTRIC PROJECT


CONTRACT 2
ELECTROMECHANICAL EQUIPMENT AND TRANSMISSION LINES WORKS
Preface

This File is part of the Bidding Documents of Contract 2: Electro-Mechanical Equipment and
Transmission Lines Works of Tamakoshi V Hydroelectric Project. The complete set of
Bidding Documents consists of the following parts: -

Table of Contents

FILE 1

Bidding Documents

Part - I Bidding Procedures

Section - I Instructions to Bidders (ITB)

Section - II Bid Data Sheet (BDS)

Section - III Evaluation and Qualification Criteria (EQC)

Section - IV Bidding Forms (BDF)

Section - V Eligible Countries

Part - II Requirements

Section - VI Employer’s Requirement (ERQ)

Section - VII Bid Price and Payment Schedule

Part - III Conditions of Contract and Contract Forms

Section - VIII General Conditions of Contract (GCC)

Section - IX Particular Conditions of Contract (PCC)

Section - X Contract Forms (COF)

TAMAKOSHI V HYDROELECTRIC PROJECT


i
FILE 2

Book 1

Employer’s Requirement (ERQ)

Annexure 1: Technical Specifications


Vol 0: Information for Tenderers
Vol 1 MET: Performance Technical Specifications (PTS) and Annexes
Vol 2 MET: General Technical Specifications (GTS) and Annexes

Book 2

Annexure 1: Technical Specifications


Vol 3M: Mechanical Particular Technical Specifications
Vol 3E: Electrical Particular Technical Specifications
Vol 3T: Transmission Particular Technical Specifications

Book 3

Annexure 2: ToR of Employer’s Representative


Annexure 3: Technical Data Sheets
Annexure 4: Operation and Maintenance Services Requirements

Book 4

Annexure 5
Annexure 5.1: Tender Drawings
Annexure 5.2: Tentative Construction Time Schedule

TAMAKOSHI V HYDROELECTRIC PROJECT


ii
REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ) Annexure 1

ANNEXURE 1

Technical Specifications
Please refer to the enclosed Volumes of Technical Specifications:

Vol. 0 - Information for Tenderers


Vol. 1MET - Performance Technical Specifications (PTS)
-Annex 1 ME
-Annex 2 TL
Vol. 2MET - General Technical Specifications (GTS) (comprising 11 nos of specs
and 10 Annexes)

VOL. 3M - Mechanical Particular Technical Specification (comprising 15 nos sub-


specifications)

VOL. 3E - Electrical Particular Technical Specification (comprising 18 nos sub-


specifications)

VOL. 3T - Transmission Lines Particular Technical Specification (compris in g


10 nos sub-specifications)

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Information for Tenderers

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2

SECTION VI - EMPLOYER’S REQUIREMENTS,

VOLUME 0: INFORMATION FOR TENDERERS

Table of Contents
1 DESCRIPTION OF THE PROJECT ............................................................................................. 1
1.1 PURPOSE OF THE PROJECT.......................................................................................... 1
1.2 PERFORMANCE PARAMETERS ..................................................................................... 1
2 PROJECT SETTING AND SITE INFORMATION ..................................................................... 2
2.1 GENERAL........................................................................................................................... 2
2.2 SALIENT FEATURES OF THE PROJECT........................................................................ 2
2.3 PROJECT LOCATION ....................................................................................................... 3
2.4 CLIMATE ............................................................................................................................ 4
2.5 TRANSPORTATION AND COMMUNICATION................................................................. 5
2.6 GEOLOGY.......................................................................................................................... 5
2.7 HYDROLOGY..................................................................................................................... 5

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Information for Tenderers

1 DESCRIPTION OF THE PROJECT

1.1 PURPOSE OF THE PROJECT

The Tamakoshi V Hydroelectric Project is a cascade development of the Upper Tamakoshi HEP
with tandem operation. The project area is located on the right bank of the Tamakoshi River. The
Project takes the discharge from the tailrace of the Upper Tamakoshi HEP through an
underground interconnection arrangement (headworks) and conveys it to the headrace tunnel of
this Project.

The underground powerhouse is located at Suri Dovan. The design discharge of the project is 66
m³/s. The installed capacity is 99.8 MW (Tamakoshi V HEP will have a total name plate capacity
of 99.8 MW but the maximum rated generating capacity of the Project will be 94.8 MW. An
additional 5.0 MW E/M is installed to utilize minimum flow coming through the Upper Tamakoshi
turbines during the non-peaking operation times.)

The general arrangement of the Project includes an underground interconnection arrangement of


the Upper Tamakoshi HEP tailrace tunnel with the headrace tunnel of Tamakoshi V HEP (the
headworks). The headworks consist of a connecting tunnel (partly constructed under Upper
Tamakoshi HEP construction contract), a head pond required to maintain the head at the
pressurized headrace tunnel entrance, and a tunnel spillway.

The water from the tailrace tunnel of Upper Tamakoshi HEP is diverted to the headworks and
further conveyed through a 8.1 km long concrete lined headrace tunnel, a ca. 140 m high pressure
shaft, and a high pressure tunnel to the underground powerhouse accommodating four Francis
turbines (three vertical axis and one small horizontal axis), from where it is released through a ca.
404.36 m long tailrace tunnel into the Tamakoshi River about 0.5 km downstream from the
confluence of the Tamakoshi River and the Khare Khola at Suri Dovan.

1.2 PERFORMANCE PARAMETERS

The following performance parameters detailed in this Subchapter 1.2 shall be achieved by this
Project.
Hydrology
GLOF Flood (Headpond Site) 3,500 m³/s
(Power Station Site) 3,000 m³/s
Spillway
Type Uncontrolled ogee shaped
Design Discharge, minimum 102.9 m³/s
Crest Level El. 1,158.20 masl
Outlet of Spillway Tunnel El. 1,150.00 masl

Powerhouse
Type Underground Cavern
Dimension Minimum size; L = 69.00 m, W = 18.0 m, H = 33.14 m
Machine Hall Floor Level El. 982.19 masl

Generator Floor Level El. 978.51 masl

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-0 / 1


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Information for Tenderers
Turbine Setting Level El. 974.00 masl
Type of Turbines Francis (3*vertical axis & 1*horizontal axis)
No. of units 4 units (3 units of 31.6 MW & 1 unit of 5.0 MW
Name Plate Capacity 99.8 MW

Plant Rated Conditions

Rated Gross Head 173.45 m


Rated Net Head 159.1m
Rated Tailwater Level El. 984.55 masl
Rated Discharge 66 m³/s
Rated Head Loss (d/s waterway) 0.80 m
Rated Capacity 94.8 MW

2 PROJECT SETTING AND SITE INFORMATION

2.1 GENERAL

The purpose of providing these descriptions and data in section to the Tenderers is to allow them
to familiarize themselves with the setting, components and features of the Tamakoshi V
Hydroelectric Project. Certain technical features and data may, however, be subject to change
depending, for example, on design modifications introduced under the Plant, Design and Build
Contracts, and the Employer shall therefore under no circumstances be held liable for the
applicability or accuracy of the descriptions and data provided here below.
2.2 SALIENT FEATURES OF THE PROJECT

Project Location

Name of the River Tamakoshi River


Village Development Committee Khare, Orang and Lamabagar VDCs
District Dolakha
Zone Janakpur
Headworks site Between Gongor village and Purano Jagat
Powerhouse site Jamune and Suri Dovan. approx. 4 km upstream from
Singate Bazar
Interconnection with UTK HEP

Tailrace tunnel of UTK HEP is interconnected with the headrace tunnel of Tamakoshi V HEP (the
interconnection system is partly being constructed).
Connecting Tunnel, Length 103.2 m
Head Pond, Width 6.8 – 12.77 m
Length 74.01 m
Invert level of starting point EL 1,154.89 masl

Spillway

Type Uncontrolled ogee

Design Discharge 103.0 m³/s


Length of the crest 55.5 m

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-0 / 2


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Information for Tenderers
Crest Level EL 1,158.20 masl
Outlet of Spillway Tunnel EL 1,150.00 masl

Headrace Tunnel
Type Circular, concrete lined
Length 8.1 km
Finished Diameter 5.60 m

Surge Tank
Type Circular shaft
Effective Height 48.80 m
Finished Diameter 15.0 m
Water Level at Rated Condition EL 1,150.60 masl

Pressure Shaft
Total Height 138.93 m
Bend Diameter 12.60 m
Internal diameter 4.20 m
Shaft Steel Lining Thickness 17 to 36 mm

Main Transformers & Switchyard


Location Underground Cavern
Cavern Dimensions L = 47.60 m, W = 13.00 m, H = 17.95 m
Transformer Floor Level EL. 982.19 masl
Switchyard Type GIS

Tailrace Tunnel
Type Circular Type
Tunnel Length 404.36 m
Finished Diameter 5.60 m

Transmission Line
Voltage & No. of Circuits 220 kV double circuit
Length of Transmission Line 2 x 1.7 km upto nearest point of Tamakoshi-Khimti

2.3 PROJECT LOCATION

Nepal is a South Asian country lying between China in the north and India in the south. Nepal is a
landlocked country with its capital in Kathmandu. Nepal's population is estimated at about 30
million. Nepal is a multilingual, multicultural society. Politically, it is a Democratic Federal Republic
having seven (7) states.

Nepal is of roughly rectangular shape, 800 kilometers (497 mi) long and 200 kilometers (124 mi)
wide, with an area of 147,181 km² (56,827 sq mi). It lies between latitudes 26° and 31°N, and
longitudes 80° and 89°E.

Nepal is commonly divided into three physiographic areas: Himal, Pahad (mountain) and Terai.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-0 / 3


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Information for Tenderers
These ecological belts run east–west and are vertically intersected by Nepal's major, north to south
flowing river systems. One of major rivers in eastern Nepal is Koshi, and Arun river is one of the
major tributaries to Koshi.

The southern lowland plains or Terai bordering India are part of the northern rim of the Indo-
Gangetic Plain. Terai is a lowland region containing some hilly ranges. They were formed and are
fed by three major Himalayan rivers: the Kosi, the Narayani, and the Karnali as well as smaller
rivers rising below the permanent snowline. This region has a subtropical to tropical climate. The
outermost range of foothills called Sivalik Hills or Churia Range cresting at 700 to 1,000 meters
(2,297 to 3,281 ft) marks the limit of the Gangetic Plain, however broad, low valleys called Inner
Tarai Valleys (Bhitri Tarai Uptyaka) lie north of these foothills in several places.

Pahad is a mountain region that does not generally contain snow. The mountains vary from 800 to
4,000 meters (2,625 to 13,123 ft) in altitude with progression from subtropical climates below 1,200
meters (3,937 ft) to alpine climates above 3,600 meters (11,811 ft). The Lower Himalayan Range
reaching 1,500 to 3,000 meters (4,921 to 9,843 ft) is the southern limit of this region, with
subtropical river valleys and "hills" alternating to the north of this range. Population density is high
in valleys but notably less above 2,000 meters (6,562 ft) and very low above 2,500 meters (8,202
ft) where snow occasionally falls in winter.

Himal is the mountain region containing snow and situated in the Great Himalayan Range, makes
up the northern part of Nepal. It contains the highest elevations in the world including 8,848 meters
(29,029 ft) high Mount Everest (Sagarmāthā in Nepali) on the border with China.

Tamakoshi-V is located in the Dolakha District of State Bagmati (Previously State 3). The
project area is situated within Longitude 86°10’30’’ to 86°14’30’’ East and Latitude 27°45’00’’
to 27°49’50’’ North. The whole project area lies in Khare, Orang and Lamabagar
Village Development Committees. As per new provincial provision of Nepal, the project area
lies on Gaurishankar and Bigu village councils. This project is conceptualized to develop as a
tandem operation project with Upper Tamakoshi HEP. The intake site/underground
interconnection system with Upper Tamakoshi tailrace outlet is located in Lamabagar VDC
at an elevation of 1156.50 m whereas the underground powerhouse lies at the right bank of
Tamakoshi River just downstream of the Suri River confluence with Tamakoshi River.

The Tamakoshi-V Hydroelectric Project is located approximately 90 km east of Kathmandu, the


capital of Nepal and approximately 25 km away from the district head-quarter of Dolakha District-
Charikot Bazaar. The district head-quarter is connected with the capital by Arniko Highway up to
Lamasangu which is approximately 90 km and by Lamasangu-Jiri road which is approximately 40
km up to Charikot. A gravel road of about 33 km available from Charikot to Singate Bazaar is
recently upgraded for the construction of Upper Tamakoshi Project. The newly constructed road
connecting Singate Bazaar and Lamabagar for the construction of Upper Tamakoshi HEP passes
by both the power station and the headwork sites of this project. This road is recently being
upgraded.

2.4 CLIMATE

Nepal has five climatic zones, broadly corresponding to the altitudes. The tropical and subtropical
zones lie below 1,200 meters (3,937 ft), the temperate zone 1,200 to 2,400 meters (3,937 to 7,874
ft), the cold zone 2,400 to 3,600 meters (7,874 to 11,811 ft), the subarctic zone 3,600 to 4,400
meters (11,811 to 14,436 ft), and the arctic zone above 4,400 meters (14,436 ft).

Nepal experiences five seasons: summer, monsoon, autumn, winter and spring. The Himalaya
blocks cold winds from Central Asia in the winter and forms the northern limit of the monsoon wind.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-0 / 4


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Information for Tenderers
The period from 10th June to 22nd September is, in general, recognized as rainy season (monsoon
period) for Nepal when most rain fall.

2.5 TRANSPORTATION AND COMMUNICATION

Nepal does not have a highly developed surface transport network due to its difficult terrain in
mountains although, within the country, aviation is in a better state, with 47 airports, 11 of them
with paved runways; flights are frequent and support a sizable traffic. The hilly and mountainous
terrain in the northern two-thirds of the country has made the building of roads and other
infrastructure difficult and expensive. More than one-third of its people live at least a two hours walk
from the nearest all-season road. Only recently all district headquarters (except for Simikot and
Dunai) became reachable by road from Kathmandu. In addition, a significant portion of the road
network and most rural roads are not operable during the rainy season. Internally, the poor state
of development of the road system makes access to markets, schools, and health clinics a
challenge.

A road newly constructed for the construction of Upper Tamakoshi HEP between Singate Bazaar
and Lamabagar passes by both the power station and the headwork sites of this project. This road
is recently being upgraded.

Landline telephone services are not adequate in remote areas but are concentrated in cities and
district headquarters. Mobile telephone is however fairly accessible in most parts of the country.

2.6 GEOLOGY

Tamakoshi V Hydroelectric Project geologically belongs to the part of Higher Himalayan crystalline
succession and Lesser Himalayan succession which consists mostly of Precambrian gneiss,
quartzite and marble. The Higher Himalayan crystalline succession is separated from the lesser
Himalaya by the Main Central Thrust (MCT).

The rock observed at the headworks site consists of medium to thickly foliated, fresh to slightly
weathered, grey gneiss with partings of slightly weathered, greenish grey schist. The rock exposure
is overlaid by colluvial deposit which is 1-3 m in thickness and comprises of angular to sub-angular
gravels to boulders of gneiss in a silty sand matrix.

The headrace tunnel is about 8.1 km long and will have a finished diameter of 5.6 m. The tunnel
will pass through the right bank of Tamakoshi River. The headrace tunnel passes through banded
gneiss, schist, meta-carbonate, quartzite, chlorite schist, graphite schist, meta-sandstone, phyllite
and augen gneiss. The tunnel alignment also passes through a thrust (MCT). The percentage of
augen gneiss is about 15%, about 13% of banded gneiss and the rest of about 72% belongs to a
variety of schist, phyllite, quartzite, meta-carbonite and meta-sandstone.

The rock exposure observed at the powerhouse site consists of medium to thickly foliated, fresh to
slightly weathered, grey augen gneiss with partings of greenish grey chlorite schist. The tailrace
tunnel passes through the rock outcrop consisting of medium to thickly foliated, fresh to slightly
weathered, grey augen gneiss with partings of greenish grey chlorite schist and alluvial deposit.

2.7 HYDROLOGY

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-0 / 5


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Information for Tenderers
Tamakoshi V Hydroelectric Project being a cascade of the upstream Upper Tamakoshi HEP (456
MW), hydrological data used in this study is widely based on the Upper Tamakoshi Hydroelectric
Project. The reference hydrology (monthly and daily flows) is adopted from Upper Tamakoshi
Hydroelectric project and updated. There are no major tributaries to be added in the reach of the
Tamakoshi V Hydroelectric Project besides the water flow from the tailrace of the upstream project.
The major tributaries in between the headwork of Upper Tamakoshi and Tamakoshi V are
Rolwaling Khola and Bhaise Khola, which are / are foreseen to be tapped by Upper Tamakoshi
HEP for power generation.

As the Tamakoshi V HEP is a cascade development of Upper Tamakoshi HEP, the discharge from
the tailrace of Upper Tamakoshi HEP will be diverted into the headrace tunnel of Tamakoshi V for
power generation. Therefore, the discharges used by Upper Tamakoshi HEP (the discharges of
Tamakoshi at Lamabagar with Bhaise Khola) for the Power Purchase Agreement are considered
as latest hydrological parameters for Tamakoshi V HEP. Hence, the same monthly discharges will
be considered to calculate the power generation at Tamakoshi V HEP. Later on during the dry
season, the discharge from Rolwaling Khola will be diverted to the headworks of Upper Tamakoshi
HEP, thereby increasing the available discharge to the turbines.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-0 / 6


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document
TAMAKOSHI V HYDROELECTRIC PROJECT File 2

Tamakoshi Jalvidhyut Company Limited

Tamakoshi V Hydroelectric Project

Electro-Mechanical Equipment
and
Transmission Lines Works

Bidding Document

Section VI- Employer’s Requirements

File 2 (Book-1)

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS)

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2

SECTION VI - EMPLOYER’S REQUIREMENTS,

VOLUME 1MET
PERFORMANCE TECHNICAL SPECIFICATIONS (PTS)

Table of Contents

1. Purpose of the Project ....................................................................................................... 1


2. Performance Parameters .................................................................................................. 1
3. Cooperation between Contract 1, Contract 2 and Contract 3 .......................................... 2
3.1 Entire Project.................................................................................................................2
3.2 Contract 1 - Civil Works and Hydromechanical Equipment .........................................2
3.3 Contract 2 - Mechanical, Electrical Equipment and Transmission Lines .....................3
3.4 Contract 3 - Permanent Camps and Roads .................................................................3
3.5 General Topics ..............................................................................................................3
3.6 Permanent Water Flows and Permanent Power Supplies ...........................................3
3.7 Hand-Over Plan ............................................................................................................4
3.8 Construction Power & Water ........................................................................................4
3.9 Failure to Cooperate .....................................................................................................4
4. Environmental Matters ...................................................................................................... 5
5. Contractor’s Documents for Review ................................................................................. 5
6. Technical Standards and Regulations............................................................................... 5
7. Operational Training for the Employer’s Personnel .......................................................... 6
8. Execution of the Works ..................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS)

1. Purpose of the Project


The Tamakoshi V Hydroelectric Project is a cascade development of the Upper Tamakoshi HEP with
tandem operation. The project area is located on the right bank of the Tamakoshi River. The Project
takes the discharge from the tailrace of the Upper Tamakoshi HEP through an underground
interconnection arrangement (headworks) and conveys it to the headrace tunnel of this Project.

The underground powerhouse is located at Suri Dovan. The design discharge of the project is
66 m³/s. The installed capacity is 99.8 MW (Tamakoshi V HEP will have a total name plate capacity
of 99.8 MW but the maximum rated generating capacity of the Project will be 94.8 MW. An additional
5.0 MW E/M is installed to utilize minimum flow coming through the Upper Tamakoshi turbines during
the non-peaking operation times.)

The general arrangement of the Project includes an underground interconnection arrangement of


the Upper Tamakoshi HEP tailrace tunnel with the headrace tunnel of Tamakoshi V HEP (the
headworks). The headworks consist of a connecting tunnel (partly constructed under Upper
Tamakoshi HEP construction contract), a head pond required to maintain the head at the pressurized
headrace tunnel entrance, and a tunnel spillway.

The water from the tailrace tunnel of Upper Tamakoshi HEP is diverted to the headworks and further
conveyed through a 8 km long concrete lined headrace tunnel, a ca. 140 m high pressure shaft, and
a high pressure tunnel to the underground powerhouse accommodating four Francis turbines (three
vertical axis and one small horizontal axis), from where it is released through a ca. 445 m long
tailrace tunnel into the Tamakoshi River about 0.5 km downstream from the confluence of the
Tamakoshi River and the Khare Khola at Suri Dovan.

2. Performance Parameters
The following performance parameters shall be achieved by all the contractors for this Project.

Hydrology
GLOF Flood (Headpond Site) 3,500 m³/sec
(Power Station Site) 3,000 m³/sec

Spillway
Type Uncontrolled ogee shaped
Design Discharge 102.9 m³/sec
Crest Level El. 1,158.20 masl
Outlet of Spillway Tunnel El. 1,150.00 masl

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / 1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS)

Powerhouse
Type Underground Cavern
Dimension Minimum size; L=69.00 m, W=18.0 m, H=33.14 m.
Machine Hall Floor Level El. 982.19 masl
Generator Floor Level El. 978.51 masl
Turbine Setting Level El. 974.00 masl
Type of Turbines Francis (3*vertical axis & 1*horizontal axis)
No. of units 4 units (3 units of 31.6 MW & 1 unit of 5.0 MW
Name Plate Capacity 99.8 MW

Plant Rated Conditions


Rated Gross Head 173.45 m
Rated Net Head 162.35 m
Rated Tailwater Level El. 984.55 masl
Rated Discharge 66 m³/sec
Rated Head Loss (entire power waterway) 11.1 m
Rated Head Loss (d/s power waterway) 0.80 m
Rated Capacity 94.8 MW

All contractors, that is the contractor for Contract 1, the contractor for Contract 2 and the contractor
for Contract 3 shall carry out their part of the Project in such a manner that the above performance
parameters are achieved or surpassed without difficulties, delays, additional work or adjustments to
work already completed.

3. Cooperation between Contract 1, Contract 2 and Contract 3


3.1 ENTIRE PROJECT
The Project shall be carried out under the following three contracts:
Contract 1 - Civil Works and Hydromechanical Equipment
Contract 2 - Mechanical & Electrical Equipment and Transmission Lines, and
Contract 3 - Permanent Camps and Roads
It is foreseen that all construction activities and the supply and installation of all equipment for the
entire Project shall be included in these three contracts.
The titles of these contracts are for identification purposes and do not accurately define the scope of
work of each contract. The extent of each of these contracts is defined below.

3.2 CONTRACT 1 - CIVIL WORKS AND HYDROMECHANICAL EQUIPMENT


All permanent access roads for the entire Project are included in this Contract 1, with the exception
of the access roads specified to be within the scope of Contract 3.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / 2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS)

All civil works of the entire Project, with the exceptions of the civil works for the Transmission Lines
and the civil works for the Permanent Camps and Roads, which are not included in this Contract 1.
All hydromechanical equipment, mechanical equipment and electrical equipment for the entire
Project outside of the Powerhouse Cavern and outside the Transformer Cavern, excluding the power
evacuation cables to the Terminal and Ventilation Building, which are not included in this Contract 1.
The welded connection of the upstream manifolds with the extension pipes of the main inlet valves is
part of this Contract 1 and shall be the upstream limit of the work on the hydromechanical equipment,
mechanical equipment and electrical equipment under this Contract 1 outside the Powerhouse. The
corresponding downstream limit of the work outside the Powerhouse shall be the drawing grid axis
“D” on the drawings.
All other activities and equipment required outside the Powerhouse Cavern, the Transformer Cavern
and the Permanent Camps and Roads shall be included in this Contract 1.

3.3 CONTRACT 2 - MECHANICAL, ELECTRICAL EQUIPMENT AND TRANSMISSION


LINES
Contract 2 includes all civil works for the Transmission Lines.
All mechanical equipment and electrical equipment inside of the Powerhouse Cavern and inside the
Transformer Cavern, including the power evacuation cables to the Terminal and Ventilation Building,
shall be included in this Contract 2.
The welded connection of the upstream manifolds with the extension pipes of the main inlet valves is
not part of this Contract 2 and shall be the upstream limit of the work on the hydromechanical
equipment, mechanical equipment and electrical equipment under Contract 1 inside the
Powerhouse. The corresponding downstream limit of the work inside the Powerhouse shall be the
drawing grid axis “D” on the drawings.

3.4 CONTRACT 3 - PERMANENT CAMPS AND ROADS


Civil works, permanent roads, mechanical equipment and electrical equipment and all other activities
and equipment required within the Permanent Camps and the permanent road(s) leading from the
public road to the Permanent Camps shall be included in this Contract 3.

3.5 GENERAL TOPICS


Civil works shall be understood as all general construction activities such as excavation, concreting,
landscape work, finishes, earthing, lighting and architectural works, excluding the installation of
electrical and mechanical equipment. Activities which cannot be readily understood as the supply of
hydromechanical, mechanical or electrical equipment shall be understood for the purposes of these
contracts as civil works.

3.6 PERMANENT WATER FLOWS AND PERMANENT POWER SUPPLIES


The designs carried out by each contractor shall allow for all supplies of permanent power,
communication and signal connections and water flows required by parts of the Project implemented
by the other contractors.
All three contractors shall provide excellent support and 100% cooperation to each other, in

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / 3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS)

particular in the exchange of all necessary design information, such as loading information and
power supplies and water flows information.
It is critical that each contractor notifies each other in a timely manner of the power requirements and
communication connections for equipment and fittings, including lighting and power supplies for
hydromechanical equipment.
No contractor shall delay the design or implementation of any part of the Project by another
contractor due to any delay in providing information.
It is not foreseen that either the Employer or Employer’s Representative shall provide assistance or
instructions regarding the exchange of information or the cooperation between contractors.
If requested, the contractors shall provide information to the Employer’s Representative which
confirms that the cooperation and exchange of information between them has been correctly and
timely carried out.

3.7 HAND-OVER PLAN


The contractors for Contract 1 and Contract 2 shall prepare and submit to the Employer’s
Representative for approval a Hand-Over Plan not later than 90 days after the Commencement Date
for the latest awarded of these two contracts.
The Hand-Over Plan shall detail the time schedule for the installation of all equipment in the
Powerhouse Cavern and Transformer Cavern, including the civil works activities and the installation
of all equipment. All hand-overs from one contractor to another shall be detailed.
The Hand-Over Plan shall be prepared jointly by both these contractors in a spirit of excellent
support and cooperation. Assistance, instructions, input or support from either the Employer or
Employer’s Representative is not foreseen during the preparation of this plan and these contractors
are obliged to prepare this document together in a timely and professional manner. All potential
problems and conflicts shall be resolved by the contractors during the preparation of this plan.
The Hand-Over Plan shall be based on the Construction Time Schedule included in the issued
Tender Documents and the awarded Contract Documents. In case of doubt, the latest agreed and
approved version of the Construction Time Schedule shall be used by these contractors.
Particular attention shall be applied by these contractors to the construction time sequenc e for the
unit block construction for Units 1, 2, 3 and 4 in the Construction Time Schedule.

3.8 CONSTRUCTION POWER & WATER


Each contractor for each of these three contracts shall be responsible for the provision of temporary
construction power (electricity) and construction water during the construction periods of these
contracts for their parts of the Project.

3.9 FAILURE TO COOPERATE


Any delays or additional costs to any contractor or the Employer due to any failure to provide the best
possible level of cooperation by any contractor shall not entitle any contractor to any additional
payment or any extension of time from the Employer.
Any delays due to such a failure shall be made good by all three contractors by the implementation of
immediate acceleration measures which shall made good the delays.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / 4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS)

Any costs for such delays, including any costs for necessary acceleration measures, shall be borne
by the contractor or contractors who have caused the delays or additional costs. The contractor or
contractors who have caused the delays or additional costs shall be obliged to pay the party or
parties who have suffered the corresponding losses.
The contractors themselves shall agree to any level of compensation for such losses due to any
contractor. If an agreement cannot be achieved between the contractors, the Employer shall make a
Determination under Sub-Clause 3.5 Determinations of the Conditions of Contract.

4. Environmental Matters
Emissions, surface discharges and effluents from the Contractor’s activities shall not exceed the
values prescribed by the applicable laws of Nepal and the Environmental and Social Standards.
Wherever the Environmental and Social Standards contain different limits for any parameter, the
most stringent limit shall apply.
In performing their activities, the Contractors shall strictly adhere to environmental and social
requirements specified elsewhere in the documents of this Contract. In this respect, the Contractors
are particularly referred to Section VII Volume 0 of the Tender Documents including its attachments.

5. Contractor’s Documents for Review


The Contractor’s Documents which are to be submitted to the Employer for review are the following:
• Method statements of main construction activities and installation of equipment to be
performed on Site, including descriptions of Plant, equipment, Materials, and the frequency
and means of testing for quality control purposes;
• Design calculations for critical load cases;
• Civil construction drawings and detailed design drawings;
• Installation drawings for major pieces of the equipment;
• Certified results of tests on plant and machinery;
• Lists of spare parts and consumables to be provided by the Contractor and included in the
Contract Price;
• Operation and maintenance manuals; and
• Any other documents or drawings identified elsewhere in the Contract or which may be
reasonably requested by the Employer or Employer’s Representative.

6. Technical Standards and Regulations


The Contractor shall comply with recognized international standards commonly applied in the
international hydropower industry.

Should different standards differ in their requirements on the Contractor’s engineering, procurement
or construction, then the more stringent standard shall apply in each instance.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / 5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS)

Notwithstanding any standards, codes or regulations cited herein, the Contractor shall always apply
the latest version of any such document; or if any such document has been superseded, then the
document which has superseded it shall be used.

7. Operational Training for the Employer’s Personnel


The Employer attaches high priority to training of the Employer’s Personnel in operation and
maintenance of the Works. To this end, the Contractor shall provide at least the following training:
• A visit of two weeks’ duration for six of the Employer’s Personnel to the place of manufacture
of the main mechanical equipment, to be scheduled to coincide with major testing of such
equipment by mutual agreement between the Employer and the Contractor; and
• A separate visit of two weeks’ duration for six of the Employer’s personnel to the place of
manufacture of the main electrical and control equipment, to be scheduled to coincide with
major testing of such equipment by mutual agreement between the Employer and the
Contractor.

Additionally, the Contractor will intimately involve the Employer’s Personnel, working under
instructions from the Contractor, in testing and commissioning of the Works; and throughout the
Tests after Completion, the Contractor shall provide permanent supervision during normal working
hours of operation of the Works.

8. Execution of the Works


The Contractor shall execute the Works in the following manner at all times:
1) Execution of the Works shall not damage or destroy any existing public infrastructure or
impede the movement of public traffic.
2) All Materials and Goods shall be transported and stored in such a manner that they do not
suffer damage or deterioration of quality. Any such damage or deterioration of quality will be
made good at the Contractor’s expense and to the satisfaction of the Employer, provided
that such damage is directly attributable to the Contractor.
3) The Works shall be easy to operate and maintain; and all parts of the Works shall be easily
accessible for the purposes of operation, inspection, maintenance and repair.
4) Throughout execution of the Works, the Contractor shall pay particular attention to health
and safety and shall, as appropriate, erect warning signs which prominently warn of any
potential hazard. The completed Works shall be furnished with permanent signs, securely
fixed, sufficiently large and appropriately coloured warnings of potential hazards.
5) The Contractor shall provide continuous quality control which shall be documented in the
results of frequent and regular tests of the quality of Materials and Goods used in the Works
and these results shall be submitted to the Employer in the Contractor’s monthly progress
reports.
6) All Plant shall be installed strictly in accordance with the manufacturers’ instructions.
7) All metal surfaces exposed to moisture shall be protected against corrosion.
8) The Contractor shall supply spare parts sufficient to facilitate replacement of any major
component of Plant which may have to be replaced periodically and without which the
Works cannot fulfil their intended purpose.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / 6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS)

9) Execution of the Works shall comply with the Works Requirements of this Contract.
Wherever different values of a parameter or different conditions are specified, the more
stringent value or conditions shall be met.
10) Design and construction shall conform to the Works Requirements of this Contract and
current best practice as recognised in the international hydropower industry. This includes
the placement, size, and content of labelling and signs, both temporary and permanent. The
Contractor shall carry out value engineering and carefully scrutinize the tender design for
further improvements. Extreme surge levels in the surge tank shall be verified by a transient
analysis to be carried out within the scope of this Contract.
11) The Contractor shall perform any Site and laboratory investigations in good time as may be
necessary for the progress of design and construction on a sound engineering basis.
12) The Contractor shall provide all resources (equipment, facilities, qualified staff, or
otherwise) for any and all testing specified in the Contract.
13) Prior to the Taking-Over Certificate being issued, the Site shall be landscaped and left in
conditions stable against erosion.
14) The Contractor shall, at all times, maintain sufficient stocks of Materials, Goods, Plant and
equipment to maintain the scheduled progress of work on Site.
15) Plant shall be fit for a working life of at least 30 years. All other parts of the Permanent
Works shall be fit for a working life of at least 50 years.
16) Design and construction shall be carried out such that the hydraulic losses in the power
waterways do not exceed the maximum admissible loss values stated under Chapter 2
above. Penalties becoming due in the event that the Works fail to meet this requirement are
stated in the Particular Conditions of Contract.
17) The Employer has the right to access all parts of the Works and to inspect all parts of the
Works at any reasonable time without advance notice.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / 7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
MECHANICAL & ELECTRICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 1MET


PERFORMANCE TECHNICAL SPECIFICATIONS

ANNEX 1: DESIGN CRITERIA - MECHANICAL & ELECTRICAL (ME)


EQUIPMENT

Table of Contents

1. GENERAL..................................................................................................................................... 1
1.1 INTRODUCTION............................................................................................. 1
1.2 PLANT OPERATION CONDITIONS .............................................................. 1
1.3 STANDARDS .................................................................................................. 1
1.3.1 Standards and Basic Design Documents ....................................................... 1
1.3.2 Selected Codes and Standards for Design .................................................... 2
1.3.3 System of Units ............................................................................................... 2
2. SPECIFIC MECHANICAL DESIGN CRITERIA............................................................................ 3
2.1 GENERAL ....................................................................................................... 3
2.1.1 Introduction...................................................................................................... 3
2.1.2 Material and Workmanship ............................................................................. 3
2.1.3 Design Stresses .............................................................................................. 3
2.1.4 Maintenance Work .......................................................................................... 4
2.1.5 Pipes................................................................................................................ 4
2.1.6 Control and Safety Devices ............................................................................ 4
2.2 FRANCIS TURBINE (MAIN UNIT) ................................................................. 4
2.2.1 General ............................................................................................................ 4
2.2.2 Water Levels and Gross Heads ...................................................................... 5
2.2.3 Head Losses and Net Head ............................................................................ 5
2.2.4 Turbine Discharge ........................................................................................... 5
2.2.5 Rated Turbine Output...................................................................................... 5
2.2.6 Rated Speed of Turbine-Generating Unit ....................................................... 6
2.2.7 Pressure Rise and Speed Rise....................................................................... 8
2.2.8 Turbine Main Parameters ............................................................................... 8
2.2.9 Main Components and Construction Features ............................................... 8
2.2.10 Provision for Air Admission ............................................................................. 9
2.2.11 Instrumentation and Safety Devices ............................................................... 9
2.3 TURBINE GOVERNOR ................................................................................ 10
2.3.1 General .......................................................................................................... 10
2.3.2 Design Criteria and Operation Conditions .................................................... 10

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

2.3.3 Main Components and Construction Features ............................................. 11


2.3.4 Oil Pressure Unit ........................................................................................... 11
2.3.5 Instrumentation and Safety Devices ............................................................. 12
2.4 SMALL HYDRO UNIT ................................................................................... 12
2.4.1 General .......................................................................................................... 12
2.4.2 Design Criteria and Operation Conditions .................................................... 12
2.4.3 Main Components and Construction Features ............................................. 13
2.4.4 Instrumentation and Safety Devices ............................................................. 13
2.5 MAIN INLET VALVE ..................................................................................... 13
2.5.1 General .......................................................................................................... 13
2.5.2 Design Criteria and Operation Conditions .................................................... 13
2.5.3 Nominal Diameter and Design Pressure ...................................................... 14
2.5.4 Design Flow................................................................................................... 14
2.5.5 Main Components and Construction Features ............................................. 14
2.5.6 Instrumentation and Safety Devices ............................................................. 15
2.6 DRAFT TUBE FLAP GATE........................................................................... 15
2.6.1 General .......................................................................................................... 15
2.6.2 Design Criteria and Operation Conditions .................................................... 15
2.6.3 Design Parameters ....................................................................................... 16
2.6.4 Main Components and Construction Features ............................................. 16
2.6.5 Instrumentation and Safety Devices ............................................................. 16
2.7 COOLING WATER SYSTEM........................................................................ 16
2.7.1 General .......................................................................................................... 16
2.7.2 Design Criteria and Operation Conditions .................................................... 17
2.7.3 Main Components and Construction Features ............................................. 18
2.7.4 Instrumentation and Safety Devices ............................................................. 18
2.8 DRAINAGE AND DEWATERING SYSTEM ................................................. 18
2.8.1 General .......................................................................................................... 18
2.8.2 Design Criteria and Operation Conditions .................................................... 18
2.8.3 Main Components and Construction Features ............................................. 19
2.8.4 Instrumentation and Safety Devices ............................................................. 19
2.9 COMPRESSED AIR SYSTEM...................................................................... 20
2.9.1 General .......................................................................................................... 20
2.9.2 Design Criteria and Operation Conditions .................................................... 20
2.9.3 Main Components and Construction Features ............................................. 20
2.9.4 Instrumentation and Safety Devices ............................................................. 21
2.10 OIL HANDLING SYSTEM ............................................................................. 21
2.10.1 General .......................................................................................................... 21
2.10.2 Design Criteria and Operation Conditions .................................................... 21
2.10.3 Main Components and Construction Features ............................................. 21
2.10.4 Instrumentation and Safety Devices ............................................................. 22
2.11 POWERHOUSE CRANE .............................................................................. 22
2.11.1 General .......................................................................................................... 22
2.11.2 Design Criteria and Operation Conditions .................................................... 22
2.11.3 Main Components and Construction Features ............................................. 22
2.11.4 Instrumentation and Safety Devices ............................................................. 23
2.12 CARGO AND PASSENGER ELEVATOR .................................................... 23
2.12.1 General .......................................................................................................... 23
2.12.2 Design Criteria and Operation Conditions .................................................... 23
2.12.3 Main Components and Construction Features ............................................. 24

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

2.12.4 Instrumentation and Safety Devices ............................................................. 24


3. ELECTRICAL EQUIPMENT ....................................................................................................... 25
3.1 GENERAL ..................................................................................................... 25
3.1.1 General Design Criteria................................................................................. 25
3.1.2 Standards and Regulations........................................................................... 25
3.1.3 Electrical System Data .................................................................................. 25
3.1.4 System Configuration .................................................................................... 26
3.2 GENERATORS ............................................................................................. 27
3.2.1 General .......................................................................................................... 27
3.2.2 Design Basis Data......................................................................................... 27
3.2.3 Design Basis Data for one Small HP Unit: ................................................... 27
3.3 EXCITATION SYSTEMS .............................................................................. 28
3.3.1 General .......................................................................................................... 28
3.3.2 Design Basis Data......................................................................................... 28
3.4 GENERATOR MAIN CIRCUITS ................................................................... 28
3.4.1 General .......................................................................................................... 28
3.4.2 Busduct Systems........................................................................................... 29
3.4.3 Design Basis Data......................................................................................... 29
3.4.4 Generator Voltage Switchgear...................................................................... 29
3.4.5 Design Basis Data......................................................................................... 29
3.4.6 Braking Switch Cubicle ................................................................................. 30
3.4.7 Generator Neutral Earthing Cubicles............................................................ 30
3.5 MAIN TRANSFORMERS.............................................................................. 30
3.5.1 General .......................................................................................................... 30
3.5.2 Design Basis Data......................................................................................... 30
3.6 220 KV SWITCHGEAR AND TAKE OFF YARD .......................................... 31
3.6.1 Gas Insulated Switchgear (GIS) ................................................................... 31
3.6.2 Take-off Yard (ToY) ...................................................................................... 31
3.7 220 KV CABLE SYSTEMS ........................................................................... 32
3.7.1 General .......................................................................................................... 32
3.7.2 Design Basis Data......................................................................................... 32
3.8 LV AC AUXILIARY SUPPLY SYSTEMS ...................................................... 32
3.8.1 General .......................................................................................................... 32
3.8.2 Design Basis Data......................................................................................... 33
3.9 AUXILIARY TRANSFORMERS.................................................................... 33
3.9.1 General .......................................................................................................... 33
3.9.2 Design Basis Data......................................................................................... 34
3.10 DIESEL GENERATING UNIT....................................................................... 34
3.10.1 General .......................................................................................................... 34
3.10.2 Design Basis Data......................................................................................... 35
3.11 DC AND UPS AUXILIARY SUPPLY SYSTEMS .......................................... 35
3.11.1 General .......................................................................................................... 35
3.11.2 Design Basis Data......................................................................................... 36
3.12 PROTECTION SYSTEMS ............................................................................ 37
3.12.1 General .......................................................................................................... 37
3.12.2 Design Basis Data......................................................................................... 38
3.13 COMPUTERISED CONTROL SYSTEM ...................................................... 38
3.13.1 General .......................................................................................................... 38

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-iii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.13.2 Control Levels ............................................................................................... 40


3.13.3 Control Modes ............................................................................................... 40
3.14 COMMUNICATION AND SECURITY SYSTEMS ........................................ 40
3.14.1 General .......................................................................................................... 40
3.14.2 Design Basis Data......................................................................................... 41
3.15 EARTHING AND LIGHTNING PROTECTION SYSTEMS........................... 43
3.15.1 General .......................................................................................................... 43
3.15.2 Lightning Protection System ......................................................................... 43
3.16 MV, LV AND CONTROL CABLE SYSTEMS................................................ 44
3.16.1 General .......................................................................................................... 44
3.16.2 Design Basis Data......................................................................................... 44
3.17 LIGHTING AND SMALL POWER INSTALLATIONS ................................... 45
3.17.1 General .......................................................................................................... 45
3.17.2 Design Basis Data......................................................................................... 45

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-iv


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

1. GENERAL
1.1 INTRODUCTION
These Design Criteria are provided to set standards and guidelines for the design of the electro-
mechanical equipment to be installed inside the powerhouse, transformer cavern, and the GIS
switchgear of the Tamakoshi V Hydroelectric Project (TK V HPP). However, details remain subject
to modification as the design proceeds.

The Design Criteria for electro-mechanical equipment of Tamakoshi V Hydroelectric Project are
subdivided into two main section. Chapter 2 focuses on the Power Station mechanical equipment,
whereas Chapter 3 deals with the Power Station electrical equipment.

1.2 PLANT OPERATION CONDITIONS


Tamakoshi V HEP is to be operated “in tandem” with Upper Tamakoshi HEP (UTK), i.e. the operation
of Tamakoshi V HEP is solely determined by the discharge released from UTK.s

UTK is designed as power plant for peak load. It is equipped with six Pelton units, each designed for
a rated discharge of 11 m³/s. Beside the daily peaking, UTK will operate one unit with the minimum
discharge of 1.5 m³/s as Spinning Reserve. In addition, it is intended to perform inspection on the
turbine-generating units in UTK one by one every year during the dry season.

The mechanical equipment of Tamakoshi V HEP is designed for operation in the generating mode.
It is expected to start/stop each unit 4 times per day. Synchronous condenser operation is not
required. The “speed no-load” mode shall be possible and shall enable the dewatering of the
headrace tunnel and the surge. However, remaining water in the tailrace tunnel (974.00 m) due to
the higher sill level (983.50 m) of the tailbay shall be dewatered by means of sufficient capacity of
two dewatered pumps (main and standby) discharged to the river.

The power station will be equipped with batteries and emergency diesel engine.

Usually, the power station will be manned, and the turbine-generating units will be remotely operated
and controlled from the central control room in the operation building. In addition, operation and
control at the unit local control boards (UCB) are possible. Manual operation of individual equipment
can be locally carried out, for instance main inlet valves, pumps, etc. Emergency closure command
remotely to the Power Intake Gate and Upstream Valve (placed at the downstream side of the upper
surge tank) from the control room of the Tamakoshi V HEP shall be integrated into the computerised
control system (CCS).

1.3 STANDARDS
All references to the codes and standards in this document are with respect to their latest version.
The layout and design of all equipment and installations shall comply with the latest edition of the
relevant Standards.

1.3.1 Standards and Basic Design Documents


The mechanical equipment shall be designed according to the well reputed international standards
and codes likes IEC, ISO, EN, ASTM, ASME, ANSI, ASHRAE, NFPA, AWS, N.A.C.E., C.M.A.A,IS
etc.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

The electrical equipment shall be designed according to the well reputed international standards and
codes likes IEEE, IEC, ISO, EN, ASTM, ICEA,IS etc.

1.3.2 Selected Codes and Standards for Design


IS 12800 (Part 1): 1993 Guidelines for selection of turbines, preliminary dimensioning and
layout of surface hydroelectric power houses
IS 13118: 1991 Specification for high voltage alternating current circuit breaker
IS-2026, IEC-60076 Power transformers
IS-325, IEC-34 Three phase induction motors
IS-2705, IEC-185, Current transformers
IEC 60044
IS-3156, IEC-186, Potential transformers
IEC 60044
IS-3070, IEC-60099 Lightning arrestors for AC system
IS-2516,
IEC 62271-100 Circuit breakers for AC system
IEC 9921, IEC 129,
IEC 1818 Isolators & earthing switches for voltage above 1 kV AC system
IS 3231, IS 722,
IEC 521, BS 3T Electrical relays for power system protection
IEC 62056 Communication protocol
IS 13010, IS 722,
IEC 521, BS 3T Energy meter
IEC 171, IS 2165 Insulation coordination
IEC 71 Electrical clearances
IS 398, IEC 1089,
BS 215 ACSR bare conductor
IEC 60287, IEC 60853,
IEC 60949 Current rating for XLPE cable system
IEEE 80 AC substation grounding
IS 1646, IS 3034 Fire safety of electrical equipment
IS 3043 Code of Practice in earthing
IEC 61850 Substation automation
IEC 60598 Luminaries
IEC 60694, 62271 High voltage switchgear & control-gear equipment
IEC 60947, 60439 Low voltage switchgear & control-gear
IEC 60255 Electrical Relays
IEC 60909 Short-circuit current in 3-phase AC system
IEC 60826 Overhead transmission lines
IEC 60364 Electrical installation of buildings

1.3.3 System of Units


The design shall be presented in units defined in the standard ISO 1000. SI units and their
recommended multiples shall be applied.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

2. SPECIFIC DESIGN CRITERIA FOR MECHANICAL EQUIPMENT


2.1 GENERAL
2.1.1 Introduction

The mechanical equipment described in this chapter consists of the following main components:
• Three Francis Turbines
• Three Turbine Governors
• One Small Hydro Unit with inlet and outlet valves
• Three Main Inlet Valves
• Three Draft Tube Flap Gates
• Cooling Water System
• Drainage and Dewatering System
• Compressed Air System
• Oil Handling System
• Powerhouse Overhead Crane
• GIS Overhead Crane
• Cargo and Passenger Elevator
• Mechanical Workshop Equipment
• HVAC + Sanitary + Sewerage + Fire Fighting + Domestic Water

All above-mentioned equipment shall be installed in the powerhouse cavern of Tamakoshi V


Hydroelectric Project (HEP). The locations of the individual components shall be shown in
corresponding drawings.

2.1.2 Material and Workmanship


All materials incorporated shall be according to the above-mentioned international standards and
the most suitable for the duty concerned. They shall be new and of first class commercial quality,
free from imperfection and selected for a long-life span and minimum maintenance.

The composition and properties of the material shall be verified by chemical analysis and non-
destructive testing, which shall be specified in detail in the tender documents.

For fabricated constructions highly stressed, especially those under headwater pressure, only
materials fully normalized or of quenched and tempered quality of high resilience including low
temperature ductility, age resistant shall be used. After the fabrication, the construction shall be
subject to heat treatment for stress relieving.

Steel castings of importance, in particular for constructions under headwater pressure, shall be
ductile, even at low temperature. After completion of heat treatment and pre-machining, the casting
shall be subject to the non-destructive testing.

Forgings of importance (e.g. shafts) shall be of vacuum-degassed steel and forged thoroughly and
through going. Forging to shape, heat treatment and pre-machining to raw dimensions shall be
completed before material testing.

2.1.3 Design Stresses


Liberal factors of safety shall be used throughout the design, particularly in the design of all parts
subject to alternating stresses, impact or shock.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

Under usual loading, the maximum equivalent stress shall not exceed 50% of the yield strength.

Under unusual loading and hydrostatic test pressure, the maximum equivalent stress shall not
exceed 75% of the yield strength.

Stress analysis and fatigue analysis shall be carried out taking dynamic loads into consideration.

2.1.4 Maintenance Work


All components of the equipment shall be easy for maintenance work. Wear and tear element shall
easily be accessible and replaceable.

2.1.5 Pipes
Unless otherwise specified, pipe shall be designed for PN 10. Standard pipe shall be used as far as
possible.

Water pipe with a nominal diameter less than DN 200 shall be of stainless steel, since corrosion
protection inside of pipe cannot be carried out sufficiently, especially for repair work. For connection
of water pipe with dissimilar metals, insulating union or equivalent shall be provided to prevent the
passage of more than 1% of the galvanic current, which would exist with metal-to-metal contact.

Oil pipe of pressured oil system shall generally be of stainless steel.

2.1.6 Control and Safety Devices


The power station mechanical equipment and its auxiliaries shall be equipped with control,
measuring and safety devices as well as indicating instrumentation, which are necessary for both
manual and fully automatic operation. All conditions of importance for safe and proper operation
shall be monitored. In case of a failure, an alarm signal shall be notified to the operator, and if a
dangerous operating condition occurs, normal, quick or emergency shutdown of the turbine-
generating unit shall be initiated.

2.2 FRANCIS TURBINE (MAIN UNIT)


2.2.1 General

The powerhouse cavern of Tamakoshi V HEP will be equipped with three main turbine-generating
units, each consisting of a Francis turbine and a synchronous generator rigidly coupled by vertical
shafts. In addition, a small hydro turbine-generating unit described in Subchapter 2.4 will be installed
to process the minimum water flow discharged by UTK. The small hydro unit will only be put into
operation, if at least one main turbine is in standstill. The rated discharge of Tamakoshi V is 66 m³/s.

The water coming from UTK will be conveyed through the connecting tunnel to the head pond of
Tamakoshi V HEP. Then, water flows through the headrace tunnel (5.6 m inner diameter, about 8.2
km length), the steel-lined pressure shaft and high-pressure-tunnel (4.2 m inner diameter, about 180
m total length) as well as the upstream manifolds to the turbines. Downstream of the turbines, the
water in the downstream manifolds goes through the tailrace tunnel (5.6 m nominal diameter, about
480 m length) to the outlet structure.

Each turbine will be equipped with a main inlet valve of butterfly type at the inlet of the spiral case.
In addition, a butterfly valve will be arranged between the surge shaft and the pressure shaft. On the
downstream side, each turbine can be isolated from the tailrace tunnel by a draft tube flap gate. At

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

the outlet structure of the tailrace tunnel, a fixed wheel gate will be installed for closing the tailrace
tunnel.

2.2.2 Water Levels and Gross Heads


The following headwater levels shall be used for the layout of the turbines of Tamakoshi V HEP:
• Maximum headwater level 1158.2 m asl
• Rated headwater level 1158.0 m asl
• Minimum headwater level 1155.0 m asl
The tailwater levels for the layout of the turbines are defined as following:
• Maximum tailwater level 986.35 m asl
• Rated tailwater level 984.55 m asl
• Minimum tailwater level (at 8.8 m3/s min discharge) 983.50 m asl
• Outlet structure sill level 982.80 m asl

The rated tailwater level is defined as tailwater level occurring at plant rated condition (i.e. with a
release of 66 m³/s from Tamakoshi V HEP) combined with a discharge originating from the UTK dam
and the intermediate catchment between UTK dam and Tamakoshi V Outlet of approximately 77.5
m³/s.

The maximum tailwater level is conditioned by the operation of UTK, while the minimum tailwater
level is conditioned by the tailrace outlet structure.

Gross heads for the turbine operation


maximum rated minimum
Gross Head in (m) 175.40 173.45 168.65

2.2.3 Head Losses and Net Head


The total head loss in the power waterways is determined as 11.1 m for the plant rated condition.
Thus, the rated net head is determined as (173.45 – 11.1 =) 162.35 m.

The maximum net head will be reached, if only one unit is operating with the minimum permissible
discharge guaranteed by the turbine supplier. A maximum net head of about 175 m is expected.

2.2.4 Turbine Discharge

With all three turbine-generating units in operation, each turbine shall be able to operate smoothly
and continuously with the rated discharge 22 m³/s at the rated head.

Each main turbine shall be able to operate smoothly and continuously from 22 m³/s to 11 m³/s within
the entire head range. The minimum discharge for continuous operation is expected to be below 8
m³/s, the final value shall be guaranteed by the turbine supplier.

2.2.5 Rated Turbine Output


The rated turbine output can be calculated as follows:

PT = ρ g H Q ηT

where: ρ = density of water = 999 kg/m³ according to IEC 60193;

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

g = gravity acceleration = 9.789 m/s² according to IEC 60193;


H = rated net head = 162.35 m;
Q = rated turbine discharge = 22 m³/s
ηT = turbine efficiency at rated condition = 93.5% (assumed).

Applying the values mentioned above, the rated turbine output shall be 32.66 MW. The final value
of the rated turbine output shall be guaranteed by the Contractor.

With assumed generator efficiency ηG = 98.0% and transformer efficiency ηTr = 99.5%, all three
turbine-generating units shall be able to deliver 95.53 MW at the high voltage side of the main
transformers.

2.2.6 Rated Speed of Turbine-Generating Unit


Whilst selecting the rated speed of the turbine-generating units, the following circumstances are
considered:
• Higher speed yields smaller dimensions of the turbine-generating unit and leads to lower
investment cost of the equipment and a smaller powerhouse cavern;
• Higher speed requires lower turbine setting due to the safety against cavitation. In case of a
power-house cavern, the elevation of the cavern (some meters higher or lower) has negligible
influence on the project investment cost;
• The turbine setting must be sufficiently low for preventing water column separation in the
draft tube;
• The turbine speed selected shall be within the range of existing references, to ensure the
feasibility of the equipment.

As shown in the figure below, 600 rpm is the most adequate speed for Tamakoshi V HEP, which
fulfils the above-mentioned criteria. The turbine is feasible and has the smallest dimensions (Table
2-1). Thus, 600 rpm is selected as the rated speed.

Comparison of turbine alternatives for Francis turbines worldwide in operation

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

Comparison of turbine main parameters for different rated speeds


Item Unit Value
Rated output (PT) MW 32.66
Rated head (H) m 162.35
Rated discharge m³/s 22.0
Rated speed (n) min-1 428.6 500 600
Specific speed (ns = n PT0.5 / H1.25) m-kW 134 156 187
Runner-Ø: Outlet m 1.63 1.53 1.42
Inlet m 1.81 1.54 1.29
Spiral case: inlet diameter m 1.73 1.63 1.54
Eccentricity m 2.47 2.22 1.98
Draft tube: depth m 5.55 4.87 4.23
length m 9.11 8.07 7.14
Required suction head m -3.5 -6.5 -10.0
Turbine setting m asl 980.5 977.5 974.0

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

2.2.7 Pressure Rise and Speed Rise


The maximum pressure occurred in the spiral case and the minimum pressure occurred in the draft
tube due to load rejection of all turbine-generating units and/or other circumstances shall be finally
calculated by the Contractor after optimisation of the turbine hydraulic design (e.g. by turbine model
tests).

A preliminary transient calculation shows that maximum 2.1 MPa is expected in the spiral case, and
in the draft tube, the pressure would not be below 48 kPa.

During the tendering, the maximum pressure in the spiral case, the maximum and minimum pressure
in the draft tube, the runaway speed and the temporary speed rise of the turbine-generating unit
shall be guaranteed by the Tenderers. Preliminary transient calculation shall be included in each
offer.

2.2.8 Turbine Main Parameters

The parameters of the turbine shall be finally selected by the turbine supplier. Preliminary, each
turbine has the following main parameters:
• Type Francis vertical
• Bearing arrangement three guide bearings (2 for generator, 1 for turbine)
one thrust bearing (at generator)
• Frequency 50 ± 2.5 Hz
• Rated head 162.35 m
• Rated discharge 22.0 m³/s
• Rated output 32.66 MW
• Rated speed 600 min-1
• Runaway speed 1100 min-1
• Turbine setting elevation (centre line spiral case) 974.0 m asl
• Runner-Ø Outlet 1.42 m
Inlet 1.29 m
• Guide vane pitch circle Ø 1.75 m
height 0.30 m
• Spiral case: inlet diameter 1.54 m
Eccentricity 1.98 m
• Draft tube: depth 5.10 m
length 7.14 m
• Turbine Weight (estimated) 60 t

The parameters given under 2.2.5 to 2.2.8 above are approximate values. In the final design, the
dimensions may vary slightly depending on the selected supplier. Experiences have confirmed that
the deviations will not affect the basic layout and sizing of the powerhouse structures.

The rotating direction shall be clockwise viewed from the top of generator.

2.2.9 Main Components and Construction Features


Each turbine shall consist of the following main components:
• Spiral case and stay ring;
• Guide vanes and regulating mechanism;
• Head cover and bottom ring;
• Turbine runner;

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

• Turbine shaft and intermediate shaft;


• Shaft seals;
• Turbine guide bearing including oil lubrication system;
• Turbine pit liner.

The assembly (including the first assembly) and dismantling of the turbine components shall be
through the turbine floor by dismantled intermediate shaft, without the dismantling of any of the
generator parts. The design of the turbine components shall consider this circumstance. For easy
handling during the assembly and dismantling, an overhead handling system with sufficient lifting
capacity shall be provided in each turbine pit, rails shall be installed for moving the turbine
components from the turbine pit to the hatch for moving the components between the turbine floor
and machine hall floor by using the powerhouse crane.

2.2.10 Provision for Air Admission


Each turbine shall be designed and fabricated with all the necessary air admission provisions,
including pipes, valves and remote-control devices, to inject compressed air to the suction side of
runner and/or draft tube during partial load and other operating conditions. The location of the air
admission inlets, pipe and valve sizes shall be finalised by the turbine supplier based on his
experience.

If the shaft bore would be used for aeration of the suction side of runner, particular attention shall be
paid to prevent water leakage through the shaft coupling.

2.2.11 Instrumentation and Safety Devices


The turbine and its auxiliary equipment shall be furnished with all instruments, control, etc.,
necessary for manual and automatic start-up, shut-down and supervision of the operation. All
conditions of importance for operation shall be monitored. On occurrence of a failure, an alarm signal
shall be given, and if dangerous operating condition occurs, normal or emergency shut-down of the
generating unit shall be initiated.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
• Pressure in the spiral case
• Guide vane position, guide vane safety elements
• Pressure fluctuations between guide vanes and runner
• Pressure below the runner
• Pressure in the draft tube liner
• For the turbine guide bearing
• For the shaft seal

A mechanical-hydraulic over speed protection device shall be delivered as specified under the
Subchapter “Turbine Governor”.

Each turbine-generating unit shall be equipped with a vibration monitoring system supplied within
the Computerised Control System of the power station.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

2.3 TURBINE GOVERNOR


2.3.1 General
Each turbine will be equipped with a governor, which shall be composed of a digital governor,
governor actuator, oil pressure unit and associated control and safety devices.

The governor actuator and the oil pressure unit shall be arranged on the Turbine Floor, whilst the
cubicle containing the digital governor shall be next to the unit control board on the Machine Hall
Floor.

2.3.2 Design Criteria and Operation Conditions


The turbine governor shall be of the PID type, designed in accordance with latest relating IEC-
Standards, with electric feedback between the guide vane servomotors and the digital governor. The
design of the turbine governor shall be state of the art and f ully compatible with the Computerised
Control System of the power station.

Whilst configuration of the governor, particular attention shall be paid to the fact, that the operation
of Tamakoshi V HEP is solely determined by the discharge released from UTK, which is designed
as power plant for peak load with six Pelton units.

All equipment shall be provided for fully automatic operation. An automatic start-up control system
shall enable start-up and synchronising of the turbine-generating unit within the shortest time
permissible.

The positioning times for the set points of speed, power and guide vane position of the governor
shall be adjustable during commissioning in accordance with governor settings and requirements
due to hydraulic transients at power changes. In order to attain a satisfactory optimisation of the
governor, the amplification and integral action time shall be as smoothly adjustable as possible over
a large range.

The governor shall ensure stable operation under all operating conditions. Therefore, a distinction
shall be made between parallel operation with/without other machines in the grid and isolated
operation.

The digital governor shall allow the following control modes:


• Speed control (PID),
• Power-frequency control (PI), and
• Opening control (PID).

Switch-over from one control mode to another and vice versa shall be bump-free.

In order to achieve rapid correction of frequency fluctuations in parallel operation, power-frequency


control shall be performed by linear, adjustable power-frequency droop function, specially optimised
for the purpose and conditions of the Tamakoshi V HEP.

In the parallel operation (power-frequency control), the digital governor shall check permanently if
the adjustable speed band is violated to guarantee the detection of grid disturbances in a reliable
way. The width of the speed band shall be adjustable. If the speed band is violated, the digital
governor shall switch automatically to the speed control mode using the isolated mode parameters.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

The signal for power control shall be obtained from the generator instrumentation. The power shall
be con-trolled at an accuracy not exceeding 1%.

The speed signals shall be obtained from a voltage transformer located on the output terminals of
the generator and from a toothed wheel on the turbine shaft operating with proximity transducers.

The speed controller shall respond to deviations in frequency less than 0.01 Hz. In addition to the
set-point adjuster, it shall be possible for a superimposed device to transfer binary signals of speed,
power, deflector and needle positions. The set points of speed, deflector and needle positions, and
power shall not be affected by alterations of the speed drop.

The following functions shall be included in the governor:


• Speed control at no load operation
• Automatic start and stop sequences, including automatic synchronization
• Manual start and stop by sequences of linked control actions
• Power output control; operation at output limitation with power feed back
• Frequency regulation in the parallel operation and in the isolated mode
• Load sharing between the units in "joint control" mode
• Quick shutdown in case of mechanical failures
• Emergency shutdown on electrical failures

The governor shall monitor all conditions of importance for operation. On occurrence of a failure, an
alarm signal shall be given, and if dangerous operating condition occurs, normal or emergency shut-
down of the generating unit shall be initiated.

The opening and closing time of the guide vane servomotors shall be adjustable.

The pressured oil system shall be designed for maximum PN 160.

2.3.3 Main Components and Construction Features


Each turbine governor shall consist of following main components:
• Digital governor
• Speed measuring devices
• Power measuring device
• Mechanical over-speed protection device
• Electric feedback transmitters for guide vane servomotors
• Governor actuator
• Oil pressure unit

All components shall have state of the art design and conform to the relevant international standards.

The governor construction shall enable all maintenance and repair work, which will require standstill
of the turbine, within the shortest possible time. All governor components to be dismantled shall be
equipped with eyebolts, lugs and/or other devices to facilitate handling, installation and removal.

2.3.4 Oil Pressure Unit


The oil pressure unit essentially comprises one oil sump tank, two oil pumps (one for service and
one as standby), oil double filter, one piston type accumulator with sufficient nitrogen bottles, one
bypass oil filtering system and, if necessary, one oil/water heat exchanger. The nominal pressure

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

shall not be higher than 16.0 MPa and can be chosen in accordance with the Contractor's
experiences.

The oil pressure unit shall be designed for common use of the turbine governor, the main inlet valve
and the draft tube flap gate. However, the control circuit including control and safety valves for those
three parts shall be provided separately.

With the oil at steady temperature and with the oil pump in operation, the system shall withstand at
least 15 min without cooling water and 5 min without oil external circulation without reaching
dangerous temperatures. In any case the operation temperature shall not exceed the value of 65°C.

2.3.5 Instrumentation and Safety Devices

The turbine governor shall be furnished with all instruments, control, etc., necessary for manual and
automatic start-up, shut-down and supervision of the operation. All conditions of importance for
operation shall be monitored. On occurrence of a failure, an alarm signal shall be given, and if
dangerous operating condition occurs, normal or emergency shut-down of the generating unit shall
be initiated.

The minimum scope of measurement, monitoring and indicating instruments are specified in the
relating Subsections describing the turbine governor components. The Contractor shall add
instrumentation and/or safety device, where it is required.

2.4 SMALL HYDRO UNIT

2.4.1 General
With the objective of utilising the minimum water flow discharged by UTK, a small hydro turbine-
generating unit shall be installed in the powerhouse cavern. The arrangement of the small unit shall
be shown in corresponding drawings.

2.4.2 Design Criteria and Operation Conditions

The small unit shall operate, if only one unit in UTK is operating in the operation mode “Spinning
Reserve” with a discharge not less than 1.5 m³/s. In addition, the small unit will operate, if in
Tamakoshi V HEP at least a main unit is out of service.

To limit the investment cost, the small unit shall share the main transformer with the main unit 3.
Thus, the output of the small unit is limited to 5 MW at the generator terminal, if it operates together
with Unit 3 and another main unit operating at the rated condition. That means:

P = ρ g H Q ηT ηG = 5 MW

where: ρ = density of water = 1000 kg/m³;


g = gravity acceleration = 9.8 m/s²;
*H = rated net head; 168.6 m (result of iterative calculation)
*Q = rated turbine discharge; 3.39 m³/s (result of iterative calculation)
ηT = turbine efficiency at rated condition = 92% (assumed);
ηG = generator efficiency at rated condition = 97% (assumed).

H and Q of the small unit have to be iteratively determined. The net head is obtained by gross head
minus total head losses, which is on the other hand depending on the total discharge through the

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

waterway (small unit + two main units). *H = 168.6 m and *Q = 3.39 m³/s are the result of the iterative
calculation.

The small unit shall be of horizontal Francis type. The rated speed of the unit will be 1000 min -1. The
unit will be arranged at the Turbine Floor. The maximum diameter of the runner and the inlet diameter
of the spiral case is expected to be 0.8 m and 0.7 m, respectively.

The design pressure of the turbine spiral case and the turbine inlet valve is identical to those for the
main turbine, which shall finally be fixed later. According to the preliminary calculation, a design
pressure of 2.1 MPa is expected.

The generator shall have the following rated parameters:


• Rated power 6 MVA
• Rated voltage 11 kV
• Rated speed 1000 min-1
• Rated frequency 50 Hz
• Power factor 0.85

The rotating direction shall be clockwise viewed from the turbine to the generator. Erection and
dismantling of the small unit shall be carried out by using the powerhouse crane.

2.4.3 Main Components and Construction Features


The small unit shall consist of following main components:
• One horizontal turbine-generating unit
• One turbine governor
• One turbine inlet valve
• One turbine outlet valve
• Electrical equipment
• Unit control system

A standardised unit of a turbine supplier is acceptable.

2.4.4 Instrumentation and Safety Devices


The small unit and its auxiliary equipment shall be furnished with all instruments, control, etc.,
necessary for manual and automatic start-up, shut-down and supervision of the operation. All
conditions of importance for operation shall be monitored. On occurrence of a failure, an alarm signal
shall be given, and if dangerous operating condition occurs, normal or emergency shut-down of the
generating unit shall be initiated.

2.5 MAIN INLET VALVE (MAIN UNIT)


2.5.1 General
Upstream next to each turbine, a main inlet valve of through-flow butterfly type shall be provided. It
shall have state of the art design according to international standards. The valve shall have a service
seal and a maintenance seal.

2.5.2 Design Criteria and Operation Conditions


The main inlet valve will isolate the related turbine from the upstream manifolds for inspection and
maintenance without any influence on the operation of the other units. In addition, it will shut off the

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

inflow to the turbine and into the cavern, if the turbine guide vanes could not be closed due to
malfunction and/or if there would be pipe burst downstream of the main inlet valve. Therefore, the
main inlet valve and its operation mechanism shall be designed for closing under the design flow
specified below.

The main inlet valve will be opened during starting procedure of the turbine-generating unit. It will be
closed, when the unit stops the operation. Normally, opening and closing shall be under
approximately balanced condition with the turbine guide vanes in the closed position. However, the
main inlet valve shall be capable of closing against any flow up to the design flow.

The main inlet valve shall be closed by closing weight(s) and opened by oil servomotor(s). It shall
be operated via the control systems or manually at the oil pressure unit of the turbine governor. The
pressured oil for the servomotor(s) shall be supplied by the pressured oil system of the turbine
governor.

The main inlet valve shall be so designed and constructed that no vibrations occur under the various
operating conditions and that the working stresses shall not exceed the maximum allowable values.

The opening and closing time of the main inlet valve shall be independently adjustable between 30
s and 120 s. The closing time shall be so adjusted that the momentary pressure caused at the valve
shall not be higher than the design pressure.

The main inlet valve shall be installed/dismantled by using the powerhouse crane.

2.5.3 Nominal Diameter and Design Pressure


Generally, the nominal diameter of the main inlet valve shall not be less than the inlet diameter of
the turbine spiral case to avoid discontinuous flow entering the turbine. Thus, it shall be finally
selected by the turbine supplier. A nominal diameter of 1.6 m is expected.

The design pressure of the main inlet valve is identical to that for the turbine spiral case and can
finally be set by the turbine supplier after the turbine model tests and transient calculation. According
to the preliminary calculation, design pressure of 2.1 MPa will be sufficient.

2.5.4 Design Flow


In the event of burst of pipe downstream of the main inlet valve during the turbine operation, the
main inlet valve shall be safely closed against a hypothetical flow for preventing cavern flooding.
That hypothetical flow is usually set to be double of the rated turbine flow. For Tamakoshi V HEP,
the design flow of the main inlet valve is 44 m³/s under the rated head.

2.5.5 Main Components and Construction Features


Each main inlet valve shall consist of following main components:
• Valve body and support foundation
• Valve rotor and trunnions
• Trunnion sealing and bearing
• Service seal and maintenance seal
• Valve operation mechanism
• Extension pipe (on upstream side)
• Dismantling pipe (on downstream side)
• Bypass system

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

• Local control system

2.5.6 Instrumentation and Safety Devices


The main inlet valve shall be furnished with all instruments, control, etc., necessary for manual,
automatic and supervision of the operation. All conditions of importance for operation shall be
monitored.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as mini-mum. The Contractor shall add instrumentation and/or safety device, where it is required.
• Pressure upstream and downstream of the main inlet valve
• Valve rotor position
• Oil pressure for operating servomotor and bypass
• End positions of the bypass operation valve

2.6 DRAFT TUBE FLAP GATE

2.6.1 General
Downstream of each main turbine, a draft tube flap gate shall be provided as integral part of the
turbine draft tube. It shall have state of the art design according to international standards.

2.6.2 Design Criteria and Operation Conditions


The draft tube flap gate shall isolate the related turbine from the downstream manifolds for inspection
and maintenance without any influence on the operation of the other units. In addition, it will shut off
the inflow into the cavern, if there was burst of pipe upstream of the flap gate.

Generally, the flap gate will remain in the open position, even whilst the standstill of the related
turbine. It will be only closed for inspection and maintenance work on the turbine parts within the
waterway or in the event of excessive water inflow into the powerhouse cavern. Opening and closing
shall be under approximately balanced condition with the main inlet valve in closed position.

To prevent excessive pressure on the flap gate, hydraulic interlocking shall be implemented so that
the flap gate can only be closed when the main inlet valve is completely closed, and the main inlet
valve can only be opened when the flap gate is completely opened. Unless otherwise alternate
design agreed with the Engineer, if any maintenance required on a draft tube flap gate, the water in
the tailrace tunnel will be emptied fully and entered inside the draft tube through a manhole located
at the outlet of each turbine by taking all safety measures in according to the pre-determined
standard operation procedures of the plant.

The flap gate shall be closed by its own weight and opened by an oil servomotor. The pressured oil
for the servomotor shall be supplied by the oil pressure unit of the turbine governor.

If the turbine spiral case inadvertently becomes pressurised and the flap gate is in the fully closed
position, the flap gate shall automatically open for preventing damage.

The flap gate shall be so designed and constructed that no vibration occurs under any operating
conditions of the turbine-generating units and that the working stresses shall not exceed the
maximum allowable values.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

In the open position, the area above at the upstream side of the flap gate shall be de-pressured by
dewatering. Therefore, the tailwater pressure at the downstream side of the flap gate will be
additionally effective to support the flap gate for keeping in the open position.

The flap gate can only be manually opened, after pressure balancing during manual opening of the
main bypass. It can be closed both automatically and manually via the control system or manually
via the oil pressure unit of the turbine governor.

2.6.3 Design Parameters


The dimensions of the flap gate are dependent on the draft tube size and shall be determined by the
turbine supplier and approved by the Employer/Engineer. Expected width and height of the flap gate
are 4.0 m and 2.2 m, respectively.

The design pressure of the flap gate shall be 1.0 MPa, if the transient calculation will not require
higher value.

The design flow shall be 2 m³/s corresponding to rupture of a water pipe DN 350.

2.6.4 Main Components and Construction Features


Each draft tube flap gate shall consist of following main components:
• Gate frame
• Gate leaf
• Gate seals
• Gate operation mechanism
• Bypasses
• Local control system

2.6.5 Instrumentation and Safety Devices


The draft tube flap gate shall be furnished with all instruments, control, etc., necessary for manual,
automatic and supervision of the operation. All conditions of importance for operation shall be
monitored.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
• Pressure upstream and downstream of the flap gate
• Gate leaf position
• End positions of the oil-hydraulic operated mechanical locking device
• Pressure in the servomotor guide shaft
• Oil pressure of the pressured oil supply
• Redundant supervision of “lifting rod breaking”

2.7 COOLING WATER SYSTEM


2.7.1 General
The cooling water system shall provide cooling water to all equipment installed in both the
powerhouse and the transformer cavern, which requires cooling water for the operation. In addition,
the cooling water system shall provide water for the fire-fighting system and the domestic water
supply system.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

The schematic arrangement of the equipment shall be shown in a conceptual P&I diagram. The
cooling water pumps, automatic filters and headers shall be arranged on the Auxiliary Floor.

2.7.2 Design Criteria and Operation Conditions

The cooling water system shall be of one-loop type for common use of all turbine-generating units.
The cooling water shall be taken from the turbine draft tubes (alternate emergency water supply from
the upstream side of the turbine inlet valve is foreseen-CWS Dwg. R3100), filtered by automatic
filters, circulated by pumps to the consumers (generator air coolers, bearing oil systems,
transformers, etc.) and returned to the turbine draft tubes.

The cooling water system shall have four (3 for service + 1 as standby) main cooling water pumps
and one small cooling water pump. A main pump shall be started/stopped, once a turbine-generating
unit starts/stops the operation. In the event of all main units being in standstill, the small pump shall
maintain the cooling water supply to the transformers, the air condition system and if required, the
small hydro unit, with the main pumps as standby.

The cooling water header to each turbine-generating unit and the cooling water return pipe to each
turbine draft tube shall be equipped with a motor-driven valve, which shall be opened/closed in
connection with the operation of the relating turbine-generating unit.

The cooling water system shall be designed for PN 10. The nominal diameter of the cooling water
pipes shall be so determined that the flow velocity will usually be not higher than 2.5 m/s.

If the tailrace tunnel is completely dewatered, the cooling water shall be taken from the extension
pipe(s) of the main inlet valve. A pressure reduce device shall reduce the headwater pressure to an
adequate value. The cooling water shall flow by gravity via the transformers and air condition system
to the dewatering sump of the powerhouse cavern.

The raw water temperature varies between 2°C and 16°C. The temperature increase of the cooling
water shall not exceed 15°C for the main transformers and 5°C for all other consumers. The head
losses of individual heat exchangers shall not be higher than 50 kPa. Each heat exchanger shall be
equipped with control valve for regulating the cooling water flow at the required rate.

The cooling water amount required by individual consumer shall be finally determined by the
equipment sup-pliers. Preliminary estimation yields the following values for one turbine-generating
unit:
• Generator including bearings 45 l/s
• Main Transformer 3 l/s
• Turbine 5 l/s

Thus, the cooling water demand for a turbine-generating unit will be 53 l/s. In addition, 16 l/s will be
necessary for the air condition system. Therefore, about 175 l/s cooling water will be totally required.
This figure has been adopted for the current design.

The cooling water for the turbine shaft seals is considered in the above-mentioned amount.
Alternatively, the shaft seal can be cooled by water directly taken from the extension pipe of the main
inlet valve.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

2.7.3 Main Components and Construction Features


The cooling water system shall consist of following main components:
• Backwash filter
• Hydro-cyclone filter
• Cooling water pump
• Motor control centre
• Local control system
• Pipes and valves

Standard equipment shall be applied for optimisation of investment cost and convenient
maintenance work. All components shall have state of the art design and conform to the relevant
international standards.

2.7.4 Instrumentation and Safety Devices


The cooling water system shall be furnished with all instruments, control, etc., necessary for manual,
automatic and supervision of the operation. All conditions of importance for operation shall be
monitored.
The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
• Pressure at each cooling water pump outlet
• Pressure and temperature of the cooling water in the headers
• Temperature and flow of the cooling water at inlet and outlet of each consumer
• Operation of cooling water pumps
• Valve end positions of the motor-driven valves

2.8 DRAINAGE AND DEWATERING SYSTEM

2.8.1 General
Using gutters and conduits of the powerhouse structure, leakage water of various equipment and
liquids from the cavern floors shall be guided through the coalescence type oil separator to the
drainage sump arranged between the Units No 2 and 3, while the seepage water of the caverns
including associated under-ground facilities shall be partly guided to the dewatering sump located
between the Units No 1 and 2 and partly to the drainage sump.

Tailrace tunnel dewatering system shall be considered as a part of the powerhouse drainage and
dewatering system and accordingly adequate number and capacity of the dewatering pumps shall
be integrated into the system. Necessary piping, fittings and operation and maintenance valves
connected between the bottom of the draft tube to the dewatering pit shall be considered as a part
of the system.

If a turbine, the steel lined headwater way and/or the tailrace tunnel shall be dewatered, the relating
water shall be fed to the dewatering sump.

The drainage and dewatering system will bring the water from the both sumps to the outside of the
cavern. The schematic arrangement of the equipment shall be shown in a conceptual P&I diagram.

2.8.2 Design Criteria and Operation Conditions


The water in the drainage sump shall be pumped to the dewatering sump via a drainage pipe. Two
drainage pumps shall be installed in the drainage sump, one for service and one as stand-by.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

Preliminary, the capacity of each pump has set to be 15 l/s. It has to be verified after excavation of
the caverns regarding the seepage and leakage water amount. The drainage system shall be
designed for PN 6 as minimum.

It shall operate autarkic. The drainage pump shall be controlled by water levels in the drainage sump.
The nominal diameter of the drainage water pipe shall be so determined that the flow velocity will
usually be not higher than 2.5 m/s.

The water in the dewatering sump shall be pumped out via the dewatering pipe arranged in the Cable
& Ventilation Tunnel to the outside. Three dewatering pumps shall be installed in the dewatering
sump, two for service and one as stand-by. The capacity of each pump will set to be 175 l/s,
considering the flooding management of the powerhouse cavern in case of water pipe burst as well
as the dewatering time of a turbine and the tailrace tunnel. The dewatering system shall be designed
for PN 10.

The arrangement of the dewatering pipe in the powerhouse cavern shall be shown in corresponding
drawings. A transient calculation shall be carried out by the Contractor for verification of the necessity
of an expansion tank. In the event of inspection and maintenance of the dewatering pipe, the water
in the dewatering sump shall be conveyed to the draft tube of the turbine No.1 or No.2.

Both the drainage pumps and the dewatering pumps shall be controlled by water levels in the relating
sump, either by float witches or by level measurement.

2.8.3 Main Components and Construction Features


Both the drainage and the dewatering system shall consist of following main components:
• Pump-motor-units
• Motor control centre
• Local control system
• Pipes and valves

Standard equipment shall be applied for optimisation of investment cost and convenient
maintenance work. All components shall have state of the art design and conform to the relevant
international standards.

2.8.4 Instrumentation and Safety Devices


The drainage and dewatering system shall be furnished with all instruments, control, etc., necessary
for manual, automatic and supervision of the operation. All conditions of importance for operation
shall be monitored.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
• Water level in the sumps. If the measured data will be used for pump operation, the level
measurement shall be redundant with two different measuring methods;
• Pressure at each pump outlet and in the headers

Both for the drainage sump and for the dewatering sump, two master float switches shall be provided,
one will stop all pumps due to dry run protection, and the other will start all pumps due to reaching
the highest permissible water level.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

If required, an expansion tank shall be provided and connected to the dewatering pipe for limiting
the water hammer in the event of the load rejection of all dewatering pumps.

Minimum five sensors shall be provided and installed on the Valve Floor next to the main inlet valves,
on the Auxiliary Floor and in the Drainage Gallery. Each sensor shall be seal-wired to the CCS for
initialling the powerhouse cavern flooding protection system.

2.9 COMPRESSED AIR SYSTEM


2.9.1 General
A centralised low pressure (LP) compressed air system shall provide compressed air for
• the mechanical brake of the generators,
• maintenance seal of the turbine shaft,
• expansion tank of the dewatering pipe, if any, and
• service air for pneumatic tools at required points in the caverns.

The schematic arrangement of the equipment shall be shown in a conceptual P&I diagram R3101.

2.9.2 Design Criteria and Operation Conditions


The compressed air system shall be designed for PN 10. The operation pressure shall be about 0.8
MPa.

Two identical air-cooled compressors and two air receivers shall be provided. The compressors shall
be autarkically operated by the air pressure in the receivers.

A compressor alone shall be able to fill the main air receiver from atmospheric pressure up to the
operation pressure within two hours and to recharge it from the minimum to the operating pressure
in less than five minutes.

The main air receiver of minimum 2 m³ capacity shall provide compressed air to the generator brake,
maintenance seal of the turbine shaft and the expansion tank of the dewatering pipe, if any. The
auxiliary air receiver of minimum 1 m³ capacity shall provide compressed air for miscellaneous
consumers in the cavern.

2.9.3 Main Components and Construction Features


The compressed air system shall consist of following main components:
• Compressors
• Air receivers
• Motor control centre
• Local control system
• Pipes and valves

Standard equipment shall be applied for optimisation of investment cost and convenient
maintenance work. All components shall have state of the art design and conform to the relevant
international standards.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

2.9.4 Instrumentation and Safety Devices


The compressed air system shall be furnished with all instruments, control, etc., necessary for
manual, automatic and supervision of the operation. All conditions of importance for operation shall
be monitored.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
• Pressure in the air receivers;
• Pressure at each compressor outlet and in the headers

2.10 OIL HANDLING SYSTEM


2.10.1 General
Due to reduction of the investment and maintenance cost as well as the fire potential risks caused
by oil storage, there shall be no stationary oil handling system in the caverns. For treatment of the
hydraulic oil (bearings, governors) of the turbine-generating units, two mobile oil filtration stations
shall be provided.

2.10.2 Design Criteria and Operation Conditions


Two mobile oil treatment units equipped with oil feeder pumps, strainers, filter(s), heater(s), water
separator, vacuum pump(s), valves, pipes, measuring, control and supervisory equipment for
automatic operation shall be provided. The mobile units shall be equipped with wheels for easy
movement.

Each mobile unit shall at least be able to purify 1 m³/h oil. The design pressure of the unit shall be
minimum 0.3 MPa. The power cable shall have about 50 m length and a plug compatible with the
standard socket outlets and the prevalent distribution voltage of this project. The oil pipes connecting
the oil tanks/reservoirs shall be equipped with quick release coupling compatible with those installed
on the oil tanks/reservoirs.

After the treatment, the oil for bearings and hydraulic governors shall fulfil the requirements specified
by the code 15/13/10, ISO 4406, and the water content shall not exceed 40% of the saturation point.

Standard product of an international well-known manufacturer is preferred. All elements shall be


easily accessible and replaceable.

A mobile oil quality control unit shall be provided.

2.10.3 Main Components and Construction Features


Each mobile oil treatment unit shall consist of following main components:
• Oil pumps
• Heater
• Filter
• Water separator
• Control box

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

2.10.4 Instrumentation and Safety Devices


Each mobile oil treatment unit shall be furnished with all instruments, control, etc., necessary for
manual, automatic and supervision of the operation. All conditions of importance for operation shall
be monitored.

2.11 POWERHOUSE CRANE


2.11.1 General
To facilitate assembly, erection and dismantling work of the equipment installed in the powerhouse
cavern, a powerhouse crane shall be provided. All mechanical and electrical equipment required
shall be provided, including cables, cable conduits and terminals.

2.11.2 Design Criteria and Operation Conditions


The powerhouse crane shall be of overhead bridge, double girder type and designed according to
the well reputed international standards likes EN, FEM, etc.

The crane shall have a main and an auxiliary hook. The main hook shall be used for lifting the
heaviest peace to be lifted, mostly the generator rotor, whilst the auxiliary hook will be utilised for
erection and maintenance work of small parts like rotor poles, servomotors, heat exchangers, etc.
Thus, the rated capacity of both hooks shall be finally optimised by the Contractor and approved by
the Employer/Engineer.

Preliminary, the powerhouse crane has the following main parameters:


• Rated lifting capacity main hook 80 t
auxiliary hook 10 t
• Span 10.4 m
• Lifting height main hook 14 m
auxiliary hook 20 m
• Rail base elevation 989.19 m asl.
• Rail track length 69 m
• Bridge travelling speed normal 20 m/min
creeping 0.6 m/min
• Trolley travelling speed normal 15 m/min
creeping 0.6 m/min
• Main hook lifting speed normal 1.2 m/min
creeping 0.1 m/min
• Auxiliary hook lifting speed normal 4 m/min
creeping 0.5 m/min

The crane shall be remotely controlled by using radio-operated portable control panel. Operator’s
cabin is not necessary and shall not be provided due to reduction of project cost.

2.11.3 Main Components and Construction Features


The overhead bridge crane shall have following main components:
• Runway rails
• Crane bridge
• Trolley
• Lifting equipment
• Brakes

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

• Power supply
• Control equipment
• Maintenance lifting platform (optional)

Along the crane runways as well as on the girders and trolley, handrails with provisions for safety
shall be supplied. Vertical height of the handrails above the footing plate shall be not less than 1000
mm. There shall be middle rails, approximately 450 mm above the footing, and breast boards of at
least 70 mm height at the bottom of the handrails.

2.11.4 Instrumentation and Safety Devices


The powerhouse crane shall be furnished with all instruments, control, etc., necessary for manual,
automatic and supervision of the operation. All conditions of importance for operation shall be
monitored.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
• Overload protection for the hoists
• Indicator of the lifted weight
• Protection for the motors

Three emergency stoppers including wiring shall be provided. Their location will be agreed during
the installation of the powerhouse crane.

2.12 CARGO AND PASSENGER ELEVATOR

2.12.1 General
One combined cargo and passenger elevator for easy and quick moving and handling shall be
provided in the powerhouse cavern. The elevator shall be of state-of-the-art and designed according
to well-known international standards, e.g. EN 81, ASME A17.1.

2.12.2 Design Criteria and Operation Conditions


The elevator shall be able to transport a pump of the cooling water system and drainage and
dewatering system. Therefore, the lifting capacity of the elevator shall be finally selected by the
Contractor.

Preliminary, the elevator has the following main parameters:


• Rated capacity 1500 kg
Equivalent passenger number 17

• Rated speed 1 - 1.5 m/s


• Lifting height approx. 17.2 m
• Cabin inside dimensions clear width 1.6 m
clear length 2.1 m
clear height 2.3 m
• Cabin door (on both sides) clear width 1.1 m
clear height 2.3 m

The design of the elevator shall meet the following requirements:


• Multiple Independent braking systems;
• Direction controls in cabin at start and end platforms;

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

• Security push button in cabin/platform at start and end platforms;


• Drive variable speed soft start/stop motors control package;
• Driven by electric hoisting machine including cable and counter weight, or similar;
• Cabin and shaft doors of automatic sliding type, access from opposite side possible;
• Smooth, however, rapid acceleration of cabin;
• Accurate floor landing/levelling without jerking and jumping;
• Minimum 240 starts per hour and operation without overheating of hoisting machine.

2.12.3 Main Components and Construction Features


The elevator shall have following main components:
• Hoisting machine
• Suspension and guides
• Cabin
• Shaft doors
• Control equipment

2.12.4 Instrumentation and Safety Devices


The elevator shall be furnished with all instruments, control, etc., necessary for manual, automatic
and supervision of the operation. All conditions of importance for operation shall be monitored.

Safety devices, e.g. overload protection, safety brake to stop the cabin in case of hoist brake failure
or rope damage, fire-fighting equipment, etc. shall be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3. SPECIFIC DESIGN CRITERIA FOR ELECTRICAL EQUIPMENT


3.1 GENERAL
3.1.1 General Design Criteria

The dimensioning, design and layout of the various plant components and installations consider the
following features and aspects:
• The ambient conditions at the project site
• Ratings to safely cope with all normal and fault conditions, avoiding any overstressing of
material and equipment
• Equipment to be of standard design, providing highest degree of safety, reliability, availability
and ease of operation
• Equipment arrangements to consider adequate space and access for transport, installation,
commissioning, operation and maintenance.

At normal operating conditions the generation plant will be manned and operated in automatic mode,
controlled from the central control room (CCR) at TK V and/or UTK. Remote control from the load
dispatch centre (LDC) shall also be possible. Refer to the relevant tender drawing of computerised
control system (CCS).

3.1.2 Standards and Regulations


The layout and design of all equipment and installations shall comply with the latest edition of the
relevant IEC Standards.

3.1.3 Electrical System Data


The following system parameters have been considered in the design:

3.1.3.1 220 kV System


• Nominal voltage kV 220
• Highest system voltage kV 245
• Nominal frequency Hz 50
• Number of phases 3
• AC withstand voltage kV 460
• LI withstand voltage kV 1050
• Rated l short time withstand current 3 s kA 40
• Neutral earthing solid

3.1.3.2 11 kV System
• Nominal voltage kV 11
• Highest system voltage kV 17.5
• Nominal frequency Hz 50
• Number of phases 3
• AC withstand voltage kV 38
• LI withstand voltage kV 95
• Rated short time withstand current 3 s kA 40
• Neutral earthing
• System: solid
• Generator neutral: resistor loaded earthing transformer

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.1.3.3 400 V System


• Nominal voltage V 400
• Nominal frequency Hz 50
• Number of phases 3 / PE / N
• Fault level 3-phase, 3 s kA 31.5
• Neutral earthing solid

3.1.3.4 230 V System

• Nominal voltage V 230


• Nominal frequency Hz 50
• Number of phases 1 / PE / N

3.1.3.5 DC System
• Nominal voltage V 110
• DC system L+/L-/PE, isolated

3.1.4 System Configuration


Each of the three generators shall be connected to a main transformer (MT) with air insulated
busduct systems and generator circuit breaker. An additional small Hydropower unit of 6 MVA will
be installed, which shall share the MT of unit 3 through a separate circuit breaker. The MT shall be
installed in the Transformer Cavern (TC).

The HV side of the MT shall be connected to the 220 kV GIS MT bays by means of single core XLPE
cable systems. Four HV cable systems (Line In / Line Out – LILO by-pass arrangement) shall connect
the GIS transmission line (TL) feeder bays with the Take off Yards (ToY) and the double circuit TL,
respectively.

The auxiliary power supply for the Power Station shall be branched off from the generator voltage
switchgears (upstream side of the GCB) of Units 1 and 3 feeding two 11/0.4 kV station service
transformers, each rated for 100% auxiliary load.

The 400 V main distribution board in the Powerhouse Cavern (PC) shall be supplied by three (3)
station service transformers, two (2) connected to the unit switchgears and one (1) connected to the
11 kV switch-gear located in the Terminal & Ventilation Building (TVB).

The 11 kV switchgear shall be connected to the NEA grid with an isolating transformer (11/11 kV).
This feeder shall serve as back-up but can at the same time be used for feeding the system from the
PC. In case of power failure, a diesel generating unit (DGU-11 kV in TVB) shall supply power to the
essential consumers inside.

The Valve Chamber (VC), Outlet Structure (OS), Operating Building (OB) shall be supplied from the
TVB by LV cable feeders.
The Workshop (WS) shall be supplied from the TVB by a 11 XLPE cable feeder.

The DC auxiliary supply systems for the PC and Operation Building (OB) shall comprise 110 V
installations consisting of lead acid batteries, battery chargers, DC main and sub-distribution boards.

For supplying the CCS with the relevant peripheral installations, UPS systems shall be provided in
the PC and OB, respectively.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-26


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

The basic configuration of the electrical systems shall be shown on the single line diagrams. For
Tender purpose only single line diagrams nos. are R3501, R3505, R3506 and R3507.

3.2 GENERATORS

3.2.1 General
Three generators shall be 3-phase synchronous, salient pole type. The generators shall be directly
coupled to FRANCIS turbines. The generators shall be totally enclosed, vertical salient-pole type,
using air as the primary and water as the secondary coolant. They shall be designed to run without
undue noise or vibration over the full load range up to the maximum continuous rating, within the
specified limits of frequency and voltage variation. The generators shall comply with the relevant IEC
Standards.

The generators shall have a combined thrust and guide bearing above the rotor and a second guide
bearing below the rotor.

The main characteristics of the generators shall be determined by the requirement of the turbines.

The generators shall be of standard make, supplied as integral component parts assembled at site.

3.2.2 Design Basis Data


The generators shall have the following main characteristics:
Number of units no 3
Type of construction IM8425/W41
Rated output MVA 38
Rated speed rpm Compatible with turbine speed.
Direction of rotation viewed from the top clockwise
Rated current A 1,995
Rated power factor 0.85
Rated frequency Hz 50
Rated voltage kV 11
Rated range of voltage regulation % +/- 5
Flywheel effect approx. tm² 300
Insulation class Rotor/Stator F/F
Stator winding connection Star (Y)
Protection class IP 44
Bearings Upper combined thrust/guide and lower guide bearing
Braking system Mechanical and electrical
Fire fighting system Total flooding clean agent fire extinguishing system or
De Luge water spray system.

3.2.3 Design Basis Data for one Small HP Unit:


Type 3-phase, Synchronous
Rated output MVA 6
Rated voltage kV 11
Rated frequency Hz 50
Power factor 0.85
Rated speed Compatible with turbine speed
Rotor and stator insulation Class F/F

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-27


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

Winding connection Star


Maximum permissible temperature rise in:
Armature windings 80°K
Field windings 90°K

3.3 EXCITATION SYSTEMS

3.3.1 General
Excitation systems for three identical synchronous generators shall be of the static type comprising
excitation transformers, rectifier assemblies, field circuit breakers, field flashing and field suppression
equipment, automatic voltage regulators, electrical braking, protection and control devices.

Excitation systems for the Small HP Unit with the capacity 6 MVA shall be of brushless type
comprising rotating rectifiers with a direct connection to the synchronous machine field.

3.3.2 Design Basis Data


The main characteristics of the excitation systems shall be the following:
Ceiling excitation voltage at U rated p.u. 2.0
Ceiling excitation current p.u. 2.0
Forcing duration, voltage / current s 30/10
Excitation system voltage response time during
forcing not more than s 0.05
Accuracy of the voltage related to
the set static characteristic % +/- 0.5
Nominal voltage of AC auxiliary supply system V 400
Nominal voltage of DC auxiliary supply system V 110

3.4 GENERATOR MAIN CIRCUITS


3.4.1 General
For connecting the generators with the main transformers and to provide feeders for the excitation
and station service transformers, busduct systems, generator circuit breakers and utility type 11 kV
switchgear assemblies shall be provided. Neutral earthing cubicles shall be provided for the
generator neutral points.

The generator main circuit configuration with basic data shall be shown on the single-line diagrams.
The typical equipment arrangements are shown on the Layout Drawings. The scope of work shall
comprise the following:
• Three sets of 3-phase air-insulated busduct systems
• One set of 3-phase cable leading & neutral connection systems for the Small HP Unit
• Three 11 kV generator circuit breaker assemblies
• One 11 kV generator circuit breaker assembly for the Small HP Unit
• Two 11 kV switchgear assemblies for SST feeders
• Three braking switch cubicles
• Three generator neutral earthing cubicles
• One set of special tools and appliances
• One set of special spare parts.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-28


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.4.2 Busduct Systems


The connections between the main unit generators and the main unit generator voltage switchgear,
generator circuit breakers and the MT located in the Transformer Cavern, shall consist of three-
phase air insulated busduct systems.

The proposed busduct design represents the current state of the art and provides a high degree of
both reliability and safety.

3.4.2.1 Design Basis Data


The busduct systems shall have the following main characteristics:
Type 3-phase, segregated, air insulated
Nominal system voltage kV 11
Rated voltage kV 17.5
Rated frequency Hz 50
Rated short time withstand current (3s) kA rms 60
Rated peak withstand current kA peak 100
Rated current A 2,500
Power frequency withstand voltage kV rms 38
Lightning impulse withstand voltage kV peak 95
Protection class IP 65
Cooling AN
Installation Indoor

3.4.3 Generator Circuit Breaker Voltage Switchgear


Each generating units three identical and (one small unit) shall be equipped with an 11 kV generator
circuit breaker (GCB) voltage.

3.4.3.1 Design Basis Data


The GCB for three identical generators shall have the following main characteristics:
Type Metal-clad, indoor
Circuit breaker SF6 or Vacuum, draw - out
Nominal system voltage kV 11
Rated voltage kV 17.5
Rated frequency Hz 50
Rated power frequency withstand voltage:
- To earth kV rms 38
- Across open contacts kV rms 45
Rated lightning impulse withstand voltage:
- To earth kV peak 95
- Across open contacts kV peak 110
Rated normal current of bus A 2,500 (400A-Small Unit)
Rated short-time withstand current (3 s) kA rms 31.5
Rated peak withstand current kA peak 80
Protection class IP 42

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-29


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.4.3.2 Braking Switch Cubicle


The braking switches shall be three-pole, motor operated disconnecting switches, suitable for short-
circuiting the stator winding after de-excitation of the unit. The control sequence and the location of
the braking switches shall be based on the Contractor’s experience.

3.4.4 Generator Neutral Earthing Cubicles


The generator neutral points shall be earthed by means of resistor loaded earthing transformers.

The dimensioning of the equipment shall be based on IEEE Standard C37 and 62. A short time with-
stand rating for 60 s shall be considered.

All related equipment shall be accommodated in metal enclosed cubicles, which shall be installed
close to the generator pit on the generator floor.

3.5 MAIN TRANSFORMERS


3.5.1 General
The Main Transformer (MT) units shall be installed in transformer bays located in the TC. The MT
shall be equipped with DELUGE type fire-fighting systems, provided under "Fire Protection
Systems".

3.5.2 Design Basis Data


The MT shall have the following main characteristics:
Number of units no 3
Type 3-phase, oil-immersed, outdoor
Nominal rating
- ODWF / OFWF rating MT1 & 2 / MT3 MVA 40 / 44 (identical)

Rated voltage:
- HV kV 230
- LV kV 11
Voltage variation % ± 2x2.5
Tap changer (NLTC) Off-circuit
Rated frequency Hz 50
Vector group YNd11
Impedance voltage % 12
Rated LI withstand voltage
- HV kV 1,050
- LV kV 95
Cooling method ODWF / OFWF
Ambient temperature °C 40
HV terminations XLPE cable
LV terminations Busducts

The efficiency curves/values for the main transformers shall be based upon the data provided by the
manufacturer. However, efficiency of transformer shall not be less than 99% at any load between
70-100% of rated out-put at rated power factor and voltage.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-30


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.6 220 KV SWITCHGEAR AND TAKE OFF YARD


3.6.1 Gas Insulated Switchgear (GIS)

3.6.1.1 General
The generating units/MT shall be connected to a 220 kV GIS. Four cable/transmission line feeders
shall be provided for connecting the Power Station to the UTK-KHIMTI Double Circuit TL by means
of a LILO by-pass arrangement. The switchgear shall be of the gas insulated, metal enclosed type
with double busbar arrangement. It shall comprise single-phase isolated switching devices and 3-
phase enclosed main busbars,

The GIS with the related LCC shall be installed in a ventilated, purpose-built GIS room located at the
upper floor of the TC.

3.6.1.2 Design Basis Data for HV GIS


The GIS shall have the following main characteristics:
Type Gas insulated, double busbar
Main Busbars Three-phase enclosed
Switching devices Single phase gas insulated
Nominal system voltage kV 220
Rated voltage kV 245
Rated frequency Hz 50
Rated power frequency withstand voltages kV 460
Rated lightning impulse withstand voltage kV peak 1,050
Rated switching impulse withstand voltage kV peak 850
Rated current of busbar A 2,000
Rated current of feeder A 2,000
Rated short time withstand current (3 s) kA rms 40
Rated peak withstand current kA peak 100
Partial discharge level at 1.5 x U/ √3 pC <5
Enclosure Material Al/Al alloy
Conductor Material Al/Al alloy
Protection class of enclosure IP 65
Protection class of operating mechanism IP 54

3.6.2 Take-off Yard (ToY)


The 220 kV Double Circuit TL UTK- KHIMTI shall terminate at the ToY1 (in) & ToY2 (out) and shall
be connected to the GIS by four HV cable systems. The ToY1/2 shall be arranged on the Termination
& Ventilation Building.

The outdoor installations of the ToY shall comprise the following:


• Cable sealing ends
• Window type CT
• Disconnecting and earthing switches
• Surge arresters with surge counters
• Take-off gantry and supporting structures
• Termination of FOC to the OPGW splice box, interface and bus link with CCS
• Marshalling kiosk to accommodate the auxiliary power supply and control equipment.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-31


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.7 220 KV CABLE SYSTEMS


3.7.1 General
The connections between the GIS feeder bays, the MT and the TL at the ToY shall be carried out
with 220 kV XLPE type single core cable systems.

The cables between GIS and MT shall be routed in the upper floor of the transformer cavern. The
cables between GIS and the ToY shall be routed in the Cable and Ventilation Tunnel (CVT).

The HV cable systems shall comprise the following:


• Three sets of three-phase cable systems between the GIS feeder bay and the MT
• Three sets of GIS cable sealing ends for the MT feeder bays
• Three sets of MT cable sealing ends
• Four sets of three-phase cable systems between the GIS feeder bay and the ToY
• Four sets of GIS cable sealing ends for the TL feeder bays
• Four sets of outdoor cable sealing ends for the ToY

3.7.2 Design Basis Data


The equipment shall have the following main characteristics:
Type designation 2XS(FL)2Y
Nominal system voltage kV 220
Rated voltage kV 245
Rated frequency Hz 50
Rated power frequency withstand voltage kV 460
Rated lightning impulse withstand voltage kV peak 1,050
Rated switching impulse withstand voltage kV peak 850
Rated continuous capacity per system:
- Link between GIS and MT MVA 44
- Link between GIS and TL (In/Out) MVA 540/660
Rated short time withstand current (1 s) kA rms 40
Rated peak withstand current kA peak 100
Conductor material Copper
Conductor cross section By Tenderer
Insulation material XLPE
Maximum conductor temperature:
- At rated conditions °C 90
- During short circuit 1 s °C 250

3.8 LV AC AUXILIARY SUPPLY SYSTEMS

3.8.1 General
The Power Station shall be provided with a reliable, easy to operate and maintain AC auxiliary supply
system consisting of 11 kV switchgear, station service transformers, LV main switchboard, LV
distribution boards, diesel generating unit and LV cable systems. In this Chapter, mainly the
requirements for the MV and LV switchgear are described; the requirements for the other equipment
are described in the relevant Chapters.

The scope of work shall comprise the following:


• One 11 kV switchgear installed in the TVB
• One 11 kV switchgear installed in the Workshop

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-32


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

• One LV main switchboard for the PC


• Three unit MCC
• One unit MCC for the Small HP Unit
• One distribution board for common services
• Two distribution boards for the Workshops
• One distribution board for the TVB
• One distribution board for the OB
• One distribution board for the Valve Chamber
• One distribution board for the Outlet Structure
• One lot of sub-distribution boards
• One lot of related equipment to provide complete, ready for service installations
• One set of special spare parts.

3.8.2 Design Basis Data


3.8.2.3 11 kV Switchgear

The 11 kV switchgear shall consist of six cubicles, arranged and equipped as shown on the single
line diagram and the layout drawing. The main characteristics shall be same as specified for the
generator voltage switchgear.

3.8.2.4 0.4 kV Switchgear


The LV switchgear shall have the following main characteristics:
Nominal system voltage V 400/230
Rated voltage V 690
Rated insulation voltage V 1,000
Rated frequency Hz 50
Rated current A 400 to 2,000
Power frequency withstand voltage V rms 2,500
Rated short time withstand current (1 s) kA rms 40
Rated peak withstand current kA peak 100
Installation Indoor
Protection class IP 42

3.9 AUXILIARY TRANSFORMERS


3.9.1 General
The station auxiliary supply system shall be fed by three station service transformers (SST), each
rated for 100% of the auxiliary load. The TVB shall be supplied by two distribution transformers.

The cast-resin transformers shall be housed in sheet steel enclosures and installed adjacent to the
LV switchboards. The system configuration shall be shown on the general single-line diagram.

The scope of work shall comprise the following:


• Three station service transformers 1,000 kVA (11/0,4 kV) for powerhouse
• One isolating infeed transformer 1250 kVA for the TVB (11/11 kV) by NEA
• One distribution transformer 400 kVA for the TVB
• One distribution transformer 400 kVA for the Workshop
• Six sets of auxiliary plant to provide complete, ready-for-service installations
• One set of special spare parts.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-33


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.9.2 Design Basis Data


The auxiliary transformers shall have the following main characteristics:
3.9.2.1 Station service transformers
Number of units No. 3
Type 3-phase, cast resin
Location PC
Rated output kVA 1,000
Voltage ratio kV 11/0.415
Rated frequency Hz 50
Impulse withstand voltages:
Power frequency kV 38
Lightning kV 95
Impedance voltage % 4
Vector group Dyn5
Insulation class HV/LV F/F
Voltage adjustment Off circuit ± 2x2.5%
Type of HV termination Cable
Type of LV termination Cable
Maximum temperature rise K 90
Maximum ambient temperature °C 50
Enclosure protection class IP 23
Type of cooling AN

3.9.2.2 Distribution transformers


Number of units No. 3
Type 3-phase, cast resin
Location TVB
Rated output kVA 400,400, 1250
Voltage ratio kV 11/0.415 , 11/0.415, 11/11
Rated frequency Hz 50
Impulse withstand voltages:
Power frequency kV 38
Lightning kV 95
Impedance voltage % 4
Vector group Dyn5 / Dyn5 / Yy0
Insulation class HV/LV F/F
Voltage adjustment Off circuit ± 2x2.5%
Type of HV termination Cable
Type of LV termination Cable
Maximum temperature rise K 90
Maximum ambient temperature °C 50
Enclosure protection class IP 23
Type of cooling AN

3.10 DIESEL GENERATING UNIT

3.10.1 General
An emergency diesel generating unit (DGU-11 kV) shall be provided at the TVB. The DGU shall be
installed in an enclosed and ventilated purpose-built engine room which shall contain the complete

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-34


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

installations including the day tank, cooling system, control equipment, starting battery and battery
charger.

The scope of work shall comprise the following:


• One DGU rated 1250 kVA, 11 kV, 1,500 rpm
• Related auxiliary plant to provide complete, ready for service installations
• One set of special tools and devices
• One set of special spare parts.

3.10.2 Design Basis Data


The DGU shall have the following main characteristics:

3.10.2.1 Diesel Engine


Type Diesel 4-stroke
Rated output kW 1000
Rated speed rpm 1,500
Cooling system Closed water circuit, radiator with fan
Fuel supply By gravity, fuel supply pump
Fuel Commercial diesel
Starting system Electric, 24 V DC, battery and charger
Day tank capacity l 1,000
Storage tank capacity Sufficient for 5-day operation

3.10.2.2 Generator
Type 3-phase, synchronous,
directly coupled to diesel engine
Design Horizontal
Cooling Air-cooled
Rated output kVA 1250
Rated voltage V 11
Rated frequency Hz 50
Voltage regulation ±% 5
Rated speed rpm 1,500
Power Factor 0.8
Insulation Class F
Protection class IP42
Excitation System Brushless with rotating diodes,
self-regulating

3.11 DC AND UPS AUXILIARY SUPPLY SYSTEMS


3.11.1 General
For the safe and reliable operation of the control, protection and communication equipment 110 V
DC auxiliary power supply systems shall be provided at the PC and OB.

UPS systems shall be provided at the PC and OB.

The basic system configuration of the DC auxiliary supply and UPS systems shall be shown on the
single line diagrams. The systems shall be supplied by battery chargers and batteries, each rated

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-35


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

for 100 % of the total auxiliary load. The DC equipment shall be installed in purpose built equipment
rooms. The locations and tentative layouts are shown on the layout drawings.

The ratings of batteries, battery chargers and inverters are not finally selected and shall be adapted
in accordance with the approved power demand calculations to be elaborated by the Contractor
during the construction design based on the data of the selected equipment.

The DC and UPS equipment shall comprise the following:

3.11.1.3 Powerhouse Cavern


• Two battery chargers 400 V AC/110 V DC
• Two lead acid batteries 110 V, 800 Ah approx.
• Two DC main switchboards
• One lot of DC sub-distribution boards
• One UPS system, 110 V DC/400/230 V AC 50 Hz of approx. 20 kVA output
• One UPS switchboard.

3.11.1.4 Operation Building


• Two battery chargers 400 V AC/110 V DC
• Two lead acid batteries 110 V, 300 Ah approx.
• Two DC main switchboards
• One lot of DC sub-distribution boards
• One UPS system, 110 V DC/400/230 V AC 50 Hz of approx. 20 kVA output
• One UPS switchboard.

3.11.2 Design Basis Data

3.11.2.1 Storage Batteries


The main characteristics of the storage batteries shall be the following:
Type Lead acid
Rated voltage VDC 110
Rated capacity 10 h discharge PC/OB Ah 800/300
Nominal voltage V/Cell 2.0
Trickle charging voltage (floating) V/Cell 2.2
End voltage after 10 h discharge at rated current V/Cell 1.8
Maximum self-discharge rate at 40°C %/month <5
DC system Isolated, L+/L-/PE

3.11.2.2 Battery Chargers


The main characteristics of the battery chargers shall be the following:
Charging mode I/U constant characteristic
Nominal input voltage V AC 400/230
Rated output voltage V DC 240 approx.
Rated output current PC/OB A DC Construction design
Initial and boost charging, adjustable V/cell 2.4
Float charging operation V/cell 2.23
Recharging from 1.8 V/cell to rated capacity h 12 max.
Protection class IP 41

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-36


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.11.2.3 Inverters
The main characteristics of the inverters shall be the following:
Rated input/ output voltage V DC/V AC 110 /230
Rated output (PC/OB) kVA 20/20
Permissible variation of the input voltage p.u. 0.8 - 1.15
AC voltage stability (steady state) % ±1
AC voltage waveform Sinusoidal
Harmonic voltage distortion (linear load) % <5
Voltage recovery time ms <4
Static switch response time ms <5
Frequency Hz 50
Frequency variation, maximum % ±1
Power factor range, minimum 0.8 - 1.0
Noise level, minimum dB (A) 60
Permissible overload, minimum for 1 /10 min % 50/25
Protection class IP 41

3.11.2.4 DC Switchboards
The main characteristics of the DC and UPS switchboards shall be the following:
DC switchboards
Nominal system voltage V DC 110
Rated voltage V 690
Rated insulation voltage V 1,000
Power frequency withstand voltage V rms 2,500
Rated short time withstand current (1 s) kA rms 20
Rated peak withstand current kA peak 50
Installation Indoor
Protection class IP 42

3.11.2.5 UPS switchboards


Nominal system voltage V 400/230
Rated voltage V 690
Rated insulation voltage V 1,000
Power frequency withstand voltage V rms 2,500
Rated short time withstand current (1 s) kA rms 20
Rated peak withstand current kA peak 50
Installation Indoor
Protection class IP 42

3.12 PROTECTION SYSTEMS


3.12.1 General
Protection systems shall be provided to isolate faulty systems in the shortest time technically
possible, to limit damage and to maintain healthy systems in stable operating conditions. The
systems shall feature a high degree of selectivity and discrimination between faulty and healthy
circuits. The protective relays shall be of the high speed, numerical type arranged in protection
cubicles including all ancillary devices such as interposing transformers, relays, test facilities and
power supply units.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-37


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

The scope of work shall include the following protection equipment:


• Three sets of unit protection systems to provide the complete range of electrical protection
for the generators, busduct systems, main transformers and HV cable systems
• Four sets of protection systems to provide the complete range of electrical protection for the
220 kV transmission line feeders including tele-protection & communication UTK - TK V -
KHIMTI
• One set of protection system to provide the complete range of electrical protection for the
220 kV bus-bar systems and the bus coupler
• One set of protection system for the Small HP Unit.
• Protection systems to provide the complete range of electrical protection for the 11 kV
switchgear, SST, distribution transformers and DGU
• One set of special tools and appliances
• One set of special spare part.

3.12.2 Design Basis Data


The generating units with the main circuits up to the GIS shall be adequately protected, comprising
the following:
• Synchronous generator
• Excitation transformer
• Generator busduct systems with branch-off
• Main transformer
• Cable system 220 kV between MT and GIS
• Station service transformer.

3.13 COMPUTERISED CONTROL SYSTEM


3.13.1 General

The Power Station shall be provided with a state of the art control system, comprising:
• One Power Station Supervisory, Automation and Control System - in the following referred
to as 'Computerised Control System - CCS'.

The scope of work shall include all required studies, calculations, design, engineering,
manufacturing, supply, submission of drawings and documents, shop and site testing, erection,
adaptation to related equipment, commissioning and training services for the CCS and its
components.

The CCS shall be fully developed, debugged, commissioned and tested for manual and fully
automatic control of the Power Station.

The CCS shall include all necessary instruments, sensors, adapters, transmitters, wires, cabling,
Ethernet repeater stations, and data bus systems as a fully functioning system complete in every
respect.

3.13.1.1 System Architecture


The CCS shall be designed in consistent hierarchical and decentralised structure. Dividing the
control scheme into autonomous functional areas shall increase the availability and guarantee all
time pre-defined and safe operating modes in case of emergency situations. The CCS shall be
designed to ensure maximum availability by the inclusion of built-in redundancy for both hardware
and software. This will include duplicated control processors, bus systems and power supplies with

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-38


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

automatic change-over to the standby device upon detection of a fault or failure. Where appropriate,
I/O cards shall also be duplicated.

Simple and safe operation of the Power Station and its components shall be enabled by installing
touch-panels as human-machine interfaces (HMI) at the UCB and LCU with ergonomically designed
graphical user interfaces. The system shall be designed for industrial use and withstand permanently
the climatic and electro-magnetic environmental conditions in a Power Station (EMC and ESD).

The CCS shall contain self-monitoring hard- and software functions. Software self-supervisory and
fault diagnosis functions and plausibility checks shall lead to an early detection of abnormalities and
therefore to a high availability of the plant. Comprehensive system diagnostic facilities shall be
incorporated also to assist in maintenance and trouble-shooting.

A failure of any single element shall not affect the operation of any main system of the Power Station
in operation. The duplicated controllers shall enable a failure tolerance in order not to affect the plant
operation or any control sequences.

The two operator stations with three monitors, keyboards, printers and peripheral devices and their
associated control desks shall allow monitoring, control and adjustment of all relevant plant operation
tasks with high resolution window-based graphic displays. The main bus system shall be arranged
as a dual fibre optic ring network and realize the data transfer between the redundant main servers,
the control room HMI equipment, and all other related controllers pursuant to the system architecture
drawing.

The process bus system shall also be arranged as a dual fibre optic ring network and realize the
data transfer between the redundant main servers, the unit controllers, and all other related
controllers pursuant to the system architecture drawing. Both bus systems shall apply IEC 60870-5-
104 as protocol standard. Sub-systems like the digital turbine governor, static excitation system,
generator circuit breaker and digital protection system shall be interlinked by standard field bus
systems, arranged in redundant star shape.

The CCS shall be connected to a GPS master clock (time server) system to guarantee
synchronisation of all CCS components. The UCB shall be equipped with instruments for active and
reactive power, stator voltage, stator current, field voltage, field current, turbine discharge, speed
measurement. The relevant input signals shall be taken directly from the transducers. For position
indications of the circuit breakers and disconnecting switches, a mimic diagram shall be provided on
the unit control board. The signals to the position indicators shall be supplied from interposing relays.

3.13.1.2 System Main Features


Depending on the final agreement between UTK and TK V, the plant will be operated from the UTK
Central Control Room, where all data and information related to UTK and TK V shall be available.

The TK V CCS shall be designed to ensure maximum plant availability and efficiency. The CCS can
control and monitor the operation of the entire power station, the turbine-generating units, individual
sub-systems and auxiliary equipment.

Open system standards and international software protocols shall facilitate interconnectivity to a
wide range of optimisation and diagnosis applications as well as asset management systems. A high
level of modularity and system scalability shall allow optimum process adaptation. The use of
standard industrial components shall assure long-term availability and reduce spare part costs.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-39


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.13.2 Control Levels


- National Load Dispatch Centre (NLDC)

The commands shall operate the joint control set point of the HEP. If the HEP is not set to
joint control, the NLDC shall be able to start/ stop individual units which were set to automatic
control in the CCR.

- Central Control Room

The relevant control features shall be defined in the construction design phase.

- Central Control Room (CCR)

The highest control level in the plant shall be designed to enable automatic control and super-
vision. A comprehensive supervision of all units, the GIS, station auxiliary equipment and
station services shall be provided. The functions in this mode are the same as those of
automatic operation mode from the UCB.

- Unit Control Board (UCB) and Local Control Units (LCU)

From the UCB the unit can be operated in the manual and automatic mode. The UCB shall
be installed on machine hall floor level. LCU shall be provided for the control of the GIS,
station auxiliary supply and common station service systems.

- Local Control Cubicles (LCC)

On the lowest level in the control hierarchy, individual LCC shall enable the operation of
individual equipment. These control facilities shall mainly be used for testing and
maintenance purposes. As a back-up of the normal operation or during special operations, it
shall be possible to operate the different functional groups of the Power Station from the LCC.

3.13.3 Control Modes


The mode of control shall be selected by selector switches to be provided at the LCC, LCU and UCB,
respectively. The CCS shall be suitable for the following control modes:
• Remote Auto
• Local Auto
• Manual

3.14 COMMUNICATION AND SECURITY SYSTEMS


3.14.1 General
The communication and security systems shall comprise the following:
• Telephone system
• Telecommunication system with interface equipment OPGW to UTK and KHIMTI
• Radio communication system
• Public address system
• Clock system
• Closed circuit television system (CCTV)
• Access control system
• One set of special spare parts.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-40


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.14.2 Design Basis Data


3.14.2.1 Telephone System
The telephone and intercommunication system shall be pursuant to the related standards, the
requirements of the Local Authorities and shall be the well proven product of a competent
manufacturer.

The telephone system shall comprise the following:


- Digital PABX with software
- Workstation with monitor
- Attendant console
- Main and sub distribution frames
- Telephone sets for different applications
- Digital voice recorder
- Power supply units
- Telephone cable system.

The PABX shall be installed in the telecommunication room in the OB. The workstation and the
attendant con-sole shall be installed in the OB or CCR.

The offices, operation and service locations of the Power Station shall be equipped with push button
dial tele-phone sets of modern approved design, suitable for the different locations.

Sound hoods made of suitable plastic material shall be installed for the wall mounted telephone ex-
tensions in noisy and outdoor areas.

For voice and data communication the OPGW provided on the 220 kV transmission lines shall be
used.

3.14.2.2 Telecommunication System


For voice and data communication between the UTK, TK V, KHIMTI S/S and the LDC a fibre-optic
communication system shall be provided. The communication equipment shall comprise all
necessary components (communication cubicle, SDH equipment, multiplexer, DDF, router,
redundant power supply, etc.) to provide a reliable, ready for service installation.

The features of the communication systems shall be based on the NEA and UTK requirements.

Interfaces/connections shall be provided for the CCS, telephone and tele-protection systems.

As communication link the OPGW, provided on the 220 kV transmission line, connecting UTK with
the KHIMTI S/S shall be used. At the dead end towers the OPGW shall be terminated with the Power
Station FOC system.

3.14.2.3 Radio Communication System

A radio communication system shall be provided, suitable for the voice communication within the
Power Station and the related structures. The range shall be approx. 5,000 m. The radio system
shall consist of a fixed base station with receiver and transmitter, mobile hand sets and a PABX
interface unit. The system shall operate in the UHF band.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-41


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

The radio communication system shall be pursuant to the related standards and shall be the well
proven product of a competent manufacturer. The compliance with the requirements of the Local
Authorities shall be confirmed.

The repeater base unit cabinet and the battery charger station shall be installed in the electronic
equipment room adjacent to the CCR.

3.14.2.4 Public Address System


For staff paging, a public address system shall be provided comprising the following:
- System pre-amplifier with 4 zones and power amplifier for each zone
- Call station, telephone system coupler for connection to the PABX
- Indoor and outdoor loudspeakers for different applications
- Power supply units.

The Amplifier cabinet shall be installed in the electronic room adjacent to the CCR. The call station
shall be in-stalled in the CCR.

The equipment ratings and the actual number of loudspeakers shall be determined by the Contractor,
based on the features of the proposed system.

The system shall be suitable for staff locating services in the power house and related structures. It
shall be integrated into the supervisory systems of the shift engineer.

The public address system in combination with the multifunctional telephone set of the shift engineer
shall be capable to carry out the staff location services or transmit important messages.

3.14.2.5 Clock System


The Power Station shall be provided with a clock system which shall mainly comprise of a
Termination board as interface to the GPS master clock and secondary clocks of the analogue type,
digital type and digital calendar type.

The design of the secondary clocks shall be appropriate for the different locations. The final selection
shall be made during the construction design.

3.14.2.6 Closed Circuit Television System (CCTV)


A CCTV system shall be provided for the surveillance of the Power Station and the related structures
including the main personnel and vehicle entrances to the Power Station, the generator and turbine
floors, the access to the VC, OB, TVB and OS. The Contractor shall position the cameras at strategic
locations, mounted on buildings or using masts as required, to achieve the coverage of the a.m. are-
as.

The CCTV system shall permit persons to be clearly seen at any position within the coverage area.
The CCTV images displayed on the monitors and recorded on video discs shall be of adequate
quality to enable clear and unambiguous identification of persons and motor vehicles.

The matrix video switcher shall be installed in the electronic equipment room adjacent to the CCR.
The monitors with control stations shall be installed in the CCR.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-42


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.14.2.7 Access Control System


Selected gates and doors shall be controlled and monitored by a computer based access control
system providing the following features:
- Gates and doors secured with electrical door locks
- Access for personnel and visitors with ID card only
- Control with ID card readers
- Recording and storage of ID, day and time of entries and exits
- Release of electrical locks with push buttons installed inside at selected doors.

The central access controller shall be an industrial type PC operating with standard software
packages. A work-station shall be used for parameterisations, preparing of lists and protocols of the
entry and exit activities, programming and administration of the personnel and visitor ID cards.

Gates, inner and outer doors shall be fitted with electrical locks. The design and installation of these
locks shall be coordinated with the door supplier. The power supply shall be taken from the station
AC or DC auxiliary supply systems. The door locks shall by no means require individual batteries.

The locks shall be controlled by the card readers and appropriate door controllers.

The gates and doors shall be provided with contact-less, proximity ID card readers suitable for indoor
and out-door installation. On these doors and all other outer doors, which lead into buildings,
magnetic switches for door position control shall be provided.

Inside selected doors, surface or flush mounted push buttons shall be installed, enabling the manual
release of the electrical door-locks.

The systems shall be self-monitored, transmitting an alarm to the workstations and the CCS in case
of failure, mal-operation or violation of the system.

3.15 EARTHING AND LIGHTNING PROTECTION SYSTEMS

3.15.1 General
Earthing and lightning protection systems shall be provided for the entire Power Station with related
structures and buildings.

The scope of work shall comprise the following:


• Sub-grade earthing systems
• Above ground indoor and outdoor earthing systems
• Potential gradient control systems
• Lightning protection systems.

3.15.2 Lightning Protection System


To protect personnel, electronic and electrical equipment from the effects of lightning strokes the
plant shall be equipped with a lightning protection system.

The lightning protection system shall be subdivided into lightning protection zones and consist of
roof conductors, air terminals and down conductors.

All materials shall especially be suitable and approved for this type of system.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-43


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

The lightning protection system shall be connected to the station main earthing electrodes as
appropriate.

Due consideration shall be given to EMC and overvoltage requirements.

3.16 MV, LV AND CONTROL CABLE SYSTEMS

3.16.1 General
Power and control cable systems shall be provided for the entire Power Station with all related
buildings and structures. The cable systems shall comprise all MV and LV power, communication,
control and instrumentation cables, the necessary accessories such as cable terminations, cable
trays, conduits, supports, fixing and mounting materials to provide complete, ready for service
systems.

3.16.2 Design Basis Data


3.16.2.1 11 kV XLPE Cables
The design of the MV cables shall generally comply with the following:
- Conductor consisting of stranded annealed copper
- XLPE insulation with inner and outer semi-conducting shielding
- Screen of Cu wires
- PE separation sheath, bedding
- Al armour tape
- PE outer sheath

Main Characteristics:
- Type of cable Single-core
- Insulation XLPE
- Outer sheath PE
- Nominal voltage kV 11
- Voltage class (U/ U0) kV 12/20
- Conductor material Cu annealed

3.16.2.2 LV Power Cables

The design of the LV power cables shall generally comply with the following:
- Conductor consisting of stranded annealed copper
- XLPE insulation
- PE separation sheath, bedding (multi core)
- PE or PVC outer sheath

Main Characteristics:
- Type of cable Single or multi-core
- Insulation XLPE
- Outer sheath PE or PVC
- Nominal voltage V 400
- Voltage class (U/ U0) V 1,000/600
- Conductor material Cu annealed

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-44


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

3.16.2.3 Control Cables


The design of the control cables shall generally comply with the following:
- Conductor consisting of stranded copper
- PVC insulation
- Intermediate sheath, bedding
- Inner PVC sheath
- Cu tape screen, helical lapping
- PVC outer sheath

The design of the instrumentation cables shall generally comply with the following:
- Conductor consisting of stranded plain copper
- PVC insulation
- Insulation tape, polyester
- Bonding wire, tinned copper
- Al tape screen, helical lapping
- PVC outer sheath

The voltage class shall be selected according to the application.

3.16.2.4 Communication Cables


The design of the communication cables shall generally comply with the following:
- Plain solid copper conductor
- PVC insulation, cores twisted to pairs
- Insulation tape, polyester
- Bonding wire, tinned copper
- Al tape screen, helical lapping
- PVC outer sheath

The fibre optic cables shall be determined by the Contractor based on the specific requirements of
the individual application for the CCS, communication or security systems.

3.17 LIGHTING AND SMALL POWER INSTALLATIONS


3.17.1 General
Indoor and outdoor lighting systems with small power service installations shall be provided for the
entire Power Station and the associated roadways.

The scope of work shall comprise the following:


• Lighting and small power installations for the entire Power Station with all pertinent buildings
and structures excluding the Headpond, Spillway area, Valve Chamber, tailrace outlet area
• Lighting and small power installations for the service areas and associated roadways, ex -
tending up to 1,000 m from the Power Station
• Portable and rechargeable lamps with charging units
• One set of special spare parts.

3.17.2 Design Basis Data


3.17.2.1 Types of Lighting Systems
The lighting systems shall consist of the following sub-systems:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-45


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-1

- Normal Lighting System (NLS), fed by the AC auxiliary supply system.


- Emergency Lighting System (ELS), fed by the emergency DG units in case of AC auxiliary
supply failure. ELS shall be provided for all operational areas to ensure the safe movement
of the personnel and to enable essential operations to be carried out at all times. The CCR
lighting system shall be fed by the UPS system.
- Security Lighting Systems (SLS), fed by the station DC or UPS systems, shall adequately
illuminate relevant exits and emergency escape ways.
Self-contained, battery-powered lighting fixtures shall be used in remote areas. At selected
locations, portable, automatically recharged lamps, providing 4 h operation, shall be installed.

3.17.2.2 Illumination Levels


The lighting systems shall illuminate all parts of the Power Station at illumination levels in compliance
with the DIN and ILE standards; the minimum illumination levels shall be the following:
- Roadways and car parks 15 lx
- Cable floors, galleries, shafts, tunnels, outdoor structures 50 lx
- Corridors, stairways, rest rooms, stores 100 lx
- Machine hall and erection bay, turbine and generator
floors, plant rooms, battery rooms, mechanical
workshop, transformer bays 250 lx
- Control rooms, electronic equipment rooms, offices,
electrical / electronic workshops 500 lx

The lighting calculations shall consider ageing factors 1.25 / 1.67 for indoor and outdoor installations,
respectively.

The illumination levels of indoor systems shall be measured horizontally at a height of 0.80 to 1.00
m above the floor; for outdoor lighting systems at the surface. In new condition of the equipment, the
ratio of the minimum to the average illumination level shall not be higher than 1:3; the ratio of the
minimum to the maximum illumination level shall not be higher than 1:6.

The lighting and small power installations shall be following the IEC and National Standards.
Equipment and materials shall be of up to date manufacturing and, as far as possible, of a type
readily available on the local market.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 1-46


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
MECHANICAL & ELECTRICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 1MET


PERFORMANCE TECHNICAL SPECIFICATIONS

ANNEX 2: DESIGN CRITERIA - TRANSMISSION LINES(TL)

Table of Contents

1. GENERAL..................................................................................................................................... 1
2. GENERAL DESIGN CRITERIA.................................................................................................... 1
2.1 STANDARDS .................................................................................................. 1
2.1.1 Standards and Basic Design Documents ....................................................... 1
2.1.2 Codes and Standards for Design.................................................................... 1
2.1.3 Service Conditions .......................................................................................... 1
2.1.4 System of Units ............................................................................................... 2
3. BASIC APPROACH FOR DETAILED SURVEY........................................................................... 2
3.1 METHODOLOGY FOR TRANSMISSION LINE ROUTE SELECTION ......... 2
3.2 DESK STUDY ................................................................................................. 2
3.3 FIELD RECONNAISSANCE SURVEY AND ROUTE ALIGNMENT SURVEY
2
3.4 DETAILED SURVEY....................................................................................... 3
3.5 SPECIFIC TRANSMISSION LINE DESIGN CRITERIA................................. 4
3.5.1 Details of Transmission Line Routes and Terrain .......................................... 4
3.5.2 Right of Way .................................................................................................... 4
4. TRANSMISSION LINE DESIGN................................................................................................... 4
4.1 SELECTION OF CONDUCTOR FOR 220 KV TRANSMISSION LINE ......... 5
4.1.1 Transmission Line Capacity ............................................................................ 6
4.1.2 Technical Details of Conductor ....................................................................... 7
4.1.3 Technical Details of Optical Ground Wire (OPGW)........................................ 7
4.1.4 Insulators ......................................................................................................... 7
4.2 ELECTRICAL CLEARANCES ........................................................................ 8
4.2.1 General Air Clearances................................................................................... 8
4.2.2 Minimum Clearance above Rivers/Lakes ....................................................... 9
4.2.3 Conductor Metal Air Clearances - System Voltage ........................................ 9
4.2.4 Lightning and Switching Over-voltage ............................................................ 9
4.2.5 Clearances between Conductor and Ground wire ....................................... 11
5. TRANSMISSION T OWERS ............................................................................................................... 13

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

5.1 TOWER CONFIGURATION ......................................................................... 13


5.2 TYPE OF TOWERS ...................................................................................... 13
5.3 TOWER LOADINGS ..................................................................................... 15
5.3.1 Design Standard............................................................................................ 16
5.3.2 Wind Zone ..................................................................................................... 16
5.3.3 Seismic loads ................................................................................................ 16
5.3.4 Requirements of Loads ................................................................................. 16
5.3.5 Types of Loads .............................................................................................. 17
5.3.6 Analysis of Towers & Design ........................................................................ 20
5.3.7 Materials ........................................................................................................ 21
5.3.8 Tower Testing................................................................................................ 22
5.3.9 Tower Earthing Criteria ................................................................................. 22
6. DESIGN OF T OWER FOUNDATIONS ................................................................................................ 22
6.1 TYPES OF LOADS ON FOUNDATION ....................................................... 22
6.2 SOIL PARAMETERS .................................................................................... 23
6.2.1 Soil Investigation ........................................................................................... 23
6.3 TYPES OF FOUNDATION ........................................................................... 24
6.4 STRUCTURAL ARRANGEMENT................................................................. 25
7. DESIGN SPAN ............................................................................................................................... 25
7.1 WIND SPAN .................................................................................................. 25
7.2 WEIGHT SPAN ............................................................................................. 25
8. SAG CALCULATION .................................................................................................................. 26

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

1. GENERAL
The overall 220kV double circuit transmission line design to evacuate 100 MW from Tamakoshi V
HPP along with 456 MW of Upper Tamakoshi HPP to 220 kV Khimti Substation and design of 220
kV GIS at Tamakoshi V HPP will be a part the Contract to be carried out by the Electromechanical
Division of NEA.

The location of Upper Tamakoshi transmission line towers No AP-17/0 and AP-18/0 near to the
Tamakoshi V HPP site allows to design the loop in and loop out of Upper Tamakoshi with Tamakoshi
V HPPs to evacuate their combined Power to 220 kV Khimti Substation. Apart from this the Detailed
Design Report will only summarize main key points to be considered for the design and will set
standards for the design of the transmission line.

2. GENERAL DESIGN CRITERIA


2.1 STANDARDS
2.1.1 Standards and Basic Design Documents
The design will be in accordance with the lines, definitions and criteria set forth in standards, reports
and recommendation issued by the following institutes in the order mentioned. The latest issues of
the pertaining documents shall prevail unless otherwise stated:
- NS The Nepal Bureau of Standards and Metrology
- IS The Indian Standards Institution
- BS The British Standards Institution
- ASTM The American Society for Testing of Materials
- IEEE Institute of Electrical & Electronics Engineers
- IEC International Electro-technical Commission
- CBIP “Latest Transmission Line Manual” by Central Board of Irrigation and Power,
New Delhi, India.

2.1.2 Codes and Standards for Design


The overall design standard used for the design and construction of the transmission line currently
under construction from Upper Tamakoshi to Khimti and further to Dhalkebar line is the Indian
Standard:
- IS-802 Use of Structural Steel in Overhead Transmission Line Towers – Code of Practice,
Part 1 Materials, Loads and Permissible Stresses
Section 1 – Materials and Loads
Section 2 – Permissible Stresses

In preparation of IS-802, the Bureau of Indian Standards has derived assistance from various
publications including ASCE-52 and IEC-826 being the standards recommended used in the former
studies for the 220 kV Gongar – Khimti transmission line.

2.1.3 Service Conditions


Following are considered service conditions for 220 kV transmission line.
- Maximum ambient temperature Degree C 50
- Minimum ambient temperature Degree C 0

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

- Annual Average Temperature Degree C 11.5


- Maximum Relative Humidity Percent range 10-100
- Maximum altitude above mean sea level Meter 2000
- Maximum Wind Velocity m/sec 47
- Isoceraunic Level Days/year 60
- Rainfall mm/annum > 2000
- Atmospheric Pollution Light to medium

2.1.4 System of Units


The design shall be presented in units defined in the standard ISO 1000. SI units and their
recommended multiples shall be applied.

3. BASIC APPROACH FOR DETAILED SURVEY


The survey of high voltage transmission lines must be carried out with optimum design to provide
economic transmission system. Therefore, every care should be approached to set out, level and
plotting the profile of the route.

The basic approach of 220 kV transmission line route alignments survey for Tamakoshi V HPP for
Power evacuation to 220kV Khimti Substation is limited to following requirement:
a) Survey of route alignment of the double circuit transmission line originating from Upper
Tamakoshi HPP Angle Tower AP17/0 to interconnect with 220kV GIS busbar of Tamakoshi
V HPP
b) Survey of route alignment of the double circuit transmission line outgoing from Tamakoshi V
HPP GIS busbar to interconnect with Upper Tamakoshi Angle Tower No AP18/0.

3.1 METHODOLOGY FOR TRANSMISSION LINE ROUTE SELECTION


Using the set design criteria described below the transmission line route alignment shall be selected
based on the desk study and field reconnaissance survey.

3.2 DESK STUDY


Relevant maps including digital maps shall be used in the desk study for selection of the viable and
economic transmission route alignment to evacuate Power from Tamakoshi V to 220 kV Khimti
Substation. For this Upper Tamakoshi HPP Angle Towers No AP17 and AP18 are to be utilised for
loop in loop out of connection of Upper Tamakoshi HPP with Tamakoshi V HPP.

A desk study of the transmission line route alignment survey study shall be carried out for the
following sectors:
a) To interconnect Tower No AP17 with 220kV GIS bus of Tamakoshi V HPP
b) To interconnect the 220kV GIS bus of Tamakoshi V HPP with Angle Pole AP18 of Upper
Tamakoshi HPP

The interconnection sectors of the transmission lines as described shall be shorter and so the lines
are aligned straight as far as possible.

3.3 FIELD RECONNAISSANCE SURVEY AND ROUTE ALIGNMENT SURVEY


The field reconnaissance survey shall verify the suitability of the recommended route alignment in
the field.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

The general consideration to be kept in view while establishing the preliminary route at the time of
reconnaissance survey are as mentioned below:

• The route should be as short and as straight as possible


• It is advantageous to lay the line near to or along roadway. The line should be approach-able
as far as possible
• The number of angle towers should be minimum and within these, the number of heavier
angle towers shall be as small as possible
• Cost of securing and clearing right of way (ROW), making access roads and time required
for these works should be minimum
• Crossing with permanent objects, such as roads, power lines, communicating lines etc.
• In case of holy terrain having sharp rises and falls in the ground profiles, it is necessary to
conduct detailed survey and locate the tower positions. The proposition should be most
economical and safe.

The following areas should be avoided as far as possible:


• Marshy areas, low lying lands, river beds, earth slip zones etc. involving risk to stability of
foundation
• Areas subjected to floods, gushing drainage during rainy seasons, ponds, lakes, or similar
extreme climatic conditions and natural hazards
• Areas which will create problems of right of way and way leaves
• Thick forest or areas involving heavy compensatory payments for acquisition of land etc.
• Areas which involve risk to human life, damage to public and private properties

The reconnaissance survey is also essential for collecting the first-hand account of various important
field data required for transmission line works, which are as under:
• Major power line crossing details (66 kV and above)
• Major river crossing details
• Nature of soil strata along the route and the terrain
• Name of the places where the route follows

3.4 DETAILED SURVEY

The object of carrying out the detailed survey is to prepare longitudinal and cross-section profiles of
the approved alignment and to prepare the route plan showing details of deviation angles, important
objects coming within the right of way.

The detailed survey for the transmission line route alignment followed the final route recommended
during field reconnaissance survey. All angle points in the route were located on the ground by close
traverse method by using Total Station Survey Instrument. All obstructions such as houses, river
crossings, transmission line crossings etc. including 33 KV lines were also recorded.

In order to align the transmission line route alignment with Geodetic Co-ordinate system, a control
survey shall be carried out from existing control point of Geodetic Grid System. The selected route
alignment shall be plotted on existing topographical map.

The detailed survey work shall include following:


1. Taking level readings and calculating distances, level differences, deflection angles, off -set
distances etc.
2. Preparing plan and profiles with tower spotting in AutoCAD.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

3.5 SPECIFIC TRANSMISSION LINE DESIGN CRITERIA


The scope of work comprises detailed design, manufacturing, testing, supply, delivery to site and
construction as well as testing and commissioning of approximately 3.5 km 220 KV double circuit
transmission line extending from angle tower location AP 17/0 of using ACSR bison in twin bundle
configuration to evacuate Power from Tamakoshi V HPP to 220kV Khimti Substation Tamakoshi V
HPP has to construct:
a) Angle tower AP17/0 to Tamakoshi V HPP GIS bus (loop in) and
b) From Tamakoshi V GIS bus to angle tower no. AP-18 of Upper Tamakoshi – Khimti
Transmission line (loop out).

This scope of work shall cover a detailed survey including


1. route alignment and profiling tower spotting, optimization of tower locations, soil resistivity
measurement, geotechnical investigation and check survey;
2. Design, Proto type testing, fabrication and supply of all type of 220 kV double circuit
transmission line towers including bolts, nuts and washers, hangers, D shackles and all types
of tower accessories like phase plate, circuit plate, number plate, danger plate, an-ti-climbing
device;
3. Supply of Conductor, Insulator, Earth wire, Hardware Fittings, and Conductor & Earth wire
Accessories;
4. Design of foundations for different soil conditions for different type of towers, classification of
foundation for different type of towers and casting of foundation for tower footings as per
approved drawings;
5. Erection of towers, tack welding of bolts and nuts including supply and application of zinc rich
primer & enamel paint, tower earthing, fixing of insulator strings, stringing of conductors and
earth wires along with all necessary line accessories;
6. Design and erection of terminal towers / gantries in the take-off yards and switching station
complete in all respect, with all ancillaries and auxiliary equipment;
7. Testing and commissioning of the erected transmission lines.

3.5.1 Details of Transmission Line Routes and Terrain


Detailed survey including route alignment, profiling shall be carried out by the Owner. However,
certain quantity of detailed survey including route alignment, profiling, tower spotting, and
optimization of tower locations etc. shall be in the scope of the Bidder for changes may require
during execution stage.

3.5.2 Right of Way


15 meters left and right clearance from the centre of the transmission route alignment shall be taken
as right way.

4. TRANSMISSION LINE DESIGN


The 220 kV Double Circuit transmission line system would be designed based on the probabilistic
approaches of IEC 60826: Loading and strength of overhead transmission lines; where the system
strength requirement would be done by identifying the weakest link.

The following mentioned design parameters shall be considered in design of transmission system.
• Wind: Basic wind speed 47 m/s

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

• Ice: Not considered


• Electrical clearance
• Span factor
• Conductor tension
• High level difference
• Weight span-wind span exceeding limit
• Wind-speed up factor
• Earth-quake zone consideration

The design details shall include followings


1. Line Voltage
2. Selection of conductors
3. Span
4. Spacing and configuration of conductors
5. Number, type and size of earth wires
6. Number of insulators
7. Clearances
8. Sag under operating and erection condition etc.

4.1 SELECTION OF CONDUCTOR FOR 220 KV TRANSMISSION LINE


To check whether Bison twin bundle double circuit transmission line can transmit 456 MW and 99.8
MW from Upper Tamakoshi and Tamakoshi V HPPs to 220 kV Khimti Substation the allowable
current of Conductor Continuous Allowable Current is calculated as per following formula (Japanese
code).

For calculation of the allowable current,

Ws
[hw + (hr − ) ]d
I= 
r

Where: I : Allowable current (A)


hw : Heat loss coefficient by convection (W/degree C)

V /d
= 5.72  10−3 = 0.001203
(273 + T +  / 2) 0.123
hr : Heat loss coefficient by radiation (W/degree C)
273 + T +  4 273 + T 4
( ) −( )
= 5.67  10 − 4 100 100 = 0.000878

Ws : Solar radiation (0.1 W/cm2)
θ : Temperature rise from ambient temperature (30 degree C)
η : Radiation factor (0.9)
d : Diameter of conductor (2.700cm)
Rt : AC resistance at t (=80 degree C) of conductor temperature (ohm/km)
= Rdc × β1 × β2 × [1+α(t-20)]

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

= 0.0758 × 1.009 × 1.026 × [ 1 + 0.004 × (80-20)] = 0.0973

Where: Rdc :DC resistance of conductor at 20(degree C) (ohm/km)


α :Coefficient of temp.-resistance of aluminum
at 20degree C (0.004)
β1 : Coefficient of skin effect
= 0.99609+0.018578X-0.030263X2+0.020735X3 =1.009

Where:
X = (D+2d)/(D+d)×0.01×(8πf(D-d)/(D+d)Rdc))0.5) = 1.138
β2 : Coefficient of iron loss
= 0.99947+0.028895X-0.0059348X2+0.00042259X3 = 1.026
Where: X = Iac / S = 1.208

T : Ambient temperature (50 degree C)


V : Minimum wind velocity (0.5 m/s)

Thus, the allowable current of the BISON is estimated as 521 A at the conductor temperature of
80 degree C.

4.1.1 Transmission Line Capacity

Transmission capacity is calculated by the following formula.

P = √ (3) × V × I × cos θ × 10-3


Where: P : Transmission capacity (MW)
V : Rated voltage (kV)
I : Allowable current (A)
Cos θ : Phase factor (0.95)

The Transmission line capacity with 521A equals to 288 MW for single core Bison conductor and for
double core it is 376 MW.

Double circuit Bison conductors with twin cores shall be able to transmit 2x376 MW = 752 MW which
can easily transmit the total Power of 556 MW (456 MW of Upper Tamakoshi +99.8MW Tamakoshi
V).

The design of Bison twin core double circuit transmission line is safe to transmit the total power from
upper Tamakoshi and Tamakoshi V HPPs. The value of allowable current 521A by above formula is
in lower side compared to the values given in the conductor parameters details 595 A and this shows
that Bison twin core conductors in each of two circuits have much more transmission capacity than
required by design to transmit the combined power from these two power plants to 220kV Khimti
Substation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

4.1.2 Technical Details of Conductor


The ACSR Conductor shall generally conform to BS: 215(Part-2) /IS: 398 (Part-II).

Technical Data of Bison Conductor is shown below:


• Ultimate Tensile Strength of the Conductor (U.T.S) 12090 kg
• Diameter (d) 0.027 m
• Area of Conductor(A) 4.313 cm²
• Weight of the Conductor(w) 1.444 kg/m
• Wind Pressure (P) 75 kg/m²
• Coefficient of Linear Expansion (α) 0.0000193 1/°C
• Young's Modulus of elasticity(E) 670000 kg/cm²
• Weight of the Conductor per unit area(δ) w/A 0.336424762 kg/m/cm²
• Maximum DC Resistance at 20 deg C 0.07571 Ohm/km
• Ampacity 595 A

4.1.3 Technical Details of Optical Ground Wire (OPGW)


The optical fiber ground wire (OPGW) shall have supporting cross section of 68 mm². The ground
wire of the 220 kV line shall be steel wire (or aluminium clad steel wire) with an OPGW Composite
Fiber Optic communication in the center.

The Optical Fiber Cable, containing 24 single-mode optical fibers shall be embedded loosely inside
the protective tube. The protective tube shall be of aluminium alloy or stainless steel. Both fiber optic
and stranding part of OPGW shall comply with this Specification, and with the following standards:
• Single mode fibers ITU-T (former CCITT) G. 652
• Optical fiber cables IEC 6073-1 & 2IEC 1089/91, IEC 60889/97
• Stranding Part IEC 60104/87; BS 3242

4.1.4 Insulators
Following type of insulators are considered for the Project
• Porcelain/ Toughened Glass Insulator
• Porcelain Long Rod Insulator
• Composite Long rod Insulator

220 kV Insulator Strings


S.no Type of Tower Type Size of the No. of Electromechanical Mechanical
String Disc standard Strength Strength of
(DIA*spacing discs of Insulator Disc the
mm) (kN) Complete
String (KN)
1. Single 'I' Standard 255*145 13 or 14 70 70
Suspension tangent type
string tower
2. Single Large 255*145 13 or 14 70 70
Suspension deviation
pilot string angle towers
for
restraining

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

the jumper
coming
closer to the
tower body

3. Double River X-ing 255*145 2*14 70 2*70


Suspension or any other
String type special
suspension
tower
4. Single All type of 255*145 14 or 15 120 120
tension angle tower
string including
Dead end,
section and
transposition
tower
5. Double River Xing or 255*145 2*15 2*15 240
tension any other
string special
tension
tower

4.2 ELECTRICAL CLEARANCES


Minimum Ground Clearance

The minimum clearance above ground as per sub rule 4 of Rule 77 of I.E Rules 1956 for AC system
are as follows:

Ground Clearance
Voltage (kV) 66 132 220 400
Minimum Ground 5500 6100 7000 8800
Clearance (mm)

4.2.1 General Air Clearances

Nominal Highest Power Lightning *Minimum Clearances [mm]


System System Frequency Impulse Between Between
Voltage Voltage Withstand Voltage Phase & Earth Phases
[kV] [kV] Voltage @ [kVp]
50 Hz, 1 min
[kV]
11 12 28 75 120 120
33 36 70 170 320 320
132 145 275 650 1300 1300

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

220 245 460 1050 2100 2100

Standard Distances [kV] 12 36 145 245


Height of conductors above walkways 7000 7000 7000 8000
Between live parts and solid panels 2000 2000 3500 4000
with a max. height of 1800 mm
Between live parts and protection 2000 2000 3500 4000
barriers of wire mesh
Horizontal clearance between live parts 2000 2000 3500 4000
and substation perimeter fences or
walls
Between live parts and works under 1500 1500 3000 3000
supervision
Note: Distances expressed in mm

4.2.2 Minimum Clearance above Rivers/Lakes


The minimum clearance of Power Conductor over the highest flood level in case of non-navigable
rivers shall be as follows:

System Voltage (kV) Minimum clearance above highest


flood level(mm)*
72 3650
145 4300
245 5100
420 6400

4.2.3 Conductor Metal Air Clearances - System Voltage

System 72 145 245 420


Voltage (kV)
Air clearance 190 390 650 1200
(mm)

4.2.4 Lightning and Switching Over-voltage


The air clearances corresponding to lightning impulse and switching over-voltages for AC system as
per IEC 71-2 (1996).

System Impulse withstand Air Clearances (mm)


Voltage Voltage (kVp)
(kV)
Lightning Switching Conductor Rod Conductor Rod
Structure Structure Structure Structure
72 325 630
145 550 1100
650 1300
245 950 1700 1900
1050 1900 2100

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

4.2.4.1 Air Clearances

Nominal Voltage Highest Voltage Lightning Switching Minimum Phase


(kV) for Equipment Impulse Impulse to Earth Air
(kV) Withstand Withstand Clearance (mm)
Voltage (kV) Voltage (kV)
110 123 450 - 940
550 1130
230 245 850 - 1760
950 1970
1050 2180
400 420 1175 850 2430
1300 950 2800
1425 1050 3250

4.2.4.2 Phase-Phase Air Clearances


Phase to phase vertical and horizontal separation between Power Conductors of same circuit or
different circuits on the same tower will be established by conductor metal clearances. The minimum
clearances between clearances between phases as given in IEC 71-2 (1996) are shown below:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

4.2.4.3 Lightning Impulse

Standard Lightning Impulse Minimum Air Clearance (mm)


withstand voltage (kVp)
Rod Structure Conductor Structure
325 630 -
450 900 -
550 1100 -
650 1300 -
750 1500 -
850 1700 1600
950 1900 1700
1050 2100 1900
1175 2350 2200

Switching Impulse
Standard Switching Impulse withstand Voltage Minimum phase to phase
Clearance (mm)
Phase Voltage Phase to phase Phase to Conductor- Rod Conductor
(kVp) value phase voltage Conductor
(kVp) Parallel
Phase to Earth
value
750 1.5 1125 2300 2600
850 1.5 1275 2600 3100
850 1.6 1360 2900 3400
950 1.5 1425 3100 3600
950 1.7 1615 3700 4300
1050 1.5 1575 3600 4200
1050 1.6 1680 3900 4600
1175 1.5 1763 4200 5000

4.2.5 Clearances between Conductor and Ground wire


Angle of Shielding

The angle of shielding is defined as the angle formed by the line joining the centre lines of the OPG
wire and outer power conductor in still air at tower supports, to the vertical line through the centre
line of the OPG wire. The tower shall be designed in such a way that the angle of shielding does not

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

exceed 30 deg for all tower. The angle of shield, which is governed by the height of tower, and
adopted for various voltage transmission line system is as follows:

Line Voltage 72 145 245 420


(kV) Highest
System
Angle of Shield 30® 30® 30® 20®
of Ground wire
(Ө)

At Midspan

The minimum vertical mid span clearance between the OPG wire and the nearest power conductor
shall not be less than 8.5 meters, which shall mean the vertical clearance between OPG wire and
the nearest conductor under all temperatures and still air condition in the normal ruling span.

Line Voltage 72 145 245 420


(kV) Highest
System
Minimum 3000 6100 8500 9000
Midspan
clearances (mm)

Effect of Span length on Clearances

The air clearances from the electrical requirements are little effected by the span length but
mechanical requirement such as non-synchronous movement of conductor, galloping and dancing
do necessitate higher clearances. The galloping in spans takes place due to unequal ice loading,
sleet shedding and dancing due to wind and sparking caused due to corona on the conductor.

Electrical Clearances of Power line Crossing

The minimum electrical clearances between lowest power conductors of crossing line over the
crossed line as per Rule 87 of IE Rule 1956 is given as under:

Voltage Rating of Crossed 72 145 245 420


Line (kV) Highest System
Voltage Rating of Crossed
Line (kV) Minimum Electrical Clearance (mm)
Nominal Highest
66 72 2440 3050 4580 7940
132 145 3050 3050 4580 7940
220 245 4580 4580 4580 7940
400 420 5490 5490 5490 7940

Power Lines Crossing Communication Lines

The minimum clearance to be maintained between power line and a communication lines per “Code
of Practice for Protection of Telecommunication Liens fo Crossings with Overhead Power Lines”
should be as follows

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Voltage (kV) Nominal 66 132 220 400


Highest 72 145 245 420
Minimum clearance between 2440 2750 3050 4480
power conductor crossing
telecommunication line (mm)

5. TRANSMISSION TOWERS
5.1 TOWER CONFIGURATION
Transmission line towers are required to support the conductors carrying electricity at a safe height
and maintaining specified electrical clearances.

The configuration of a transmission line tower depends on:


• The length of the insulator assembly.
• The minimum clearances to be maintained between conductors and between conductor and
tower.
• The location of ground wire or wires with respect to the outermost conductor.
• The mid span clearance required from considerations of the dynamic behaviour of conductors
and lightning protection of the line.
• The minimum clearance of the lower conductor above ground level.

Tower would be fabricated using tested quality mild steel or a combination of tested quality mild steel
and High tensile steel. The following parameters are proposed to be used for calculating the sag and
tension of Conductor and OPGW.

Wind Speed 47 m/s

Sag and tension at maximum sag 75 deg. C still air

Maximum Stress 32 deg. C, Full wind

Everyday Stress (EDS) 32 deg. C

Design Span 350 m

5.2 TYPE OF TOWERS

Different types of towers are presented for comparison purposes in Appendix A.

The towers for the Tamakoshi V HEP transmission line shall be of the self -supporting steel lattice
type.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Types of Towers
Type of Deviation Limit Typical Use
Tower
DA 0-2 deg. To be used as tangent tower
DB 0-15 deg. a) Angle towers with tension insulator string
b) Also to be used for uplift force resulting from an uplift span up
to 360m under broken wire condition
c) Also to be used for anti-Cascading Condition

DB 0 deg To be used as Section tower


DC 15-30 deg a) Angle towers with tension insulator string
b) Also to be used for uplift force resulting from an uplift span
upto 360m under broken wire condition
c) Also to be used for anti-Cascading Condition

DC 0 To be used as Section tower

DD 30-60 deg a) Angle towers with tension insulator string


b) Also to be used for uplift force resulting from an uplift span
upto 600m under broken wire condition
c) Dead end with 0 deg to 15 deg deviation both on line side and
subs-station side (slack span)
d) Complete dead end

DTT 0 deg. a) Complete dead end


b) For river crossing/long valley crossing Anchoring with longer
wind span& 0 deg. Deviation on crossing span side and 0 deg.
to 30 deg. deviation on other side

Special towers, special extensions, auxiliary cross arms, jumper suspension insulator strings and
special parts for standard towers shall be used where required and they shall be of approved design.

Special Towers

The towers which will specially designed for very long spans which cannot be crossed by normal
tower with extension. These Special towers shall be developed by strengthening the above DA, DB,
DC and DD towers as per the requirement.

Extensions

• The single circuit shall be designed so as to be suitable for adding -3m, -1.5m, 1.5m, 3m,
4.5m, 6m, 7.5m and 9m body extensions/ leg extensions for maintaining adequate ground
clearance without reducing the factor of safety (actual stress/ allowable stress) available for
the members of tested extensions in any manner.
• The towers tower shall be designed for providing unequal leg extension with maximum
difference between the shortest and the longest leg of 3M for DA tower and 6m for DB, DC
& DD towers. These unequal leg extensions to be provided the design shall be used during
tower spotting/ execution stage to optimize the benching/ revetment requirement.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

5.3 TOWER LOADINGS


Various types of loads are to be calculated accurately depending on the design parameters. Among
all the loads wind plays a vital role. The correct assessment of wind will lead to proper load
assessment and reliable design of tower structure.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

5.3.1 Design Standard


The international codes for design of Steel Transmission Line Tower are as follows
• ASCE-52:1998-“Guide for Design of Steel Transmission Lines Towers” issued by American
Society of Civil Engineers.
• IEC-826:1991-“Technical Report on Loading and Strength of Overhead Transmission Line
Towers” issued by the International Electro technical Commission.
• IS-802 (Part 1/ Sec. 1)- Use of Structural Steel in Overhead Transmission Line Towers. Part
1/ Sec 1- Material and Load.
• “Transmission Line Manual” by Central Board of Irrigation and Power, New Delhi, India.

5.3.2 Wind Zone


There is no specific wind zone or wind velocity for Nepal. Following may be referred with respect to
above:
• CL. 6.3.5.2 of Power System “Master Plan for Nepal” specifies the Design speed for Nepal
and the subject line as 34.4 m/s based on ASCE -52 “Guide for Design of Steel Transmission
Towers”.
• IS-802 (Part 1/ Sec. 1) deals with the Basic Wind Speed and Design Wind Speed in details
and relationship between them. Applying this methodology, we can obtain the Basic Wind
Speed of Nepal from Design Wind Speed of 34.4 m/s.

Basic Wind Speed (Vb) = Vd*K0/K1*K2

Where:

Vd = Design wind speed in m/s

K0 = 1.375 a factor to convert 3 seconds peak gust speed into average speed of wind
during 10 minutes' period at a level of 10m above ground

K1 = 1.0 risk coefficient for Reliability level 1 i.e. 50 years return period

K2 = 1.0, terrain roughness Coeff. Category -2i.e. Open terrain with well scattered
obstruction having height generally between 1.5 m and 10m

Therefore, Basic Wind Speed shall be= 34.4*1.375/1*1=47.12 m/s~47 m/s.

5.3.3 Seismic loads


Project location falls under seismic zone V as per the BIS code IS 1893. Horizontal and vertical
seismic coefficient shall be taken maximum of IS 1893 or site specific coefficients.

While considering combinations of loads, maximum of wind or seismic forces shall be considered
along with all other possible acting loads as per codal provisions.

5.3.4 Requirements of Loads

Overhead transmission line subjected to various loads during their life span are classified into three
distinct categories:
• Climatic loads related to reliability requirements
• Failure containment loads related to security requirement

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

• Construction and maintenance loads related to safety requirement

Reliability Requirement

Under this category climatic loads under normal working condition (i.e. after completion of stringing)
are considered. For non-snow place basically wind loads are taken in reliability requirement.

Security Requirement

Under this category failure containment loads due to broken wire condition are considered. They are
required to be considered in design of tower to make able to sustain unbalanced longitudinal loads
and torsional loads due to broken wires, cascading failures. These loads are considered for tension
towers only.

Safety Requirements

Under these category loads during construction and maintenance of transmission line are covered.

5.3.5 Types of Loads

Transmission line tower is subjected to basically three types of loads. They are:
• Transverse loads
• Longitudinal loads
• Vertical loads

Transverse Loads

Transverse loads are horizontal loads working in direction perpendicular to line and they are caused
due to:
• Wind load on conductor and earth wire;
• Component of mechanical tension of conductor and earth wire due to line deviation;
• Wind load on insulator string;
• Wind load on tower itself

Longitudinal Load

Longitudinal loads are also horizontal loads working in the direction parallel to the line and they are
unbalanced mechanical tension of conductor and earth wire during broken wire case.

Vertical Loads

Vertical loads are downwards loads and are caused due to:
• Self-weight of Conductor and earth wire
• Self-weight of Insulator string and other fittings
• Loads during construction and maintenance
• Self-weight of tower structure

5.3.5.1 Suspension towers


Maximum transversal wind

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

• maximum wind load


• horizontal loads
• vertical loads
Maximum diagonal wind (45 deg.)
• maximum wind load
• horizontal loads
• vertical loads
Broken wire (phase or earth wire)
• Horizontal loads including 50% of max. wind load
• vertical loads

The conductor breakage is assumed to occur at the most critical phase or earth wire for the structural
part in the consideration.

Stringing conditions
• Horizontal loads without wind taking into consideration the over tension of the conductors.
• vertical loads
• other forces caused by stringing

5.3.5.2 Angle towers

Maximum transversal wind


• maximum wind load
• horizontal loads
• vertical loads
Maximum diagonal wind (45 deg.)
• maximum wind load
• horizontal loads
• vertical loads
Broken wire (phase or earth wire)
• Horizontal loads including 50% of max. wind load
• vertical loads

The conductor breakage is assumed to occur at the most critical phase or earthwire for the structural
part in the consideration.

String conditions
• Horizontal loads without wind taking into consideration the over tension of the conductors.
• vertical loads
• other forces caused by stringing

Minimum temperature
• horizontal loads without wind
• vertical loads

5.3.5.3 Tension towers

a. Straight line towers

Maximum transversal wind


• maximum wind load
• horizontal loads

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

• vertical loads
Maximum diagonal wind (45 deg.)
• maximum wind load
• horizontal loads
• vertical loads
Broken wire (phase or earth wire)
• Horizontal loads including 50% of max. wind load
• vertical loads

The conductor breakage is assumed to occur at the most critical phase or earthwire for the
structural part in the consideration

Stringing conditions
• horizontal loads without wind taking into consideration the over tension of the
conductors
• vertical loads
• other forces caused by stringing

The stringing is supposed to be done so that all the conductors and earth wire on the one
side of tower are strung and fixed one by one in most unfavourable direction.

b. Angle towers

Maximum transversal wind


• maximum wind load
• horizontal loads
• vertical loads
Maximum diagonal wind (45 deg.)
• maximum wind load-
• horizontal loads-
• vertical loads
Broken wire (phase or earth wire)
• Horizontal loads including 50% of max. wind load
• vertical loads

The conductor breakage is assumed to occur at the most critical phase or earth-wire for the
structural part in the consideration.

Stringing conditions
• horizontal loads without wind taking into consideration the over tension of the conduc-
tors
• vertical loads
• other forces caused by stringing

The stringing is supposed to be done so that all the conductors and earth wire on the one
side of tower are strung and fixed one by one in most unfavourable direction.

Minimum temperature
• horizontal loads without wind
• vertical loads

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

5.3.5.4 Terminal towers


Maximum transversal wind
• maximum wind load
• horizontal loads
Maximum longitudinal wind
• maximum wind load
• horizontal loads
• vertical loads
Minimum temperature
• horizontal loads without wind
• vertical loads
Stringing conditions
• horizontal loads without wind taking into consideration the over tension of the conduc -tors
• vertical loads
• other forces caused by stringing

The stringing is supposed to be done so that all the conductors and earth wire on the one side of
tower are strung and fixed one by one in most unfavourable direction.

5.3.6 Analysis of Towers & Design


Analysis & Design

After carrying out the detailed topographical survey, tower spotting & tower schedule shall be done
using PLCC-CAD and the towers shall be analysed and designed for all the possible load
combinations using PLCC-Tower. Based on the results, members of the towers shall be designed
for the maximum forces. Selection of an optimum outline together with right type of bracing system
contribute a large extent in developing an economical design of transmission tower and hence, care
must be taken while considering the tower geometry.

Redundant Design

All redundant in the tower are to be triangulated. All bracing and redundant members of the towers
which are horizontal or inclined up to 15 degree from horizontal shall be designed to with-stand an
ultimate vertical load of 1500 N considered acting at centre independent of all other loads. The
bending moment for designing of redundant members shall be considered as WL/4 irrespective of
end connections and continuity. The contractor has to furnish the calculations for the same (where
W is ultimate load of 1.5 kN and 'L' is the length of redundant from bolt to bolt). All redundant shall
be designed individually for 2.5% of maximum axial load of connecting members (i.e. leg members,
bracing members etc.). The Contractor has to furnish the calculations for the same. Connection of
single redundant to leg member having a section of 110 x 110 x 10 mm and the above, shall be done
with minimum of 2 bolts.

Thickness of the members

The minimum thickness of angle sections used in the design of towers, unless otherwise specified
elsewhere in this Specification, shall be kept not less than the following values or IS 802 or any other
international standards:
a) Main corner leg members including the earth wire peak and main cross arm 5 mm
b) All other members: 4 mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Slenderness ratio

Slenderness ratio for members shall be computed in accordance with Sub-Clause 6.4 of IS:802
(Part-1/Sec 2). 802(Part-1): Slenderness ratio for compression and tension members shall not
exceed the values specified therein. The following maximum limit of the slenderness ratio i.e. the
ratio of unsupported length of the section in any plane to the appropriate radius of gyration will be
adopted:

Other design principles

The structures shall be designed so that sufficient safety against stresses and stability is achieved
and so that the deformations do not exceed the allowable values. Loads and loading combinations
shall be taken into consideration in such a way as they will act dur-ing handling, assembly, erection
and working conditions.

5.3.7 Materials
All materials, whether fully specified herein or not, shall be first class quality particularly with regard
to manufacture, strength, ductility and durability and shall conform to the best modern practice and
comply in all respects with this Specification

5.3.7.1 Structural Steel


The steel used in the structures shall comply in quality and strength at least with structural steel RSt
37 2 according to DIN standard 17100 or any other approved international standards.

Profile Standard
Round bars DIN 1013
Flat bars DIN 1017
Angles DIN 1028
Channels DIN 1026
Beams (HE-A) DIN 1025
Plate DIN 1543

5.3.7.2 Bolts, Nuts and Washers

The dimensions of hexagonal bolts shall be in accordance with DIN 7990 (1971). The bolts shall
have at least the mechanical properties specified for the Property Class 5.6 in DIN ISO 898 Part 1
(1979).

5.3.7.3 Galvanizing
Hot dip galvanizing of the tower parts and components shall be carried out in accordance with BS
729: 1971 (1986) and with the following exception shown below.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

5.3.7.4 Spacing
The spacing between the conductors shall be checked and corrected according to the conditions of
the terrain.

The clearance between the clamps, arcing horns, jumper loops or other live metal and the tower
structure under all specified conditions shall not be less than those stated in these requirements.

5.3.7.5 Special Equipment on Towers

Step Bolts: Each tower shall be provided with step bolts at not more than 400 mm centers starting
2 m above the tower base and extending to the top of the tower.

5.3.8 Tower Testing


The mechanical loading test on a readymade complete trial assembled tower shall be made to all
new design standard structures before mass production if the Engineer considers it necessary.

The mechanical loading tests shall be made in accordance with IEC publication 652: "Loading Tests
on Overhead Line Towers" or IS 802/CBIP Manual.

5.3.9 Tower Earthing Criteria


The tower footing resistance should not be greater than 10 ohms in any case. The soil resistivity
plays very important role in overall earthing performance.

If the resistivity is low pipe earthing can be used for effective grounding. If the resistivity is very high
(Hard murrum, Hard or soft rock), the tower footing resistance shall be kept within the permissible
limit by using counterpoise earthing.

6. DESIGN OF TOWER FOUNDATIONS


Design of the transmission line tower foundations shall be carried out after completion of a thorough
and detailed soil investigations at foundation locations.

Tower Foundation shall be designed for satisfactory performance of the structure as it has to transmit
the loads from structure to earth with safety factors.

The foundation shall be designed to resist reactions resulting from the loading in the normal and
broken wire conditions including uplift, compression and horizontal forces. The safety factor of the
foundations will be according to international codal requirements & standard engineering practices.

6.1 TYPES OF LOADS ON FOUNDATION

The foundation of towers is normally subjected to three types of loads. These are:
• Compression or Down thrust Load
• Tension or Uplift Load
• Lateral or Side thrust in transverse and longitudinal direction

The magnitude of limit loads for foundation shall be taken 10% higher than those for the towers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

6.2 SOIL PARAMETERS


To design the foundation, following parameters shall be considered.
a) Ultimate Bearing Capacity: The soil property shall be designed to establish the stability of
foundation against shear failure of soil and excessive settlement of foundation when
foundation is subjected to total downward loads and moments due to horizontal shears and/
or eccentricities as applicable.
b) Density of Soil: To calculate the uplift resistance of foundation.
c) Angle of Repose: To Calculate the uplift resistance of foundation.

6.2.1 Soil Investigation


The design of tower foundation shall be as per the conditions of the soil that will support the
foundation and the nature of loadings.

Soils and rocks based on their engineering and physical properties can be broadly classified as
follows.

6.2.1.6 Types of Soil


Non Cohesive Soils

The non-cohesive soils do not get unified with the parent soil after back filling with the passage of
time. Sandy Soils which have no clay/slit or have very little clay/slit.

Cohesive soils

These comprise clays, silts and having comparatively fine grain size particles. The strength of this
group of soils is derived primarily form cohesion between their particles. The cohesive soils get
unified with the parent soil after back filing with the passage of time.

6.2.1.7 Types of Rocks

Rocks drive their strength from permanent bond of cohesive forces among their particles. They
usually classified as hard and soft. Rocks have high bearing capacity except when decomposed,
heavily shattered or stratified.

The rocks are broadly classified as follows.

Soft Rock/ Fissured Rock

The rocks which can be excavated using normal tools without blasting are classified as soft rock.
These include decomposed or fissured rock, hard gravel, kanker, lime stone, laterite or any other
soil of similar nature.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Hard Rock

The rocks which cannot be excavated using normal tools and require chiselling, drilling and blasting
are classified as Hard Rock. These include hard sand stone, quartzite, granite, basalt, hard marble
etc.

6.3 TYPES OF FOUNDATION


Depending upon the ground water table and type of soil and rock, the foundations can be classified
as follows:

a) Normal Dry Soil Foundations


When the table is below foundation level and when soil is cohesive and homogenous up to
full depth having clay content of 10-15 %.

b) Wet Soil Foundations


When water table is above foundation level and up to 1.5 m below ground level. The
foundation is the soils which have standing surface water for a long period with water
penetration not exceeding 1.0 m below ground level (e.g. paddy fields) are also classified as
wet foundations.

c) Partially Submerged Foundations


When water table is at a depth between 1.5 m and 0.75 m below ground level and when the
soil is normal and cohesive.

d) Fully Submerged Foundations


When water table is within 0.75 m below ground and the soil is normal and cohesive.

e) Black Cotton Soil Foundations


When the soil is cohesive having inorganic clay exceeding 15% and characterized by high
shrinkage and swelling property (need not be always black in colour.

f) Partial Black Cotton Foundations


When the top layer of soil up to 1.5 m is Black Cotton and thereafter it is normal dry cohesive
soil.

g) Soft Rock/ Fissured Rock Foundations


When decomposed or fissured rock, hard gravel or any other soil of similar nature is met
which can be executed without blasting. Under cut foundation is to be used at these lo-
cations.

h) Hard Rock Foundations


Where chiselling, drilling and blasting is required for excavation.

i) Sandy Soil Foundations


Soil with negligible cohesion because of its’ low clay content (0- 10 %).

The above categorization of foundations has been done for economizing the foundations, as uplift
resistance of foundation is a critical design factor which is greatly affected by the location of water
and the soil surrounding the foundation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

In addition to above, if required, depending on the site conditions special types of foundations shall
also be provided by the contractor suitable for intermediate conditions under the above
classifications to achieve more economic designs for following reasons:

a) Shallow Depth or Raised Chimney foundations are necessarily required to suit the site
condition or

b) Soil properties as per the soil report at particular location are found inferior than that
considered in design. However, in case, soil properties as per soil report are found superior
than that considered in design, no change in foundation design / price shall be applicable.

6.4 STRUCTURAL ARRANGEMENT

Various types of tower foundations are presented in Appendix B together with guidelines for the
foundation design.

7. DESIGN SPAN
Normal design span for various voltage transmission lines considered are as follows:

Spans for different voltage levels


800 kV 400m, 450m
400 kV 400m
220 kV 335m, 350m, 375m
132 kV 315m, 325m, 335m
66 kV 240m, 250m, 275m

7.1 WIND SPAN


The maximum wind span of any structure is equal to the distance measured from center to center of
the two adjacent spans supported by a structure. The wind span is used to determine the maximum
horizontal force a structure must be designed to withstand under high wind conditions. Wind span is
not dependent on conductor sag or tension, only on horizontal span length.

7.2 WEIGHT SPAN


The weight span of a structure is a measure of the maximum vertical force a structure must be
designed to withstand. The weight span is equal to the horizontal distance between the low points
and the vertex of two adjacent spans. The maximum weight span for a structure is de-pendent on
the loading condition being a minimum for heavy ice and wind load. When the elevations of adjacent
structures are the same, the wind and weight spans are equal.

Uplift occurs when the weight span of a structure is negative. On steeply inclined spans, the low
point of sag may fall beyond the lower support. This indicates that the conductor in the uphill span is
exerting a negative or upward force on the lower tower. The amount of this upward force is equal to
the weight of the conductor from the lower tower to the low point in the sag. If the upward pull of the
uphill span is greater than the downward load of the next adjacent span, actual uplift will be caused
and the conductor will swing free of the tower. This usually occurs under minimum temperature
conditions and must be dealt with by adding weights to the insulator suspension string or using a
strain structure as in figure below.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Conductor Uplift

220 kV Level
Terrain/ Tower Permissible Weight Span (m)
Type
a) Plain terrain Normal Condition Broken Wire
Condition
Max. Min. Max. Min.
Suspension 525 200 315 100
Small/ Medium 525 0 315 -200
Angle
Large angle 525 0 315 -300

b) Hilly Terrain
Suspension 525 200 315 100
Small/ Medium 1000 -1000 600 -600
Angle/Large angle

8. SAG CALCULATION
A conductor/ earthwire suspended freely between two supports takes a shape known as geo-
metrically as Catenary. The dip from the center point joining the two supports called “Sag” which is
inversely proportional to the tension in the conductor at null point. For all practical purposes the
catenary can well be simplified as parabola without much error. In case of higher accuracy is desired
in finding the sags (particularly in case of longer spans) a catenary correction can be applied.

The Regulations require that sag must be calculated for worst probable conditions and the minimum
ground clearance should be maintained for these conditions. Moreover, the maximum tension in the
conductor should not exceed the half the breaking load. In practice the ambient conditions, when the

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-26


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

line is erected, are very different from the worst probable conditions. The erection tension should be
such that when loading conditions subsequently occur, there will be no infringement on the factor of
safety.

Working Tension T1= Ultimate tensile Strength of the conductor)/ (Factor of safety)
Working Stress F1= T1\ (Area of conductor)
Loading Factor q1 = √(P2+w2)/w where P= Wind Pressure and w= Weight of conductor

The working stress is determined by the formula at 32 deg. Celsius:


F12*(F1-k) = (L2δ2 q12Ef )/24 where k is found out
Whereas L= Basic span
δ= Weight of conductor/Area of conductor
Ef = Young's modulus of elasticity final

Condition for 75 deg. Celsius


Loading factor q2 = √(P2+w2)/w = 1 for no wind P=0 and for full wind we consider 75 kg/m2
Difference of temperature t= 75-32.2 =48.8 deg. Celsius

The working stress is determined as follows:


F22[F2-(k-α*t*Ef ) = (L2δ2 q22Ef )/24 Solve the equation for F2
Working tension T2 = F2*Area of conductor
Max Sag (S) = (L2δq2)/ (8*F2) and so on for different temperatures.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2-27


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

APPENDIX A TYPES OF TOWERS


Following type of towers based on their constructional features used in transmission line are:
• Self-supporting Towers
• Conventional Guyed Towers
• Chainette Guyed Towers

Self-Supporting Towers

Self- Supporting towers are widely used in EHV transmission lines since beginning in India and other
countries. These Towers are latticed type steel towers having usually square/rectangular base and
four separate footings.

Conventional Guyed Towers

These Towers as compared to self-supporting Towers have lower steel consumption but occupy
much larger area. These Towers comprise portal steel structured in V, H or Y shapes and are in
use for EHV transmission line up to 765 kV. Generally guyed towers are used in a transmission line
as suspension towers along with self-supporting tension towers.

Chainette Guyed Towers

These towers are known as cross rope suspension tower and consists of two masts each of which
is supported by guys and a cross rope which is connected to the tops of two masts and supports the
insulator strings and conductors in horizontal formations.

Self Supporting

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Guyed tower and Chainette Guyed Tower

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

APPENDIX B TYPES OF TOWER FOUNDATIONS AND GUIDELINES


FOR FOUNDATION DESIGN
Structural Arrangement

Based on structure arrangement of foundations, the various types of foundations are possible. Some
of the more common types of foundations are described below.

P.C.C. Type

This type of foundation consists of a plain concrete footing pad with reinforced chimney. In this type
of foundation, the stub angle is taken inside and effectively anchored to the bottom pad by cleat
angles and/or keying rods, and the chimney with reinforcement and stub angle inside works as a
composite member.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Pyramid Chimney Type Foundation (P.C.C)

P.C.C Type Stepped Foundation


R.C.C Spread Type

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Typical types of R.C.C Spread Footings consist of a R.C.C base slab or mat and a square chimney.

The R.C.C spread type footings can be suitably designed for variety of soil conditions. R.C.C
footings, in some situation may be higher in cost although structurally these are the best.

When loads on foundations are heavy and/or soil is poor, the pyramid type foundations may not be
feasible from techno-economic considerations and under such situation R.C.C spread type
foundation are technically superior and also economical

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

R.C.C Spread Type Foundation (Step) with 150 mm Working Clearance

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Block Foundation (Friction Type)

Under-Cut Type

These types of foundations are constructed by making under-cut in soil/rock at foundation level. This
type of foundation is very useful in normal dry cohesive soil. Hard murrum, fissured/soft rock, soils
with mixed with clinker, where soil is not collapsible type i.e. it can stand by itself. The size of under-
cut shall not be less than 150 mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Pyramid Type Foundation (with under-cut)

R.C.C Spread Type Foundation (Under Cut Type)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Block Foundation (Unit Cut Type)

Grouted Rock and Rock Anchor Type

Typical Grouted Rock and Rock Anchor type footing is suitable when the rock is very hard. It consists
of two parts viz. block of small depth followed by anchor bars embedded in the Grouted Anchor
Holes. The top part of the bar is embedded in the concrete of the shallow block. The depth of
embedment, diameter and number of anchor bars will depend upon the uplift force on the footing.
The diameter shall not be less than 12 mm. The grouting hole shall normally be 20 mm more than
diameter of the bar.

Open cast Rock foundation is not recommended in Hard Rock. However, where rock anchor type
foundation is not practicable, open cast rock type foundation may be adopted as a special case.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Hard Rock Foundation (Block Type)

Rock Anchor Type Foundation

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Augur Type/ Under Reamed Pile Type


Typical type of foundation is shown in figures 16 & 17. The primary benefits derived from this type
of foundations are the saving in time and man-power. Usually a truck is mounted power augur is
utilized to drill a circular hole of required diameter, the lower portion of this may be belled, if required,
to a larger diameter to increase the uplift resistance of the footing.

Augur Type Foundation

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Augur Type Foundation (Under Reamed Pile Type)

Under-Reamed Pile Type

The under reamed piles are more or less similar to augured footings except that they have under
reaming above bottom of shaft. These can generally have constructed with hand augur. The bore is
drilled vertically or at a batter with the augur, having an arrangement of cutting flanges (edges) to be
opened by the lever. The safe loads allowed on under reamed piles of length 3.50 m and under
reamed to 2.5 times the shaft diameter in clayey, black cotton and medium dense sandy soils may
be taken from IS: 4091 for guidance.

These type of foundations are useful in case of expansive type of black cotton soils.

Steel Grillage Type

These are made of structural steel sections. Steel grillages can be of various designs. Generally, it
consists of a layer of steel beams as pad for the bearing area. The footing reaction is transmitted to
the pad by means of heavier joists or channels resting cross-ways on the bearing beams. The grillage
is designed to resist the down thrust and uplift.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Steel Grillage Type Foundation

Steel Grillage Type Foundation

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Steel Plated Type

This type of foundation is usually adopted for locations where concreting work is not possible and
head loading is difficult. This type of foundation is suitable only in case of good. Cohesive and firm
soil.

Steel Plated Type Foundation

Pile Type

A pile type foundation is usually adopted when soil is very weak and has very poor bearing capacity
or foundation has to be located in filled up soil of sea mud to a large depth or where tower location
falls within.

Well Type

A well type of foundation for transmission line tower is usually provided where tower location falls
within the course of major river having larger discharge, heavy floods during monsoon and large
scouring of river bed during folds.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Well Type Foundation

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Protection of Tower Footing uphill slope

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

Soil Properties to be considered in Foundation Designs for various types of Soil


S. Type of Soil Angle of Earth Unit Wt. of Limit Bearing
No frustum (in Soil Capacity
degrees) (in kg/cu.m (in kg/sq.m)
1 Normal Dry Soil
a. Without undercut 30 1440 25000
b. With undercut 30 1600 25000
2 Wet soil due to presence 15 940 12500
of sub soil water/Surface
water
3 Black Cotton Soil
a. In Dry Portion 0 1440 12500
b. In Wet Portion 0 940 12500
4 Sandy Soil
a. With Clay content 0-5% 10 1440 25000
b. With Clay content 5-10% 20 1440 25000
5 Fissured rock/ soft rock with undercut
a. In Dry Portion 20 1700 62500
b. In Wet Portion 10 940 62500
6 Hard Rock - - 125000
7 Normal Hard Dry Soil 30 1600 25000
(Murrum)
with Undercut

Guidelines for Classification of Foundation in different Soils


S. Type of soil encountered Type of foundation to be
adapted
No.
1 In good soil (silty sand mixed with clay) Normal Dry
2 Where top layer of Black cotton soil extends up to 50% Partial Black Cotton
of the depth with good soil there after
3 Where top layer of back cotton soil exceeds 50% and Black Cotton
extends up to full depth or is followed by good soil
4 Where the top layer is good soil up to 50 % of the depth Black Cotton
but the tower layer is black cotton soil
5 Where subsoil water is met at 1.5 m or more below the Wet
ground level in good soil
6 Good soil locations which are in surface water for long Wet
period with water penetration not exceeding 1.0 m below
ground level (e.g. paddy fields)
7 In good soil where subsoil water is encountered between Partially Submerged
0.75 m and 1.5 m depth from ground level
8 In good soil where subsoil water is encountered within Fully Submerged
0.75 m depth from ground level

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 1MET
TAMAKOSHI V HYDROELECTRIC PROJECT Performance Technical Specifications (PTS) Annex-2

9 Where top layer of normal dry soil extends up to 85% of Dry Fissured Rock
the depth followed by fissured rock without presence of
water
10 Where top layer is fissured rock followed by good Special foundation
soil/sandy soil with/without presence of water
11 Where normal soil/fissured rock extends up to 85 % of Dry fissured rock with under
the depth followed by hard rock cut in fissured rock combined
with anchor for hard rock
design
12 Where fissured rock is encountered with subsoil water Submerged fissured rock
within 0.75 m or below 0.75 m from G.L (Top layer may
be either a good soil or black cotton soil)
13 Where Hard Rock is encountered at 1.5 m or less below Hard rock
ground level
14 Where Hard Rock is encountered from 1.5 m to 2.5 m Hard rock foundation with
below G.L ( Top layer being good soil) chimney for Normal Soil
15 Where hard rock is encountered from 1.5 m to 2.5 m Hard rock foundation design
below G.L ( Top Layer either in Black Cotton soil or with chimneys designed for
fissured Rock) wet black cotton soil
16 Where fissured rock is encountered at the bottom of pit Composite Foundation
(with black cotton soil at top)
17 Where hard rock is encountered at bottom with water and Hard rock
black cotton soil at top and hard rock layer depth is less
than 1.5 m
18 Sandy soil with clay content not exceeding 10 % Dry sandy soil foundation
19 Sandy soil with water table in the pits Wet sandy soil design to be
developed considering the
depth of water
20 Where top layer up to 1.5 m below G.L is normal dry soil Normal dry with undercut
and thereafter hard soil/murrum
21 Where bottom layer is marshy soil with top layer of good Soil investigation is to be
soil/fissured rock/ black cotton carried out and special
foundation design to be
developed
22 Where the top layers are a combination of clinker mixed Normal dry with undercut
with firm soil, gravel and stone chips up to 60%
foundation depth from ground level followed by Hard
murrum
23 Where top layers are combination of hard murrum, soft Special foundation design is to
rock etc., followed by yellow/black clayee soil be developed after carrying
out soil investigation

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-1MET / Annex 2 - Appendices


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document
TAMAKOSHI V HYDROELECTRIC PROJECT File 2

Preface
This volume is part of the Bid Documents of Contract 2: Electro-Mechanical Equipment and
Transmission Lines Works of Tamakoshi V Hydroelectric Project. The complete set of Bid
Documents consists of the following parts: -

Table of Contents: Bidding Documents

FILE 1

Part - I Bidding Procedures

Section - I Instructions to Bidders (ITB)

Section - II Bid Data Sheet (BDS)

Section - III Evaluation and Qualification Criteria (EQC)

Section - IV Bidding Forms (BDF)

Section - V Eligible Countries

Part - II Requirements

Section - VI Employer’s Requirement (ERQ)

Section - VII Bid Price and Payment Schedule

Part - III Conditions of Contract and Contract Forms

Section - VIII General Conditions of Contract (GCC)

Section - IX Particular Conditions of Contract (PCC)

Section - X Contract Forms (COF)

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document
TAMAKOSHI V HYDROELECTRIC PROJECT File 2

FILE 2 (Book 1,2,3 &4)

Employer’s Requirement (ERQ)

Section VI Employer’s Requirements

Annexure 1 Technical Specifications

Annexure 2 ToR of Employer’s Representative

Annexure 3 Technical Data Sheets

Annexure 4 Operation and Maintenance Services Requirements

Annexure 5 Tender Drawings and Tentative Construction Time Schedule

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ) Annexure 1

ANNEXURE 1

Technical Specifications
Please refer to the enclosed Volumes of Technical Specifications:

Vol. 0 - Information for Tenderers


Vol. 1MET - Performance Technical Specifications (PTS)
-Annex 1 ME
-Annex 2 TL
Vol. 2MET - General Technical Specifications (GTS) (comprising 11 nos of specs
and 10 Annexes)

VOL. 3M - Mechanical Particular Technical Specification (comprising 15 nos sub-


specifications)

VOL. 3E - Electrical Particular Technical Specification (comprising 18 nos sub-


specifications)

VOL. 3T - Transmission Lines Particular Technical Specification (compris in g


10 nos sub-specifications)

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2

SECTION VI - EMPLOYER’S REQUIREMENTS,

VOLUME 2MET
GENERAL TECHNICAL SPECIFICATIONS (GTS)

Table of Contents

CHAPTER 1 GENERAL REQUIREMENTS


CHAPTER 2 TECHNICAL DOCUMENTS
CHAPTER 3 SPARE PARTS, TOOLS AND APPLIANCES
CHAPTER 4 DESIGN AND MANUFACTURE
CHAPTER 5 MECHANICAL EQUIPMENT AND STEEL STRUCTURES
CHAPTER 6 ELECTRICAL EQUIPMENT
CHAPTER 7 INSTRUMENTATION AND CONTROL EQUIPMENT
CHAPTER 8 HEATING VENTILATION AND AIR-CONDITIONING SYSTEMS
CHAPTER 9 TRANSPORT AND INSTALLATION
CHAPTER 10 INSPECTIONS AND TESTS
CHAPTER 11 TRAINING OF THE EMPLOYER'S PERSONNEL
CHAPTER 12 FACILITIES

ANNEX 1 SPECIFIC PROJECT CHARACTERISTICS


ANNEX 2 REQUIRED DOCUMENTS FOR E & M EQUIPMENT
ANNEX 3 PAINTING SCHEDULES
ANNEX 4 CLASSIFICATION OF TEST CERTIFICATES
ANNEX 5 PIPE TRANSITIONS
ANNEX 6 ISOLATING FLANGE COUPLINGS
ANNEX 7 FIRE PROTECTION CONCEPT
ANNEX 8 TAMAKOSHI RIVER WATER ANALYSIS
ANNEX 9 EQUIPMENT DESIGNATION SYSTEM
ANNEX 10 SHARE OF RESPONSIBILITIES

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI- 2MET


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1,VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 1: GENERAL

Table of Contents
1. GENERAL ............................................................................................................................... 1
1.1 GENERAL REQUIREMENTS............................................................................................................ 1
1.2 SCOPE OF WORK ............................................................................................................................ 1
1.3 STANDARDS AND CODES .............................................................................................................. 1
1.3.1 General ...................................................................................................................................... 1
1.3.2 Standards and Codes named in the Specification ..................................................................... 2
1.3.3 Hierarchy of Standards .............................................................................................................. 2
1.3.4 Substitution of Standards and Design Codes ............................................................................ 2
1.4 SYSTEM OF UNITS .......................................................................................................................... 3
1.5 PLANT IDENTIFICATION SYSTEM .................................................................................................. 3
1.6 TIME SCHEDULE .............................................................................................................................. 3
1.7 LANGUAGE ....................................................................................................................................... 3
1.8 CORRESPONDENCE ....................................................................................................................... 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 1-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

1. GENERAL
1.1 GENERAL REQUIREMENTS

The Contractor shall strictly observe these General Technical Specifications (GTS) in conjunction
with the Particular Technical Specifications (PTS). He shall carry out all work in a skilled and
workmanlike manner in compliance with modern methods of engineering. All design, calculations,
materials, manufacture and testing shall be conforming to the latest applicable standards.

The Contractor shall conform to all applicable regulations regarding the execution of construction
and installation work and shall follow all instructions issued by the Engineer.

1.2 SCOPE OF WORK

The scope of work is specified in the Particular Technical Specifications. The Contractor shall carry
out and be responsible for the design, construction and installation drawings, stress analysis,
material specifications, operating and maintenance instructions, etc., as stated in the Particular
Technical Specifications.

The Contractor shall design, manufacture, supply, install, test and commission all Works including
all necessary accessories for a reliable continuous operation, even if all details are not explicitly
stated in the Technical Specifications.

These Technical Specifications include the performance of all work and the provision of all materials,
permanent and temporary equipment, tools, accessories for transport to the site, including loading,
unloading, if necessary reloading at the port of arrival, intermediate storage, protection of the Works
against the effects of weather, cleaning, drying, complete installation, painting, testing and
commissioning of all Works and accessories of the Works.

The Contractor shall make competent and experienced staff available for the training and assistance
of the operating staff during commissioning and trial operation and, if required by the Employer, for
a period after completion of the trial operation which shall be agreed separately.

The Contractor shall supply the Operation and Maintenance Instruction Manuals and As Built
Drawings before the Taking-Over Certificate is issued by the Engineer.

1.3 STANDARDS AND CODES

1.3.1 General

The Works shall comply with the relevant standards of the country in which the plant is to be installed.
Provided there is no conflict with the standards of the country of installation, and unless otherwise
stated, all parts of the Works shall comply with the relevant international standards and design codes.
Where suitable international standards do not exist, internationally accepted national standards shall
apply.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 1-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

1.3.2 Standards and Codes named in the Specification

Although the Works shall generally comply with international standards, any instruction in these
Specifications, that a particular aspect of the Works shall comply with a named code or standard
shall take precedence and that particular aspect of the Works shall comply with the named code or
standard.

1.3.3 Hierarchy of Standards

In the event of any conflict in standards, the hierarchy of standards shall be as follows, with the
standards occurring first in the list taking precedence over any standards later in the list:

i) Statutory regulations of the country of installation


ii) Standards named in the Technical Specifications
iii) International Standards
iv) Other Standards approved by the Engineer

Where equipment is specified to a distinct standard, the Contractor may supply equipment of an
equivalent standard, if approved by the Engineer.

Immediately after the Contract Agreement is executed the Contractor shall supply an indexed list of all
standards, codes and associated standards referred to, to which the Works will be performed. The
standards in the English language shall be made available to the Employer and Engineer, if requested
by them.

During the period of the site works the Contractor shall keep on Site the applicable Standards and
Codes of Practice concerning the site works in general, and the field tests of materials and equipment
in particular. Two sets of these documents shall be provided by the Contractor to the Employer. The
list of these documents established by the Contractor shall be submitted to the Employer prior to
starting the site works.

1.3.4 Substitution of Standards and Design Codes

The Contractor may offer Works which comply with international standards, or internationally
recognised national codes or standards, which differ from those specified. The Contractor, however,
may offer Works which comply with the different standards or codes only if, when requested by the
Engineer, he is able to demonstrate to the Engineer's satisfaction that the Works offered are equal
or superior to that which would have resulted had the specified code or standard been used. This
substitution of codes or standards for those specified will only be acceptable if the manufacturing
organisation in question has extensive experience with the alternative code or standard offered.

Any Contractor offering Works or part of those Works to standards and codes, which differ from
those specified shall declare the fact to the Engineer. If requested to do so by the Engineer, the
Contractor shall supply to the Employer and Engineer, at his own cost, two copies in English of the
relevant code or standard, which he proposes to substitute for that specified.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 1-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

1.4 SYSTEM OF UNITS


The International System of Units (SI) shall be used throughout the Contract for all correspondence,
drawings and documents.

1.5 PLANT IDENTIFICATION SYSTEM

A uniform plant identification system for power plants shall be applied for all mechanical, electrical and
control equipment, subject to approval by the Engineer. A sample document is presented in Annex 9.

1.6 TIME SCHEDULE

According to the relevant articles in the General and Particular Conditions of Contract, the progress
of the work shall conform to the Contractor’s Construction Time Schedule in the Contract and the
detailed time programme in accordance with the Contract.

The detailed time programme shall be submitted within the period stated in the Conditions of Contract.
This programme may have to be revised in accordance with the Terms and Conditions of the Contract.

The detailed time programme shall provide information on:

- Design work;
- Shop work;
- Transport to site;
- Mobilisation at site;
- Erection and commissioning;
- Clearing of site;
- Interdependence with work of the various other contractors.

For reasons of correlation of the work with other contracts of the project, especially with the civil works,
the Contractor shall observe in the dates established in the Contract with respect to the submission of
foundation drawings and arrangement drawings, with loading data, anchoring details, recesses, etc.,
and all information necessary for the preparation of the Construction Documents for the civil works.

Since the scheduled dates are also dependent on the progress of other contracts, the Contractor shall
co-ordinate the Works in accordance with the Conditions of the Contract.

1.7 LANGUAGE
English is understood to mean English as normally spoken and written in the United Kingdom.

In all technical correspondence between the Contractor and the Employer/Engineer and whenever
anything is required under the terms of the Contract to be written, marked, or printed, the English
language shall be used except where otherwise provided in the Specifications.

Warning and safety notices, plant labels and rating plates and all permanent or temporary notices
around the plant shall be in English and in the language of the country of the plant installation, or as
agreed with the Employer and Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 1-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Instruction Manuals, Drawings and the training programme shall be in English.

The visual screen displays given by the computer - driven data acquisition system shall be in English
only.

1.8 CORRESPONDENCE
Unless otherwise agreed with the Engineer and subject to the Conditions of Contract, all
correspondence on matters arising out of the Contract shall be sent by facsimile with a single back
up copy by first class mail, or airmail, as appropriate.

All correspondence shall be headed with the project description and a subject sub-heading shall be
used to describe the purpose of the correspondence.

A correspondence and drawing numbering system will be established by the Employer/Engineer at


the commencement of the Contract.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 1-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 2: TECHNICAL DOCUMENTS

Table of Contents

2. TECHNICAL DOCUMENTS ..................................................................................................... 1


2.1 GENERAL .......................................................................................................................................... 1
2.2 DRAWINGS ....................................................................................................................................... 3
2.2.1 Loading Drawings ...................................................................................................................... 3
2.2.2 Foundation Drawings ................................................................................................................. 3
2.2.3 Arrangement Drawings .............................................................................................................. 4
2.2.4 Assembly Drawings ................................................................................................................... 4
2.2.5 Execution Drawings ................................................................................................................... 4
2.3 DIAGRAMS ........................................................................................................................................ 5
2.3.1 Single-Line Diagrams ................................................................................................................ 5
2.3.2 Circuit Diagrams ........................................................................................................................ 5
2.3.3 Connection Diagrams ................................................................................................................ 6
2.3.4 Block Diagrams .......................................................................................................................... 6
2.3.5 Logic Diagrams .......................................................................................................................... 6
2.3.6 Process Diagrams ..................................................................................................................... 7
2.3.7 Terminal Diagrams .................................................................................................................... 7
2.3.8 Protection Coordination Diagrams ............................................................................................. 7
2.3.9 Hydraulic Control Schematic Diagrams ..................................................................................... 7
2.4 SPECIFICATIONS ............................................................................................................................. 7
2.4.1 Material or Equipment Specifications ........................................................................................ 7
2.4.2 Motor Specifications .................................................................................................................. 8
2.4.3 Cable Specifications .................................................................................................................. 8
2.4.4 Specifications for Measurement and Control Devices ............................................................... 8
2.5 LISTS AND SCHEDULES ................................................................................................................. 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

2.5.1 Motor and Consumer Lists ......................................................................................................... 8


2.5.2 Motor Starter and Feeder Schedules ........................................................................................ 9
2.5.3 Cable Lists ................................................................................................................................. 9
2.5.4 Input/Output Lists (I/O Lists) .................................................................................................... 10
2.5.5 List Control Devices ................................................................................................................. 10
2.5.6 Workshop Test Schedules ....................................................................................................... 10
2.5.7 Site Test Schedules ................................................................................................................. 10
2.5.8 Spare Part, Tool and Appliance Lists ...................................................................................... 10
2.5.9 List of Plant Identification Numbers ......................................................................................... 11
2.6 CALCULATIONS AND STUDIES .................................................................................................... 11
2.6.1 Short-Circuit Calculations ........................................................................................................ 11
2.6.2 Insulation Coordination, Lightning and Switching Overvoltage Study ..................................... 11
2.6.3 Calculation of Transformer Ratio and Voltage Regulation Requirements ............................... 11
2.6.4 Protection Coordination and Setting Study .............................................................................. 11
2.6.5 Earthing Network Calculations................................................................................................. 11
2.6.6 Lightning Protection Study ....................................................................................................... 12
2.6.7 Generator Neutral Earthing System Calculation ...................................................................... 12
2.6.8 Load Evaluations ..................................................................................................................... 12
2.6.9 Selection of LV Breakers and Minimum Cable Cross Sections ............................................... 12
2.6.10 Transient Calculation ............................................................................................................... 12
2.6.11 Resonance Analysis ................................................................................................................ 13
2.6.12 Foundation Loads and Forces ................................................................................................. 13
2.7 OPERATION AND MAINTENANCE MANUALS ............................................................................. 13
2.7.1 Contents................................................................................................................................... 13
2.7.2 Performance ............................................................................................................................ 14
2.7.3 Revisions and Supplements .................................................................................................... 15
2.8 PROGRESS REPORTS .................................................................................................................. 15

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

2. TECHNICAL DOCUMENTS
2.1 GENERAL
This Chapter specifies the general scope and gives a definition of the documents which shall be
submitted by the Contractor to the Employer/Engineer as listed in Annex 2 of these GTS together
with those listed in the PTS.

Technical documents mean all drawings, diagrams, specifications, lists and schedules, operation
and maintenance manuals, and technical information of a like nature provided by the
Employer/Engineer to the Contractor or submitted by the Contractor to the Employer/Engineer under
the Contract.

The Contractor shall provide within one month of the Commencement Date a list of all drawings,
which he intends to submit to the Employer/Engineer for review and approval. The Contractor shall
highlight if he requires approval in less than 28 days, the intended date of submission and the date
required for drawing approval.

Technical documents provided by the Contractor shall be folded down to DIN Standard size A4 in
size. Prints shall be on durable paper, with dark lines on a white background.

The Technical documents shall show the following particulars, either on the title page for A4 size or
in the lower right-hand corner for A1 to A3 size:

- Name of Employer
- Name of Engineer
- Name of Contractor
- Project title
- Contract number and title
- Title of technical documents (location, item and detail)
- Scale
- Date of technical documents
- Details of electrical supply (where applicable)
- Technical document number
- Revision identification
- Serial number in accordance with drawing classification system
- Signature of the Contractor’s Representative.

Dimensions on all technical documents shall be in the metric system.

A blank space 90/60mm shall be provided as an extension of the title block for the approval stamp
of the Engineer. Alternatively, the approval stamp can be incorporated in the title block. Provision
shall be made for revision details to be recorded above the title block.

Unless specified differently elsewhere, a period of twenty-eight (28) days after the receipt of design
information and drawings shall be allowed for approval or comments. One (1) week shall be allowed
for return mail.

Claims or extensions of time will not be granted because of late submission of drawings to the
Employer/Engineer or for delay caused by drawings not approved by the Employer/Engineer and
requiring re-submission. Should the Employer/Engineer deem a longer time necessary for checking

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

certain drawings, he shall inform the Contractor to that effect in writing, within fourteen (14) days of
receiving such drawings.

One copy of the submitted drawings will be returned to the Contractor with the following status:

- "APPROVED" or
- "APPROVED AS NOTED" (authorising the Contractor to proceed with the contractual works,
considering the Notes) or
- "RETURNED FOR CORRECTION".

In every case, these drawings and documents shall be submitted in time to permit modifications to
be made without delaying the completion of the works.

The Contractor shall be responsible for any discrepancies, errors or omissions in the drawings and
other particulars supplied by him, whether or not such drawings and particulars have been approved
by the Employer/Engineer.

It shall be understood that the approval of the drawings will not exonerate the Contractor from any
responsibility in connection with the Works.

Technical documents, which are returned for correction shall be revised and resubmitted by the
Contractor within fourteen (14) days for the final approval. All materials ordered, or work performed
prior to approval of the relevant designs or drawings by the Employer/Engineer shall be at the
Contractor's risk. When the Contractor prepares his Detailed Programme of Work, he shall make
allowance for and indicate the dates expected for submission and resubmission of technical
documents by the Contractor. He shall also indicate the time for comments and for the approval of
the technical documents by the Employer/Engineer.

All cost for preparation, submittal, modifications and re-submittal of all documents and information
required under this Contract shall be included in the contract price.

The Employer/Engineer reserves the right to request from the Contractor additional documents as
may be required for proper understanding and definition of construction and operation and for other
purposes, such as co-ordination.

The Contractor shall co-ordinate between the contracts in the exchange of drawings, dimensions,
data and all other information required to ensure proper co-ordination of the work. All documents to
be supplied shall be submitted in accordance with the agreed program so that any comment and
change requested by the Employer/Engineer could be considered before starting manufacturing in
the workshop and/or erection or installation at Site.

If the Contractor fails to submit such documents, then the later execution of changes requested by
the Employer/Engineer and the resulting additional cost and/or delays shall be the Contractor’s
responsibility. The Contractor shall not be released of his responsibility and guarantee after drawings
and computations have been approved by the Employer/Engineer.

The preparation of drawings, stress analysis, computations or other technical documents shall not
be sublet by the Contractor without the written authorisation of the Employer/Engineer. In such a
case the Contractor shall still be fully responsible for such drawings, stress analysis, computations
and other technical documents as if he made them himself.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

On drawings, catalogue sheets or pamphlets of standard work submitted to the Employer/Engineer


the applicable types, paragraphs, data, etc., shall either be marked distinctively, or the non-
applicable parts shall be crossed out. Documents not marked in such a manner will not be accepted
and approved by the Employer/Engineer.

If required for proper understanding of the documents, additional descriptions/ explanations shall be
given on these documents or on separate sheets. All symbols, marks, abbreviations, etc., appearing
on any document shall clearly be explained by a legend on the same document or on an attached
sheet.

Each device appearing on any document (drawing, diagram, list, etc.) shall clearly be designated.
The abbreviation mark used for an individual device shall be identical throughout the complete
documentation to avoid confusions. All documents shall have a uniform title-block as outlined in the
Specifications and agreed by the Employer/Engineer. Beginning with the very first submittal to the
Employer/Engineer, the Contractor’s drawings shall bear a serial number corresponding to a drawing
classification plan to be agreed upon by the Contractor and the Employer/Engineer.

Revised technical documents replacing previously submitted ones should be marked accordingly.
The revised part in the Document itself shall also be marked clearly.
This Chapter and the Conditions of Contract specify the documents to be supplied and the required
status, namely “FOR APPROVAL” (A) or “FOR INFORMATION" (I), respectively.

Any comment given by the Employer/Engineer on an “I” type drawing shall have the same effect as
if it were given on an “A” type drawing.

2.2 DRAWINGS

2.2.1 Loading Drawings


For all larger pieces of the Works the Contractor shall submit binding loading drawings indicating
dimensions, weights, axle loads and the intended means of transportation and hoisting. The loading
drawings shall be submitted prior to manufacturing.

2.2.2 Foundation Drawings


The Contractor shall submit foundation drawings, showing his requirements on the civil works
regarding:

- Foundations,
- Recesses, block-outs, openings,
- Conduits,
- Embedded parts,
- Slopes.

The foundation drawings shall include all essential and pertinent information required for the design
and execution of the civil works, such as:

- Dimensions,
- Static and dynamic loads,
- Anchor forces, pressures, etc.
- Contours of temporary or permanent installations.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Foundation drawings shall be prepared, based on civil works and/or topographic drawings.

2.2.3 Arrangement Drawings


The arrangement drawings shall show the physical arrangement of equipment, equipment groups
or complete units in relation to each other, to piping and cable ducts, to the civil works construction
and reserved areas, to agreed coordinates and boundaries. Such drawings shall be prepared for the
entire project area as well as for individual locations.

Arrangement drawings for mechanical, electrical and control equipment shall indicate the location of
all apparatus and machinery (e.g. pumps, vessels, motors, switchgear, panels and cubicles, lighting
fixtures, socket outlets, connection boxes, transmitters, actuators, loudspeakers, telephones, etc.)
and their employment. The equipment shall be denominated with the same standardised
abbreviations or code numbers as used throughout the technical documentation.

All arrangement drawings shall be drawn according to scale.

2.2.4 Assembly Drawings


Assembly drawings shall be submitted for all individual equipment units. The drawings shall indicate
the main dimensions, elevations, tolerances, adjustments, clearances, capacities and the reference
numbers of the respective shop drawings and part lists.

The assembly drawings for mechanical, electrical and control equipment shall also show the
designation, i.e. the plant identification number of the equipment shown.

2.2.5 Execution Drawings


The Execution Drawings shall include the shop drawings, erection drawings, piping drawings,
process diagrams, part lists, etc., showing the dimensions, design and data of all devices and
equipment to be furnished under this Contract.

Further, for all technical documents which employ designation or plant identification numbers, a
respective list shall be furnished.

Execution drawings of standard components not specifically designed for the project need not be
submitted if they fulfil the following requirements:

- Proven standard product (e.g. bolts, seals, valves pumps, compressors, motors, relays,
switches),
- Certified product (e.g. steel cables, ladders, servomotors),
- Product certified by an underwriter's society (e.g. hoists and cranes, elevators, fire protection
equipment, pressure vessels).

For all components, however, which do not require the submission of execution drawings, the
respective assembly drawings or catalogue sheets and detailed part lists shall be submitted.

Execution drawings shall show the following:

- Materials, dimensions, tolerances, surface roughness, weight, adjustment, clearance,


- Reference to assembly or sub-assembly drawings and part lists,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Details of fabrication, manufacturing and treatment,


- Assembly of the equipment in plan and elevation with main dimensions,
- All necessary details of the parts connecting to equipment supplied by others,
- Location and sizes of connections for oil, grease, water, air, etc.
- Location and size of the instruments and accessories provided,
- Methods of lubrication and sealing,
- Instructions for heat treatment, pressure tests, surface preparation and anti-corrosive protection,
- Full details of parts for which adjustment is provided or which are subject to wear,
- Method and sequence of installation, field joints, erection and lifting devices, jacks, grout plugs,
anchoring details, etc., if not shown on foundation drawings.

2.3 DIAGRAMS
For electrical diagrams general reference is made to IEC 61082-1.

2.3.1 Single-Line Diagrams


This is a simplified diagram of the essential electrical Works and their interconnections. A single line
only shall represent each circuit. It shall contain all required technical information of the Works
represented, e.g. voltage, power, capacity, short-circuit level, ratios, voltage variations, positive and
zero sequence impedance’s, measuring transformer and protection relay indices, interlocking, kind
of switch drive, code designation, etc.

Single-line diagrams of individual main components and switchboards shall additionally show the
control, indicating, measuring, metering, protection, automatic, and other electric auxiliary devices
(also rheostats, hygrostats, cable end boxes, etc.), separated for each individual installation site and
location as applicable:

- Switchboard control compartment, circuit breaker/switch compartment, cable termination


compartment, etc.
- Control room (in control panel, control desk).
- Unit control board
- Relay room (in auxiliary relay cubicle, marshalling rack, automatic control cubicle, protection
cubicle)
- Separate energy meter cubicle. Furthermore, the applied recommended setting of adjustable
devices (protection and control elements, time relays, etc.) shall be indicated.
-
2.3.2 Circuit Diagrams
The Circuit Diagrams shall show the power circuits in all phases with the main apparatus as well as
the measuring and control circuits. It shall show in full the functioning of part or all installations,
Works or circuits with all required technical information.

The control part shall be subdivided into separately drawn “current paths”, each showing all its
components regardless of their actual physical location. The individual circuits are to be drawn in a
straight-line sequence, avoiding line crossings. The current paths (to be designated by numbers)
shall be drawn starting from two horizontal lines, which represent the control voltage source. All
devices forming part of the Works or control devices shall appear between these two lines.
Contact developments of the installed switches, contactors, relays and other apparatus which
appear in the diagram shall be shown below the respective contactor coil, indicating by means of

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

numbers and, if not on the same, also the page number, the current path in which the corresponding
contact has been used.

Interconnections to other circuit diagrams shall be clearly marked by means of dotted line
separations and the corresponding functional designation. The power circuit portion of the
installation shall be drawn at the left side of the drawing.

Circuit diagrams shall also contain all terminals and their correct designations. Terminals grouped
together to terminal blocks of switchboards, distributors, etc., shall be shown on the circuit diagrams
in one fictitious horizontal line surrounded by demarcation lines. If, for any reason, the current paths
of circuit diagrams must be separated, the corresponding counter terminal shall be indicated. As
appropriate, terminals shall be shown on Terminal Diagrams.

The representation of electrical Works and control circuits shall not be terminated at the limits of the
scope of supply but must be extended beyond this limit by all switchgear, protective, measuring and
monitoring equipment required for full comprehension of the whole circuit. All terminals and functions
of Works to be supplied by others shall be taken over as well.
Standard Circuit Diagrams are patterns of circuit diagrams, which have been standardised regarding
scope, arrangement, representation, and allocation of Works with the aim of simplification and easy
surveillance of electrical circuitry.

2.3.3 Connection Diagrams


The internal Connection or Wiring Diagrams shall show the wiring connections either within one
apparatus or between several apparatuses of one group. They shall contain the single components
or apparatuses of one group arranged in the correct physical location including terminals and
terminal boards. The connections shall either be represented by lines or, in case of a “wireless”
connection diagram, by a wire table.

The external Connection or Interconnection Diagram shall show the external wiring connections
between the different units of an installation.

2.3.4 Block Diagrams


The Block Diagrams shall be used to show in a simplified manner the main inter-relationships
between the elements of a system by means of symbols, block symbols and pictures without
necessarily showing all the connections. The symbols used for the individual kinds of components,
e.g. servomotors, computing modules, etc., shall clearly be explained on the diagram or on an
attached legend.

When recommendable, a Block Text Diagram may be prepared, consisting essentially of explanatory
texts enclosed in outlines which are linked by lines showing the functional relationships that exist
between the various parts of an installation, equipment or circuit.

2.3.5 Logic Diagrams


The Logic or Functional Diagrams shall be used for representation of logic and sequence controls
and interlocking by showing only binary logic elements and their effect on the various, process
equipment, disregarding their electrical realisation. Logic function elements (AND, OR, NOR, NAND,
STORAGE, etc.) shall be used for processing and combining binary signals.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

2.3.6 Process Diagrams


The Process or P&I Diagrams shall show the piping including type, dimensions, fittings, flanges, etc.,
and the flow directions. They shall also show the process data, measuring points, instrumentation
control functions and locations of the equipment.

2.3.7 Terminal Diagrams


Such diagrams shall be prepared for any type of terminal box, marshalling rack, control cubicle,
switchboard, etc., and shall show the terminals (properly numbered) and the internal and/or external
conductors (wires or cables) connected to them.

The terminal diagram of each individual switchboard, terminal box, panel, etc., shall contain, but not
be limited to the following information:

- Terminal number of terminal board with targets (terminal number and current path) of incoming
and outgoing cables and wires
- Cable designation
- Type of cable
- Number and cross-section of conductors
- Assignment of conductors
- Number of spare conductors
- Approx. length of cable and its destination.

2.3.8 Protection Coordination Diagrams


These diagrams shall show in a graphical manner separately for each power supply circuit:

- A simplified single-line diagram of the circuit with technical data of all instrument transformers
and relays,
- Coordinated tripping curves of related protection devices,
- Setting of the protection devices.

2.3.9 Hydraulic Control Schematic Diagrams


Hydraulic schematic diagrams shall include all hydraulic controls, limit switches, position indication
functions, size of piping, settings of all valves and pressure switches, pump and motor sizes. Each
item of the schematic diagram shall be assigned an item number and a table shall be furnished listing
each item and its function.

2.4 SPECIFICATIONS
2.4.1 Material or Equipment Specifications
Based on the data of the selected manufacturer material and/or equipment specifications shall be
prepared for all principal equipment and installations. The specifications shall state the manufacturer
and the relevant technical data, describe the performance (design, construction, material,
dimensions, corrosion protection, etc.) of the equipment, and include a parts list.

For standard equipment such as pumps, valves, compressors, switchgear, control gear, relays,
transmitters, indicators, lighting fittings, and the like, catalogues or pamphlets can be submitted as
described.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The technical data of electrical equipment shall include as a minimum:

- Maximum permissible ambient conditions (temperature, humidity),


- Rated current and rated output/capacity,
- Rated flow and pressure data for hydraulic devices,
- Same data as above under specified severest site conditions,
- Rated voltage and ratio or regulation/setting range,
- Maximum service voltage (according to IEC),
- Power frequency and impulse withstand voltages,
- Short-time (1s and 3s) current rating and design fault currents as maximum dynamic (sub-
transient), peak and breaking current,
- Ratio, burden and accuracy of measuring transformers and transducers,
- Type and code No. of protection relays and of instantaneous or thermal releases directly
attached to circuit breakers and contactors,
- Power requirements for each voltage level (AC/DC).

Specific requirements are described in the following sub-Sections.

2.4.2 Motor Specifications


The Motor Specifications shall include the thermal motor characteristic both for cold and hot
condition, the start-up characteristic when running with the driven machine and all data required for
selection of the appropriate motor protection relay (both for cold and hot condition) and for locked
rotor protection. Construction type, class of protection and insulation shall also be given.

2.4.3 Cable Specifications


The Cable Specifications shall include the calculation of the de-rating factors for the individual modes
of installation at applicable ambient temperatures and grouping of cables. For each cross section
the following data shall be provided:

- The rated current carrying capacity


- The maximum short-circuit capacity
- The voltage drop
- Type, insulation system, armouring and sheathing of cable
- Type, description and catalogue/pamphlet of cable terminations.

Separate specifications shall be prepared for cable trays, conduits, supporting structures and other
accessories.

2.4.4 Specifications for Measurement and Control Devices


The accuracy of performance with respect to variable ambient conditions and the power supply
requirements shall be included.

2.5 LISTS AND SCHEDULES


2.5.1 Motor and Consumer Lists
The Motor and Consumer Lists shall be prepared for each switchboard and MCC containing at least
the following information/data:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Plant identification number,


- Description,
- Manufacturer, type, rated data of driven machine,
- Manufacturer and type of electric motor/consumer,
- Rated capacity,
- Service factor (ratio between motor output and power requirement of the driven machine),
- Rated speed,
- Rated voltage,
- Rated current,
- Ratio of starting current to rated current,
- Ratio of pull-out torque to rated torque,
- Power factor at rated capacity,
- Efficiency at rated capacity,
- Power consumption at machine design loading,
- Design/enclosure/cooling according to IEC,
- Duty (continuous/intermittent/start-up),
- Starting method/permissible starting frequency,
- Maximum number and overall diameter of power cable,
- Manufacturer and type of bearing,
- Manufacturer, type and quantity of lubricant, service interval,
- Manufacturer, type, number, size, spring pressure and service interval of brushes.

2.5.2 Motor Starter and Feeder Schedules


The Motor Starter and Feeder Lists shall include all starters, contactors and switching devices used
for motors and other consumers and contain the following technical information as a minimum:

- Plant identification number,


- Electrical design data as nominal and actual current rating, voltage rating, coil rating, making
and breaking capacity, mode of operation,
- Maximum power cable size,
- Maximum control cable size,
- Current transformer ratio, class and capacity,
- Type of protection relaying and catalogue number,
- Setting of protection relays and maximum continuous rating of the protected circuit,
- Type and current rating of the back-up fuses/MCBs for the main and control circuits,
- Denomination of feeder,
- Applicable Standard Circuit Diagram.
-
Note: The Motor Starter and Feeder Schedules can be substituted by adequate equipment lists,
already forming part of the switchgear manuals.

2.5.3 Cable Lists


The Cable Lists shall include for each individual cable the following as a minimum:

- Cable number,
- Cable type,
- Rated voltage,
- Number and size of conductors,
- Overall diameter,
- Cable termination at each end,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Connection point at each end with cubicle/equipment identification and terminal numbers,
- Cable routing.

2.5.4 Input/Output Lists (I/O Lists)


The I/O Lists shall include all alarm, command, measurement and status signals with related local
and remote devices and shall contain at least the following:

- Item/plant identification number, function code,


- Description and denomination of control/measuring loop,
- Data of local devices (detectors, instrument transformers, transmitters, contacts, etc.),
- Data of remote devices,
- Description and denomination of alarm, command, measurement and status signals,
- Data of alarm annunciator (location and clear text labelling),
- Individual and group alarms.
-
2.5.5 List Control Devices
This list shall indicate all control actuators and control valves containing at least:

- Item/plant identification number,


- Data of pipe and valve connections,
- Data of valve layout,
- Maximal required and rated power.

2.5.6 Workshop Test Schedules


Individual schedules for workshop testing of equipment and installations (e.g. materials, machines,
transformers, switchgears, control equipment, cables, etc.) shall be prepared. The Workshop Test
Schedules shall contain at least:

- Equipment to be tested with plant identification number,


- Manufacturer,
- Intended place and date of test,
- Type of test and method, performance data, tolerances,
- Applicable standards and specifications,
- Testing authority,
- Certification,
- Presence of the Employer/Engineer,
- Release for shipment,
- Remarks.

2.5.7 Site Test Schedules


The scope shall be as in above with modifications relevant to site tests.

2.5.8 Spare Part, Tool and Appliance Lists


All spare parts, tools and appliances included in the scope of work shall be listed separately for each
plant component and piece of equipment. The lists shall contain the following:

- Item and plant identification number,


- Description with exact reference to the respective piece of equipment,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Manufacturer,
- Model number, order number, or other manufacturer's identification number,
- Technical data,
- Drawing number,
- Quantity,
- Weight,
- Storage requirements.

Note: The lists shall be appropriate to be utilised with a computerised spare part management
system.

2.5.9 List of Plant Identification Numbers


In compliance with Chapter 1 a plant identification system with related lists of plant identification
numbers shall be established. The lists shall contain the used plant identification numbers in
alphanumeric order and for each of them a description (the defined equipment denomination, for
example as written on the equipment label) and the location (short definition of outdoor area and
level elevation or building/room with elevation and room number). A sample "Plant Identification
System" is provided in Annex 9.

2.6 CALCULATIONS AND STUDIES


If requested, design calculations, diagrams and operating data, etc. shall be submitted to the
Employer/Engineer with all formulae, standards, test results, basic assumptions, etc. used for these
calculations. Submission of the calculation results only, i.e. computer printouts only will not be
accepted.

2.6.1 Short-Circuit Calculations


The short-circuit calculations shall be performed for all voltage levels in accordance with IEC 60909.

2.6.2 Insulation Coordination, Lightning and Switching Overvoltage Study


These studies shall be performed for all relevant switchgear and equipment configurations.

2.6.3 Calculation of Transformer Ratio and Voltage Regulation Requirements


These calculations shall be performed for all relevant main and auxiliary transformers with due
consideration of the prevailing system configurations and operating conditions.

2.6.4 Protection Coordination and Setting Study


This study shall be performed for all relevant electrical protection systems; it shall comprise the
related calculations and setting tables.

2.6.5 Earthing Network Calculations


The Earthing Network Calculation shall determine, on basis of the short-circuit currents, the relevant
design criteria for the layout of the plant's earthing network and the potential gradient control system,
such as:

- Earthing resistance,
- Earth electrodes or conductors (number and dimensions),

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Mesh network and other means for potential gradient control for distinct locations (mesh widths
and dimensioning),
- Maximum touch and step voltages.

2.6.6 Lightning Protection Study


Based on the prevailing site conditions a lightning protection study shall be performed to define the
necessary lightning protection measures for the entire project.

2.6.7 Generator Neutral Earthing System Calculation


This calculation shall serve for the correct dimensioning and selection of the generator neutral
earthing equipment.

2.6.8 Load Evaluations


The load evaluations shall demonstrate for each voltage level (AC and DC), and for each individual
distribution board/MCC, the following data:

- Rated capacity of all consumers,


- Maximum number of identical consumers which can operate simultaneously,
- Total electrical demand in kVA and the power factor at nominal service of the driven machine,
subdivided into:
▪ Start-up
▪ Rated service
▪ Shut-down
▪ Standstill
- Dimensioning of auxiliary transformers,
- Dimensioning of emergency generating units.

The maximum load on one of the MV/LV auxiliary transformers shall be determined with due
consideration of the most unfavourable condition when feeding several main and sub-distribution
boards, especially in case of emergency.

2.6.9 Selection of LV Breakers and Minimum Cable Cross Sections


The minimum size of cable connections shall be calculated applying the maximum admissible
temperatures and ratings for continuous and short circuit conditions.

The results shall be shown in a table containing at least:

- Maximum initial symmetrical short circuit current


- The rated current,
- The breaker setting range,
- The resulting minimum cable cross section,
- The applicable standard cross section.

2.6.10 Transient Calculation


Water hammer behaviour under various conditions shall be calculated using the design data of the
turbine-generating unit.
The results shall be shown in a table containing at least:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Maximum pressure in the turbine spiral case,


- Maximum and minimum pressure in the turbine draft tube,
- Maximum and minimum water level in the surge tank, if applicable,
- Maximum temporary speed.

In addition, the changes over time of the pressure in the turbine spiral case and draft tube, of the
water level in the surge tank, of the turbine speed and output as well as of the guide vane opening
shall be shown in diagrams.

2.6.11 Resonance Analysis


Frequency of the rotating turbine-generating units, eigenfrequencies of the waterway, turbine,
generator and other components shall be calculated and compared to prevent resonance.

2.6.12 Foundation Loads and Forces


For turbines, main inlet valves, generators, main transformers, GIS, IPB, powerhouse cranes,
hydromechanical gates and other major equipment, the loads and forces shall be calculated and
considered in the Contractor design and/or by the civil contractor for the design of the civil structures
and foundations.

2.7 OPERATION AND MAINTENANCE MANUALS


2.7.1 Contents
The Operation and Maintenance Manuals to be provided by the Contractor shall contain the following
information in sufficient detail to enable the Employer to maintain, dismantle, repair, reassemble,
adjust and operate the Works with all its equipment and installations:

(1) Table of Contents

(2) List of Illustrations

The list shall contain in alphanumeric order all drawings, sketches or any kind of illustration
required for a proper understanding of the equipment.

(3) Introduction

The Introduction shall comprise:

3.1 General description of the equipment,


3.2 Brief description of the use of the equipment,
3.3 Definition of technical terms used throughout the manual,
3.4 A complete list of all items in accordance with the Plant Identification System.

(4) Detailed Description

The Detailed Description shall give complete and precise information on the equipment, all
components and ancillaries, their assembling and dismantling. An accurate list stating
clearances, tolerances, temperatures, fits, etc. shall be included.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

(5) Operating Principles and Characteristics

The technical operating principles and specific characteristics of the equipment shall be
summarised briefly, including among others P & I diagrams, circuit diagrams, sequence
diagrams, etc.

(6) Operating Instructions

The instructions shall be precise and easy to understand, and shall contain the sequence of
individual manipulations required for operation. The information shall be presented in such a
manner that the contents of this paragraph can be used for instructing personnel in the
operation of the equipment. Tables, lists and graphic presentations should be used whenever
possible for making the description readily understandable.

(7) Testing and Adjustment

The entire testing and adjustment procedure required for the plant after overhauls and during
operation shall be described.

(8) Maintenance Instructions

This section shall be divided into five paragraphs:

8.1 Preventive Maintenance: Indicating the inspections required at regular intervals, the
inspection procedure, the routine cleaning and lubricating operations, the regular
safety checks and similar steps.

In addition, a maintenance schedule shall be prepared, listing the required activities


in daily, weekly, monthly, quarterly, yearly, or other cycles. This document shall
provide brief and yet fully comprehensive information including all references to the
applicable detailed maintenance instructions.

8.2 Repair and Adjustment: Describing the inspections, fitting and dismantling of parts,
error search, repair and adjustment procedures. An appropriate trouble-shooting list
shall be included.

8.3 List of Spare Parts, suitable for operating with the computerised O, M and spare part
management system.

8.4 List of Tools and Appliances

8.5 List of Suppliers, indicating name and complete address.

(9) As-built drawings. (Form of submission will be defined during the contract execution)

2.7.2 Performance
The Employer/Engineer reserves the right to specify a uniform cover, e.g. lever-arch files for the
Operating and Maintenance Manuals. Furthermore, the Contractor shall adapt upon request his
drawings (single line diagrams, wiring diagrams, terminal diagrams, etc.) to drawings of other
Contractors to facilitate maintenance, surveillance, fault tracing, etc. The Contractor shall not be
entitled to claim extra payment for these requirements.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Reference drawings, sketches and illustrations shall not exceed DIN A3 size.

Catalogue sheets, printed specifications, etc., shall be checked and prepared by the Contractor in
such a way that the figures, statements and data valid for the delivered sizes and types of equipment
are clearly marked. All figures, statements and data not applicable shall be crossed out or deleted.
In addition to the agreed number of the MOM hard copies the MOM shall also be provided on hard
disks together with a suitable computer, software and A3/A4printers.

2.7.3 Revisions and Supplements


The completeness of the manuals shall be checked jointly by the Contractor and the
Employer/Engineer during installation, testing, commissioning and trial operation

If it becomes evident during the installation, trial operation and guarantee period of the equipment
that the Operation and Maintenance Manuals are inadequate or incorrect, the Contractor shall supply
immediately the necessary supplements and corrections. This shall be handled in the following
manner:

- Deletions

One sheet of errata, printed on pink paper, shall be issued indicating the pages and date of
issue of those pages which are to be deleted and are no longer valid.

- Corrections, Revisions, Replacements

New sheets shall be issued to replace the wrong pages. Whenever a new sheet is added to
the manuals, this sheet shall be given the new date of issue, a revision symbol, an indication
"Substituted for ... " and a marking of the corrected/revised items.

- Insertions, Supplements

Insertions or supplements shall be accompanied by a new Table of Contents, where the latter
shall be handled as correction.

The revisions and supplements requested by the Employer/Engineer shall be submitted in each case
to the Employer/Engineer for checking.

2.8 PROGRESS REPORTS


Before the tenth (10th) day of each calendar month the Contractor shall submit copies of the monthly
progress reports in a format acceptable to the Employer/Engineer, detailing the progress of the work
during the preceding month. The document shall report on the status of the work during the whole
duration of the contract, starting from the commencement date. The report shall contain, but not be
limited to, the following information:

- General descriptions of the Works performed during the reporting period on each main activity
and include notable problems, which were encountered.

- The percentages of each main work activity completed during the reported month compared
with the scheduled program. Appropriate comments shall explain any differences.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- The total overall percentages of erection work completed with reference to the actual
construction program. Appropriate comments shall explain any differences.

- A list of all activities of scheduled and actual progress during the reporting period including
actual starting dates compared with scheduled starting dates and actual completion dates
compared with scheduled completion dates for each activity. Appropriate remarks shall explain
any differences.

- A list of activities scheduled to be started within the next period of 90 day, with expected
starting and completion dates. If the expected starting and/or completion dates are different
from those shown on the actual construction programme, an explanation shall be given.

- A list of local manpower (by trade classification) employed during the reporting period.
- A list of expatriate personnel (by position) employed during the reporting period.

- A list of the Contractor’s equipment and materials presently stored at Site. A list of equipment
and materials which arrived at the port of entry and is in the process of being cleared through
customs shall also be included.

- Progress photographs of remarkable events. The Employer may ask to include specific
photographs, if deemed necessary.

- Main items of temporary facilities constructed during the reporting period.

- A statement detailing the status of progress on the overall program and how to regain any lost
time or setbacks, which may have occurred.

- A list of inoperable, temporary equipment and the estimated date when the repair will be
completed.

- A statement about labour relations and an explanation of an actual or potential problem.

- A list of accidents at site involving the hospitalisation and/or death of any person.

- A statement concerning effectiveness of the security programme and a list of major thefts.

- A list of the amount and date of any payments received during the reporting period and the
amount of any monthly invoice, which has been submitted but not yet paid.

- A list of claims submitted during the reporting period including the claimed cost and extension
of time.

- A statement concerning potential problems and recommendations on how they could be


solved.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 2-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 3: SPARE PARTS, TOOLS & APPLIANCES

Table of Contents
3. SPARE PARTS, TOOLS AND APPLIANCES ........................................................................... 1
3.1 GENERAL .......................................................................................................................................... 1
3.2 SPARE PARTS .................................................................................................................................. 2
3.2.1 General Spare Parts .................................................................................................................. 2
3.2.2 Special Spare Parts ................................................................................................................... 4
3.2.3 Recommended Spare Parts ...................................................................................................... 4
3.3 TOOLS AND APPLIANCES .............................................................................................................. 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / 3-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

3. SPARE PARTS, TOOLS AND APPLIANCES


3.1 GENERAL
A spare part management system shall be implemented by the Contractor. The program will be
utilised by the personnel of the Employer/Engineer under direction of the Contractor. The program
shall be controlling the receipt of spare parts at the Site, maintaining stock, and controlling the issue
and use of parts.

The Contractor shall operate the program and be responsible for storing spare parts until the
issuance of the Taking-Over and Performance Certificate or equivalent for the last equipment as part
of the Contract unless the Employer/Engineer will accept an earlier transfer.

The spare parts are also liable to the warranty clause and conditions as stipulated under General
Conditions and Conditions of Particular Application. The duration for warranty shall commence after
handing over of all spare parts to the Employer but not later than from the date of issuance of the
Taking-Over Certificate for the last generating unit of this Contract.

In case of failure of any original part/component of the equipment and where such failures are due
to faulty design, material and workmanship, spare parts supplied for such components/parts shall
also be replaced without any extra cost to the Employer. Such replaced spare parts shall have the
same guarantee period as applicable to the replacement made for the defective original
part/component.

All spare parts supplied shall be interchangeable with each other and with the parts for which they
are intended to be replaced. If the Employer/Engineer observes that such interchangeability is not
met to the extent required, he reserves the right to return all such parts which do not fit to the
Contractor within the period of two years after handing over, who in turn is to supply immediately
new spare parts free of charge.

The spare parts shall be treated and packed for long-term storage under the climatic conditions
prevailing at site. Each spare part shall be clearly marked or labelled on the outside of its packing
with its description and tag number.

Packing shall be such that it can be broken and removed for checking during handing over but reused
to the maximum possible extent.

The Contractor shall guarantee the long-term availability of spares for ten years after Taking-Over.
Prior to stopping the production of spare parts for the equipment under this Contract the Contractor
shall give at least twelve months advance notice so that the Employer will have the opportunity to
order the required quantity of spare parts.

The Contractor shall check and/or test at site, in the presence of the Employer/Engineer, the spare
parts, tools and appliances. Acceptance of any of these items will not take place until the Contractor
has submitted the final lists.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / 3-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

3.2 SPARE PARTS


3.2.1 General Spare Parts
The quantity of general spare parts specified below shall be included in the Tender Price and the
Accepted Contract Amount and shall be consequently supplied under the Contract.

If the same spare parts are listed under General Spare Parts and under Special Spare Parts, the
quantity listed under Special Spare Parts shall take priority over the quantity stipulated under General
Spare Parts.

General Spare Parts are classified in the following categories:

(1) Wear and Tear Items

Wear and tear items shall be defined as such, which require replacement several times during
the service life of the assembly.

Hence, for a number "N" of like and identical assemblies such as generator, turbine, pump,
electric motor, combustion engine, turbine inlet valve, oil pressure unit, gate structure, valve,
compressor, crane, trash rake machine, workshop equipment, etc., "X" sets of the following
spare parts shall be delivered, whereas one set shall be defined as the total quantity for one
assembly:

- Facing rings of mechanical seals


- Protection sleeves
- Carbon brushes of electric motors
- Filter insets
- Wearing bushings
- Brake liners
- Packings and seals for rotating shafts
- Driving belts
- Wearing parts of couplings
- Frequently actuated springs
- Pressure hoses for outdoor installation
Roller bearings for rotating shafts.

(2) Customary Spare Parts

In addition to a), "X" sets of the following spare parts shall be furnished:

- Seals, gaskets and packings


- Thermometers, pressure gauges, flow meters, level indicators (with and without
contacts)
Transducers 4-20 mA for position, pressure, temperature, flow
- Pressure hoses for indoor installation
- Lamps, signal lamps, push buttons and switches
- Fuses, clamps, terminals
- Limit switches, relays, pressure switches
- Roller bearings, sleeves and bushings for movable parts including for spherical joints
- Resistance thermometer without indicator
- Motor-starters, contacts for feeder switches

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / 3-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Springs.

For a number "N" of identical standard valves, "X" spare valves including drives shall be
delivered. The following valve types shall be considered as standard:

- Shut-off valves and cocks


- Spherical or butterfly valves
- Non-return valves
- Pressure relieve valves
- Pressure reducing valves
- Solenoid valves
- Safety valves
- Aeration and venting valves
- Float controlled valves.

(3) Miscellaneous

5% of the corresponding total amount, but at least two pieces of all bolts, screws, nuts, washers,
spanner rings and cotters shall be furnished. The quantity may be taken from the surplus handed
over to the Employer after completion of the erection.

5% of the respective quantity of painting material, but at least one litre, in new sealed containers,
shall be furnished.

The quantity "X" of the General Spare Parts to be furnished is a function of the number "N" of identical
or similar assemblies supplied under this Contract. The quantity "X" shall be determined as follows:

Number "N" Quantity "X" Remarks


<3 1 ---
< 10 2 ---
> 10 N/10 + 1 rounded up to the next higher integer number

In case identical assemblies are provided in a redundant arrangement, "X = 1" shall be set as quantity
irrespective of the number "N" of supplied assemblies.

Parts with the following special properties and/or sizes are not considered as General Spare Parts:

- Bolts, screws, nuts, washers, spanner rings and cotters with a nominal diameter of more than
80 mm
- Roller bearings, bearing shells, sleeves and bushings for movable parts including for spherical
joints with an inner diameter of more than 200 mm
- Valves with a nominal diameter of more than 600 mm
- Main seals for gate structures, turbine inlet valves, access doors and openings with 2.40 m in
straight length or circumference
- Feeder circuit breakers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / 3-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

3.2.2 Special Spare Parts


Spare parts defined in the PTS as Special Spare Parts shall be included in the Tender Price and the
Accepted Contract Amount and shall be supplied under the Contract. The price for each listed special
spare part shall be quoted individually in the Price Sheets.

3.2.3 Recommended Spare Parts


Additional spare parts recommended by the Tenderer shall be stated in separate Price Sheets with
description, quantity and itemised prices.

The prices for the Recommended Spare Parts shall not be included in the Tender Price.

Orders for additional spare parts recommended by the Tenderer shall be optional to the Employer
for a period of three years after the Commencement Date.

3.3 TOOLS AND APPLIANCES


Complementary to the tools and appliances stipulated in the PTS, the Contractor shall furnish all
necessary tools, either customary or special, and appliances including lifting devices, ropes, etc. for
assembly, disassembly and maintenance of all equipment supplied under the Contract. The prices
for aforesaid items shall be included in the Tender Price and the Accepted Contract Amount.

Customary tools shall be of the forged and polished chrome-vanadium type and shall be handed
over unused to the Employer.

Suitable wall mounted hardwood or steel storage racks as well as tool carts and/or tool boxes shall be
included in the scope.

The Employer shall be entitled to take over the entire erection tools, appliances and instruments at
mutually agreed conditions from the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / 3-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 4: DESIGN AND MANUFACTURE

Table of Contents

4. DESIGN AND MANUFACTURE ............................................................................................... 1


4.1 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 1
4.2 ALLOWABLE STRESSES ................................................................................................................. 2
4.3 STANDARDISATION OF EQUIPMENT ............................................................................................ 2
4.4 QUALITY OF MATERIALS AND EQUIPMENT ................................................................................. 3
4.5 NOISE LEVEL ................................................................................................................................... 3
4.6 IDENTIFICATION PLATES ............................................................................................................... 4
4.6.1 General ...................................................................................................................................... 4
4.6.2 Manufacturer’s Nameplates ....................................................................................................... 4
4.6.3 Function Plates .......................................................................................................................... 4
4.6.4 Instruction Plates ....................................................................................................................... 4
4.7 COLOUR CODE ................................................................................................................................ 5
4.8 WORKMANSHIP ............................................................................................................................... 5
4.8.1 Finished Surfaces ...................................................................................................................... 5
4.8.2 Unfinished Surfaces ................................................................................................................... 5
4.8.3 Protection of Machined Surfaces ............................................................................................... 5
4.8.4 Chamfers, Edges and Roundings .............................................................................................. 6
4.9 WELDING AND HEAT TREATMENT ................................................................................................ 6
4.9.1 General ...................................................................................................................................... 6
4.9.2 Preparation for Welding ............................................................................................................. 6
4.9.3 Welding Qualifications ............................................................................................................... 6
4.9.4 Welding Work ............................................................................................................................ 7
4.9.5 Heat Treatment .......................................................................................................................... 8
4.9.6 Quality and Procedure Control .................................................................................................. 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4.10 CORROSION PROTECTION............................................................................................................. 8


4.10.1 Scope of Work ........................................................................................................................... 8
4.10.2 Painting Materials ...................................................................................................................... 8
4.10.3 Painting System ......................................................................................................................... 9
4.10.4 Surface Preparation ................................................................................................................... 9
4.10.5 Execution of Painting ............................................................................................................... 10
4.10.6 Quality Control ......................................................................................................................... 11
4.10.7 Warranty .................................................................................................................................. 11
4.10.8 Galvanising .............................................................................................................................. 11
4.11 QUALITY ASSURANCE PLAN ....................................................................................................... 12
4.11.1 Scope ....................................................................................................................................... 13
4.11.2 Document Submittal ................................................................................................................ 13
4.11.3 Particular Requirements .......................................................................................................... 13
4.11.4 Organisation ............................................................................................................................ 13
4.11.5 Planning ................................................................................................................................... 14
4.11.6 Design Control ......................................................................................................................... 14
4.11.7 Procurement Document Control .............................................................................................. 14
4.11.8 Document and Change Control ............................................................................................... 14
4.11.9 Control of Purchased Material, Equipment and Services ........................................................ 14
4.11.10 Control of Inspections and Tests ......................................................................................... 15
4.11.11 Handling, Storage and Delivery ........................................................................................... 15
4.11.12 Inspection and Test Status .................................................................................................. 15
4.11.13 Site Installation and Commissioning .................................................................................... 15
4.11.14 Implementation .................................................................................................................... 15

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4. DESIGN AND MANUFACTURE


4.1 DESIGN AND CONSTRUCTION REQUIREMENTS
The technical requirements of the GTS are valid for all parts of the PTS, with the exception where
additional and/or specific requirements are specified.

Whenever a Tenderer deviates from the Specifications, he shall furnish the data called for in the
Technical Data Sheets and give a summary of and the reasons for all deviations in the "List of
Technical Deviations from the Specifications". Failure to accomplish this may cause the elimination
of his Tender, especially when a major deviation is involved.

Any changes of the Contractor's Proposal of any part of the equipment which may become
necessary after signing the Contract have to be submitted in writing to the Employer/Engineer for
approval, being sufficiently substantiated and justified.

Additional cost will only be accepted in case of a substantial design change by the
Employer/Engineer after award of Contract.

All parts of the plant shall be arranged to facilitate surveillance, maintenance and operation. All
control sequences shall be simple and rational.

The parts of the Works shall be designed and arranged so that they can be easily inspected,
cleaned, erected and dismantled without involving large scale dismantling of other parts of the
Works. They shall be designed and manufactured in accordance with the latest recognized rules of
workmanship and modern engineering practice.

All parts of the Works shall be suitable in every respect for continuous operation at maximum
output under the climatic and operating conditions prevailing at the Site.

Problems of matching at delivery limits of equipment supplied by different contractors shall be


solved by joint effort of all participants and shall be defined in writing.

Only such design and types of equipment shall be offered which have been tested in long-term
continuous operation. Innovations cannot be accepted for the main Tender but can be offered as
an alternative proposal.

All live, moving and rotating parts shall be adequately secured to avoid danger to the operating
staff. All metal parts shall be earthed.

Manufacturers shall take appropriate measures to prevent the ingress of dust into any dust
sensitive equipment, such as bearings, relays, control and measuring equipment, etc.

Suitable lifting and hauling eyes shall be provided where required or where they will be useful for
erection and dismantling.

Pockets and depressions likely to hold water shall be avoided, and if unavoidable they shall be
properly drained.

All design details and layout matters shall be discussed in periodic meetings with the
Employer/Engineer. The first design discussion between the Contractor and the

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Employer/Engineer shall take place within forty-two calendar days after the signing of the Contract
Agreement.

Further Design Liaison Meetings shall take place as agreed between the participants until the
design work is completed.

4.2 ALLOWABLE STRESSES


The layout of the parts of equipment shall consider the severest conditions to which they will be
subjected during testing and operation.

The stresses which occur in a section of a part when subjected to the severest operating
conditions or test pressures shall not exceed 70% of the yield point of the material of the
respective part.

If different stress values are given in the GTS/PTS or in the relevant standards and regulations,
then the more stringent values shall be applicable.

When exposing complicated steel castings or welded parts to a pressure test, the maximum
allowable stress limit of 70% of the yield point may be exceeded locally in limited zones if these
zones are small in extent and do not endanger the strength of the part. To check these stresses in
the critical zones, the Employer/Engineer may require strain gauges to be mounted during
pressure tests.

In the design of the equipment, the maximum stresses due to normal operating conditions shall not
exceed one third of the yield point or one fifth of the tensile strength of the material, except for
safety rupturing elements which shall be designed to fail events, preventing damage to other parts
of the equipment.

The dimensions of the parts which are exposed to repetitive and alternating stresses as well as to
impacts and vibrations shall consider the safety measures approved in practice.

The calculations performed by the Contractor when dimensioning the main parts of the equipment
shall be submitted to the Employer/Engineer at request.

4.3 STANDARDISATION OF EQUIPMENT


As far as possible, measures shall be taken to standardise parts of the equipment throughout the
Works to facilitate stock keeping, maintenance, replacement, interchangeability, etc.

The Employer/Engineer, therefore, reserves the right to request the Contractor to use certain types
or makes of equipment and materials. The Contractor shall not be entitled to claim extra payment
due to this request. This request shall especially be applicable to small mechanical and electrical
equipment such as:

- Valves
- Thermometers
- Pressure gauges
- Flow meters
- Water level gauges
- Sight flow indicators

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Terminals and terminal racks


- Indicating instruments and meters
- Auxiliary relays
- Contactors, fuses
- Motor protection switches
- Control devices

The types or makes to be used shall be decided later by the Employer/Engineer.

All instrument scales shall be written in English and in the international SI-System of units.

4.4 QUALITY OF MATERIALS AND EQUIPMENT


For general requirements concerning the quality of materials and equipment refer to the General
Conditions.

No welding, burning, filling or plugging of defective castings or any other defective components
shall be permitted without the Employer/Engineer's agreement in writing and in accordance with
ASME VIII Boiler and Pressure Vessel Code, Appendix 7, Examination of Steel Castings, Section
7-4 Repairs, Item D.

Any steel castings which have been repaired by welding with the consent of the
Employer/Engineer shall be subjected (after the final heat treatment) to whatever crack detection,
radiographic and/or gamma ray examination or any other tests which the Employer/Engineer may
require. The cost of these and other additional tests shall be borne by the Contractor.

Where stainless steel cladding consists of plates welded to mild steel sections, the welds shall be
adequate to ensure that the stainless steel is securely fixed for all conditions of load and wear.
Generally, all stainless-steel parts shall be welded with corresponding electrodes. The thickness of
the stainless steel cladding shall not be less than 5 mm.

4.5 NOISE LEVEL


The noise level caused by the installed equipment shall not exceed the following maximum values
if not otherwise stated in the Particular Technical Specifications:

- Machine hall, workshops, etc. at any place 80 dB (A)


at 1m distance from the operating equipment

- Offices, control rooms, first aid rooms, canteens 55 dB (A)


and similar rooms

- Residential areas:
▪ daytime 50 dB (A)
▪ night time 35 dB (A)

- Emergency diesel generating units 85 dB (A)


at 7m distance

The noise level definition and measurement shall be in accordance with ISO and IEC. The values
stated shall be adhered to, considering a standard civil construction.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The noise pressure level emanating from any part of the facilities measured by the method
specified in ISO/R1680 shall be less than the NR85 curve, except during any plant mode change,
when a noise pressures level up to the NR100 curve shall be permitted.

During commissioning, or when requested by the Employer/Engineer, the Contractor shall


measure the noise pressure levels as defined above from all major sources and submit curves of
noise pressure level plotted against frequency to the Employer/Engineer. If noise levels are above
those specified, the Contractor shall take remedial action to reduce noise levels using methods
approved by the Employer.

4.6 IDENTIFICATION PLATES


4.6.1 General
Each important part delivered under this Contract shall be fitted with permanent identification
plates in readily visible locations. Whether a part shall be considered as important in this respect
shall be decided by the Employer/Engineer.

The identification plates shall be protected during erection and especially during painting.
Damaged or illegible identification plates shall be replaced by new ones. The identification plates
of non-corroding, non-deteriorating material shall be inscribed in English (except manufacturer's
nameplates of small standardised components).

The inscription shall be printed, punched or engraved, water-proof, oil-proof and wear-resistant.
Large equipment nameplates shall be of stainless steel. Wording, size and material of all labels
and plates shall be subject to the approval of the Employer/Engineer, except nameplates of small
standardised equipment.

4.6.2 Manufacturer’s Nameplates


The following data shall be shown in accordance with the relevant standards:

- Manufacturer's name and address


- Equipment's serial number and date of manufacture
- Main design data.

Generally, standardised components, such as small or medium-sized electric motors,


transformers, instruments, etc., may be delivered with the manufacturer's standard nameplate
which shall be completed at the request of the Employer/Engineer.

4.6.3 Function Plates


Each part appearing under a certain symbol or number in functional diagrams, piping diagrams, in
the Operation and Maintenance Instructions, etc., shall be equipped with a plate showing the same
symbol or number. Reference is given to "Plant Identification System".

4.6.4 Instruction Plates


All plates showing designations or instructions for operation, safety, lubrication, etc., shall have a
uniform design.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4.7 COLOUR CODE


The colour code for electrical and mechanical equipment, such as generators, transformers,
switchgears, parts of turbines, pumps, valves, gates, cranes, servomotors, piping for water, oil, air,
combustible, poisonous or aggressive liquids or gases, etc., shall be agreed upon after award of
the Contract.

The colouring of pipelines, moving parts, etc., shall be according to internationally recognised
standards, e.g., DIN 2403.

Pipes shall be entirely painted in the marking colour according to DIN 2403. Smaller stainless-steel
pipes may be marked by painted rings of the respective colour.

4.8 WORKMANSHIP
For general performance of workmanship reference is given to General Conditions of Contract.

The Contractor shall level and adjust all parts of the equipment on the foundations. After approval
is given by the Employer/Engineer, grouting or concreting will be carried out by the Civil Contractor
and verified by the Contractor. The Contractor shall be responsible for ensuring that such work is
carried out to his satisfaction and that the levels and adjustments made by him are not disturbed
by the grouting operation. The Contractor shall be responsible for ensuring that the positions,
levels and dimensions of the Works are correct according to the drawings, notwithstanding that he
may have been assisted by the Employer/Engineer on the said position, levels and dimensions.

4.8.1 Finished Surfaces


Where the finish is not indicated or specified, the type of finish shall be that type which is most
suitable for the surface to which it applies and shall be consistent with the class of fit required.

Surfaces to be machine-finished shall be indicated on the shop drawings by symbols. Compliance


with the specified surface shall be determined by the sense of feel and by visual inspection of the
work compared to applicable “Standard Roughness Specimens”, or with roughness feeler gauge
instruments. The Contractor, at the request of the Employer/Engineer, shall procure both
“Standard Roughness Specimens” and feeler gauge instruments.

4.8.2 Unfinished Surfaces


As far as practicable, all work shall be laid out to secure proper matching of adjoining unfinished
surfaces. Where there is a large discrepancy between adjoining unfinished surfaces, they shall be
chipped and ground smooth, or machined to secure proper alignment.

Unfinished surfaces shall be true to the lines and dimensions shown on the drawings and shall be
chipped or ground free of all projections and rough spots. Depressions or holes not affecting the
strength or usefulness of the parts shall be filled in a manner approved by the Employer/Engineer.

4.8.3 Protection of Machined Surfaces


Machine-finished surfaces shall be thoroughly cleaned of foreign matters. Finished surfaces of
large parts and other surfaces shall be protected with wooden planks or other suitable means.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Unassembled pins or bolts shall be oiled or greased and wrapped with moisture-resistant paper or
protected by other approved means.

4.8.4 Chamfers, Edges and Roundings


The edges of surfaces to be painted shall be rounded (minimum radius 2 mm) or chamfered
accordingly. This requirement must be stated in all shop drawings for the relevant parts.

4.9 WELDING AND HEAT TREATMENT


4.9.1 General
All welds shall be as shown in the detailed drawings and shall be made in such a manner that
residual shrinkage stresses will be reduced to a minimum.

The Tenderer shall submit with his Tender adequate information concerning the proposed:

- Extent to which automatic welding techniques will be applied


- Extent to which manual welding techniques will be applied
- Extent to which it is the Tenderer's intention to use pre-weld heat treatment, post-weld stress
relieving, full annealing or normalising consistent with the thicknesses and types of material
proposed
- Welding electrodes, welding wire and flux which will be used with the selected plate material
or materials
- Standard tolerances for the deviations of mating weld profiles.

4.9.2 Preparation for Welding


Pieces to be joined by welding shall be cut accurately to size including the required allowances.
According to the proposed welding method, the welding edges shall be sheared, flame-cut or
machined to allow thorough penetration and fusion of the weld with the base material.

The cut surfaces shall be free of all visible defects, such as laminations, surface defects caused by
shearing or flame-cutting operations. The edges and surfaces to be welded shall be free of rust,
mill scale, grease, oil, paint or any other dirt. Welding over zinc primers shall be permitted, subject
to submission of a certificate of a recognised institution stating the pertinent limiting parameters for
this welding procedure. In all other cases, welding over paint shall be prohibited; all painting
materials next to the joint to be welded shall be removed well beyond the heat-affected zone.

4.9.3 Welding Qualifications


For welding of principal stress carrying parts, the standard of welding procedures, welders and
welding operators shall conform to international standards.

The qualification of welders for welding steel and the quality assurance of welded structures shall
fulfil the requirements stated in EN287 or the ASME Boiler and Pressure Vessels Code,
Sections VIII and IX, or equivalent international standards.

For welding of less important parts, the standards and qualifications shall conform either to the
AWS Standard Qualification Procedure or equivalent standards.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All welders and welding operators assigned to the work shall have passed a performance
qualification test. If more than one year has elapsed since the welder or welding operator passed
his last test, then he shall again be tested.

Welders' and welding operators' test certificates shall be submitted to the Employer/Engineer.

4.9.4 Welding Work


The standard of welding works shall be in accordance with the "Standard Qualification Procedure"
of the AWS (American Welding Society). In addition, the Contractor shall follow the statements
regarding welding in the latest revisions of DIN 19704.

All welding (except welding of thin plates or piping of small sizes) shall be performed by the
electric-arc method and where practical, with process controlled automatic machines.

For any welding work, only the appropriate welding rod, either arc or gas, shall be used. The
properties shall conform to the material to be welded as specified in the respective standards.

The electrodes for arc-welding shall be classified based on mechanical properties of the as-welded
deposited weld-metal, type of covering, hydrogen absorption, welding position of the electrodes
and type of current.

Electrodes shall be used only in the positions and under the conditions of intended use in
accordance with instructions with each container.

Tacks shall be removed before welding. Electrodes shall be dried in electric ovens before use.

After being deposited, welds shall be cleaned of slag and shall show uniform sections, smoothness
of weld metal, feather-edges without overlap, and no porosity and clinker. Visual inspection of the
ends of welds shall indicate good fusion with the base metal.

Where weld metal is deposited in successive layers, each layer shall be thoroughly cleaned before
the next layer is applied.

Particular care shall be taken in aligning and separating the edges of the members to be joined by
butt-welding so that complete penetration and fusion at the bottom of the joint will be ensured.

All pinholes, cracks and other defects shall be repaired by chipping or grinding the defects to
sound metal and re-welding. Where fillet welds are used, the members shall fit closely and shall be
held together during welding.

The ignition of weld electrodes shall not be started at the plate beside the weld, but at the seam
flanks to prevent detrimental increments of local hardness. Where ignition points of electrodes are
discovered, they shall be ground appropriately.

Where auxiliary structural members are welded to components for assembly or installation, these
connecting welds shall be given particular care.
These auxiliary structural members shall be removed not by knocking them off, but by burning,
followed by grinding the affected areas flush with the plate, without producing additional thermal
stresses.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4.9.5 Heat Treatment


All weld-fabricated parts and castings except minor parts, parts where stress is not important or
parts which are specifically exempted from stress relieving shall be designed, fabricated, stress
relieved and inspected in accordance with an approved "Boiler and Pressure Vessel Code". All
such parts shall be stress relieved as a unit prior to final machining.

The cost of any heat treatment, prescribed by the manufacturer of the materials and the Contractor
respectively, for the welded parts to be supplied shall be included in the Contract Price.

Heat treatment of field erection welding seams shall be performed according to the specifications
for the welding procedure for the corresponding parts, which shall be submitted to the
Employer/Engineer for approval.

4.9.6 Quality and Procedure Control


Quality control methods, e.g., non-destructive examination, shall be done in accordance with the
appropriate manufacturing code. However, the Tenderer shall indicate clearly in the Technical
Data Sheets the extent to which these methods shall be used.

Additional non-destructive examinations can be required when it is desired to examine the


acceptability of any welds when, in the opinion of the Employer/Engineer, serious doubt exists as
to their quality; in this case, the expenses for this examination shall be borne by the Contractor.

When required in the Particular Technical Specifications, the detailed description of welding
procedure (including type of welding electrodes, sequence of welding seams, etc.) for certain parts
of the delivery shall be submitted to the Employer/Engineer before commencement of
manufacture.

4.10 CORROSION PROTECTION


4.10.1 Scope of Work
The Contractor's services shall cover the procurement of all materials, and the preparation and
application of the painting and other protective coats as specified; all costs shall be included in the
Tender Price.

4.10.2 Painting Materials


The Contractor shall provide complete and reliable coating systems. Painting materials shall be
standard products of a paint manufacturer with proven experience in the field of corrosion
protection of the type of equipment to be supplied.

The Contractor shall submit to the Employer/Engineer for approval the full details of the
preparation, type of materials, methods and sequences he proposes to use to comply with the
requirements for the protection of the structures, machinery and equipment.

Regarding materials, the Contractor shall submit full details including the source of the basic raw
materials, volatile matter content, nature of solvent, number of components, type of coat,
coverage, time interval between coats and number of coats, compatibility of each coat with the
previous coat, toxic properties, physical properties, shelf life, resistance against chemical attack,
resistance against ozone and UV-radiation, compatibility with drinking water standards, etc.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

He shall describe in detail the treatment he proposes to apply to give adequate protection during
transport, site storage, building and concreting and subsequent erection.

Where practicable, the individual coats of primer and subsequent coats shall be of different shades
of colour.

The Contractor shall submit to the Employer/Engineer for approval an overall colour scheme in
accordance with the "Colour Code" for the finished surfaces of all equipment. All final coats shall
be in the colours approved by the Employer/Engineer. On request of the Employer/Engineer,
painting samples for the different coats and colours shall be provided.

All pigment, paints and primers shall be delivered to Site in sealed containers packed by the
manufacturer. The manufacturer's instructions for preparation and application of all painting and
protective coats shall be strictly observed.

4.10.3 Painting System


Annex 3 "Painting Schedule", indicates painting materials considered suitable for the various parts
of the work. The Tenderer shall state in his offer the manufacturer and identification of the product
which he proposes as an equivalent.

4.10.4 Surface Preparation


The term "preparation", as used below, includes any cleaning, smoothing or similar operations that
shall be required to ensure that the material to be painted attains a suitable condition.

The term "sandblasting" shall be considered synonymous to "shot-blasting".

To be ready for painting, a surface shall be clean, dry and sound. The surface to be coated shall
be free from any deleterious material liable to impair good paint adhesion or attack the coat.

For removing rust and mill scale on structural steel, piping and other steel surfaces from parts
suitable for sandblasting shall be sandblasted to a grade in accordance with ISO 12944-4. This
applies particularly to parts which will be in contact with water, exposed to heavy condensation and
humidity or subjected to high temperature.

For health reasons, sandblasting with quartz sand shall be avoided.

All parts of the equipment shall be sandblasted at the shop unless otherwise specified or approved
by the Employer/Engineer. The sandblasted surfaces shall receive a shop coat with a quick-drying
highly pigmented 2-pack zinc-rich primer, unless otherwise specified.

Parts which cannot be sandblasted shall be cleaned of rust by power tool cleaning to the highest
degree possible.

Hand or power tool cleaned parts of minor importance and not exposed to water or humidity may
be coated with a quick-drying rust-proof primer based on a combination of synthetic resins (ready-
mixed paint).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4.10.5 Execution of Painting


The Contractor shall supply full details regarding the extent to which the sandblasting and
subsequent painting shall be performed in his workshop, on the Site or in situ after installation. A
properly equipped paint shop shall be set up at the Site with a crew of specialists experienced and
skilled in the preparation and application of protective coatings, to deal with all site-protective
treatment.

Unless otherwise specified under the Employer's Requirements, painting shall be done in
accordance with ISO 12944 (all parts) and the manufacturer’s specification, where applicable.

Painting operations shall only be made in dry weather and shall be interrupted in case of rain, fog
or condensation. Painting shall not be carried out at temperatures below 5°C or at temperatures
(air or surface) above 50°C and humidity above 80%. During the entire erection period the
Contractor shall make available two sets of thermometers and humidity gauges.

Painting works shall only proceed when the prevailing temperature is at least 3°C above dew-point.

Each coat shall be free from pores, runs, pinholes and sags. Each coat shall be allowed to dry or
to harden before the succeeding coat is applied. Where pore-free coats are specified, it shall be
compulsory for the Contractor to prove this quality with adequate instruments.

Care shall be taken to maintain full paint thickness at all corners and edges and special attention
shall be paid to the application of protective coatings over welds, mitred joints, etc.

The first coat shall be applied (by brush or roller) immediately after sandblasting and shall be
finished within two hours, or whatever suitable period was agreed upon between the
Employer/Engineer and the Contractor, to avoid new corrosion.

Shop coats shall be checked for excellent quality and where necessary, before proceeding with the
painting or coating operations at the Site. The Contractor shall clean and repair all shop coats
which are defective or damaged.

Oil and grease shall be removed before mechanical cleaning is started. Clean cloths and clean
fluids shall be used to avoid leaving a film of greasy residue on the surfaces being cleaned. Any
required wash treatment shall be done in accordance with the manufacturer's painting instructions.

The Contractor shall consider that damage to paintwork during shipment, storage and erection is
practically unavoidable and the application of all protective treatment should be programmed
accordingly. Care must be taken to remove salt crystals, deposited during sea transport and/or
storage at a seaport, by thorough washing with clean fresh water. It is essential that before any
coat of paint is applied, the surface shall be prepared as described above so that it is clean and
free from all deleterious matter and completely dry.

Temporary or permanent welding shall not be permitted on areas where the welding will damage
paint or other protective coatings, unless the areas of coatings which would be damaged thereby
are accessible for repairing and inspection. Material which has been painted shall be handled with
care and protected as necessary to preserve the coating in good condition.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4.10.6 Quality Control


The first and each successive coat shall not be applied without inspection and approval by the
Employer/Engineer.

The minimum dry-film thickness prescribed in these Specifications shall be observed. Not more
than three spots on average per 1 m2 painted surface will be measured for dry-film thickness. No
measured thickness shall be less than the specified thickness. Where the minimum thickness is
not achieved, the coat shall be repaired to reach the specified minimum dry-film thickness.

The dry-film thickness shall be measured by approved gauges. During the entire erection period
the Contractor shall make available two sets of electronic paint thickness gauges.

For checks on porosity, the Contractor shall furnish a DC variable high-tension test instrument with
built-in pore counter. The test voltage shall not exceed 2 kV. The tests shall not be performed
within 0.5 m distance from uncovered, corrosion resistant surfaces.

Upon completion of each coat, the painter shall make a detailed inspection of the painting finishing
and shall remove from adjoining work all spattering of paint material. He shall make good all
damages that can be caused by such cleaning operations.

A detailed inspection of all painting work shall likewise be made, and all abraded, stained, or
otherwise disfigured portions shall be touched up satisfactorily or refinished as required to produce
a first-class job throughout and to leave the entire work in a clean and acceptable condition.

4.10.7 Warranty
The guarantee period for all corrosion protection work shall be 1,820 days, starting from the date of
the issue of the “Taking-Over Certificate”. This guarantee period shall be effective regardless of
any other guarantee periods for the project or parts of the project, or any “Defects Notification
Period” or even “Performance Certificate”, issued prior to the elapse of the painting guarantee
period.

The Contractor shall perform requested painting repair work at no charge for the Employer if the
painting quality guarantee is not met.

At the end of the guarantee period the corrosion protection may show a degree of rusting not
higher than Re1 on the European scale of degree of rusting for anti-corrosive paints.

4.10.8 Galvanising
Unless otherwise specified, all structural steel and all exterior and interior steel surfaces of outdoor
equipment, as well as bolts and nuts associated with galvanised parts shall be hot-dip galvanised,
electro galvanised or sherardized, as may be appropriate to the case.

Galvanising shall be performed in accordance with ISO 1461 and ISO 14713.

Material: For galvanising, only original blast-furnace raw zinc shall be applied, which shall have a
purity of 98.5%.

The cover of the zinc coat shall be:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- For bolts, nuts, and all other parts, except for hydraulic steel structures or parts
intermittently or permanently submerged in water, approx. 500 g/m2,
- For hydraulic steel structures or parts intermittently or permanently submerged in water,
approx. 1000 g/m2.

Cleaning: All material to be galvanised shall be carefully cleaned of rust, loose scale, dirt, oil,
grease, and other foreign matters. Care shall be taken to clean slag from welded areas.

Galvanising of plates and shapes: Where pieces are of such lengths that they cannot be dipped in
one operation, great care shall be exercised to prevent warping.

Finished compression members of steel structures shall not have lateral variations greater than
one-thousandth of the axial length between the points which are to be supported laterally. Finished
tension members shall not have lateral variations exceeding 3 mm for each 1.50 m of length.
Materials with sharp kinks or bends shall be rejected. All holes in material shall be free of excess
spelter after galvanising.

Galvanising of hardware: Bolts, nuts, washers, locknuts and similar hardware shall be galvanized
in accordance with the relevant standards. Excess spelter shall be removed by centrifugal
spinning.

Straightening after galvanising: All plates and shapes which have been warped by the galvanising
process shall be straightened by being re-rolled or pressed. The material shall not be hammered or
otherwise straightened in a manner that will injure the protective coating. Materials that have been
harmfully bent or warped in the process of fabrication or galvanising shall be rejected. Repair of
galvanising: Material on which galvanising has been damaged shall be re-dipped unless the
damage is local and can be repaired by soldering or by applying a galvanising repair compound; in
this case, the compound shall be applied in accordance with the manufacturer's instructions.

Soldering shall be done with a soldering iron using 50/50% solder (tin and lead). Surplus flux or
acid shall be washed off promptly and the work shall be performed so as not to damage the
adjacent coating or the metal itself. Any member on which the galvanised coating becomes
damaged after having been dipped twice shall be rejected.

4.11 QUALITY ASSURANCE PLAN


The Contractor shall prepare a detailed quality assurance plan for the Project consistent with his
ISO 9000 certification. The quality assurance plan shall provide details of all quality assurance
procedures as applied to the facilities, any quality control interventions required to be witnessed by
the Employer/Engineer, all references to drawing control, inspection or testing documents, and all
quality assurance documents that will be produced during the manufacture, installation and
commissioning of the facilities. It shall include but not be confined to, the tests and inspections
included in the Specification.

The quality assurance plan shall be issued by the Contractor’s duly authorised officer and
submitted to the Employer/Engineer for approval. Following approval, the Contractor may not vary
the requirements thereof without the explicit approval of Employer/Engineer. The Employer/
Engineer may, at any time, audit the quality assurance documents and the implementation of the
quality assurance plan.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4.11.1 Scope
These quality management requirements shall apply to all activity during design, procurement,
manufacturing, inspection, testing, packaging, shipping, storage, site erection and commissioning.

The Contractor shall have sole responsibility for ensuring compliance with each of these
requirements as applied to the whole of the contract Works, and shall ensure that subcontractors
implement those quality activities that are appropriate to the extent of their supply.

4.11.2 Document Submittal


In addition to any document submittals required by other parts of the Specification, the Contractor
shall forward the following Quality Control documentation to the Engineer as indicated.

The Contractor shall submit Quality Manuals, standard QC plans for main items of equipment,
installation procedures, and other such documents, within 28 days from the Commencement Date.

These documents will be resubmitted to include the necessary details during the execution of the
Contract.

Documents shall be supplied to indicate the following:

(1) Identification of main items to be supplied, with names of supplier and manufacturer (if
different from supplier) and location of place of manufacture.

(2) Manufacturing programmes for each major item of equipment, showing main stages of
design, procurement, manufacture, inspection and testing.

(3) Site erection and commissioning programme, showing all controls, inspections, tests and
safety procedures.

4.11.3 Particular Requirements


These particular requirements identify the elements of quality control considered necessary to
ensure compliance with the specified Contract requirements and it is these elements that the
Engineer will examine to verify that compliance has been achieved.

Details of the structure and methods used for establishing and implementing these control
elements are not stated, since there are many acceptable ways of achieving a satisfactory system
of control. The manufacturer’s established structure and methods shall be used whenever these
are complying with the particular requirements stated in the following clauses.

4.11.4 Organisation
The Contractor shall establish an organisation for the control of quality, and all personnel so
designated shall have defined responsibilities and the authority to identify and evaluate quality
problems, and to ensure that adequate remedial actions are implemented.

The Contractor shall ensure that responsibilities are assigned for advising the Contract
requirements to subcontractors and manufacturers, and the monitoring of compliance with those
requirements.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4.11.5 Planning
The Contractor, immediately after Award of Contract, shall perform a complete review of the
Contract and take timely action to ensure that the necessary quality control procedures and
provisions are established in accordance with this Specification, purchase order, applicable codes
and standards, or other Contract Documents.

Particular care shall be taken to identify any specified requirements that are different from or
additional to a manufacturer’s normal design or quality control practice, and to initiate the
necessary measures to ensure that such additional requirements are implemented satisfactorily.

The Contractor shall prepare a quality plan for the complete Contract Works and shall require
individual manufacturers to prepare detailed quality plans for all main items of equipment. Quality
plans shall identify all inspections and tests which are to be carried out, including those necessary
to verify compliance with specified requirements.

4.11.6 Design Control


The Contractor shall be responsible for control of all design functions for the Contract Works.
When design responsibility is shared by subcontractors, the Contractor shall establish interface
control measures which co-ordinate the control of the whole design process.

The Contractor shall provide controls to ensure that specified design requirements, codes and
standards are correctly incorporated into specifications, drawings, procedures and instructions. All
designs and drawings, including those produced by subcontractors, shall be checked and
approved by Contractor’s personnel, other than the originator.

Drawings and designs submitted for the Engineer’s approval will not be accepted if there is no
evidence of checking by the Contractor, of it the quality of the document’s contents clearly
indicates that any check carried out was not competent.

4.11.7 Procurement Document Control


The Contractor is responsible for ensuring that all procurement documents issued to
subcontractors contain or reference all applicable requirements specified in the Specification which
are necessary to enable the Contractor to fulfil those requirements. The Contractor shall also verify
that all subcontractor’s purchase orders onto manufacturers or other suppliers similarly identify all
applicable requirements.

4.11.8 Document and Change Control


The Contractor shall establish measures to control all documentation that relates to the quality
requirements detailed in the Specification. The measures shall ensure that only current issues of
documents are used at all manufacturing and control points.

4.11.9 Control of Purchased Material, Equipment and Services


The Contractor shall be responsible for ensuring that all purchased material, equipment and
services conform to the Contract requirements.

All purchased material or equipment shall be subjected to inspection control by the Contractor,
either on receipt, or before despatch from the manufacturer’s works.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

No material or component shall be obtained by the Contractor or his subcontractors from any
source which has not been previously audited by a responsible party and designated as an
approved supplier. The Engineer may, at his discretion, require evidence that such audits have
been satisfactorily made and/or evidence of the competence of the designate supplier to meet the
necessary quality requirements.

4.11.10 Control of Inspections and Tests


The Contractor shall ensure that all manufacturer’s inspections and tests are satisfactorily carried
out, in accordance with the planned programme and that the data recorded is acceptable. On
completion of manufacture, sufficient inspection and testing shall be carried out to complete the full
verification that all equipment conforms to al specified requirements.

4.11.11 Handling, Storage and Delivery


The Contractor shall ensure that adequate and controlled measures are established for cleaning,
protection, preservation, packing, handling, storage and shipping, to protect items from damage,
deterioration or loss. When the nature of the item dictates the need for special handling equipment,
this shall be specified and verified by the Contractor.

The identification, marking and labelling of items of shipping shall comply with contractual
requirements, and shall be applied in a manner that will ensure no loss of identity and permit
permanent and easy recognition of special handling and storage requirements.

4.11.12 Inspection and Test Status


The Contractor shall ensure that measures are established for all material and items that will
prove, at any point of manufacture, that the manufacturer’s planned inspections and tests up to
that point have been carried out.

4.11.13 Site Installation and Commissioning


The Contractor shall ensure that all Site installation and commissioning controls, inspections and
tests, are carried out in accordance with the planned programme, and that data recorded is
adequate to permit the Engineer to verify that the whole of the Contract Works are in full
compliance with all Contract requirements and specifications.

4.11.14 Implementation
To achieve the Quality Management Requirements specified above, the Contractor shall designate
two senior engineers with sufficient authority who will be solely responsible for the Quality
Management of the Project. These engineers shall be independent of any other design,
manufacturing, inspection, testing and site erection activities associated with this Contract.

One engineer will be responsible for all activities associated with design, procurement,
manufacture, inspection, testing, packing and shipping whether undertaken by the Contractor, or
by his designated subcontractor or supplier and will be normally resident at the Contractor’s Head
Office or principal place of work. The other engineer will be responsible for all activities associated
with site erection and will be resident at the Contractor’s Site Office.

The main responsibilities of the Quality Management engineers are given below:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Head Office

(1) Production and implementation of all Quality Manuals, Standards, test and inspection
programmes for all materials ordered. All QMs and QSs and programmes shall be submitted
for approval to the Engineer prior to implementation.

(2) Verifying/Certification that all design and drawings prior to submission to the Engineer are in
accordance with the Specification and all relevant Standards/Codes of Practice.

(3) That all orders placed for materials are in accordance with (1) above, and that only the latest
revision of approved drawings is used during manufacture.

(4) That all manufacturers/suppliers have acceptable Quality Control procedures and that these
have been implemented throughout the execution of the work. All QCs shall be submitted for
approval to the Engineer prior to their implementation.

(5) That all test and inspections are undertaken to agreed Standards and Codes of Practice and
that the test/inspection results meet or exceed the specification requirements.

Site Office

(1) Production and implementation of all Quality Manuals, Quality Standards and test and
inspection programmes relating to all site construction, testing, pre-commissioning,
commissioning and safety procedures. All QMs and QSs and programmes shall be submitted
for approval to the Engineer prior to implementation.

(2) That only the latest revision of approved drawings is used during the execution of the work
and that no drawings stamped “This Drawing Subject to Approval” is available for use on site.

(3) That all orders placed for local materials are in accordance with paragraph (1) for Head
Office.

(4) That all work is executed in accordance with the requirements of the Specification and all
relevant Standards/Codes of Practice.

(5) That all tests and inspections are undertaken to agreed Standards/Codes of Practice.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 4-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 5: MECHANICAL AND HYDROMECHANICAL EQUIPMENT

Table of Contents

5. MECHANICAL AND HYDROMECHANICAL EQUIPMENT ...................................................... 1


5.1 GENERAL DESIGN PARTICULARS ................................................................................................ 1
5.1.1 Fasteners ................................................................................................................................... 1
5.1.2 Pressure Piping ......................................................................................................................... 2
5.1.3 Gaskets ...................................................................................................................................... 6
5.1.4 Lubrication, Lubricants, Fuel ..................................................................................................... 6
5.2 DESIGN PRINCIPLES FOR MECHANICAL EQUIPMENT............................................................... 6
5.2.1 Mechanical Instruments ............................................................................................................. 6
5.2.2 Drives and Gears ....................................................................................................................... 7
5.2.3 Valves ........................................................................................................................................ 7
5.2.4 Compressed Air System ............................................................................................................ 8
5.2.5 Water Pumps ........................................................................................................................... 10
5.2.6 Lifting Equipment ..................................................................................................................... 11
5.2.7 Locking Facilities ..................................................................................................................... 13
5.3 DESIGN OF PRESURE OIL SYSTEMS ......................................................................................... 14
5.3.1 Oil-Hydraulic Drives ................................................................................................................. 14
5.3.2 Oil Hydraulic Cylinders ............................................................................................................ 15
5.3.3 Hydraulic Fluid ......................................................................................................................... 16
5.3.4 Motor Pump Sets ..................................................................................................................... 17
5.3.5 Oil Reservoir ............................................................................................................................ 17
5.3.6 Oil Filters .................................................................................................................................. 18
5.4 STEEL STRUCTURES .................................................................................................................... 18
5.5 DESIGN PRINCIPLES FOR STEEL STRUCTURES ...................................................................... 19
5.6 HYDROMECHANICAL EQUIPMENT .............................................................................................. 19
5.6.1 Embedded Parts ...................................................................................................................... 20

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
5.7 WELDING WORKS IN GENERAL .................................................................................................. 20
5.8 WELDING CONSUMABLES ........................................................................................................... 20
5.8.1 Types of Electrodes, Wires and Fluxes ................................................................................... 20
5.8.2 Conditions and Storage ........................................................................................................... 21
5.8.3 Heating and Baking Requirements .......................................................................................... 21
5.9 QUALIFICATION OF WELDING PROCEDURES ........................................................................... 22
5.9.1 General .................................................................................................................................... 22
5.9.2 Parameters in the Welding Procedure Specification ............................................................... 22
5.9.3 Welding Procedure Qualification Test ..................................................................................... 22
5.9.4 Procedure Qualification Record ............................................................................................... 23
5.9.5 Non Permitted Welding Processes .......................................................................................... 23
5.9.6 Testing Requirement for Procedural Qualification Test ........................................................... 23
5.9.7 Acceptance Criteria ................................................................................................................. 24
5.9.8 Retest....................................................................................................................................... 25
5.10 QUALIFICATION OF WELDERS AND WELDING OPERATORS .................................................. 25
5.10.1 General .................................................................................................................................... 25
5.10.2 Qualification Test for SMAW with Covered Electrodes ........................................................... 27
5.10.3 Qualification Test for SAW....................................................................................................... 27
5.11 PRODUCTION WELDING ............................................................................................................... 27
5.11.1 General .................................................................................................................................... 27
5.11.2 Welding Sequence ................................................................................................................... 28
5.11.3 Weld Preparations ................................................................................................................... 28
5.11.4 Weld Execution ........................................................................................................................ 29
5.11.5 Preheating and Interpass Temperature ................................................................................... 32
5.11.6 Stress Relieving - Post Weld Heat Treatment (PWHI) ............................................................ 32
5.12 TESTING OF WELDS ..................................................................................................................... 33
5.12.1 Reporting ................................................................................................................................. 33
5.12.2 Mandatory Stages of Inspection .............................................................................................. 33
5.12.3 Visual Inspection ...................................................................................................................... 33
5.12.4 Radiographic Inspection .......................................................................................................... 33
5.12.5 Ultrasonic Inspection ............................................................................................................... 34
5.12.6 Magnetic Particle Inspection (MPI) .......................................................................................... 34
5.12.7 Dye Penetrate Inspection (DPI) ............................................................................................... 34
5.12.8 Increased Inspection ................................................................................................................ 34
5.12.9 Mechanical Tests ..................................................................................................................... 34
5.13 NDT REPORTING REQUIREMENTS ............................................................................................. 34
5.14 INSPECTION REQUIREMENTS ..................................................................................................... 35
5.14.1 Inspection Personnel ............................................................................................................... 35

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

5. MECHANICAL AND HYDROMECHANICAL EQUIPMENT


5.1 GENERAL DESIGN PARTICULARS
All mechanical, hydromechanical and electrical Works under this Contract shall comply with these
General Technical Specifications and with the Particular Technical Specifications. The equipment
shall be of an approved, reliable design providing the highest possible degree of uniformity and
interchangeability.

The design and arrangement of equipment and installations shall facilitate erection, testing,
operation and maintenance.

All equipment shall be pre-assembled in the manufacturer’s workshop to an utmost extent.


Revolving parts shall be truly balanced both statically and dynamically. If running at normal speed
and at any load up to the maximum, no vibration may occur due to lack of balance.

Contact between dissimilar metal parts shall be avoided as far as practicable, especially in any
fully or partially submerged application. Suitable insulating material such as plastic, neoprene or
paint shall be provided where possible to prevent metal to metal contact between dissimilar metals.
If it is necessary to use dissimilar metals in contact with each other, the two metals shall be as
close as possible to each other in the galvanic series and practical experience shall be submitted
to demonstrate their compatibility. Overlapping paint shall be applied where dissimilar metals are
welded together.

5.1.1 Fasteners
All bolts, screws, anchor bolts, with sleeves, nuts, washers, locking devices, etc., required for all
equipment and the Hydromechanical Equipment of this Contract shall be supplied.

All bolts, studs, screws, nuts, and washers shall be according to the ISO system unless other
standards will be considered for specific applications. Threads shall be metric. The Contractor shall
indicate the extent to which other standards are proposed. Bolts and nuts shall be hexagonal or
socket headed. Sizes smaller than 4 mm shall be used only for instrument and relay internal
connections.

Where mild steel bolts and nuts are used, they shall be of the precision cold forged washer faced
type if commercially available in the size required. Alternatively, approved hot forged bolts and
nuts, machined so that the undersides of bolt head and nut are faced and parallel to one another
when assembled, may be used. In the latter case, a suitable fillet shall be machined between the
bolt head and shaft. All parts, other than structural steel work, bolted together, shall be spot faced
on the back to ensure that nuts and bolt heads bed down satisfactorily. Bolts machined from bar
stock shall not be used without approval of the Employer/Engineer. All bolting material shall be
adequately treated against corrosion before dispatch from the workshop. Mild steel nuts and bolts
shall be zinc or cadmium plated. All threads shall be greased carefully during installation except
where otherwise specified. Split pins or other approved locking devices generally shall be provided
for nuts which may become loose due to vibration, etc.

All Bolts, nuts, screws and other device used to fix, clamp or adjust any parts which are:

▪ Exposed to water or high humidity, or


▪ Subjected to frequent adjustment or frequent removal,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
shall be of corrosion-resistant steel or bronze. Bolts and nuts shall be of different grades of
stainless steel to avoid problems of spalling.

To minimise the probability of galling (cold welding) between mating surfaces of bolts and nuts,
dissimilar materials as close as possible to each other in the galvanic series or lubricants shall be
used.

All bolts or studs which will be subject to high stress and/or temperature shall be of approved high
tensile material with nuts of approved material. All bolts and studs larger than 36 mm in diameter,
which are not accessible for tightening, and loosening by commercially available pneumatic impact
wrenches shall be drilled for heaters, or shall have an extension for pre-tensioning with hydraulic
tools.

Washers shall be provided under bolt heads and nuts unless otherwise approved by the
Employer/Engineer. All ferrous nuts and bolts on Works items where dismantling may be required
during the life of the Works shall have their threads coated with an approved anti-seize compound.

When in position, all bolts or studs shall project through the corresponding nuts by at least one
thread, but this projection shall not exceed three threads, unless more length is required for
adjustment. All nuts and set screws shall be securely fastened, to prevent loosening due to
vibrations, using spring washers, lock nuts, split pins, self-locking inserts or ‘Loctite’ as appropriate
for the purpose and material used.

The Contractor shall supply the net quantities plus 5 % of all permanent bolts, screws and other
similar items and materials required for installation at the Site. Any such rivets, bolts, screws, etc.,
which are surplus after the installation of the Works has been completed shall become spare parts
and shall be wrapped, marked and handed over to the Employer/Engineer.

5.1.2 Pressure Piping


5.1.2.1 General
Pipe work for oil-hydraulic drives shall be designed according to DIN 19704-2, Clause 10.1.7.
Standardized pipes shall be used, where applicable.

Ductile irons pipes shall conform to ISO 2531; class K9, fittings to class K12. Unless waived by the
Employer and/or the Employer/Engineer, ductile iron pipes and fittings shall be mortar lined to
AWWA C 104, double thickness.

The Contractor shall prepare schematic diagrams of each piping system showing the size of, and
flow rates through, pipes, devices and fittings. The schematic diagrams shall be designed to assist
the operators in understanding the piping systems, in operating them correctly, and in diagnosing
and correcting malfunctions.

The Contractor shall also prepare installation drawings for each piping system showing the kind,
size, route and use of all pipe work, and the location of flanges, fittings and devices. The schematic
drawings and installation drawings shall be submitted to the Employer/Engineer for approval.

All exposed pipes, except for stainless steel pipes shall be painted with colours to identify the
contents, as approved by the Employer/Engineer. Stainless steel pipe shall be banded with colour-
coded bands at regular intervals. The flow direction and pipe work system name shall also be
marked at appropriate intervals on the pipe work, except for small-bore tubing.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
In the design of pipe work, the Contractor shall take into account the increase over time in head
loss due to scaling and other deterioration of the pipe work. Pipe work shall drain to low points,
which incorporate drain valves or plugs. Where a branch cannot be drained through fixtures, a
drain valve shall be provided in an accessible location. Air release or bleed points shall be
provided at high points in water or oil pipe work, including small bore tubing to instruments, and
fitted with manual or automatic release valves or plugs as appropriate.

Cooling water pipe work shall be fitted with thermometer pockets as required by the Drawings or
directed by the Employer/Engineer to allow the temperature change across Plant and Equipment
to be measured. Pipe work shall be fitted with pressure gauge tapping, sockets as required by the
drawings or directed by the Employer/Engineer. Gauge lines for pressure gauges where the
pressure oscillates in a manner likely to damage the pressure gauges shall be fitted with damping
orifices. Pressure gauges or transducers shall be able to be removed without taking the plant or
equipment out of service and shall be calibrated and scaled to measure the pressure at the tapping
point. Gauges or transducers for measuring sub-atmospheric pressures shall use designs that
prevent the formation of vapour bubbles in the gauge line.

Flow measurement devices shall be of a type not requiring impellers or sensors to be in contact
with the working fluid.

The Contractor shall also take into account the need to limit the noise generated by flow through
pipe work, and the avoidance of vibration during operation. The Contractor shall design pipe runs
and joints to minimise the possibility of leakage or obstruction, but enable ease in dismantling or
disconnecting pipe work for maintenance of the equipment. As far as possible, pipe work shall not
be embedded, but shall be run neatly overhead or in trenches provided by others in accordance
with the Contractor’s requirements as advised in the Drawings and Information submitted.

All required piping shall be furnished complete with flanges, joints, expansion joints, gaskets,
packing, valves, drains, vents, pipe suspensions, supports, etc. Steel structures, walkways,
platforms, stairs and ladders shall be provided to cross pipes with diameters of 600 mm and larger.

Welding as well as application of corrosion protection coats shall be done in the manufacturer's shop
as far as possible.

Flanged connections or joints shall be limited to a minimum.

All flanges shall comply with the requirement of 5.1.2.2 `Piping, Fittings´. All flanges which are
welded directly to fittings shall be of the weld-neck type. All other flanges shall be of the slip-on type.
Joints between stainless and normal steel flanges shall be of the insulated type.

If the piping crosses over joints of civil structures of different settlement, the piping shall be
provided with flexible joints to allow for vertical, horizontal, and angular deviations.

Piping installation shall be sloped to prevent trapping of air bubbles. Where required suitable venting
systems shall be provided.

Adequate clearance shall be given to parallel pipes to allow for easy maintenance without disturbing
other lines. All overhead piping shall have a minimum clearance of 2.00 m from operating floors and
platforms.

Pressurised pipes shall generally not be embedded in concrete. When embedding such pipes is
absolutely necessary, the approval of the Employer/Engineer is required.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
Steel pipes of a diameter <150 mm shall be of stainless steel. Steel pipes larger than 150 mm in
diameter shall be made of galvanised carbon steel. Pipe connections embedded in concrete shall
be welded. Other pipe connections shall be flanged. The flange material shall be in conformance
with the pipe material. The Contractor shall select the location of the welding seams as to ensure
sufficient access for adequate touch-up treatment for corrosion protection.

Considering the kind and chemical properties of the transported media, pressure pipes of diameters
smaller than 80 mm shall be of stainless steel, except for non-pressurised piping.

Where required water piping shall be provided with anti-condensation insulation.

Non-Pressurised pipe systems can also be made of plastic material. The same can be applied to low
pressure-pipes completely embedded in concrete, subject to approval by the Employer/Engineer.
Typical Pipe Transitions are shown in ANNEX 5.

The use or incorporation of materials containing asbestos or lead is prohibited.

5.1.2.2 Piping, Fittings


Stress calculations of steel pipes shall be in accordance with EN 13480 or with "AD-Merkblätter;
German Association of Manufacturers of Pressure Vessels, Memos". In no case, the
superimposed stress of bending, tension, compression, etc., calculated to the shape variation
hypothesis, shall exceed 0.7 of the yield point at maximum applied load at any point of the piping.

The maximum applied load shall take into account test pressure, water-hammer pressure waves,
thermal forces, dead weight, etc. On request of the Employer/Engineer, a calculation on pipe
stresses has to be submitted by the Contractor at no extra cost. The requested calculation will be
subject to the approval of the Employer/Engineer.

The minimum steel pipe wall thickness shall be the "normal" or "standard" wall thickness as stated
in the applicable standards.

Bends shall preferably be of the forged type. Mitred bends shall be allowed for larger sizes subject
to the approval of the Employer/Engineer. For smaller fittings ductile iron will be permitted, too.

Insulating unions shall be provided at all points where pipes, valves, etc. of dissimilar metals are
connected. Unions used between dissimilar metals shall be capable of separating metals in a
manner which will prevent the passage of more than 1% of the galvanic current which would exist
with metal-to-metal contact. Union connectors shall be of the same material as the pipes, valves,
etc. to which attached. Pressure and temperature rating shall be no lower than those of the piping
system in which installed. Unions shall be provided with moulded bushing insulation and Buna-N
gaskets

5.1.2.3 Hangers and Supports


The Contractor shall supply and install all pipe hangers, brackets, nuts, clamping bars, holding
springs, and other supports required for supporting the piping to allow for dead and live weight,
expansion due to temperature or pressure, and vibration and noise isolation. Support shall be
complete including the drilling and fixing of expansion anchors or adhesive anchors, except where
embedded supports are provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
5.1.2.4 Installation and Workmanship
Pipe work shall be installed at the locations, elevations and to the lines shown on the Contractor's
drawings as approved by the Employer/Engineer.

Where pipes are embedded in concrete, it shall be carefully set to the required lines and grades
and securely braced and held so that no movement shall occur during placing of concrete. Pipe
supports where embedded in concrete shall be made of material which will not deteriorate, weaken
or cause damage to the pipe. The Contractor shall schedule and arrange the installation of pipe
work in cooperation with the civil work contractor.

All pipe work shall be assembled to introduce the minimum of stress in the pipes and fittings, and
the assembly shall conform to best piping practice. All pipe work shall be supported where shown
on the Contractor's drawings as approved by the Employer/Engineer. All pipe work shall be
supported at a maximum interval of 2 meters for steel and 1 meter for stainless steel. Vertical runs
shall be supported by means of pipe clamps or collars at each floor and at intervals to avoid
damage to joints. All piping shall be supported and installed to avoid pockets that will not
completely drain. All piping to be embedded shall be tested and approved by the
Employer/Engineer prior to being embedded.
Others will provide sleeves or block-outs where pipes pass through a wall, floor or beam. The
Contractor shall seal around pipes where they pass through a wall or floor with an approved filler
material or as directed by the Employer/Engineer.

All surfaces of the pipe intended to be in contact with concrete shall be cleaned prior to placing the
concrete in order to secure a satisfactory bond. The last 150 mm before a concrete surface of such
pipes shall be wrapped with an approval compressible material to prevent spalling of the surface.
Pipes shall not be run across contraction joints unless otherwise approved, and provided with
suitable wrapping to avoid local yielding of the pipe.

5.1.2.5 Flushing of Pipe Work


On completion of the pipe work; the complete system shall be flushed with the same type of
hydraulic oil at flow velocity of not less than 2 m/s until a minimum cleanliness of class ISO 16/13
is achieved.

The Contractor shall provide all equipment, materials and services necessary for the flushing of
pipe work.

5.1.2.6 Leak and Pressure Tests


The Contractor shall test all pipe work on completion to demonstrate that it is free from leakage
and adequately supported. At the time of testing, the pipe work shall be fully assembled and
supported in accordance with the Drawings, other than test caps or standpipes necessary to fill
and pressurise the pipe work. Pipe work may be tested in convenient sections. If piping is tested in
sections, temporary end caps shall be fitted. Tests shall use the working fluid for which it was
designed.

All pipe work shall be leak tested at 115% of the static working pressure for an approved period to
demonstrate freedom from leakage.

All pipe work subject to more than 100 kPa shall be pressure tested, in the presence of the
Employer/Engineer, to an approved procedure, and to not less than 150% of the maximum working
pressure in service. The procedure shall specify the pressure stages and duration for pressurising

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
and depressurising the pipe work in a safe manner. At the maximum pressure, the test pressure
shall be held constant for at least 10 min without pumping or leakage.

5.1.3 Gaskets
Gate seals shall be of high quality non-ageing synthetic rubber material, which shall be unaffected
by wetting and drying or temperature changes. The degree of hardness according to Shore shall
be 50-55 for sill sealing and 60-80 for lateral sealing. The Contractor shall furnish the name of the
manufacturer and technical data of the material for approval. The properties shall be according to
the requirements of DIN 19704.

Seals shall be moulded. Extruded seals are not permitted. Prefabricated corner pieces must be
used. Holes in related parts of the seal assemblies shall be carefully drilled, using a template,
assure proper matching when the seals are mounted. Arrangements shall be made to provide
effective continuity of sealing at the corners.

Seals shall be designed and mounted in such a manner that they are adjustable, watertight and
shall be readily removable.

All adjusting screws and bolts for securing the seals and seal assembly shall be of stainless steel.

5.1.4 Lubrication, Lubricants, Fuel


Efficient means of lubrication, suitable for use under Site conditions, shall be provided for all
moving parts.

Self-lubricating types of bearings shall be given preference, unless otherwise specified or


practicable.

The contamination of the air, water and soil by lubricants and fuel shall by all means be avoided.
The Works must be designed according to latest recognised standards for modern engineering
practice.

Wherever possible the hydraulic lubricants and greases shall be manufactured and supplied by
one and the same company, and the number of types shall be kept to a minimum. The
Employer/Engineer reserves the right to request the various contractors to use certain types of
lubricants, oils, etc. The Contractor shall not be entitled to claim extra payment for this request. All
different types of oils, lubricants, etc., shall be stated in the Tender and are subject to the written
approval of the Employer/Engineer.

Unless otherwise stated in the Particular Technical Specifications, the first oil or grease filling for
bearings, pressure oil systems, transformers, etc., including the necessary quantity for flushing and
for the first oil change, shall be included in the Tender Price.

Also, reference must be made, in the manufacturer’s recommended spare parts, to the quantity of
lubricants to be kept in stock for a time of operation as stated in the Data Sheets. The respective
quantities shall be quoted in the Data Sheets, the respective costs in the Price List.

5.2 DESIGN PRINCIPLES FOR MECHANICAL EQUIPMENT


5.2.1 Mechanical Instruments
All mechanical parts of instruments shall be suitably protected against shocks and vibrations, heat,
humidity and splash water, etc.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Pressures gauges shall be provided with a damping liquid, e.g., glycerine, to compensate
vibrations. Pressure gauges without damping means are not permitted, unless approved by the
Employer/Engineer.

5.2.2 Drives and Gears


All moving machinery parts including shafts, couplings, collars, projecting key heads, gear wheels,
rope/belt-drives shall be completely guarded to provide full protection. All setscrews on revolving
shafts shall be countersunk or suitably protected. The guards shall be of approved design and
shall be fitted with inspection doors/openings where necessary. All guards shall be arranged in
such a way that they can be removed without disturbing the parts of the gears and Works, which
they protect.

Gears shall be designed in a manner that all stresses are within allowable limits when the
maximum loads are being handled. All gears shall be designed and calculated in accordance with
DIN, or equivalent international standards, or widely approved methods and to the individual
experience of the manufacturer. On request of the Employer/Engineer, the manufacturer shall
submit the calculation of the gears.

Where worm gears are used as a direct drive, they shall have the same load and time rating as the
motors driving them. The gears shall work in oil and the temperature rise of the oil bath shall not
exceed 40°C - 50°C under normal working conditions at Site. The mating faces of worm wheel and
worm shall be of a bronze/steel alloy.

Where practicable, gear wheels shall be forced fit on the shaft and, in addition, shall be keyed
adequately to prevent any relative motion between the wheel and shaft. Where gears and
couplings are secured in position by means of keys, they shall be easily accessible for tightening
or removal. All keyways shall be machine cut. Couplings and collars shall be the shrouded or
protected-type, free of projections of any kind.

All bearings shall be mounted in dustproof housings. Base of bearing supports shall be machined,
and shall rest on machined-surfaces.

5.2.3 Valves
Small valves and gates shall be conforming to EN 12266.

Generally, valves shall be leak-proof in either flow direction (except for non-return valves) when the
nominal pressure is applied.

All valves with design pressures higher than PN 10 and diameters larger than DN 100 shall be
workshop-tested to EN 12266 for tightness and soundness of material.

The change of the disc seals of butterfly valves shall be possible without dismantling of disc and
body.

Valves shall close clockwise and be provided with position indicators. The drive units of motor-
driven valves shall also be provided with hand wheels for manual operation. Manual operation
shall be possible under all conditions and shall be independent of the motor drive. Further, the
hand wheel shall not be rigidly coupled to the motor drive and it shall not turn when the motor is
energised.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
To facilitate operation, large valves and gates shall be provided with by-pass lines for pressure
balancing, if required.

All valves shall be readily accessible for both operation and maintenance, and where necessary for
ease of operation the spindles shall be extended and an approved form of pedestal hand-wheel
provided at convenient operating floor level.

Shut-off valves shall be suitable for opening and closing against unbalanced pressure, including
closure against free discharge. If necessary, by-passes are to be provided to meet these
requirements.

Valve spindles and pins shall be of stainless steel, spindle nuts and bushes of bronze, the body at
least of improved C.I. (e.g., Mechanite).

All pressure reduction valves, safety valves and similar components shall be workshop-tested and
provided with a work certificate 2.3 according to EN 10204.

5.2.4 Compressed Air System


Air compressors shall be designed for a long life span with low maintenance. Major bearings shall
be oil pressure lubricated, from oil systems fitted with replaceable cartridge, full flow filters.
Compressors shall be fitted with protection against low oil pressure or high delivery air
temperature.

Crankcases on reciprocating compressors shall be enclosed equipped with positive crankcase


ventilation and to be fitted with suitable oil condensate traps.

Inlets shall be fitted with silencers and replaceable cartridge filters.

Motors and compressors, if combined shall be mounted on a common rigid base plate to ensure
alignment.

The provisions for safety of the entire compressed air system shall be conform with internationally-
accepted standards. The standards proposed by the Contractor will in any case be subject to
approval of the Employer/Engineer.

Vessels shall be of the cylindrical, vertical type and shall be mounted on a structural steel base.
The inner surfaces of the vessels shall be protected with an appropriate paint coating or the
vessels have to be hot dip galvanised. Each vessel shall be equipped with the following devices:

- 2 inlet sockets with valves


- 2 outlet sockets with valves
- 2 pressure safety valves
- 2 dial pressure gauges, one of the gauges with 4 electrical contacts
- 1 manhole or inspection hole
- 1 drain valve.

In case the pressure vessel is used for pressurised oil or water systems, the vessel shall further be
equipped with:
- 1 transparent level gauge with shut-off valves at both ends
- Level indicators with electrical contacts in a number required or specified.

Compressors shall be provided with:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
- Automatic lubrication
- Air-intake filter and silencer
- Thermometer for measuring temperature of the compressed air
- Automatic shut-down if the discharge air temperature exceeds a predetermined, adjustable
value
- Discharge valves
- Water drain valves
- Water/oil separator
- Pressure safety valve
- Compressed air cooler
- Non-return valve
- Inlet pressure valve
- Outlet pressure valve
- Automatic moisture trap

The water / oil separator shall be equipped with an automatic solenoid drain valve to achieve
automatic draining during standstill. The compressor stages shall be equipped with discharge
valves, which shall close time delayed after a start to avoid compressor start against full pressure.
The compressors shall be delivered as package units on a common frame with the appropriately
sized AC squirrel cage motor and the respective motor starter panels, ready for operation.
Each vessel shall pass a pressure test at 1.5-x nominal pressure for 8 hours in the manufacturer’s
workshop before coating is applied.

If requested by the Employer/Engineer, each compressor shall pass a performance test in the
manufacturer’s workshop to a standard mutually agreed upon, e.g., DIN 1945, VDMA 4362,
without extra cost. The readily assembled compressors, controls, and switchgear shall be
subjected to functional tests.

Each vessel shall be furnished with a test certificate of an independent, reputable underwriters’
society.

The compressed air system shall be equipped with an air dryer system.

The air dryer system shall be of the heatless, desiccant type with automatic regeneration. A pre –
filter and after-filter shall be furnished with the desiccant air dryer. The pre-filter shall be provided
with an automatic trap and drain valve for the removal of liquid particles, and shall remove all
contaminants such as oil, liquids, pipe scale and dirt greater than 0.6 m (microns).
The after-filter shall prevent contaminates and desiccant particles greater than 0.9 m (microns)
Nominal from entering the air system. The air dryer system shall consist of the following
components:

- One coalescing pre-filter assembly, stainless steel construction, DN 25 connections, with


one coalescing pre-filter element.

- One automatic drain valve with DN 15 connections and time intervals which are fully
adjustable in the field

- One Heatless Instrument Air Dryer

- One particulate after-filter DN 25 assembly, stainless steel construction, DN 25


connections, with one after-filter.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
5.2.5 Water Pumps
All pumps shall have stable head-discharge characteristics over the required operating range.
They shall have non-overloading power characteristics over the likely operating range.

All components in contact with water, including impellers, fixed and rotating seals, and suction bell-
mouths, shall be renewable and of corrosion resistant materials. Fixing and rotating elements of
rotary impeller seals shall be of different materials such that galling cannot occur if seals are
inadvertently contact.

Pump shafts shall be of stainless steel. Rotary shaft seals shall be of spring loaded ceramic
element glands. Packed glands will not be accepted. Sliding shaft seals may be packed glands,
but shall have PTFE impregnated packing material.

Pump inlets shall be fitted with suction strainers. The strainer openings shall prevent the entry of
foreign material that could not pass through the impeller. Strainers shall be strong enough to
withstand complete blockage.

Pumps and motors shall be mounted on a common base plate rigid enough to provide alignment.
Rotating elements shall be provided with suitable guards.

Gaskets shall be exchangeable without extensive disassembly of the pump. Leakage water shall
be directed to suitable drainage facilities.

Each pump shall be fitted with:


- Check valve at the discharge side
- Air and drain valve
- Pressure gauge.

The material of the pump components shall be as follows,


- Shaft stainless steel
- Sleeves stainless steel
- Wear rings bronze
- Keys stainless steel

The impeller diameters shall be neither maximum nor minimum impeller size for the selected pump
size.
The pumps shall withstand corrosion and wear by abrasive matters within reasonable limits.

Shafts sealed by packing glands shall be fitted with sleeves. Seals shall be exchangeable without
extensive disassembly of the pump. Leakage water shall be directed to suitable drainage facilities.

Each pump shall be fitted with:

- check valve at the discharge side

- Air and drain valve

- Pressure dial gauge.

The pumps shall be capable of continuous operation over their operating ranges without the pump
input power exceeding the nameplate rating of the motor at any point in the operating range. The
pumps shall be designed to operate within their respective head ranges without instability and
without exceeding the vibration limits for horizontal pumps as given by the HI Standards. The

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
head-capacity curve shall rise continuously from minimum head to shut-off head. Pump rated
speed shall not exceed 1500 rpm without written approval of the Employer/Engineer

For submersible pumps, pump and motor shall be contained in the same casing and designed as a
package unit with incorporated suction strainer and check-valve.

The impeller shall be of bronze with or without rubber lining. For dirt water pumps, the flow channels
shall be rubber-lined.

The motors of submersible pumps operating in potable water shall not be filled with oil or other media
detrimental to potable water. Motors of submersible pumps operating in dirt water may be filled with
oil.

Dirt water submersible sump pumps with the motors mounted on top of the pump shall be suitable
for running dry continuously, without damage to seals, bearings, or motors.

For all other items, the requirements described for non-submersible pumps shall apply.

For any pump, the overall pump-motor efficiency for the specified rated head and discharge shall not
be less than 60%.

If requested by the Employer/Engineer for pumps with power input larger than 30 kW, one out of
three pumps shall pass a performance test to ISO 9906, class II, with measurements taken at a
specified discharge of 0%, 50%, 80%, 100%, and 120% at rated speed. The results have to be
certified in a workshop certificate 3.1 according to EN 10204. For pumps with PP larger than 100 kW,
these tests shall be compulsory, the test certificate 3.2 to EN 10204.

Prior to the test, the manufacturer shall provide certified motor performance curves.

The power of the pump motor shall be 15% higher than the maximum power required by the pump
at any operation point.

For any pump, the overall pump-motor efficiency for the specified rated head and discharge shall
not be less than 60%.

5.2.6 Lifting Equipment

5.2.6.1 Design and Calculation Standards


Generally, for design, stress calculation, manufacture and installation, the EN 13001, FEM “Rules
for the Design of Hoisting Appliances” or other relevant standards and regulations shall be
applicable.

Safety devices for the operating personnel shall be provided wherever it is deemed necessary.

The Contractor shall state the various load combinations and factors of safety taken as a basis for
calculation of the different components of the crane. In addition, the various factors of safety for the
different load combinations shall be stated.

The crane hook shall not shift laterally when lifted or lowered.

Every lifting equipment shall be subject to a test operation with an overload = 1.25 x nominal load.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
The crane girders and rails shall be calculated for a deflection not exceeding 1/1000 of the span at
maximum nominal load.

Steel structures of lifting equipment shall be of welded construction, which can be assembled at
Site. All field connections and joints shall be bolted.

For maintenance, inspection and lubrication, appropriate ladders, platforms and steps shall be
provided, fitted with anti-slip checker plates, tabular handrails and skirting. Walkways, stairs and
platforms for lifting equipment shall generally be designed for a service load of 3000 N/m2.

5.2.6.2 Material Standards


The material to be used for manufacturing lifting equipment steel structures shall conform to EN,
ASTM. If the Contractor intends to supply material other than that mentioned above, he can do so,
provided their equivalence to the specified material standards is verified by the Contractor and
approved by the Employer/Engineer.

The stresses between the track rails, equipment supporting and fixing elements and the concrete
shall not exceed (viz DIN 1045) the following values:

- Mean allowable compressive stresses 6 N/mm2


- Allowable compressive stresses on edges 8.5 N/mm2
- Allowable bond and shear stresses 0.8 N/mm2

The stresses induced by maximum torque shall not exceed 80% of the material yield point.

5.2.6.3 General Design Particulars


Nameplates stating the nominal capacity in kN or tons (as required by the Employer/Engineer)
shall be attached to both sides of the lifting equipment structure and to both sides of the tackle.
The printing shall be clearly legible from the floor.

Hoists, ropes, drums, sheaves and related equipment shall be calculated to DIN 15020.

Flexible couplings shall be installed to relieve the bearings and shafts from any stresses due to
misalignment and to facilitate the removal of motors, wheels and gears. The motor couplings also
shall be of the flexible type.

All couplings, drive wheels and gears shall be press fit and keyed to the shaft.

All wheels shall have a hardened tread with a minimum Brinell hardness number of 400, and shall
be made of carbon steel or low-alloy steel forgings. They shall have double flanges, shall be
machined to a uniform diameter concentric with the hub bore.

All bearings shall preferably be anti-friction bearings designed to permit easy shaft disassembly
and replacement. The minimum average lifetime under design load conditions shall be 5000 h.

All gears shall be designed and executed as helical gears. For all high-speed gears and pinions, oil
bath lubrication shall be provided. Low-speed gears may be lubricated with soft grease. Suitable oil
and grease drip pans shall be installed and be readily accessible for draining and cleaning.

Bridge and trolley drives shall be equipped with spring-set, electrically (solenoid or electro-
hydraulic) released shoe or disc brakes, with capacities of at least 1.5 times the full operating
torque of the drive.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The brake shall be applied when the motor control switch or the main switch is in the "off" position
and/or in case of power failure in any phase. The braking action shall be gradual and the brake
shall become fully effective after a certain time lag.

Lifting equipment to operate gates shall be designed in accordance with DIN 19704.

5.2.7 Locking Facilities


5.2.7.1 General
The Contractor shall provide locking facilities for a security locking system and an isolation locking
system for cubicles, equipment and rooms in his supply together with padlocks for access gates
and doors related to his equipment. The locking systems shall be approved by the Employer
and/or the Employer/Engineer.

5.2.7.2 Security Locking System


The security locking system shall be a grand master key system designed to prevent unauthorised
access to cubicles, equipment and rooms, and to prevent unauthorised operation of critical plant.
Locks shall be provided for all equipment in the Contractor’s supply with a master key opening
every lock within each major group, unit or area of Plant.

Every lock in the Contractor’s supply shall also be able to be opened by the grand master key held
by the Employer.

Before the Contractor begins the erection of equipment, which is locked or installs equipment or
door locks on Site, he shall forward two copies of the Grand Master Key to the Employer/Engineer.

5.2.7.3 Isolation Locking System


The isolation locking system shall be either a padlock system or a proprietary locking system,
completely independent of the security locking system. Locks shall be provided in sufficient
numbers and suitable to lock every electrical or mechanical isolation device which may be required
to be isolated in accordance with the Employer’s permit system and with approved operation and
maintenance procedures. Equipment to be isolated shall include but not be confined to electrical
disconnectors and isolating switches, grounding switches, fuse switches, lockable circuit breakers,
plant docking devices and all isolating valves.

The keying system shall be a simple independent system in which each lock shall be able to be
operated by its own key only and without a master key. The Contractor shall formally hand over to
the Employer when requested by the Employer/Engineer, two keys for each lock, together with the
lock maker’s authorisation certifications to enable him, but nobody else, to duplicate the keys.
Each key and lock shall bear a unique identification number, with a blank tag attached for the
Employer’s use.

5.2.7.4 Construction Locks


The Contractor shall provide all locks necessary to restrict access to the facilities included in the
Contract from the arrival on Site until the security and isolation locking systems are in place.
Isolation locks at the interface between the facilities and equipment controlled by other contractors
or the Employer/Engineer shall, until such time as the facilities or part thereof have been taken
over, be fitted with multiple lock devices such that each party may apply their own lock
independent of any other party.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

5.3 DESIGN OF PRESURE OIL SYSTEMS


The design for these parts shall follow the instructions of DIN 19704.

5.3.1 Oil-Hydraulic Drives


The Contractor shall design, and install a complete hydraulic hoist system for the operation of the
gates. The system shall be arranged to provide for individual gates to be operated independently
of each other.

The hydraulic power pack shall be housed in the Local Control Rooms (LCR).

The hydraulic hoist cylinders for the gates shall be supplied with high-pressure oil from the
hydraulic power packs. The structural framing of the unit to comprise the oil reservoirs and
hydraulic control panels equipped with 100% duty motor-pump sets, hand pump, close/open,
throttle, flow, off-loader, control and pressure relief valves with all the necessary hydraulic and
electrical equipment to actuate the hoist cylinders. Pressure gauges calibrated in bars shall be
mounted on the panel to indicate pump and cylinder line pressures.

Control manifolds shall be mounted adjacent to each cylinder above flood level. The valves shall
be equipped with a compensator to ensure the gates move at a constant speed irrespective of
loading.

To prevent creep when the valve is not energised and to assist deceleration a leak-free counter
balance valve or check valve shall be fitted on each service line between the proportional valve
and cylinder. The counter balance valve shall incorporate relief valves to relieve excessive
pressures in the cylinders should the gates be subjected to external loading in either direction.

The control manifold block shall also incorporate a manually operated directional control valve for
emergency operation when no power is available. Isolator valves will need to be installed to isolate
the proportional valve circuits.

For the gates to be moved by an externally applied force, anti-cavitations and overload isolator
check valves shall be incorporated into the manifold assembly to allow the gates to move freely.
Should a complete loss of the electrical power supply occur, it shall be possible to rise and/or lower
gates by manually operating a hand or gas-driven hydraulic pump to be supplied under this
contract.

The Contractor shall design and install a complete hydraulic control system for each pair of hoists
associated with each gate. The hoists shall be designed to raise and lower the gates under the
operating conditions specified and to hold the gates in any partially or completely open or
completely closed position for any length of time without vibration.

The hydraulic power packs installed in the Local Control Rooms (LCR) shall have a common oil
reservoir, but each gate system shall have a full set of its own hydraulic power and control
equipment.

During gate maintenance, when the control system is selected to “Local Control”, the two hydraulic
actuators will have the facility to be independently controlled by the maintenance operators.

To maintain the gate in the position selected in the event of a pipe failure, each hoist cylinder shall
be provided with a fail safe device mounted on the annulus side of the cylinder. Should a pipe
failure occur whilst the gate is in motion the pump-motor, it shall automatically stop. Under this

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
condition means shall also be provided to hold the gate in the present position or lower the gate
onto the sill by manual or electrical actuation.

5.3.2 Oil Hydraulic Cylinders


The hoist cylinders with welded flanges shall be manufactured from seamless carbon steel tubes.
The piston rod shall be of high strength carbon steel with a 200 to 350 micron toughened ceramic
coating to overcome corrosion, dirt, scratching, wear, and resistant to admissible loading on the
cylinder rod. The ceramic coating shall incorporate a position measurement integrated in the
cylinder with no mechanical parts. The position sensor is mounted and fully integrated in the head
of the cylinder outside the pressure zone, and is positioned precisely with its sensitive axis in-line
with the piston rod, and is insensitive to angular or radial movements.

The sensor is fully encapsulated and protected in stainless steel housing with IP67 protection.
The accuracy of the position output shall be:

General Analogue
Linearity Less than 1 mm + 0.07 % FSD
Temperature + 0.025 mm/ºC +0.002 FSD/ºC
Hysteresis + 0.05 mm +0.0025% FSD
Repeatability + 0.025 % FSD

The Contractor shall submit documentary evidence that cylinder rods with the ceramic finish
supplied in this Tender have been in service for a minimum period of five years in similar
environment.

The ceramic coating shall be homogeneous, non-conductor, and impermeable. It shall be


sufficiently elastic to flex with the cylinder rod. It shall have the following properties:

- Surface hardness 800-1000 BHN


- Coating thickness 150 µm
- Impact resistance 7-15 Nm
- Force require to fracture 500 MPa

The hoist cylinders shall be sized to operate under the normal operating conditions specified
without exceeding a working pressure of 22 MPa. The hoist cylinders for radial gates shall be
mounted at the non-gate end on a spherical rear clevis with plain spherical bearings housed in a
sealed enclosure to IP 67. Due consideration shall be given to the dimension of the piston rod
when maximum thrust is exerted to close a gate fully. The mechanical efficiency at working
pressure shall not be less than 95%.

The hydraulic cylinders shall be manufactured in accordance with the standards DIN 19704, and
shall be double acting type if not different specified in the Particular Technical Specification.

The cylinder bore and piston rod must be machined to smooth surface of less than 0.4 mm Ra for
long service life of the seals in a sealed housing to IP 67. The rod end shall be connected to the
gate by a fixed stainless steel axle and shall be installed in accordance to the manufacturer’s
recommendation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
The sealing elements shall provide 100 % sealing, resistant to deterioration from continuous
exposure to air, directly sunlight and sea water, mineral oil, wear and low friction type. All ‘O’ ring
seal shall be pre-tension type; piston rod seal shall be provided with ‘rod wiper ring’.

The pivot assemblies shall rotate on fixed corrosion resistant steel axles secured with locking
devices.

Piston rings and oil seals shall be provided to prevent leakage of oil between the piston and
cylinder and from the cylinder. The complete hydraulic hoist cylinder assemblies, including the
cylinder body, glands, piston rings and oil seals shall be designed to withstand a differential
pressure up to twice maximum working pressure. After each cylinder has been fully assembled in
the workshop, it shall be pressure tested at 150% of the maximum working pressure for a period of
2 h. Thereafter, the pressure shall be reduced to the working pressure. Finally, the test pressure
shall be sustained again for 10 min. No leakage is allowed during the test.

The piston rod end of each cylinder shall have a spherical clevis end with a plain spherical bearing
enclosed guiding element of corrosion free metallic shall be provided to ensure the seals can
function perfectly. The bearings shall be high efficiency, low friction, avoidance of ‘stick slip’ at low
rod speed and preferred to be stainless steel.

The travel of the piston when moving the gate in either direction shall be limited by end stops in the
cylinder and not by contact of the gate on the build-in parts. A hydraulic end cushioning function
shall be provided for in the design to control the deceleration of the piston at both ends of the
stroke, and prevent heavy shock loads from being transmitted to the equipment.

The hoisting equipment shall be capable of raising and lowering a gate under the operating
conditions specified and shall be capable of holding the gate in any position for prolonged periods.
The hoists shall be located at both sides for radial gates and arranged to ensure the lifting forces
are equalised under all conditions of operation. The guiding system shall be arranged to limit
unequal movement of the pistons to ±3 mm maximum.

Adequate provision shall be made in the design of the hydraulic cylinders to limit the deflection of
inclined servomotors under its own weight when in the fully extended position.

The rated pressure shall be the oil pressure required to raise the gate at the maximum specified
speed from the fully closed position. Wiper seals shall be provided on the pistons to prevent grit
and other harmful particles entering the cylinder when the piston is retracted.

Each cylinder shall be provided with the necessary connections, lifting lugs and fittings so that the
hoist cylinder can be disconnected from the hydraulic system to permit removal from the gate. The
Contractor shall give full details of the equipment required and the procedure that should be
adopted for the removal of the cylinders. Any special lifting equipment, fixings and specialist hand
tools shall be supplied and retained on site after installation and become the property of the client.

5.3.3 Hydraulic Fluid


The hydraulic fluid shall be a high quality mineral oil to give satisfactory operation between
temperatures of 0ºC and 80ºC. The oil shall contain the additives for corrosion inhibitor,
antioxidant, anti-wear, de-foaming agent and detergent. The Contractor shall supply sufficient oil to
fill the entire hydraulic systems including hoists, reservoir and piping, plus an additional 10% in
suitable containers for topping up the hoist systems. Only oil in accordance with ISO 15380,
ISO 12922, DIN 51524 and DIN 19704 or equivalent standards shall be used.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
During the initial oil filling operation, on completion of the hydraulic pipe lines installation, all
hydraulic oil delivered to the site for the systems shall be flushed through a series of anti-
contamination and cleaning filters to ensure that only clean oil is transferred into the new
hydraulics systems.

The monitoring of this filling process shall be continuous through the initial fill and system flushing
procedures and this must be certified in writing in compliance with the hydraulics equipment
manufacturer’s recommendation. Any contaminated oil will be stored in suitably marked containers
and removed from site.

5.3.4 Motor Pump Sets


The hydraulic power packs shall be equipped with 2 Nos., 100% rated duty motor-pumps. If one of
the motor-pumps fails during operation, the system must switch automatically to the other motor-
pump. Each motor-pump shall be capable of opening or closing a gate under all hydraulic cylinder
loads, and at the speeds specified to the fully open or closed positions and under maximum
unbalanced gate loading conditions. Each motor shall be rated 20% above the maximum load.

The pumps shall be of the positive displacement type with a fixed or adjustable volume control
under all operating conditions.

Piston type pump is preferred, and the Contractor shall take into account long life expectancy, low
noise level good efficiency, compatibility with the hydraulic oil selected. Appropriate seals shall be
selected and to be rated at 2 times the working pressure.

The pump shall be driven by a direct coupled electric motor designed for 400 V, 50 Hz AC, and the
speed shall not exceed 1500 rpm to limit the oil speed at suction side to 0.6 m/s.

The volumetric efficiency of the pump shall not be less than 98%. The hydraulic mechanical
efficiency shall not be less than 85%.

5.3.5 Oil Reservoir


The oil reservoir shall be designed in accordance with DIN 19704-2, Clause 10.1.6 and the
hereunder given specification.

The oil reservoirs capacity shall be sized to accommodate four times the volume of the maximum
flow supplied by the pump(s) in one minute, plus the pendulum volume of all connected cylinders,
plus the contents of the piston rod chamber of the largest connected cylinder plus the contents of
the associated pipes. Additional capacity shall be provided for the heat dissipation of the oil and air
separation.

A minimum clearance of 100 mm above maximum oil level shall be considered. The base of the
reservoir shall be slope to drain out settlement; a drainpipe and valve shall be provided. The
suction and delivery pump shall end at a distance of 3 times their diameter above the reservoir
floor, and the pipe end shall cut off obliquely to minimise turbulence.

A stainless steel baffle plate from the reservoir bottom to the top shall separate the suction and
return areas in the reservoir. The oil reservoir shall be fabricated from mild steel plates and
sections and fitted with the necessary connections to the pump sets. It shall be fitted with a filter
type air vent, a screened filter, manhole for access, oil level sight gauge and necessary mild steel
frame and bolts for attachment to the concrete floor. The following shall also be provided.

- A filling orifice with oil and air filter.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
- A removable cover provided with a synthetic rubber seal for access to the tank.
- A limit switch for detecting when the oil level in the tank is too low. This will be signalled.
- Lifting rings.

The internal surfaces of the reservoir shall be painted with a sealer to prevent oxidation from
condensation. The sealer shall not react chemically with the hydraulic fluid.

Filling the reservoir shall be by quick fit connector couplings for oil to be pumped in through a
return line filter.

At the return pipe, an external pipe complete with valve shall be provided for drain out to an
external container.

5.3.6 Oil Filters


The power packs shall be equipped with a main filtration system having 10-micron size filters to
protect the hydraulic system control devices from contamination. The filter shall be of synthetic
material.

In addition, auxiliary filters shall be provided to protect the control devices against contamination
likely to occur following the installation of external pipe work or maintenance operations.

Filters shall be designed and installed that their elements can be changed without disturbing pipe
work or incurring undue loss of system fluid or risk siphoning from the fluid reservoir.

If the filters are mounted between the oil pump and associated pressure relief valve, contamination
shall not restrict the pump flow or cause any significant rise in pump pressure.

All filters shall be equipped with clogging indicators and be easily accessible for checking and
servicing.

On registering a filter-blocked signal, the motor can continue to run while the alarm is initiated at
the Central Control Room (CCR).

5.4 STEEL STRUCTURES


For standards applicable to steel structures of lifting equipment, refer to "Lifting Equipment" and for
hydraulic steel structures, refer to "Hydraulic Steel Structures" of these General Technical
Specifications.

Stairs and ladders shall have an inclination of approximately 30° and 75°, respectively. Stairs shall
be complete with handrails, min. 90 cm high, and kickboards of 8 cm height.

Vertical ladders shall be installed alternating left hand/right hand side to horizontal platforms
placed approx. every 5 m of vertical height. Vertical ladders of more than 3 m height shall be
guarded. Load assumptions for ordinary platforms shall be:

- For platforms used by personnel and for support of light


equipment with single weights of less than 500 N 2500 N/m2,
- For all other platforms 5000 N/m2,

unless otherwise specified or stipulated in the applicable standards.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Platforms and stairs shall be provided with anti-slip checker plates.

5.5 DESIGN PRINCIPLES FOR STEEL STRUCTURES


The design for these parts shall follow the instructions of DIN 19704-2, Clause 4.

5.6 HYDROMECHANICAL EQUIPMENT


The design calculations of gates shall comply to DIN 19704 or other approved standards.

All supporting structural parts and connections of the hydromechanical equipment shall be
calculated on the basis of the most unfavourable load assumptions. Structural parts subjected to
buckling, overturning and bulging strains shall be analysed to EUROCODE 3, or similar standards.

Where multi-axial stresses occur, it shall be proved that the comparative stresses according to the
hypothesis of deformation energy are not exceeded. Deformation of structural parts shall be
permissible to an extent, consistent with the operational requirements.

For dimensioning of hoists, all unfavourably occurring load cases shall be taken into account. The
lifting forces shall be calculated according to DIN 19704, under consideration of all dead weights,
friction forces, acceleration forces, efficiency of hoists, etc.

To so calculated nominal maximum lifting forces for gates a safety factor of 25% shall be applied.
A safe lowering of gates shall be ensured; the closing pressure at the weir sill shall amount to at
least 5 kN/m. The direction of the lifting forces occurring with opening and closing shall be
graphically represented in relation to the gate position as an annex to the design calculation. The
DIN 19704-2 or similar standards shall be applied.

Special care shall be taken to the gate design with regard to all possible hydraulic influences. The
shape of the bottom edges of the gate shall be constructed in such way as to ensure that
resonance does not occur as a result of harmonics. Vibration free working at different water levels
and gate openings shall be guaranteed.

The material to be used for manufacturing of hydraulic steel structures shall conform to EN 10025
or equivalent ASTM approved standards. The Contractor, however, shall use only the structural
steel types S235JRG2 and S355J2G3 or ASTM A36. For these structural steels and relevant bolts,
rivets and welds the permissible stresses shall be in accordance with DIN 19704.

In case the Contractor intends to supply other than the above mentioned materials, he can do so,
provided their equivalence to the specified material standards is verified by the Contractor and
approved by the Employer/Engineer. The safety factors in relation to the yield point as stated in
DIN 19704 shall be adhered to.

For all structural parts which are acting under load against the concrete structures, the following
permissible stresses (viz. DIN 1045) shall not exceed the following values:

- Mean permissible compressive stresses 6 N/mm2


- Permissible compressive stresses on edges 8.5 N/mm2
- Permissible bond and shear stresses 0.8 N/mm2

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
Corrosion-resisting steel or other approved corrosion-resisting metal shall be used for the following
parts:
- All sealing surfaces on the embedded parts
- All bolts and nuts for fixing the seals or other removable parts (bolts for bottom seals shall
be M20 minimum)
- All pins to the lifting rods.

All sealings shall be arranged in one plane, i.e. not showing any transition from the upstream to the
downstream side.

The lower part of the skin-plates shall be capable to withstand concentrated loads. Below the
lowest horizontal beam the skin-plates shall have at least 1,5 times the thickness of the upper skin
plates.

5.6.1 Embedded Parts


The embedded parts shall be amply designed to guarantee strength and resistance against
corrosion. The minimum thickness shall be 12 mm. All parts shall be equipped with fixing bolts in
sufficient number and size to be fixed by welding to the base plates.

The fixing bolts shall have a minimum diameter of 16 mm, shall be fitted with threads and be
equipped with adjusting nuts to facilitate adjustment. They shall be arranged so that the parts to be
embedded in the second stage concrete will be firmly fixed. All reinforcement bars, fastening struts
and embedded parts of regular steel shall be covered by at least 6 cm of concrete.

5.7 WELDING WORKS IN GENERAL


Welding: All welding, temporary or permanent, shall meet the requirements of the latest edition of
AWS D1.1 “Structural Welding Code-Steel”, as modified by this specification. Qualified welders
and welding operators only shall carry out all welding work using qualified welding procedures in
accordance with this specification.

5.8 WELDING CONSUMABLES


5.8.1 Types of Electrodes, Wires and Fluxes
5.8.1.1 General
The electrodes, wires and fluxes used in fabrication shall be selected to produce welds with
mechanical properties equivalent to those required for the base metal or as specified by the
Employer/Engineer.

When steels of different strengths are joined, the tensile properties of the weld metal shall be
matched to the lower strength steel.

5.8.1.2 Covered Electrodes


All covered electrodes for welding of structural steel shall be low hydrogen electrodes. The
hydrogen content shall not exceed 10 ml per gram of deposited weld metal.

Electrodes shall be selected from a list of approved types of electrodes, such a list to be submitted
to the Employer/Engineer for approval prior to selection being made.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Electrodes shall only be used under conditions, in positions, and using the welding parameters
recommended by the manufacturer

5.8.1.3 Wire and Flux for Submerged Arc Welding


Wire and flux shall be carefully selected and the flux shall be of the fully basic type. The storage
and use of wire and flux shall be as recommended by the manufacturer. The flux supplier shall
define the range of chemical composition of wire to be used for his particular flux. No low-alloy
wires shall be accepted. The proposed wire and flux shall be submitted for approval to the
Employer/Engineer.

5.8.1.4 Wire for Gas Metal Arc Welding

The gas metal-arc process may only be used on mild steel in enclosed shop fabrication conditions,
and provided that the filler wire selected is such that the welds produced have the same
mechanical properties as the base metal.

5.8.2 Conditions and Storage


Electrodes shall be supplied in hermetically sealed metal boxes and stored in a dry storage room
where the minimum temperature is 20C. All manual type electrodes shall be properly identifiable
(see AWS A 5.1 and 5.5) up to the time of usage, each electrode being distinguishable by colour
code marking. If baking, handling or other causes destroy colours, the electrodes shall not be
used. Batch numbers shall be recorded.

Low hydrogen electrodes shall not be stored in heated cabinets containing electrodes of other
types, such as rutile or organic type electrodes.

Wire spools for automatic and semi-automatic processes shall be stored in cabinets with supplier
wrapping not removed and remain clearly identifiable up to the time of usage. Unidentifiable wire
shall not be used.

Flux shall be supplied and stored in accordance to this Specification.


Each batch of flux and wire shall be labelled with the information from the supply container. The
labels with batch number shall be recorded for reference.

All unidentifiable, damaged, wet, rusty or otherwise contaminated consumables shall be scrapped.
A consumable handling, storage and issuing procedure shall be submitted to the Employer for
approval prior to the start of any fabrication.

5.8.3 Heating and Baking Requirements


All low hydrogen electrodes shall be baked at 270ºC to 330°C one hour prior to use. On
completion of baking, the electrodes shall be transferred to a holding oven at 150ºC. When later
removed from the holding, the electrodes shall be transferred to heated quivers or containers at
75ºC and used within 8 h.

Electrodes not used within 8 hours or for some reason exposed to adverse atmospheric conditions
shall be re-baked for one hour then transferred to the holding oven for later use. Electrodes shall
be re-baked only once.

Flux for submerged arc welding shall be issued as required for immediate use. They shall be held
in heated silo at 70ºC.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

5.9 QUALIFICATION OF WELDING PROCEDURES


5.9.1 General
Detailed welding procedures for typical structural welding of plates, shapes and tubular members
shall be established and qualified in accordance with DIN EN 286/287, ASME Boiler and Pressure
Vessel Code, Section VIII and IX or AWS D1.1 and further required in this Specification. All
procedures shall be submitted to the Employer and/or the Employer/Engineer for review and
approval before any welding is commenced and the procedure test shall be witnesses by the
Employer/Engineer if required.
Welding procedures and qualification records already qualified shall be acceptable solely at the
discretion of the Employer/Engineer.

No fabrication welding shall commence until the appropriate procedure tests have been approved
by the Employer/Engineer.

Copies of the approved welding procedure specification (WPS) shall be readily available for
reference at any time by the welders or welding operators and the Employer/Engineer. Any
structural repair welding shall be limited to two attempts and approved by the Employer/Engineer.
Repair welding procedures shall be established and qualified.

5.9.2 Parameters in the Welding Procedure Specification


A welding procedure specification (WPS) shall contain the following parameters with all
explanatory details necessary:

(a) Material specification of the base metal.


(b) Welding process, manual or semi-automatic.
(c) Material thickness range for which the procedure is valid.
(d) Geometry of welding grooves showing allowable tolerances.
(e) Root gap showing allowable tolerances.
(f) Welding position and direction.
(g) Filler metal specification and brand.
(h) Filler metal classification.
(i) Specification of flux.
(j) Gas shielding - flow, mixture and composition.
(k) Number and sequence of passes.
(l) Welding current, voltage, polarity and heat input (including ranges).
(m) Travel speed and electrode run-out length for each pass and range.
(n) Preheat and interpass temperature.
(o) Post-weld heat treatment including heating and cooling rates.
(p) Method of cleaning and gouging.

5.9.3 Welding Procedure Qualification Test


Welding Procedure Qualification tests shall be carried out at the cost of the Contractor, to verify the
WPS and shall simulate, as far as is practicable, the conditions and materials to be used for
production welding. Limitations imposed by the essential variables of the procedure qualification
shall be adhered to in production welding.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
Changes in any of the essential variables will call for a new qualification test. Changes in one or
more of the non-essential variables will not call for a new qualification test, but a new WPS is
required.

A qualified procedure is valid for materials and thickness in accordance with paragraph 5.5.1 and
Table 4.1 of AWS D1.1.

Qualification of a fillet weld by a groove weld is not acceptable.

5.9.3.1 Essential Variables in Qualification of Welding Procedures


Any changes in the essential variables listed in AWS D1.1 Paragraph 5.5.2 and/or the following
shall require the submission of a new WPS and a complete qualification of the procedure.

(a) A change in base metal type or grade outside the range defined in the Specification.
(b) A change in welding process, from that qualified to any other welding process or
combination of welding processes.
(c) A change in the welding groove or a change in the root gap outside of the allowable
tolerances.
(d) A change of consumable trade name, group, grade, classification or source of
origin.
(e) A change in wire/flux combination.
(f) An increase of electrode diameter by more than 1.0 mm over that used in the
procedure qualification.
(g) A change in shielding gas composition of any constituent of more than 5 % of the
total flow.
(h) The omission or inclusion of backing strips. These shall be avoided wherever
possible.
(i) Changes from multi pass to single pass or vice versa.
(j) A change in type of current or the polarity.
(k) The omission or inclusion of back gouging.
(l) A deviation in preheat and/or post-weld heat treatment procedure.

5.9.4 Procedure Qualification Record


The specific facts from the WPS and test results from the welding procedure qualification test shall
be recorded in the procedure qualification record (PQR). The PQR shall be submitted to the
Employer and/or the Employer/Engineer for approval before any production welding is
commenced. The form used for the WPS and PQR shall be such as described in AWS D1.1.

5.9.5 Non Permitted Welding Processes


High heat input welding processes such as electro -gas, electro-slag or high power density welding
would not normally be permitted.

5.9.6 Testing Requirement for Procedural Qualification Test


5.9.6.1 Non Destructive Testing (NDT)
Each Test specimen shall be non-destructively tested for soundness using the following methods:
(a) Visual inspection.
(b) Ultrasonic inspection.
(c) Magnetic particle or dye penetrates inspection.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
5.9.6.2 Destructive Testing
(1) Tensile and Bend Test

(a) Complete Penetration Groove Welds:


The type and number of specimens that must be taken to qualify a welding
procedure are shown in section 5.10.1 of AWS D1.1.

(b) Partial Penetration Groove Welds:


The type and number of specimens that must be taken to qualify a welding
procedure are as shown in section 5.10.2 of AWS D1.1.

(c) Fillet Welds:


The type and number of specimens that must be taken to qualify a welding
procedure are shown in section 5.10.3 of AWS D1.1.

(2) Macroetch Transverse Cross-section Test Specimen

Macroetch tests are required for all welds. For plate welds, one piece shall be selected. For
tubular welds, one test piece in the 6 o’clock and one test piece in the 9 o’clock position
shall be selected.

(3) Hardness Test

A hardness survey shall be carried out on one of the macroetch cross-section test
specimens.

(4) Impact Test

This shall be required if ambient temperature at the fabrication yard is likely to fall below
20 ºC.

5.9.7 Acceptance Criteria


5.9.7.1 Visual Inspection
The weld shall be inspected in accordance with 9.25.1 of AWS D1.1.

5.9.7.2 Ultrasonic Inspection


The weld shall be inspected in accordance with 10.19 and 10.17.4 of AWS D1.1.

5.9.7.3 Magnetic Particle Inspection (MPI) / Dye Penetrate Inspection (DPI)


The weld shall be inspected in accordance with 9.25.2 and 9.25.4 of AWS D1.1.

5.9.7.4 Tensile Test


The tensile strength shall not be less than the minimum of the specified tensile strength of the base
metal used.

5.9.7.5 Bend Test


The specimen shall be inspected in accordance with 5.12.2 of AWS D1.1.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

5.9.7.6 Macroetch Test


The specimen shall be inspected in accordance with 5.12.3 of AWS D1.1.

5.9.7.7 Hardness Test


The maximum hardness allowed shall be 400 HV 10.

5.9.7.8 Impact Test

Impact requirements shall be as in this Specification.

5.9.8 Retest

5.9.8.1 When Retest is not allowed


Unacceptable defects evaluated by visual, MPI, DPI, ultrasonic and macroetch testing shall be
cause for rejection. A new test weld shall be required.

5.9.8.2 When Retest is allowed


When one of the following mechanical test specimens fails to meet the required acceptance
criteria, two additional specimens shall be prepared for re-testing. The location of the two
additional specimens shall reflect the location of the failed specimens. If one or both of the retest
specimens fail, then this shall be cause for rejection. A new test weld shall be required.

(a) Tensile test


(b) Bend test
(c) Impact test (when applicable)
(d) Hardness test

5.10 QUALIFICATION OF WELDERS AND WELDING OPERATORS


5.10.1 General
5.10.1.1 Qualification Required
Welders and welding operators shall be qualified in accordance with the requirements of DIN EN
287, ASME or AWS D1.1 and this Specification. Only qualified welders shall be employed during
the fabrication including tack welding, structural welding and repair welding of any structural steel
part. They shall only perform welding for positions and processes for which they are qualified.
Backing materials shall not be used during testing. The Contractor shall ensure that welders of any
subcontractor or of any otherwise nominated contractor are qualified in accordance with this
Specification. The purpose of a welder qualification test is to verify that the welder can apply a
qualified welding procedure making welds of satisfactory quality.

5.10.1.2 Witness and Approval of Test before Welding

All welders and welding operators tests shall be witnessed and approved by the
Employer/Engineer before the welder or welding operator is permitted to work on the structure.
The decision by the Employer/Engineer regarding qualification of any welder or welding operator
shall be final. Evidence of previous qualification tests may be accepted solely at the discretion of
the Employer/Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
5.10.1.3 Provision of Equipment and Costs of Test
The Contractor shall provide equipment for the welder qualification tests and shall bear all costs for
the non-destructive testing, the cutting and machining of test specimens and mechanical testing of
specimens.

5.10.1.4 Welder Identification System


An identification system shall be worked out for welders and welding operators. The system, which
shall include a numbering and identification card index, shall be established and agreed with the
Employer. Whilst on the Works, the welder/welding operator shall always be identifiable by a
badge bearing his name. In the event that a welder leaves the Works, his mark shall not be
assigned to another welder employed on the Works.

5.10.1.5 Marking of Welds


Each qualified welder and welding operator shall be supplied with an identification marker. The
welder shall clearly mark the plate or pipe adjacent to his weld using soft die stamps with the
identification mark assigned to him in his qualification certificate. Tack welding of components
need not be marked.

5.10.1.6 Base Material


As far as it practicable, welders and welding operators shall be qualified on the same material to
be used for fabrication. Similar types of materials may be substituted at the discretion of the
Employer/Engineer provided that it can clearly be demonstrated that the weldability is equivalent to
the material intended for use in the fabrication.

5.10.1.7 Retest
If the test joint does not meet the requirements, the welder or welding operator may at the
discretion of the Employer/Engineer, carry out a new joint of the same type as the one rejected.
Failing of both these tests shall result in the welder or welding operator not being employed further
for the Contract.

5.10.1.8 Welder Qualification Record


A record of the welder’s qualification tests, including a reference to the corresponding WPS
number, the essential variables according to Clause 5.3 above and the test results, shall be issued
for each welder or welding operator for each test they pass.

5.10.1.9 Period of Effectiveness


(a) Welders and welding operators who will perform welds in the process/position
combinations for which they were previously qualified need not re-qualify for those
combinations if both of the following requirements are met:
- The Contractor can show that the welder’s performance has been monitored
and proven satisfactory since the qualification test.
- A recognised Certifying Authority has endorsed the welder certificate at a
date less than six months before construction starts.
(b) During construction, the Contractor shall provide evidence indicated in a) above to
the Employer so that the welder certificates can be re-endorsed within six months of
the previous endorsement date. Any certificate not endorsed every six months shall
be considered invalid.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-26


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
(c) A qualified welder or welding operator may, at the discretion of the
Employer/Engineer, be required to re-qualify if inspection reveals that an
unacceptable number of repairs are necessary.

5.10.2 Qualification Test for SMAW with Covered Electrodes


5.10.2.1 Welding Test and Position
Welders shall be qualified in the 6GR position as shown in Figure 5.4E of AWS D1.1. This will
qualify him to perform groove or fillet welds in all positions on both pipes and plates including
groove welds for T-K-Y connections. Other types of tests may be allowed at the discretion of the
Employer.

5.10.2.2 Inspection and Test


Each test weld shall be subjected to the following inspection and tests:
(a) Visual inspection
(b) 100 % Ultrasonic test
(c) 10 % Radiographic test
(d) Bend tests. See Para 5.26 of AWS D1.1.

5.10.2.3 Quality Requirements


Quality requirements are as defined by AWS D1.1 Chapter 5 Part C.

5.10.3 Qualification Test for SAW


5.10.3.4 General
Welding operators shall be qualified in the flat position.

5.10.3.5 Welding Procedure


A multipass technique shall be used.

5.10.3.6 Inspection and Test


Each test weld shall be subjected to the following inspection and tests:

(a) Visual inspection


(b) 100 % Ultrasonic test
(c) 100 % Magnetic particle inspection
(d) Bend tests. See Paragraph 5.26 of AWS D1.1.

5.10.3.7 Quality Requirements


Quality criteria are as defined by AWS D1.1, Chapter 5 Part D.

5.11 PRODUCTION WELDING


5.11.1 General
Preparation and welding of structural members shall be in accordance with the appropriate
qualified welding procedure specifications. Manual electrodes, wires and flux shall be of the same
type and manufacture as those used in the procedure qualification tests.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-27


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
Welding equipment shall confirm to the appropriate sections of AWS, ASME, DIN or BS 638. Any
equipment found not to comply with these requirements should be replaced.

Welding current and voltage shall be the same as the test values, or within the range specified in
the welding procedure.

No welding shall be done until as much of the structure as will be stiffened thereby has been
properly aligned.

5.11.2 Welding Sequence


The Contractor shall develop welding sequences to control warping, creeping and the build-up of
excessive internal stresses in the structure. The sequences shall be submitted to the
Employer/Engineer for approval before the assembly of any components. The Contractor shall
furnish the necessary supervision to ensure that the planned sequences are followed.
Sequences shall include:
(a) Welding procedure specification to be applied.
(b) Sequence of plates to be welded.
(c) Any differences from the specified welding procedures, such as areas of pre-
heating, reinforcements, etc.
(d) Post weld heat treatment, heating and cooling rates.
(e) Number and location of welders at each stage of assembly.
(f) Tack welds and spacers used in the assembly of components.

5.11.3 Weld Preparations


5.11.3.1 Alignment

(a) At Splices (butt welding)


The offset at butt joints shall not exceed T/10 (where T is the thickness of the thinner material) or
4 mm, whichever is less. The offset in longitudinal seams shall not exceed T/10, or 3 mm,
whichever is less. All offsets greater than 2 mm shall be given a 1:4 transition.

(b) At Welded Intersections


The utmost attention shall be paid to good alignment of the structural parts on opposite sides of the
through member.

5.11.3.2 Surface Cleaning Before Welding


Surface to be welded shall be free from loose scales, slag, rust, grease, paint and any other
foreign material.

5.11.3.3 Edge Preparation


Preparation of weld edges by gas cutting shall, wherever practicable, be done with a mechanically
guided torch. Edges shall be left free of slag and the cut surface shall be ground to a smooth
uniform surface by removing approximately 0.5 mm of metal. After grinding, the weld edges shall
be visually examined to ensure freedom from defects.

5.11.3.4 Cleaning During and After Welding


Upon completion of each welding pass, the weld shall be cleaned of spatter, slag and flux
deposits. After welding is complete, adjacent surfaces shall be thoroughly cleaned of all spatter
and deposits.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-28


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

5.11.4 Weld Execution


5.11.4.1 Welding Position and Progression
(a) SMAW, GMAW Welding
Electrodes shall only be used in the position recommended by the manufacturer. Weld progression
in vertical joints shall utilise the uphill method. For the 1G, 2G, 1F and 2F positions, the maximum
size of electrode allowed is 6.4 mm. For any other position, the maximum size of electrode shall be
5.0 mm. The capping passes shall always be done with 4.0 mm maximum electrode.

(b) SAW Welding


This shall be done in the flat position and in the case that it is done on pipe, the pipe shall be
mechanically rotated.

5.11.4.2 Size of Welds


To obtain optimum toughness, a small bead multipass technique shall be used. The weave width
for SMAW, i.e. maximum oscillation of the electrodes, shall not exceed two and a half times the
electrode diameter and the welding speed shall be 375 mm per minute minimum.
The width of SAW beads shall not exceed six times the electrode diameter and the welding speed
shall be 375 mm per minute minimum.
Fillet welds shall be completed in three or more runs except for welds, which may be done in one
run. Two run fillet welds are not permitted.
The Employer shall have the right to limit the thickness of each weld bead or pass when this
exceeds those given in the weld procedure qualification test.

5.11.4.3 Intermittent Welding


Stitch welding i.e. partial seal welds shall not be allowed.

5.11.4.4 Seal Welds


Where stress bearing welds are required by contract drawings to extend only partially around a
member, including plates joining another member, a seal weld of 4 mm minimum fillet shall be
applied continuously to the remainder, but note should be taken that a hardness of HV 325
maximum shall not be exceeded.

5.11.4.5 Tack Welds


Bridge tacking is the preferred method to avoid the tack becoming part of the final weld. If another
method is selected, tack welding shall be performed with the same qualified welding procedure as
will be used for structural welds. These tack welds shall be ground (feathered) and checked before
actual welding commences. Tack welds are to be a minimum of approximately 50 mm long and
spaced so that shrinkage forces cannot cause cracking.

5.11.4.6 Butt Welds


Design of the groove and performance of welding shall be in accordance with the approved WPS.
However, in general, the groove shall be bevelled to give an included angle of not less than 30
degrees and shall be of the V type or X type (single bevel or double bevel). The root opening shall
not be less than 2 mm and not greater than 5 mm and the root face, if any, shall not be greater
than 3 mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-29


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
Where access to both sides is possible, double bevel groove welds shall be used to minimise
welding stresses and shrinkage effects.

When different thickness is to be butt welded, a 1:4 taper shall be provided on the thicker member
stating at the toe of the weld cap.

At any joint, no butt weld shall be located such that an incoming member will result in a weld
overlapping the butt weld.

5.11.4.7 Plate Joints


Design of the groove and performance of welding shall be in accordance with the approved WPS.
The bevel shall be preferably be feather edged and the root opening shall be 3 - 5 mm or
according to an approved procedure.

Welding of minor members shall be full penetration type weld and where fabrication method
permits; welding from both sides shall be carried out.

5.11.4.8 Weld Compatibility


All weld joints shall develop the mechanical properties specified for the steel being welded. Where
different grades of steel are joined, the weld metal shall be matched to the lower strength steel.
The procedure shall be such as to safeguard the mechanical properties of the higher strength
member.

5.11.4.9 Weld Finish


Welds shall be left as welded and not be doctored with a torch or by any mechanical means to
change their appearance. Any grinding or other mechanical dressing is only being permitted, after
authorisation through the Employer/Engineer.

5.11.4.10 Weld Interruption


Welding of each weld shall be a continuous operation, with the exception of manually welded root
runs for submerged arc welding. In the case that welding must be discontinued, this shall not take
place before at least half of the final weld thickness is achieved. The maximum time that a
production weld will remain part welded is two days. The maximum number of heat cycles that will
be used in a production weld shall be two. Slow cooling of the weld area shall be ensured. Before
continuation of welding, the weld shall be inspected for cracks visually and by MPI.

5.11.4.11 Weather Protection


Shelters shall be provided at all times to give protection to the weld area from winds, rain and
moisture. No welding shall be carried out when the weld surface is wet or the work area is exposed
to high winds.

Precautions required:

(a) The weld surfaces shall be thoroughly dried by preheating (not above 300º C). Temperature
control shall be carried out.
(b) Special precautions made to provide conditions maintaining a satisfactory surrounding
temperature and freedom from the effects of winds shall be subjected to the approval of the
Employer/Engineer.
(c) If any fabrication is to be carried out in the vicinity of equipment already installed in
connection with the Work, then, before such fabrication work commences, the Contractor

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-30


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
shall provide adequate protection to prevent any damage from weld spatter, flame cutting
droplets and the like. Such protection shall be subject to the approval of the
Employer/Engineer.

5.11.4.12 Peening
The peening of welds is not permitted.

5.11.4.13 Arc Strikes


Arc shall be struck only on fusion faces and contact of electrodes or the non-insulated parts of the
electrode holder with the assembly shall be avoided.

Places where any stray arcs have accidentally occurred shall be subject to repair or rejection at the
discretion of the Employer/Engineer.

Where permission to repair arc strikes mechanically has been given, the procedure shall include,
but not necessarily be limited to, the mechanical removal of the defective material, blending of the
excavation, checking by MPI and confirmation that the thickness of the repaired material is within
permitted tolerances.

5.11.4.14 Welding of Structural Steels


To enable full throat thickness to be provided at the ends of butt-welded points “run-on” and “run-
off” plate extension pieces shall used. “Run-on” plates and “run-off” plates shall comply with the
following requirements:

(a) One pair of ‘run-on’ plates and one pair of ‘run-off’ plates prepared to the same thickness
and profile as the parent metal shall be attached, preferably by clamps, to the start and
finish of all butt welds:
(b) Butt welds shall extend at the full weld profile for a minimum distance of 25 mm into both
the ‘run-on’ and the ‘run-off’ plates:
(c) When removing the ‘run-on’ and ‘run-off’ plates by cutting, the cut shall not be nearer than
3 mm to the sides of the parent metal and the remaining metal shall be removed by
grinding or another method agreed by the Employer/Engineer.

5.11.4.15 Welding of Steel Casting


Fusion welding of steel castings shall comply with requirements of EN or other equivalent
international standards. The proposed welding procedures shall be submitted in writing for
approval of the Employer/Engineer before commencing welding of steel castings.

5.11.4.16 Pins and Pin Holes


Pins shall be parallel throughout and shall have smooth surface free from flaws. They shall be of
sufficient length to ensure that all types connected thereby will bear fully on them. Where ends are
threaded they shall be turned to a smaller diameter and shall be provided, where necessary, with a
pilot nut to protect the thread.

The pinholes shall be bored smooth, straight and true to gauge and at right angles to the axis of
the member. Boring shall be done only after the member is finally bolted or welded unless
otherwise agreed with the Employer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-31


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
For pins up to and including 250 mm diameter. The diameter of the pin shall be within a tolerance
of –0.25 mm and –0.40 mm and the diameter of the pin hole shall be within a tolerance of 0 mm to
+ 0.15 mm.

For pins exceeding 250 mm diameter, the clearance between the pin and the pinhole shall be not
less than 0.40 mm and not more than 0.75 mm.

5.11.5 Preheating and Interpass Temperature


5.11.5.1 General
Preheating shall be carried out by electrical resistance induction equipment or with gas burners
specifically made and shaped for this type of operation. Torches for flame cutting or gouging shall
not be used.

The preheating temperature shall be established to a distance of at least 75 mm on either side of


the weld line and throughout the wall thickness prior to welding and be maintained over the full
length of the weld joint until the weld is completed unless specifically agreed otherwise by the
Employer/Engineer.

The weld area shall be protected from draughts and lagging shall be provided on adjacent areas, if
necessary, to maintain the required temperature of preheating during welding.

The temperature measurements for preheating may be by thermocouples or temperature sensitive


crayons, or a combination of both as may be appropriate for the type of joint being heated and the
method of heating.

Before welding commences at all joints where preheating is required, the joint must be subjected
to temperature checks through the Employer/Engineer.

During welding particularly where preheat has been used and for high heat input processes, care
shall be exercised to control the interpass temperature and in no event should it exceed 300ºC or
that indicated in the WPS. The interpass temperature shall be monitored by means of thermo
sticks or another approved method.

5.11.5.2 Temperature Requirements


a) Preheat temperature shall be as indicated in the approved WPS.

b) Preheat temperature for lifting lugs or pad eyes shall be 150ºC minimum.

c) For tack welding where the tack becomes part of the main weld. The preheat temperature
shall be 150ºC higher than specified on the WPS with a maximum of 300ºC.

5.11.6 Stress Relieving - Post Weld Heat Treatment (PWHI)


The contractor shall inform the Employer/Engineer prior to any PWHT operation so that the
proposed format can be reviewed and inspected as a pre-requisite for Employer/Engineer approval
to proceed with the PWHT operation. All PWHT shall be carried out in accordance to the approved
specification.

For steels with a yield strength of more than 500 MPa, and a thickness exceeding 30 mm in
particular by SAW and SMAW, a special PWHT (soaking) shall be carried out to avoid brittle
fracture in the welding seams and the transition zone to the welding seams. For this purpose the

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-32


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
welded region must be kept at preheat temperature for at least two minutes per millimetre of plate
thickness. During this time, the promotion of hydrogen effusion in the welding seams and transition
zone will be achieved.

5.12 TESTING OF WELDS


5.12.1 Reporting
a) Inspection shall be recorded in a form, which clearly identifies the work and the area of
inspection, method(s) and procedure(s), and the acceptability of the item inspected.

b) Datum used for reporting weld inspections shall be clearly marked on the work in paint,
such that it is possible to exactly relocate any weld defects reported.

c) The Contractor shall establish a system to provide trace ability between documentation and
weld testing before fabrication starts.

5.12.2 Mandatory Stages of Inspection


As a minimum, the inspection stages employed by the Contractor for welded joints shall be as
follows:

a) All incoming materials are subject to visual inspection for surfaces defects, laminations etc.
b) Fit-up prior to first pass.
c) Following root pass.
d) Following any back gouging operation.
e) Following completion of weld.

Inspection at stage a) will be visual and dimensional. Inspection at stages b), c) and d) will
normally be visual/MPI inspection. Stages e) will be visual inspection and as instructed by this
Specification.

For Joint repairs, visual and MPI inspection shall be carried out following grinding and/or gouging
operations to ensure that all unacceptable defects have been removed. After welding, the weld
shall be subjected to the same NDT method prescribed for the original weld.

5.12.3 Visual Inspection


All welds, which are examined by visual inspection, shall be judged in accordance with AWS D1.1
Paragraph 9.25.1 except that weld reinforcement shall not exceed 2 mm.

5.12.4 Radiographic Inspection


All welds, which are examined by radiography, shall be judged in accordance with AWS D1.1
Paragraph 10.17.3, but this may be subjected to change at the discretion of the Employer.
Radiography shall be supplemented by ultrasonic testing accompanied by magnetic particle testing
when there is reason to suspect planer defects such as cracks or lack of fusion. This shall also
apply to all butt welds where the root pass or the whole weld is made by GMAW welding.
If, in the opinion of the Employer/Engineer, additional radiography of butt weld is required, the
Contractor shall radiography all additional welds designated and shall perform the work.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-33


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
5.12.5 Ultrasonic Inspection
All welds, which are examined by means of ultrasonic, shall be judged in accordance with AWS
D1.1 Paragraph 9.25.3.

Adherent layers of paint of any thickness need not be removed unless inconclusive results are
obtained.

Laminations found during forming, cutting or welding of tubular, rolled shapes and plates shall be
inspected to determine the extent. Weld area of tubular joints and beam-to-beam connections shall
be checked for lamination(s).

5.12.6 Magnetic Particle Inspection (MPI)

All welds, which are examined by means of MPI, shall be judged in accordance with 9.25.2 of AWS
D1.1 but this may be subjected to change at the discretion of the Employer/Engineer.

The wet method shall be used employing yoke type equipment. White background paint and black
magnetic ink shall be used. The white background paint is to be applied to a thickness not
exceeding 20 microns using a spray can.

Inspection shall be carried out no sooner that 48 hours after completing welding. After removal of
temporary attachment and grinding flush the remaining weld, the ground area shall be inspected
100 %. This includes the grinding of spatters and arc strikes.

5.12.7 Dye Penetrate Inspection (DPI)


Dye penetrate inspection may be substituted at the discretion of the Employer/Engineer in lieu of
other surface inspection methods. Welds subjected to this inspection method shall be evaluated on
the basis 9.25.4 of AWS D1.

5.12.8 Increased Inspection


For welds subject to less than 100 % NDT and found to contain unacceptable weld defect(s), the
entire weld length(s) shall be inspected using the method specified for the spot examination. At the
discretion of the Employer/Engineer, other NDT methods mentioned in the Specification may also
be required. In addition, all other welds made by the same welder/welding operator shall be
subjected to a higher level of inspection (up to 100 %) at those locations previously not subject to
NDT.

5.12.9 Mechanical Tests


When NDT cannot be carried out or gives inconclusive results, the Contractor shall at the
Employer/Engineer request, cut out and remove for testing any section of steel plate or welded
area and restore the are by welding back in a piece of steel similar in quality, thickness and size of
plate or pipe removed.

Subsequent mechanical tests shall be carried out in accordance with this Chapter 5 of this
specification.

5.13 NDT REPORTING REQUIREMENTS


For each NDT process applied to a weld an individual report shall be produced.
Each NDT report shall include following details as a minimum:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-34


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

a) Weld Identification Number(s)


b) Welding Procedure Specification Number
c) NDT Procedure Number
d) Percentage NDT required
e) Date and Time of NDT
f) Weld or Weld Repair
g) Member Thickness and Dimensions of Weld
h) “As Welded” or Heat Treated Condition
i) Defect Location(s)
j) Conclusions

Magnetic Particle Inspection (MPI) reports shall also include:


a) Method of Magnetisation
b) Field Strength

Ultrasonic testing (UT) report shall also include:

a) Probe Angles and Frequencies


b) Equipment Identification
c) Basic Sensitivity
d) Primary Reference Level sensitivity
e) Surface Correction Factor for Calibration and Examination
f) Joint configuration sketch
g) Scan direction(s)
h) Locations(s) and Depth(s) of all Defects exceeding the 20 % DAC Reference
i) Curve and Signal Amplitude.

5.14 INSPECTION REQUIREMENTS


5.14.1 Inspection Personnel
The non-destructive examination (NDE) operator must be qualified at NDT Level II as defined in
ASNT-TC-1A (American Society of Non destructive Testing) or equivalent rules.

5.14.1.1 Welding Inspection


Welding inspectors shall be qualified as follows:

a) AWS Certified Welding Inspectors


b) CSWIP31 (Certification Society for Welding Inspection Procedures) Certified Welding
Inspectors
c) P.C.N Certification in Non Destructive Testing

The above need to be approved at the discretion of the Employer/Engineer taking into
consideration the nature of work involved.

5.14.1.2 Ultrasonic Operators


Ultrasonic operators shall be qualified as follows:
a) In accordance with CSWIP document No. UST-1-83 ultrasonic practitioner Grade II. Weld
groups 3.1, 3.2, 3.7, 3.8 and 3.9.
b) Alternative qualifications, for example to ASNT requirements, may be approved at the sole
discretion of the Employer/Engineer, taking into account the nature of the work involved.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-35


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications
5.14.1.3 Radiographic Operators
Radiographic technicians shall be qualified as follows:
a) To CSWIP industrial radiographer ASNT Level II or MLVK I. (Certification of Radiographic
Operators Multi-Level)
b) Technicians interpreting radiographic shall hold recognised formal qualification e.g. PCN or
MLVK II.

5.14.1.4 MPI and DPI Personnel


MPI and DPI technicians shall be qualified to ASNT II or MLVK.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 5-36


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 6: ELECTRICAL EQUIPMENT

Table of Contents

6. ELECTRICAL EQUIPMENT ..................................................................................................... 1


6.1 GENERAL .......................................................................................................................................... 1
6.2 STANDARDS ..................................................................................................................................... 2
6.3 COLOUR CODE ................................................................................................................................ 2
6.4 ELECTRIC MOTORS ........................................................................................................................ 2
6.4.1 General ...................................................................................................................................... 2
6.4.2 Rating......................................................................................................................................... 2
6.4.3 Starting....................................................................................................................................... 3
6.4.4 Windings and Insulation Class .................................................................................................. 3
6.4.5 Ventilation and Type of Enclosure ............................................................................................. 4
6.4.6 Bearings ..................................................................................................................................... 4
6.4.7 Shafts and Couplings................................................................................................................. 5
6.4.8 Brushgear and Commutators .................................................................................................... 5
6.4.9 Terminal Boxes and Earthing .................................................................................................... 5
6.4.10 Noise-Level and Vibrations ........................................................................................................ 6
6.4.11 Tests .......................................................................................................................................... 6
6.5 MV AND LV SWITCHGEAR, CUBICLES AND PANELS .................................................................. 7
6.5.1 General Design and Construction Features .............................................................................. 7
6.5.2 Switchgear/MCC Feeders and Starters ..................................................................................... 9
6.5.3 Circuit Breakers ....................................................................................................................... 10
6.5.4 Contactors ............................................................................................................................... 11
6.5.5 Fuses ....................................................................................................................................... 11
6.5.6 Load Break Switches ............................................................................................................... 11
6.5.7 Pushbuttons, Pushbutton Stations, Crane Switches ............................................................... 11
6.5.8 Overvoltage Protection ............................................................................................................ 12
6.5.9 Switchgear/MCC Control ......................................................................................................... 13
6.5.10 Auxiliary Power Supply ............................................................................................................ 14
6.5.11 Small Wiring ............................................................................................................................. 14
6.5.12 Tests ........................................................................................................................................ 15
6.6 AUXILIARY EQUIPMENT ............................................................................................................... 15
6.6.1 Auxiliary Switches .................................................................................................................... 15
6.6.2 Anti-Condensation Heaters ..................................................................................................... 16
6.6.3 Panel Lighting .......................................................................................................................... 16
6.6.4 Instrument Transformers ......................................................................................................... 16
6.6.5 Current Transformers (CT) ...................................................................................................... 16

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6.6.6 Voltage Transformers (VT) ...................................................................................................... 18


6.6.7 Busbars and Electrical Connections ........................................................................................ 19
6.6.8 Electrical Insulation .................................................................................................................. 20
6.6.9 Protection Devices ................................................................................................................... 20
6.7 LIGHTING SYSTEM ........................................................................................................................ 21
6.7.1 General .................................................................................................................................... 21
6.7.2 Lighting Distribution Boards ..................................................................................................... 22
6.7.3 Lighting Fixtures ...................................................................................................................... 22
6.7.4 Cabling ..................................................................................................................................... 23
6.7.5 Switches................................................................................................................................... 23
6.7.6 Power Socket Outlets and Plugs ............................................................................................. 23
6.7.7 Tests ........................................................................................................................................ 24
6.8 CABLES ........................................................................................................................................... 24
6.8.1 General .................................................................................................................................... 24
6.8.2 LV Power Cables ..................................................................................................................... 25
6.8.3 Control Cables ......................................................................................................................... 25
6.8.4 Cable Laying ............................................................................................................................ 26
6.8.5 Cable Terminations .................................................................................................................. 28
6.8.6 Tests ........................................................................................................................................ 28
6.9 EARTHING AND LIGHTNING PROTECTION SYSTEMS .............................................................. 28
6.9.1 General Requirements............................................................................................................. 28
6.9.2 Sub-Grade Earthing System .................................................................................................... 29
6.9.3 Indoor/Outdoor Earthing Systems (Above Ground) ................................................................ 29
6.9.4 Potential Gradient Control Systems ........................................................................................ 32
6.9.5 Lightning Protection System .................................................................................................... 32
6.9.6 Tests ........................................................................................................................................ 33
6.10 EXPLOSION PROOF EQUIPMENT ................................................................................................ 33
6.10.1 General .................................................................................................................................... 33
6.10.2 Definition of Hazardous Locations ........................................................................................... 33
6.10.3 Design Features ...................................................................................................................... 33
6.11 OIL AND COMPOUND .................................................................................................................... 34
6.11.1 Insulating Oil and Compound .................................................................................................. 34
6.11.2 Oil or Compound Filled Chambers .......................................................................................... 34
6.11.3 Oil Level Indicators .................................................................................................................. 35
6.12 LABELS AND PLATES .................................................................................................................... 35
6.12.1 General .................................................................................................................................... 35
6.12.2 Equipment Labels and Instruction Plates ................................................................................ 35
6.12.3 Warning Labels ........................................................................................................................ 35
6.12.4 Labels for Conduits .................................................................................................................. 35
6.12.5 Labels for Cables ..................................................................................................................... 36
6.12.6 Rating Plates ........................................................................................................................... 36
6.12.7 Single-Line Diagrams .............................................................................................................. 36
6.13 KEY SYSTEM FOR ELECTRIC BOARDS ...................................................................................... 36

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6. ELECTRICAL EQUIPMENT
6.1 GENERAL

The electrical equipment of any electrical or mechanical installation to be provided under this
Contract according to the PTS shall - if not stated otherwise therein - fulfil the requirements of this
Chapter 6.

All the ELECTRICAL EQUIPMENT including CONTROL EQUIPMENT as specified under the
Contract shall be provided from the same Contractor. Consequently, the Tenderer is requested to
consider in his proposal all the technical aspects regarding this equipment as well as to co-ordinate
properly for smooth interfaces to avoid unnecessary interfaces between different “electrical” sub-
contractors within the “Electrical Systems”.

The arrangement of the electrical equipment as described in the Specifications forming the “Overall
Electrical Systems” and the control systems may be simplified as far as technically possible for
logical arrangement and configuration of the electrical equipment, with the aim to achieve easy
supervision, easy operation and high reliability. Hence, the Specification is for the basic quotation
and for guidance only, and the Contractor is encouraged to offer alternatively such simple systems
with high reliability, in addition to the Offer to be given strictly in accordance with the Specification.

All components shall be of an approved and reliable design. The highest extent of uniformity and
interchangeability shall be reached. The design shall facilitate maintenance and repair of the
components.
The equipment shall be pre-assembled to the highest possible extent in the Contractor's or Sub-
Contractor's workshop, complete with all devices and wired up to common terminal blocks.

The power supply and control cables shall be laid up to these common terminal blocks. The
required control and protection devices, instruments, etc. within the different scopes of work shall
be supplied and connected by the relevant Contract.

Unless otherwise agreed, ratings of main electrical equipment (incoming feeders, bus-ties) as
selected or proposed by the Contractor, whether originally specified or not, shall generally include
a safety margin of 10% under consideration of the worst case to be met in service. Prior to
approval of such basic characteristics, the Contractor shall submit all relevant information such as
consumer lists, short circuit calculations, de-rating factors, etc.

Short-circuit calculations shall be evaluated, giving full evidence that every electrical component
can withstand the maximum stresses under fault conditions, for fault levels and durations obtained
under the worst conditions, e.g. upon failure of the corresponding main protection device and time
delayed fault clearing by the back-up protection device.

All equipment shall be suitable for the prevailing climatic conditions.

Outdoor installations shall be protected against solar radiation by means of adequate covers.

The Contractor shall ensure that all the supplied equipment is insensitive to any signals emitted by
wireless communication equipment.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All equipment shall be designed to minimise corona or other electrical discharges, to comply with
local electromagnetic compatibility (EMC) standards and in accordance with relevant IEC or other
internationally recognised standards.

Except where a different meaning is stated in an equipment standard, the term "low voltage" (LV)
shall refer to voltages up to and including 1 kV, and "high voltage" (HV) shall refer to all voltages
exceeding 1 kV.

6.2 STANDARDS

Generally the design, manufacture and testing of all equipment and installations shall strictly
comply with the latest edition of the relevant IEC publications valid at the time of Contract
signature.

6.3 COLOUR CODE

In general, the colour code for electrical equipment shall be as described in Chapter 4 and
Annex 1.

The manufacturer's painting systems shall be used to the maximum possible extent but shall be
subject to the approval by the Employer/Engineer. Final coats of equipment shall be matching
adjacent installations, complying with architectural requirements.

6.4 ELECTRIC MOTORS

6.4.1 General

All motors shall be the standard product of a reputed manufacturer. Motors of the same type and
size shall be fully interchangeable and shall comply, as far as applicable,with IEC standard motor
dimensions.

The general construction shall be stiff and rigid, no light metal alloy casings will be accepted for
motors above the size of 1 kW. All precautions shall be taken to avoid any type of corrosion.

All motors shall be fitted with approved types of lifting hooks or eyebolts as suitable.

AC motors shall have squirrel cage type rotors.

6.4.2 Rating

Motor ratings shall be adequate to meet the requirements of its associated equipment. The service
factor, being the ratio of the installed motor output to the required power at the shaft of the driven
machine at its expected maximum power demand, shall be applied as follows:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Power Demand of Driven Machine Service Factor

Up to 5 kW 1.2
Above 5 kW 1.1

AC motors shall be operating continuously under rated output conditions at any frequency between
95% and 105% of the rated frequency and/or with any voltage variation between 90% and 110% of
the nominal voltage. A transient overvoltage of 130% of the nominal voltage shall as well be
sustained.

Motors shall further maintain stable operation when running at 70% nominal voltage for a period of
10 s. The pullout torque for continuously loaded motors shall be at least 160% of the rated torque
and for intermittently loaded motors 200% of the rated torque.

DC motors shall be operating continuously under rated output conditions at any voltage between
90% and 110% of the nominal voltage with a fixed brush setting for all loads. Unless otherwise
approved, the speed drop between no-load and full-load shall not exceed 10% of no-load speed.

6.4.3 Starting

AC motors shall be designed for direct on-line starting. They shall be capable to be switched on
without damage to an infinite busbar at 110% of the rated voltage having an inherent residual
voltage of 100% even in phase opposition. For starting the motors from the individual main and
auxiliary busbars, a momentary voltage drop of 20% referred to nominal voltage should be taken
into consideration. With 85% of the nominal voltage applied to the motor terminals, each motor
shall be accelerating its associated load to full speed with a minimum accelerating torque of 5% of
full load torque.

The maximum starting currents (without any tolerance) shall not exceed the following values:

- 5 times of rated current for MV motors


- 5 times of rated current for LV motors rated 100 kW or above
- 2 times of rated current for DC motors (by means of starting resistors)

Generally, all motors shall be able to withstand three cold starts per hour, equally spaced. In
addition, each MV motor shall be capable of enduring two successive starts with the motor initially
at operating temperature. Each LV motor shall be capable of withstanding three successive starts
under the same conditions or once every twenty minutes without detrimental heating.

Motors for frequent automatic starting shall have an adequate rating. In the motor list the
Contractor shall state the frequency of starts permitted in compliance with the motor design.

6.4.4 Windings and Insulation Class

The insulation of all motors shall be of class F but maintain in operation the temperature limits of
class B materials. It shall be suitable for operation in damp locations, for occasional contact with
corrosive gases and vapours and for considerable fluctuations in temperature.

The stator winding shall be suitably braced to withstand the forces due to direct-on-line starting
and transfer conditions as mentioned before. The winding envelopment and tails shall be non-

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

hygroscopic. The stator winding shall withstand the maximum fault current for the period
determined by the associated protective devices.

The rotor winding shall be designed to give trouble-free continuous service including repeated
direct-on-line starting. The rotor shall be subjected to a 120% overspeed test for 2 minutes without
showing any winding dislocation.

6.4.5 Ventilation and Type of Enclosure

All motors shall be of the totally enclosed fan-cooled type, protection class IP 44 according to
Recommendation IEC 60529.

They shall have a closed internal cooling air circuit re-cooled by an external cooling air circuit
drawn from the opposite side of the driving end.

Where motors are installed outdoors, a weatherproof design shall be chosen. A hole shall be
provided at the lowest point of the casing for draining condensed moisture. MV motors and LV
motors of IEC size 132 and above shall be equipped with automatically controlled heating
elements for protection against internal condensation of moisture during stand-still periods. Such
AC heaters shall be suitably fixed inside the motor casings; the leads shall be connected to a
separate LV terminal box.

Motors installed outdoors and directly subjected to solar radiation shall be rated such as not to
exceed a maximum metal temperature of 85C. Where necessary, such motors shall be provided
with sun shields.

Vertical motors shall be provided with a top cover to prevent the ingress of dirt, etc.

6.4.6 Bearings

As far as applicable, self-lubricating ball and roller bearings with solid races shall be provided for
all MV and LV motors; vertical motors shall have approved thrust bearings. All motors with ratings
of about 1 kW and above shall be equipped with lubricators permitting greasing while the motor is
running and preventing over-lubrication. The bearings shall be fitted with grease nipples permitting
the use of a standard grease gun.

Where sleeve bearings are being used, they shall be of the self or forced lubricating type. If forced
lubrication is required, it shall be arranged common to both the motor and the driven machine and
provisions shall be made to ensure lubrication during start-up and shutdown operations without the
necessity to start an auxiliary lube oil pump. Self-lubricated bearings shall be equipped with an
easily accessible oil reservoir with overflow pipe and oil collecting vessel.

All bearings shall be easily controllable during operation or standstill without dismantling the
bearings. The bearings shall further be protected and sealed against dust penetration and oil
leakage.

In case of independent bearings, motor and bearing pedestals shall be fitted on a common base
plate.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

For the transport of motors equipped with ball or roller bearings, special bearing inserts shall be
provided to prevent transport damages.

Service hour meters shall be installed if maintenance work such as re-greasing, oil change etc.
depends on the operation time of the motors.

Adequate insulation shall be provided to avoid shaft currents.

6.4.7 Shafts and Couplings

The motors shall be provided with free shaft extensions of cylindrical shape with key and keyway
according to IEC 60072-1 and with motors side couplings which shall be pressed on the motor
shaft and be balanced together with it. A coupling guard shall be provided.

6.4.8 Brushgear and Commutators

Brushgear for DC motors shall be designed to ensure constant brush pressure. Carbon brushes
with minimum 6 months service live shall be provided. Each brush shall be independently
adjustable but should not require adjustment throughout its life. A design of brushgear, which
permits the brush holder to touch the commutator after brushes wear or which passes current
through the pressure fingers, will not be accepted.

A sufficient number of brushes, not less than two per pole, shall be fitted to ensure that vibrations
do not affect the commutation.

The minimum safe wearing margin of commutators shall not be less than 20% of the total
thickness of the commutator bars and the minimum safe diameter shall be clearly marked on it.

6.4.9 Terminal Boxes and Earthing

The terminal leads, terminals, terminal boxes and associated equipment shall be suitable for
terminating the respective type of cables as specified in these GTS and in the PTS.

The terminal boxes shall be of ample size to enable connections to be made in a satisfactory
manner. Supports shall be provided at terminal boxes as required for proper guidance and fixing of
the incoming cable.

Terminal boxes with power cables installed shall withstand the short circuit current and the fault
clearance time determined by the motor protective devices of the supply system.

A permanently attached connection diagram shall be mounted inside the terminal box cover. If
motors are provided for only one direction of rotation, this shall be clearly indicated.

Terminal boxes shall be totally enclosed and designed to prevent the ingress of moisture and dust.
All joints shall be flanged with gaskets of neoprene or similar material. For motors above 1 kW, the
terminal box shall be sealed from the internal air circuit of the motor.

Depending on the size, the terminal box of LV motors shall be fitted either with an approved cable
sealing-end or with a gland plate drilled as required and provided with suitable fittings for cable
fixing and sealing. Such openings shall be temporarily plugged or sealed during transportation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Terminal boxes of MV motors shall be fitted with an approved cable sealing end and a suitably
located pressure relief diaphragm. For plastic insulated and sheathed cables filling with compound
is not required.

The three neutral ends of the windings of MV motors shall be brought out to a separate terminal
box.

For earthing purposes, each motor shall have adequately sized bolts with nuts and washers at the
lower part of the frame. In addition, each terminal box shall contain one earthing screw.

Motors controlled by vacuum type switchgear shall - if required - be equipped with surge diverters
for suppression of excessive overvoltages generated by switching operations. The Contractor must
give proof of non-requirement.

6.4.9.1 Measuring and Monitoring

All MV motors and large LV motors (above 50 kW) shall be provided with slot temperature
detection devices (resistance type temperature detectors, RTD) embedded in each phase of the
stator winding, the leads of which brought out to the LV terminal box.

From these measurements, at least one max temperature contact shall be derived either
thermostatically or electronically, giving alarm and/or trip the associated motor starter.

Each bearing of motors with sleeve bearings shall be fitted with the following:

- One dial type thermometer for local control;


- Thermocouple or resistance thermometer for remote indication;
- Oil level indicators marked for running and stand-still;
- Oil flow indicators as required;
- For large motors above 1,000 kW two additional dial-type thermometers for monitoring the
hot and cold air temperature of the internal cooling circuit. Each dial type thermometer shall
be provided with two adjustable contacts to initiate alarm and tripping at set temperatures.

6.4.10 Noise-Level and Vibrations

Under all operating conditions, the noise level of motors shall not exceed 85 dB (A).

To prevent undue and harmful vibrations, all motors shall be statically and dynamically balanced.

Vibration displacements or velocity shall be measured in accordance with DIN 45665 for IEC motor
sizes 80 to 315. The results for all motors shall be within the "R" (reduced) limits.

6.4.11 Tests

Each motor shall be factory tested and shall undergo a test at site. The following tests shall be
performed under full responsibility of the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

(1) Workshop Tests:

- Measurement of winding resistances


- No-load and short-circuit measurements
- Measurement of starting current and torque (on motors rated 100 kW or above)
- Efficiency measurement (type test)
- Heat test run (type test on motors rated 100 kW or above)
- Dielectric test
- Measurement of insulating resistance
- Overspeed test
- Air gap measurement (on motors rated 100 kW or above)
- Measurement of motor vibrations (on motors rated 100 kW or above)
- Measurement of noise level (type test on motors rated 100 kW or above)

(2) Site Tests:

- Measurement of insulation resistance


- Oscillograph measurement of starting current (if not performed during workshop testing) on
motors rated 100 kW or above
- Measurement of motor vibrations (on motors rated 100 kW or above)
- Measurement of starting time (on motors rated 100 kW or above).

6.5 MV AND LV SWITCHGEAR, CUBICLES AND PANELS

6.5.1 General Design and Construction Features

Electrical switchboards shall be constructed of braced rolled steel sections, with recessed panels,
and supporting structures for mounting of power and control cables. All steelwork shall be made of
minimum 1.5 mm thick sheet-steel.

The cubicles shall be of robust and rigid construction, of the self-supporting floor mounted type.
They shall be supplied complete with lifting lugs and eye bolts, with all required base frames,
anchors, fixing materials, etc. Hinged doors, rear or side covers etc. shall be adequately braced to
avoid wobbling.

Cubicles mounted in rooms with computer floors shall have their own supporting structures made
of steel profiles, being fixed to the concrete floor.

Wherever necessary, adequate vibration and shock absorbers shall be installed to guarantee the
correct operation of instruments and relays.

All panels and cubicles shall be of standard dimensions, having a uniform appearance.

The switchgear shall be of the indoor, completely enclosed (IP 42), metal-clad type with draw out
or fixed mounted switching devices as specified or shown on the drawings. Switchgear installed
outdoors shall be of protection class IP 65 and, if necessary, provided with sun shields.

The construction shall be such that the various components of the switchgear are segregated
electrically from each other by suitable insulation barriers and access to the circuit breaker and

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

cable termination part shall be possible without interfering with adjacent components such as
relays and instruments. Suitable interlocks shall be provided for preventing access to live parts.

All instruments, relays, control and selector switches, indicating lamps, push-buttons and trip
levers shall be flush-mounted, arranged in a logical manner and located at convenient heights on
the front side of the switchgear.

Cast resin insulators are permitted within individual cubicles but bushings entering or
interconnecting different cubicles (for example busbars) shall be of absolute fire-resistant type (for
example porcelain).

The cubicles shall have front access and - if not specified for erection at the wall - rear access for
easy cable termination work and for maintenance and repair of the main and auxiliary equipment
accommodated in the interior. Means shall be provided to limit the opening angle of doors to about
100.

The cubicles shall be complete with all locks, cable end boxes, colour-coded busbars, internal
wiring, and terminal accessories.

Busbars shall be made of high conductivity electrolytic copper suitably protected against corrosion
and rigidly supported on approved type of insulators.

Busbars shall be suitably mounted in enclosed compartments running the full length of the
distribution boards. Access to the busbars shall be possible only by removing bolted covers.

Opening the back or front door of any circuit-breaker cubicle shall not expose the busbars. Busbar
connections lying outside the busbar compartment shall be insulated or shrouded to eliminate
hazardous accidental contact while working on other parts of the switchgear. Means shall be
provided for expansion and contraction of the busbars resulting from temperature variations.

All busbar joints and connections shall be smoothed and silver-coated or tinned on the contact
surfaces. If appropriate for the intended installation, contact surfaces can also be brightly polished
and greased.

All switchgear, busbars and connections shall be withstanding the electrical, mechanical and
thermal stresses they may be subjected to under normal or fault conditions.

Clearances between live parts and to earth shall be in accordance with the relevant standards.

Each cubicle shall be provided with devices for earthing the incoming cables, preferably each
phase separately. Provision shall also be made for earthing the busbars. Such earthing shall be
interlocked with the incoming circuit breaker(s). Safety interlocks shall be provided to prevent
earthing of live parts.

An earthing bar with a minimum cross-section of 40x6 mm shall run the full length of the
distribution boards. This bar shall be connected to the main earthing system and all metallic parts
not forming part of the live circuits and all instrument transformer terminals to be earthed shall be
connected to it.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The finishing coat shall consist of lacquer of a colour agreed upon. The painting shall be
scratchproof and resistant to perspiration from the operator's hands. The painting shall be of such
quality that damages during transport or erection can be easily repaired at site.

Each cubicle/panel shall be equipped with a suitable mimic diagram.

All panels/cubicles shall have approx. 10% spare room for mounting of future auxiliary devices.

Piping transporting water, steam or oil is not permitted in the cubicles.


Phase rotation and colour markings shall be employed throughout the equipment.
Floor openings below cubicles shall be covered and sealed by the Contractor after cable
installation to obtain fire-proof and vermin-proof installations. Gland plates with suitable glands
shall be provided to obtain the specified IP protection class.

6.5.2 Switchgear/MCC Feeders and Starters

Circuit breakers, fused load break switches and motor starter units shall be of the draw-out or fixed
mounted type. Where two or more starters or feeders are contained in the same cubicle, they are
to be separated by barriers of sheet steel or fire proof insulating material. If required, the metal
surface of the cubicle shall be protected by fireproof insulating material. The panels shall contain
all respective starters and contactors with their main incoming and outgoing feeders.

The draw-out switching devices shall be mounted on trucks or slide-in chassis having adequate
guidance by greased sliding rails and/or rollers. They shall be connected to the busbars by means
of self-aligning plug and socket arrangements. Drawing out the switching device shall attain
complete isolation of each circuit.

The main contacts shall have shutters, which automatically close upon withdrawal of the
switchgear. The withdrawal of large circuit breakers shall be facilitated by means of cranks, gears
or other devices.

The contact surfaces of the plugs and sockets shall be silver-plated. The contacts shall be amply
sized and sufficiently strong to withstand maximum short circuit currents and carry continuously the
rated currents without damage or overheating of any kind.

The control circuits shall also be provided with plugs and sockets.

The withdrawable units shall have clearly marked service, test and isolated (ready for complete
withdrawal) positions. Mechanical interlock(s) shall be provided to prevent withdrawal of the unit
unless the main circuit has been opened. The unit shall positively be locked in the test position
before it is manually released for complete withdrawal. The test position shall permit local and
remote closing and tripping of the relevant switchgear with the main contacts isolated from the
power circuit.

Each switchgear room shall be furnished with a switching unit transportation carriage, the height of
which shall be adjustable to the different installation heights.

All circuit breakers, load break switches, starters and contactors shall be suitably rated and
controlled according to the electrical and mechanical performance and duties they are assigned
for. They shall be of the continuously rated pattern generously rated to comply with the Site

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

conditions and requirements. Automatically controlled feeders (motor feeders, outgoing feeders)
shall be equipped with a time delayed automatic tripping device operating in case of voltage failure
at the busbars or being actuated by another defined signal.

Motor starters, contactors and their associated devices shall be capable to operate without
overheating for five minutes with 70% of the rated supply voltage. Means shall be provided to
prevent pumping.

Motor feeders shall be equipped as follows:

(1) LV motors:

- HRC fuses with auxiliary contacts and load break switch, or


- Fused load break switch, or
- Circuit breaker with instantaneous overcurrent protection
- Starter combination
- Adjustable thermal overload and phase failure protection
- Motors above 150 kW shall have reduced starting current (4xIN max) or star delta starters.

(2) MV motors

- Circuit breaker suitable for remote control.


- CT operated adjustable thermal overload and instantaneous overcurrent protection
- Phase failure protection
- Further protection relays, if necessary.

Moulded case circuit breakers and miniature circuit breakers may be used if they are properly
selected to withstand the maximum short-circuit current.

All starter and contactor units of the same rating shall be interchangeable. Remote controlled
motor starters rated 5 kW and above shall include provisions for remote current indication.

6.5.3 Circuit Breakers

Circuit breakers rated 63 A and above shall be of the trip-free type with a driving mechanism
composed of a spring loaded, energy storing closing and tripping device and fitted with operation
counter. Remote controlled circuit breakers shall be provided with an electric spring loading driving
motor; manual spring loading and control shall also be possible. Means shall be provided to
prevent pumping while the closing circuit remains energised should the breaker either fail to latch
or be tripped during closing due to the operation of a protective device.

Barriers of approved heat resisting, non-tracking-insulating material shall separate the phases. The
LV breakers shall be provided with main and isolating contacts, and with suitable arcing contacts,
magnetic arc quenching devices, arc chutes.

The spring release of the closing mechanism shall be operated by means of a DC solenoid coil
and a mechanical pull out handle. Tripping shall be executed by means of a DC solenoid shunt trip
coil and a mechanical push button. The closing mechanism can alternatively be of the AC operated
solenoid coil/latched type.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The moulded case circuit breakers (MCCBs) shall have shunt trip coil and trip-free operating
mechanism of the quick-break type. They shall have a thermal overload of 125% of the nominal full
load current and instantaneous magnetic trips which operate at currents exceeding 500% of
nominal full load currents or 600% of motor full load current whichever is applicable. To reduce the
fault level of the next co-ordinated electrical components the breakers shall be of the fault limiting
type as required.

Miniature circuit breakers (MCBs) shall be of the fault limiting single-pole or triple-pole type with
adequate current ratings. The operating as well as the overload mechanism shall be sealed. The
mechanism shall provide positive closing, contact roll and wipe, trip-free action. The contacts shall
be of anti-welding, silver tungsten tips fixed on high conductivity copper backings. The contacts of
control relays and of higher rated circuit breakers and contactors shall be silver-plated.

6.5.4 Contactors

LV contactors shall be of the air-break type with arc shields according to IEC standards. Butt
contacts of the rolling, self-cleaning type shall preferably be utilised and all portions likely to suffer
from arcing shall be easily removable.
When closed, the contactors shall withstand the system fault current determined by the next co-
ordinated short circuit tripping device. The associated thermal overcurrent releases shall be
adjustable to fit the motor requirements and temperature compensated up to 70oC ambient
temperature.

6.5.5 Fuses

The HRC-fuses shall be suitably sized to cope with the connected loads at site conditions.

They shall be of the current limiting type and correspond in their protection range with the
associated switchgear or consumer.

Fuses up to 63 A rated current shall be inserted into lever operated fuse isolators so that no
special tool is required for their replacement. Devices shall be provided for local and remote
indication of the fuse blowing.

6.5.6 Load Break Switches

The load break switches shall permit manual operation from the front panel but shall also allow
mounting of a power drive for local and remote control.

They shall be equipped with a padlocking device, self-cleaning contacts with a high resisting anti-
arc case suitable for quick-making and quick-breaking action, and capable to switch safely the
specified rated currents.

The load break switches may be combined with the HRC-fuses.

6.5.7 Pushbuttons, Pushbutton Stations, Crane Switches

Pushbuttons, which may be of the illuminated or non-illuminated type, shall be shrouded or well
recessed in their housings in such a way as to minimise the risk of inadvertent operation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

In instances where "enable" pushbuttons are required they shall be electrically interlocked with the
normal control such that deliberate operation of the "enable" pushbutton is required before the
normal control can take place.

The colour of pushbuttons shall be as follows:

- When mounted on pushbutton stations adjacent to running plant the stop button shall be
coloured red and the start button coloured green.
- When mounted on the front of the contactor panel the stop button shall be coloured red and
the start button coloured green.
- When mounted on panels or desks with adjacent indication lights both buttons shall be
coloured black, unless required otherwise by the Employer/Engineer.

Individual pushbutton stations, unless supplied as weatherproof free-standing enclosures, shall be


of the metalclad weatherproof type suitable for wall or bracket mounting with enclosure
classification of IP 65. All outdoor mounted pushbutton stations shall incorporate a protective cover
or guard (e.g. toughened glass door) to prevent inadvertent operation.

Control stations shall be clearly labelled showing the duty or drive to which they are applicable.
Location of ammeters shall be agreed with the Employer/Engineer.
Pushbuttons used on covered desks, panels etc. may need to be of special types (e.g. miniature,
illuminated). The Specifications and requirements for these special pushbuttons shall be agreed
with the Employer/Engineer.

Emergency stop pushbuttons shall be provided adjacent to all motors and machinery with exposed
moving parts, couplings etc. to prevent danger, and on main and local control panels. These
pushbuttons shall have a large "mushroom" head, coloured red and incorporate a protective cover
or guard to avoid accidental operation. These buttons shall automatically lock in the pressed
position, requiring twist or key resetting. Contacts shall be provided to cause tripping of the
associated circuit, prevent restart of the circuit and bring up an alarm in the Central Control Room.

Stop pushbuttons mounted local to motors shall trip the associated circuit breaker or contactor
regardless of the selected control position.

The contacts of all pushbuttons shall be shrouded to minimise the ingress of dust, and accidental
contact, and shall be amply rated for voltage and current for the circuits in which they are used.

Feeder cables for cranes shall be fitted with lockable “Crane Switches”, to be installed in good
accessible locations.

6.5.8 Overvoltage Protection

LV switchboards (AC and DC) shall be equipped with overvoltage protection devices, such as
lightning current arresters or overvoltage arresters.
The protection concept shall be elaborated by the Contractor, subject to approval by the
Employer/Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6.5.9 Switchgear/MCC Control

For local switchboard control, all circuit breakers and motor-starter-contactor units shall have:

- One green illuminated push-button for ON


- One red illuminated push-button for OFF
- One position indicator of either the semaphore type for circuit breaker, electrically controlled,
or indicating lamps, included above.
- One amber-coloured indicating lamp for fault indication of local protection equipment (tripping
of protection relay or device, blowing of power fuse, tripping of miniature circuit breaker of
control circuits). This lamp shall remain lit until cancelled by resetting of the device having
caused the fault indication. Facilities shall be provided to repeat the alarms, individually or
grouped for remote indication or recording.

Remote controlled incoming and outgoing feeders as well as motor starters shall be equipped with
key-operated LOCAL - REMOTE selector switches.

The OFF control shall be effective at all locations independent of the selector switch position. The
ON control shall be restricted to the actual selector switch position.

All manual operated equipment shall have mechanical indications clearly indicating the relevant
position.

Each bus section of a distribution board shall have a blue-coloured signalling lamp indicating that
the control supply is ON. Each cubicle shall have a yellow-coloured signalling lamp indicating that
the heater is ON.

Indicating lamps shall be of an approved low consumption type. The hoods covering the lamps
shall be made of transparent coloured glass moulds or any other equivalent heat-resistant and
break-proof material and shall be either of the screw or any other approved type to facilitate to
replacement of the lamps.

LED indicating devices shall be provided to the maximum extent; they shall be of the multi-element
type. All indication lamp fittings of similar use shall be of the same size and type.

Lamp test facilities shall be provided on each panel. Up to 3 panels, forming an assembly can be
fitted with one common lamp-testing device.

Boards other than power distribution boards shall include indicating lamps to signalise:

- Heaters ON
- Control voltage ON
- TRIP alarm of any interior equipment

Generally, all signal, monitoring and protection circuits as well as shunt trips of circuit breakers
shall be fed by the specified standard DC voltage(s). AC contactor-operating circuits shall be
controlled by AC with the contactor solenoids preferably designed for DC fitted with rectifier
bridges. Latched contactors are also acceptable. All aforesaid circuits shall be protected
individually by means of miniature circuit breakers with position monitoring. AC control circuits shall
be derived from the relevant busbar system protected and monitored by MCBs.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Closing of the circuit breakers and contactors shall be possible between 85% and 110% of the
rated control voltage. Holding of contactors shall safely be achieved at 70% of the rated control
voltage. Tripping devices shall operate at 50-120% of the rated control voltage in case of mains
dependent and at 75-110% in case of separate control voltages (DC system).

For local control of selected MV and LV motor drives the following cast-aluminium push-button
stations shall be provided:

- One push-button ON
- One push-button OFF for normal and emergency stop, which upon actuation is mechanically
kept in the OFF position until released by a special key. To prevent mal-operation due to
inadvertent contact a collar or other approved means shall protect the push buttons.

6.5.10 Auxiliary Power Supply

Power supplies for the operation of auxiliary electrical systems shall be provided in accordance
with the details given elsewhere in this Specification.

All main switchboards, motor control centres, relay panels, control equipment, suites of cubicles
etc., shall be provided with redundant supply circuits for control and alarm purposes. Such supplies
shall be derived from separate power sources as practical and shall operate in such a way to
prevent loss of function on voltage failure. They shall be monitored to initiate a local and remote
voltage failure alarm.

6.5.11 Small Wiring

All wiring within panels, racks, boards, etc. shall be of stranded copper wires with flame-retardant
insulation.

The insulation material may be of fire-resistant polyvinyl chloride (PVC), tropical grade or of other
approved fire-resistant type. The wiring shall be withstanding, without deterioration, the conditions
prevailing at the individual location of installation. The bare ends of stranded wires shall be
provided with squeezed sleeves or pins.

The minimum cross-sections shall be as follows:

- 2.5 mm2 for all consumers (such as motors, heaters) and current transformer circuits;
- 1.5 mm2 for control wiring above 60 V service voltage;
- 0.5 mm2 for control wiring below 60 V and telephone wiring;
- 0.2 mm2 approx. in case the applied termination techniques of standard electronic equipment
do not permit the use of larger cross-sections.

All secondary wiring shall be arranged and protected to prevent damages by arcing or mechanical
effects.

Wiring shall be neatly run, bundled or in rigid PVC plastic wire-ways filled not more than 70%.

The ends of every cable core and all secondary panel wiring above 60 V shall be fitted with
numbered ferrules of yellow, moisture and oil-resisting insulation material having a gloss finish,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

with the identification numbers clearly engraved in black being the same as for the relevant
terminals. In case different terminal boards are arranged close to each other, the ferrules shall
contain the terminal board denomination and the terminal number. The ferrules shall be fitted in
such a way that they cannot become detached when the wire is removed from the terminal. All
internal wiring shall enter the terminal block at one side only.

Wiring shall terminate in one or more terminal blocks, arranged at the side or bottom of each panel
or compartment. Internal wiring between instruments or other devices not using the terminal block
shall be permitted within the same compartment only.

Terminal blocks shall be numbered consecutively beginning with 1 from left to right or top to
bottom and shall consist of single "insertion" type terminals of non-tracking, non-inflammable
synthetic plastics lined-up in one row. All terminals shall have two (2) separate pressure clamping
plates suitable for connection of incoming or outgoing, stranded and solid conductors, respectively.

Terminals with clamping screws in direct contact with the conductor are not acceptable. The
following categories of terminals shall be provided:

A Terminals for power circuits


B Terminals with short-circuit facilities for CT circuits
C Terminals for measuring and control circuits, where required with bridging facilities to the
neighbouring terminal.

All terminal blocks shall contain 20% spare terminals of category C. Insulating barriers shall be
provided between each pair of power circuits and between the terminal categories. The height and
the spacing shall be such as to give adequate protection to the terminals whilst allowing easy
access to the same.

6.5.12 Tests

The workshop tests shall be performed in accordance with applicable standards. For the individual
switchgear components (i.e. circuit breaker, load break switch, etc.), the manufacturer’s type and
routine test certificates shall be supplied.

The following site tests shall be performed:

- Visual inspection
- Megger test (to include equipment and internal wiring but excluding electronic equipment)
- Functional tests of controls, interlocks, measurements;
- Setting of protection relays: adjustment by means of special testing equipment and
operational checks;
- HV tests as required by applicable Standards.

6.6 AUXILIARY EQUIPMENT

6.6.1 Auxiliary Switches

For save and proper functioning each item of plant shall be equipped with the necessary auxiliary
switches, contactors and devices for indication, protection, metering, control, interlocking,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

supervision and other services. All auxiliary switches shall be wired up to terminal blocks on the
fixed portion of the plant.

Auxiliary switches and mechanisms shall be mounted in approved accessible positions clear of the
operating mechanism and protected in an approved manner. The contacts of auxiliary switches
shall be mechanically strong and have a positive wiping action when closing.

6.6.2 Anti-Condensation Heaters

Each individual enclosure accommodating electrical equipment which is liable to suffer from internal
condensation due to atmospheric or load variations shall be fitted with heating devices suitable for
electrical operation at the specified standard AC voltage, being of sufficient capacity to raise the
internal temperature by about 5C above the ambient temperature. Heaters in motors and similar
shall be switched on automatically upon opening of the motor starter, and vice-versa. Heaters in
switchgear/MCC cubicles, control cubicles, panels, desks, etc., shall be controlled automatically by
adjustable hygrostats (setting range about 50-100% relative humidity). The electrical apparatus so
protected shall be of such design that the maximum permitted temperature is not exceeded if the
heaters are energised while the apparatus is in operation.

Heaters shall be equipped with a suitable terminal box. All equipment, whether fitted with a heating
device or not, shall be provided with suitable drainage and be free from pockets in which moisture
can collect.

6.6.3 Panel Lighting

Cubicles and panels shall be fitted with fluorescent type, door switch controlled interior lighting and
230 V socket outlets.

6.6.4 Instrument Transformers

Current and potential transformers shall be designed and accommodated to suit their distinct
duties. They shall meet the requirements of the latest IEC standards for metering and protection
and be capable of withstanding without any damage or deterioration:

- The continuous thermal current rating of the associated switchgear and


- The maximum short-circuit level of the circuit for of 1 s.
- The applicable test voltages.

6.6.5 Current Transformers (CT)

CT shall comply with IEC 60044 as amended and supplemented by the following requirements.

Separate cores shall be provided for protection, instrumentation and metering purposes, unless
otherwise specified.

For measuring CT, the following accuracy classes shall apply:


- 0.2 For plant record metering, and for other acceptance testing purposes,
- 0.5 For AVR’s
- 1.0 For indicating instruments, and for tariff metering of small supplies.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

CT used for indication/metering purposes shall be designed to saturate at a value of primary


current sufficiently low to protect the secondary circuit from damage at all possible values of
primary fault current up to the associated primary short-time rating.

All CT shall be carrying rated primary current with an open-circuited secondary winding for one
minute without damage or deterioration. The secondary of CT shall be earthed with the earth
connections easily accessible.

The nominal values of CT and VT secondary windings shall be as stated in Annex 1. The
instrument transformers shall have adequate accuracy, saturation factor and rated burden.

The Contractor shall determine the burdens and accuracy class of the secondary windings taking
into consideration the most unfavourable conditions.

CT for protective and protective/indication purposes shall be designed to suit the distinct
requirements of the associated protection which, in general, shall be in accordance with the
recommendation given in IEC 60044.

Class 5P CT shall be used for combined overcurrent and earth fault protection of the inverse time-
overcurrent type. The rated accuracy limit with actual burden connected shall be equivalent to the
ultimate maximum symmetrical three-phase fault current or earth fault current of the protected
circuit. The CT shall be meeting the 5P error classification at rated accuracy limit current over the
full range of relay settings.

CT for protection using high impedance relays shall be of the low reactance type and their
performance shall be stated either in terms of the Class X parameters or in terms of the Class TPS
parameters (low reactance CT are preferred for all types of protection).
The rated VA output of each current transformer shall not be less than the connected burden as
installed, considering the burden of cable connections.

CT shall be capable of withstanding without damage the peak and rated short-time currents of their
associated equipment.

The secondary windings of each set of CT shall be earthed at one point only, via a bolted
disconnecting link. The current transformer core, where accessible, shall be separately earthed.
When multiple ratio secondary windings are specified, a label shall be provided at the secondary
terminals of the current transformer, indicating clearly the connections required for each tap. The
connections and the ratio in use shall be indicated on all connection diagrams.

Design magnetisation curves and DC resistance values shall be submitted before manufacture for
each current transformer used for protective purposes and shall be subsequently verified by
factory routine tests.
For metalclad switchgear, all CT shall be located on the outgoing circuit side of the circuit breaker.
CT may also be provided on the busbar side of the circuit breaker to permit protection zone
overlap. The primary conductors of all CT shall be readily accessible for primary injection testing
on site.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Where CT shall be mounted on devices provided under other contracts, the Contractor shall be
responsible for ensuring compatibility with the other contractors and for keeping the
Employer/Engineer informed.

The Contractor shall supply manufacturer’s test certificates on test and measurements to be
performed in accordance with applicable standards.
The CT and their associated circuits shall be tested on Site by the primary injection method.

6.6.6 Voltage Transformers (VT)

All VT shall comply with the requirements of IEC 60044 as amended and supplemented by this
specification. They shall have outputs 50% in excess of the actual requirement unless otherwise
specified.

VT shall have the following accuracy classes:


- 0.2 For metering and acceptance testing purposes
- 0.5 For plant record metering and AVR’s
- 1.0 For indicating instruments, synchronisers and tariff metering of small supplies
- 3P For protection.

The VT secondary circuits shall be complete in itself and shall be earthed at one point only; metal
cases shall be earthed separately. The transformer core, where accessible shall be earthed
separately. All VT at a particular voltage level shall be earthed in the same manner.

Where it is required to earth the primary neutral of a metalclad VT, the neutral earthing connection
shall be insulated from the tank and brought out separately from the switchgear earthing
connection.

Secondary main protection fuses or miniature circuit breakers shall be provided as close as
possible to, preferably mounted on, each VT and labelled to show their function and phase colour.
It shall not be necessary to de-energise the primary circuit or remove the VT of metalclad
switchgear to gain access to the fuses or miniature circuit breaker.

VT cores shall not saturise in case 1.732 times normal voltage is applied to each winding.

Magnetisation curves shall be submitted for approval for each type of VT prior to Factory Tests.
The standard secondary voltage between phases shall be 110 V (50 Hz systems, to suit primary
rated voltage) unless special circumstances dictate otherwise and shall be stated at the time of
tendering.

Secondary circuits of different VT shall not be connected in parallel.

All measuring transformers shall be provided with an equipment label giving type, ratio, class,
output, serial number and connections.

The Contractor shall supply manufacturer’s test certificates on test and measurements to be
performed in accordance with applicable standards.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6.6.7 Busbars and Electrical Connections

Busbars and connections shall be electrolytic copper, unless otherwise agreed with the
Employer/Engineer.

The busbars, assemblies and connections of HV metal-enclosed or metalclad switchgear shall be


of a type, which does not rely solely on air for insulation purposes. The covering material shall be
non-deteriorating at the rated short-time maximum temperature of the busbars and shall have such
thickness as is required to withstand rated line to line voltage between busbar and a conducting
object on the exterior of the covering material for a period of not less than 1 minute.

The busbars shall be carrying the full rated current continuously without exceeding the maximum
temperature specified in IEC, as applicable, under site ambient conditions.

The busbars and their connections, and insulation materials as appropriate, shall be withstanding,
without damage, the thermal and mechanical effects of a through fault current equivalent to the
short-time rating of the switchgear.

Devices shall be provided to compensate thermal expansion of the busbars and associated
components including the insulating medium.

Busbars shall be contained in separate compartments within the general casing of switchgear.
Busbar barriers shall be provided between switchgear equipment to prevent the spreading of
ionised gases in the event of a fault.

Access to busbars and the connections directly connected thereto shall be gained only by the
removal of covers secured by bolts or screws. Such covers shall be clearly and indelibly marked
"BUSBARS".

Busbars shall be extensible at both ends; such extension shall entail the minimum disturbance to
busbar compartments.

Busbars shall be of uniform cross sectional throughout the length of a switchboard.

Bolted connections shall correspond with the applicable DIN Standards and have two washers and
one spring washer. Bolt terminals of machines (motors, transformers, etc.) shall be equipped with
secured nuts, two washers and spring washer; all the above elements shall be of corrosion-proof
material or plated accordingly.

Tightening of such bolt connections shall be done with a torque wrench set to values to be given
by the Contractor before commencement of erection work.

Flexible joints shall be provided for connecting busbars/busducts with individual equipment such as
generators, transformers, switchgear, etc. They shall be sized and rated in line with the respective
busbars and shall cope with vibrations, thermal or operational displacements and shall withstand
the dynamic short circuit stresses.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6.6.8 Electrical Insulation

Insulating materials shall be suitably finished to prevent deterioration of their qualities under the
specified working conditions. Account shall be taken of the IEC 60085 and IEC 60505
recommendations.

Ebonite or synthetic resin bonded laminated material shall be of suitable quality selected from the
grades or types in the appropriate IEC or approved National Standard.

The insulation of all machine windings, solenoids, etc. other than those immersed in oil or
compound, shall be of Class F materials, unless otherwise specified elsewhere.

All cut or machined surfaces and edges of resin-bonded laminated materials shall be cleaned and
then sealed with an approved varnish as soon as possible after cutting.

Hygroscopic types of materials shall not be used for insulation purposes.

Wherever practicable, instrument, apparatus and machine coil windings, including wire wound
resistors, except for those immersed in oil or compound, shall be thoroughly dried in a vacuum or
by other approved means and shall then be immediately impregnated through to the core with an
approved insulating varnish. Varnish with a linseed oil base shall not be used.

No material of a hygroscopic nature shall be used for covering coils. Where inter-leaving between
windings in coils is necessary, only the best Manila paper, thoroughly dried, which permits
penetration by the insulating varnish or wax, shall be used.

Polychlorinated Biphenyl (PCB) type materials and Asbestos shall not be used anywhere.

6.6.9 Protection Devices

The main parts of the plant shall be protected and interlocked to prevent mal-operations and other
fault occurrences and to maintain safety during all operation phases.

Electric protection relays shall be the standard product of an experienced and reliable protection
relay manufacturer. They shall be of the electronic numerical, tropicalised type and be mounted in
suitable dust proof and shock-absorbing casings. They shall not be affected by external magnetic
fields or any other influence (radio, computer, signals, impulses, etc.) consistent with the place or
method of mounting.

The protection relays shall be equipped with all necessary auxiliaries such as tripping units, time
relays, trip circuit monitoring and external local/remote resetting device.

Pre-warning alarms shall be initiated as early as possible before the protection system trips, to
enable the operators to take precautions. Tripping of a protection system as well as the sources of
the protective action shall be indicated and recorded as an alarm.

Unless otherwise required for special purposes, protection relays shall remain in the tripped
position until the operator resets the relay manually, locally or remotely. The protection and
auxiliary relays shall be grouped and mounted on plug-in modules or stationary-mounted on swing
frames with separate plugs and sockets to feature easy replacement and testing. The construction

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

shall be sturdy and such that all parts are easily accessible for adjustment. Relays installed in
switchboards shall be arranged in compartments separated from the switchgear.

Besides the mechanical-operated flag type indicator, all relays shall have sufficient contacts and/or
auxiliary relay contacts to perform all the tripping, intertripping, interlocking, indication and alarm
functions required. Spare contacts (1 NO, 1 NC) shall be provided for later use. The contacts shall
be silver-plated or of the seal-in type with the main contacts adjustable.

The relay contact rating shall be for the specified standard voltage and for 200% of the nominal
passing current. The relay coil shall be able to operate properly at voltage variations of -25% to
+15%.

Relays shall be capable of withstanding at least one million operations without any defect.

Testing of the individual relays shall either be carried out by stationary-mounted or portable testing
devices.

6.7 LIGHTING SYSTEM

6.7.1 General

The Contractor shall perform the design and engineering of the complete power plant lighting
system including the preparation of the arrangement and installation drawings and other required
documents. The design of the lighting system shall be in line with regulations of the local
authorities and the applicable IEC standards.

All equipment shall be of such performance and quantity as to perfectly suit the purpose. The
Contractor is obliged to co-ordinate the lighting installations with the installation of other trades
e.g., suspended ceilings, fire fighting, air-conditioning, piping, etc. Provisions to facilitate erection,
maintenance, cleaning and lamp replacement (e.g. ladders, carriages, and platforms) shall be
included.

Lighting fixtures to be installed in rooms with special architectural requirements and/or provided
with suspended ceilings shall cope in type and number with such environment. Lighting
installations in switchgear and equipment rooms shall be co-ordinated with the arrangement of the
installed equipment to provide adequate lighting for operation and maintenance. In large
rooms/halls the fixtures shall be mounted in such a manner as to obtain a uniform illumination level
if half of the fixtures of a certain area are switched off.

The illumination levels of indoor lighting system shall be measured horizontally at a height of 1 m
above the floor; outdoor lighting of streets and of flood lighted areas at the surface. In new
condition of the equipment, the ratio of the minimum to the average illumination level shall not
exceed 1:3, and the ratio of the minimum to the maximum illumination level shall not exceed 1:6.
The whole lighting system shall be designed to produce adequate visual performance and safety
and shall be free from excessive glare, stroboscopic effects and flicker from discharge lamps.

The electrical lighting and power supply systems shall be designed in compliance with IEC 60364,
TN networks, subdivided into:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Normal lighting circuits fed by the power plant AC auxiliary supply systems
- Emergency lighting circuits fed by an emergency power source
- Security lighting circuits fed by DC or Safe AC systems
- Socket outlet circuits, 16 A, single phase, and
- Power socket outlet circuits (three-phase, five poles, 16 A and higher ratings as required) fed
by the AC auxiliary supply systems.

Lighting fixtures shall be evenly distributed on the three phases.

6.7.2 Lighting Distribution Boards

The lighting distribution boards (LDB) shall be of robust sheet metal, flush front design and,
depending on size and location, be of the free-standing or wall-mounted (exposed or flush) type.
The front doors shall be provided with lockable handles (one key type for all sub-distribution
boards). They shall be the standard product of a reputed manufacturer.

The electrical equipment of LDB shall consist of:

- One main busbar system and one emergency busbar system (optional) for the specified
voltage levels and AC systems with separate neutral and protective earthing bars (TN
network);
- Main incoming breaker for each busbar system;
- Contactor for the emergency power supply (optional), automatically controlled upon failure of
the main supply;
- MCB with thermal and magnetic overcurrent release for lighting, socket outlet, and control
circuits. Supervised fuses are only allowed as short-circuit limiting element. The tripping
characteristics of the MCB shall ensure selectivity with other switchgear;
- Contactors, auxiliary relays and impulse operated contactors for remote control of lighting
circuits
- About 20% spare feeders of each type (2 No. minimum);
- One indicating lamp for common fault indication of the tripping of any protection device
installed in the board (fuse blowing, control MCB tripping, etc.), mounted in the upper part of
the front door, with auxiliary contacts for remote alarm and event recording;
- Terminal blocks.

Photoelectric cells with adequate light intensity adjustment range shall control lighting circuits
allocated to outdoor installations. Remote control devices and manual override switches shall also
be provided.

An electrical diagram showing all equipment and the circuits being connected to the individual
outgoing feeders shall be provided on the rear side of the front door.

6.7.3 Lighting Fixtures

All lighting fixtures complete with lamps, tubes, instant starting control gear, chokes, compensating
capacitors, etc., shall be of approved manufacture, constructed from best quality materials and
installed with best workmanship.

Unless a variety of lighting fixtures is specified in the PTS, the Contractor shall propose and submit
details of such fixtures he is intending to use, subject to approval. Fixtures and fittings used

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

indoors or outdoors shall be selected to meet perfectly the purpose (location and illumination level)
as well as the prevailing environmental conditions (IP protection class, hazardous areas).

Special precaution shall be taken to protect the wiring from damage by heat generated by fittings
and lamps. For compensation of the inductive current of the chokes compensating capacitors shall
be provided to obtain approximately unity power factor.

To avoid electrical shocks when touching disconnected fittings which include capacitors, discharge
resistors of sufficient size shall be connected in parallel with all capacitors of more than 0.5 µF
capacitance.

The equipment shall be furnished with radio interference suppression if the maximum interference
voltage stated in the IEC regulations is exceeded.

Security lighting fixtures shall be fitted with inscriptions “EXIT”, EMERGENCY EXIT”, indications
showing the direction of the escape ways.

6.7.4 Cabling

Lighting and socket outlet circuits shall consist of PVC insulated cables with copper conductors
neatly and clearly arranged.

Cabling in plaster or concrete-finished rooms shall be executed with PVC-insulated conductors in


embedded conduits or wall/floor mounted raceways.

In equipment rooms, workshops, storage rooms and the like, cables shall be laid in surface-
mounted PVC conduits; in areas endangered by mechanical damage in galvanised mild steel
conduits, painted after erection. Mineral insulated metal-sheathed wires or an approved substitute
shall be used where necessary.

6.7.5 Switches

Lighting fixtures in self-contained rooms such as offices, switchgear rooms, battery rooms, etc.
shall be switched locally. If more than two switching points are foreseen or required (staircases,
large rooms with several entrances, etc.) then push-button switches shall be used to control
impulse-operated relays and contactors arranged in the associated LDB. All other circuits shall
directly be controlled from the relevant LDB.

Switches (10 A) and socket outlets (16 A single-phase, three pins) installed in rooms with
embedded wiring shall be designed for flush mounting in moulded-plastic wall boxes. In all other
cases, exposed mounting with shockproof plastic housings of adequate enclosure shall be
provided. Switches shall either be of the tumbler or rocker-dolly type.

6.7.6 Power Socket Outlets and Plugs

The power socket outlets and plugs shall be of the CEE type, or National Types commonly used,
weather-proof, with housings of shockproof plastic material. Wherever specified or required the
following types of outlets shall be provided:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Three-phase socket-outlets of 16 A and higher ratings as required with five pins and
incorporated fuse with switch, mechanically interlocked;
- Single-phase socket-outlets of 16 with three pins;
- Single-phase safety low voltage (42 V) outlets of 20 A, with three pins, equipped with step-
down transformer for continuous loading and isolated secondary winding as well as with
earth-fault protection. The transformers shall have special tropical insulation and be totally
enclosed in sheet steel housing of protection class IP 65. The complete unit shall be suitable
for wall mounting.

At special locations (for example at operation levels), a three-phase socket of adequate rating in
combination with a single-phase socket shall be provided.

Outdoor installations subject to sun radiation shall be provided with protection shields. At hot
locations suitably protected metallic housings shall be provided.

6.7.7 Tests

The complete installations and, as far as reasonable, also the individual components shall be
tested as follows:

- Visual inspection;
- Functional tests;
- Measurement of illumination levels.

6.8 CABLES

6.8.1 General

The Contractor shall perform all relevant design and engineering for power, control, measuring and
communication cable systems and prepare the cable installation drawings comprising cable lists,
cable routing, connection diagrams, installation details, etc.

All cables shall be the standard product of a competent manufacturer.

All cables and accessories shall be suitable for full length installation under the specified site
conditions and shall have the highest thermal and mechanical strength, duly selected for the
intended purpose. The Contractor shall select the most suitable cable routes and raceways
ensuring a minimum of interference with other installations. Unless otherwise approved no cable-
joints will be accepted.

The maximum continuous current carrying capacity of each individual cable type and cross-section
shall be listed, duly considering the site conditions and load reduction factors. The conductor
cross-section of each cable shall be adequate for carrying the fault currents determined by the
relevant short-circuit protection device when operating under the specified load conditions, without
deterioration of the dielectric properties. All the above data together with complementary system
fault current calculations (if required) shall form part of the documents to be supplied by the
Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Cables running on or nearby hot surfaces shall be of the copper sheathed mineral insulated
(MICC), silicon rubber insulated, or other approved type.

Cable conductors shall be of annealed, high conductivity copper with the outer sheath or serving of
PVC. Cables to be laid directly in the ground shall be single-wire or tape armoured.

The polyvinyl chloride (PVC) used for conductor insulation and cable sheathing shall be of the
highest quality, heat resisting, flame retardant type.

The identity of the manufacturer shall be provided throughout the length of the cable by embossing
the outer sheath with "name of manufacturer - year of manufacture". The letters and numerals
shall be raised and shall consist of upright block characters. The gap between the identification
marks shall not be greater than 200 mm.

6.8.2 LV Power Cables

Power cables shall have either:

- Four conductors of identical cross-section for three-phase consumers up to 20 kW;


- Three conductors of identical cross-section for single-phase consumers up to 7 kW with one
conductor being used for protective earth (PE);
- Three conductors for all other consumers in which case the connection to the station earthing
system shall be performed separately;
- Three conductors of identical cross-section and one conductor of adequate smaller or
identical cross-section for the neutral, for the power supply to all main and sub-distribution
boards, MCC.

All cables shall be selected to withstand without damage the prospective short-circuit current in the
copper conductor and sheath metal for durations as determined by the next co-ordinated
protection device and a maximum voltage drop of 3%. The minimum cross-section of copper
conductors shall be 2.5 mm2.

Power cables shall be of the extruded solid dielectric insulated type with either PVC or XLPE
insulation. All conductors shall have coloured insulation in accordance with the specified phase
colours. Alternatively, coloured plastic marking sleeves can be used at cable terminations.

6.8.3 Control Cables

The control cables shall be of the multicore, PVC-insulated type withstanding without deterioration
the conditions at the individual locations of installation. Cables for analogue signals shall have a
common screen of metal tape; cores shall be twisted to pairs.

The minimum cross-section of each copper wire of the instrumentation and control cables shall be
as follows:

- 1.5 mm2 for all cables above 60 V service voltage


- 1.5 mm2 for all cables between local boards/boxes to the individual instruments
- 1.5 mm2 for all thermocouple compensation leads
- 0.5 mm2 for all control multicore cables between local boards/boxes and the control room.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

For control and electronic circuits, the minimum cross-sections shall be compatible with the power
requirements of the individual equipment. In any case, the maximum voltage drop between feeder
point and consumer shall not exceed 5% at the worst load and temperature conditions.

Multicore cables with more than 7 cores shall have approx. 10% spare cores for future use. Multi-
conductor cables shall be number-coded and/or colour-coded or identified by other suitable
means. The colour coding or any other identification system shall be shown on the circuit and
terminal diagrams.

6.8.4 Cable Laying

As appropriate for the various locations the cables shall be installed in cable ducts, raceways,
conduits, tray systems, cable trenches or shall be directly laid in the ground.

Cables running inside buildings or concrete trenches shall be laid on trays. The trays shall be of
adequate strength and size to carry the specified number of cables, providing approx. 25% spare
capacity. The design of such trays shall include a safety factor to avoid permanent distortion when
supporting erection staff during cable installation. The trays shall be of suitable aluminium alloy or
hot-dip galvanised steel standard materials.

In chemically polluted environments all trays, supports, ladders, etc., shall be of hot-dip galvanised
steel elements painted with suitable epoxy-resin paint or provided with a sintered coat of suitable
material for protection against such chemical environment. Cable trays shall normally be of the
ladder type consisting of bars with rungs evenly spaced (max. 500 mm) according to requirements.
Perforated, covered metal trays shall be used in highly polluted or otherwise endangered
surroundings. All trays shall be rigidly fixed on supporting steel structures, masonry or galvanised
racks. Cable trays arranged one above the other should be at least 300 mm apart in case of power
cables and 200 mm in case of control cables.

Cables to be laid on trays or racks shall be properly fixed or clamped. Supports and racks shall be
arranged to facilitate removal or replacement of cables.

Cables branched off from general raceways and directed to the relevant equipment shall be
suitably protected over their entire length by galvanised steel or heavy-duty rigid or flexible PVC
conduits sealed at their ends against ingress of water. Conduits shall be fixed on steel structures,
brickwork or be embedded in concrete floors or walls according to field requirements.

Conduits embedded in concrete or block work shall be of heavy-duty rigid or flexible PVC type.
Cables to be laid outdoors across roads or in concrete foundations shall run in hard PVC plastic
pipes buried in the ground in a depth not less than 600 mm or shall run through prefabricated
concrete ducts in suitable depth.

The cross-section area of such ducts shall be utilised to 50% only. Pipe ducts shall terminate in
concrete manholes before entering buildings. Manholes and pulling pits shall be provided in
suitable intervals to facilitate easy cable installation

Cables on brick walls or similar civil structures can be laid in conduits (painted galvanised steel
conduits within the reach of persons or erection/maintenance devices, PVC conduits in other
areas) or in prefabricated installation channels made of galvanised sheet metal or plastic.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-26


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Non-armoured cables shall be properly protected against mechanical damage when leaving ducts
or covered trenches.

Fire-partitions shall be provided when cables are passing through different fire zones (ceilings,
floors, walls, etc.) or when entering cubicles and panels. Cable passages into buildings shall be
sealed fire- and water-proof. Accessible cable galleries shall have fire-barriers at suitable intervals
including fire doors, which are normally open and closed automatically in case of fire.

Cables entering watertight structures shall be adequately sealed.

Cables directly buried in the ground shall be laid as follows:

- Cable trenches shall be excavated approx. 1100 mm deep; the width shall be appropriate to
the quantity of cables;
- Bottom of trenches shall be covered by a 100 mm layer of fine, clean material (preferably
sand);
- Cables shall be laid on this layer of fine material (*);
- Cables shall be covered by a 150 mm layer of fine, clean material (preferably sand);
- Cable protection tiles shall be laid along the cables;
- Trench shall be carefully backfilled with excavation material approx. 200 mm high; the
material shall be properly compacted;
- Yellow plastic warning tape(s) shall be laid on top of this layer (*);
- Trench shall be completely backfilled, material compacted and surface reinstated. Excess
material shall be removed.

Items marked (*) shall be executed under this Contract. All other items will be covered by the Civil
Works. Supervision and responsibility for the proper execution of the work remains with this
Contract.
Minor civil works like slotting or chiselling shall be included under this Contract.

The Contractor shall provide in due course all required information on cable ducts, trenches,
manholes, block-outs, foundations, etc. to be considered by others.

Power and control cables shall be adequately spaced. A distance of approx. 300 mm shall be kept
against other services

The Contractor shall be responsible for any damage on civil or steel constructions caused by him.
He shall be responsible for making good such damage to the satisfaction of the involved party.

The pulling, fixing and termination of cables shall be strictly in accordance with the manufacturer's
instructions, using the recommended tools and appliances.

The following shall be observed for cable installation in trenches:

- Cable trench covers shall be removed in sections, according to the progress of work;
- Removed covers shall be stored in such a way that they do not create a hazard to people or
traffic at site;
- Cables lying in open trenches for more than two weeks shall be protected against sun
radiation;

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-27


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Open trenches shall be properly secured by red warning tapes on both sides along the
trench;
- Any cover, cable or cable tray having been damaged during installation shall be replaced by
the responsible contractor;
- Cable trenches shall be cleaned from dirt, sand, etc., before closing
- Trenches shall be closed as soon as possible.

6.8.5 Cable Terminations

For all terminations of wires and cables, the insulation shall be neatly stripped without nicking the
strands of the conductors. Cable lugs for power cables shall be of adequate size. Cable glands or
clamps shall be fitted in all cases to prevent stresses on conductors or terminals.

Terminations of MV and HV cables with insulation readings of less than 100 MΩ (using a standard
500 or 1000 V "Megger"), 24 hours after making off, will not be accepted.

If space allows some cable slack as loop or other suitable form shall be foreseen at a convenient
place nearby the cable termination points.

6.8.6 Tests

Cables shall be workshop tested in accordance with applicable standards. The minimum scope of
tests shall include:

- Dielectric loss factor (tan delta) test for 2.25 times rated voltage and constant ambient
temperature (MV and HV cables only);
- Dielectric loss factor with increasing temperature (MV and HV cables only);
- Measurement of conductor resistance at 20oC room temperature. The measured value shall
be adjusted to the actual temperature;
- Measurement of insulation resistance
- Measurement of insulation, bedding and outer sheathing thickness;
- High voltage impulse test (HV cables only).

On Site, power cables shall be tested as follows:

- Measurement of insulation resistance (Megger test);


- Measurement of voltage drop of motor feeders rated 100 kW or above;
- HV test (MV and HV cables only).

For control cables, the voltage drop of critical lengths shall be measured.
6.9 EARTHING AND LIGHTNING PROTECTION SYSTEMS

6.9.1 General Requirements

All electrical devices, enclosures and equipment made of conducting materials shall be provided
with appropriate earthing terminals. If several devices form part of a larger assembly (such as
control cabinets, control boards, power distribution boards, etc.) the earth conductors shall be
interconnected, terminating in earthing terminals at both ends.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-28


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The low voltage distribution network shall be designed as a protective multiple earthing system in
which the neutral conductor will be earthed at the transformer star point and carried along to main
and sub-distribution boards and the various earthing system as mentioned below. The metal
housing of all equipment shall be connected to this protective multiple earthing system. In the
event of a short circuit between live parts and earth, the resulting resistance of the closed circuit
shall cause a fault current activating the appropriate protective device.

6.9.2 Sub-Grade Earthing System

The sub-grade earthing system shall consist of flexible, bare copper conductors forming an
interconnected meshed network with a mesh width not exceeding 20 m. The complete system
shall be buried in the soil at a depth of 1 m below ground surface and spread over the power plant
area. To achieve the required overall earthing resistance, earthing electrodes of sufficient length
and quantity shall be provided.

At certain intervals and positions, pits shall be provided in which parts or sections of the sub-grade
earthing systems can be isolated by means of detachable fittings. The sub-grade earthing network
is not required below building foundations or concrete slabs with a thickness of 500 mm or more, in
which case, however, a closed earthing loop at the circumference of such areas shall be provided.
The design of the sub-grade earthing system shall comply with requirements of the relevant
Standards and Regulations.

Conductors of the sub-grade earthing system shall be connected to each other, with earthing
electrodes or reinforcement steel bars by the Cadweld/Thermit welding process or bolted standard
terminations of approved manufacturers.

Earthing electrodes of suitable length shall consist of copper-coated sections not exceeding 1.5 m
per section and having a diameter of not less than 25 mm. The connections between the individual
sections shall be throughout conductive and this connection shall by no means become loose or
less effective if once the electrode has been driven into the soil. For ramming the individual
sections into the soil, a striking head shall always be used.

Interconnection of a series of earthing electrodes with the sub-grade meshed network shall be
made in earthing pits to enable separate measurements.

6.9.3 Indoor/Outdoor Earthing Systems (Above Ground)

For the various indoor and outdoor locations, earthing systems shall be established composed of
common loops with branch connections to the individual equipment. The execution of work shall be
performed in strict compliance with internationally recognised Standards and the directions given
by the Employer/Engineer.

Every non-current carrying but conductive component of the plant shall be connected either
indirectly via the protective earthing system or directly to the sub-grade earthing system.

Within the powerhouse, transformer bays, switchgear rooms and other rooms or buildings
containing electrical installations, at least one main protective earthing bus shall be provided
approximately 300 mm above finished floor at the circumference of the building walls. This bus
consisting of bare flat copper shall have minimum dimension of 30x4 mm; it shall be connected
with the sub-grade earthing system and with the main columns of the building steel structure, if

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-29


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

any. The earthing system shall be continued and carried along with the metal cable trays to reach
every electrical consumer in a convenient manner. For outdoor installations, a similar system shall
be adopted with the main bus (if provided) made of tinned flat copper of 30x4 mm.

Except the main bus, earthing conductors of the protective earthing system shall be of tinned
copper cables with the following minimum cross-sections:

- Main earthing distribution grid 95 mm2;


- Branches to sub-grade earthing system 150 mm2
- HV or MV switchgear or boards 150 mm2
- Generators and power transformers 150 mm2
- MV and LV switchgear or boards 150 mm2
- MV motors 150 mm2
- LV motors of 90 kW and above 95 mm2
- LV motors of 55 kW and above 50 mm2
- LV motors of 20 kW and above 35 mm2
- Intermediate terminal boxes to power circuits 35 mm2
- Intermediate terminal boxes to control circuits 10 mm2
- Metal raceways and cable trays every 50 m 35 mm2
- Tanks, doors, fences or other metal parts 35 mm2

Every conductor as part of the service earthing system such as neutral conductors, life
connections to transformer star-points, or any other conductor specially exposed to transient
voltage or current surges, shall be of tinned copper and sized (minimum 50 mm2) to withstand the
maximum fault current for 1 s. Such conductors shall be directly connected to the sub-grade
earthing system.

If the connection cannot be made in the shortest possible manner (not exceeding a length of 10 m)
or a resistance/reactance is connected in series between the life part and the sub-grade earthing
system, then the earthing conductor shall be sheathed with an adequate insulating material.

Except for the indoor main earthing bus, all other earthing conductors (above ground level) shall
consist of tinned, stranded copper conductors with the minimum cross-section as specified above,
considering a maximum permissible temperature of 200C under fault conditions. For connections
with other metal parts, the ends of such conductors shall be fitted with cable lugs, rigidly connected
with the earthing conductor by means of a hydraulic tool. Interconnections between earthing
conductors shall be performed with straight joints or T-joints fixed in the same manner.
Connections with the sub-grade earthing system shall be performed at intervals of approximately
20 m.

The main columns of the powerhouse or any separate building as well as any steel construction
shall be connected either directly to the sub-grade earthing system or to the main protective
earthing bus installed above ground level.

Such steel structure is likewise to be connected to the potential gradient control grid, if provided.
Moreover, steel constructions shall be earthed at least at both ends or in case of a square
structure at two points diagonally. Steel reinforcement in mass concrete shall be earthed just inside
the exposed surface. Structural steel, pit liners, stay rings and draft tube liners shall be connected
to the earthing system at least at 2 points. Earthing connections shall be protected during
concreting to avoid breaking of bonds of welded connections.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-30


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Earthing cables embedded in concrete shall have expansions or construction joints at right angles
to the joint and shall be installed in such a manner that movement will not damage the cable.

All metal structures, such as trays, conduits, tanks, gratings, rails, pipes, louvres, stairs, doors,
machine housings or enclosures (pumps, fans, compressors, etc.) which may become conductive
during a fault of an electrical installation by direct contact, arc or via a creepage distance, shall be
effectively connected to the protective earthing system. Rails and pipes shall have insulating joints
where they leave the protected power plant area.

Oil tanks shall be earthed twice with the earthing conductors taken from two different points of the
earthing grid. All piping shall be earthed at all service points in an approved manner.

Steel fences within and around the power station area shall be connected to the sub-grade
earthing system at all corners and gateposts. If required, an additional earthing cable for potential
gradient control shall encircle the outside of the fence at a depth of about 0.5 m and 1 m from the
fence. Gates shall be connected to the earthed gatepost with a flexible copper braid of equivalent
size. Fences of plastic-coated meshed steel wire with at least 1 mm coating do not need to be
earthed.

Metal enclosures and conductive structures of circuit breakers, isolating switches, measuring
transformers, busbars, etc., shall be connected to the earthing grid. The housings of the operating
mechanism shall be earthed at a point as near as possible to the operating handle.

Power transformer tanks shall be earthed at two points diagonally. These connections shall be
made from two different points of the earthing grid. Where the neutral conductor is directly brought
from the neutral bushing to earth, an additional connection between bushing and tank shall be
provided to ensure a straight electrical connection between tank and neutral.

The neutral conductor shall have the same current carrying capacity as the phase conductors and
shall be brought directly to an earthing electrode as part of the sub-grade earthing system.

Lightning arresters shall be connected separately to the earthing grid with 150 mm2 earthing cable
connections. The lightning arrester earthing lead must be electrically connected to the metal
structure on which the arrester is mounted. In addition, one earthing electrode shall be driven
adjacent to the sub-grade earthing system to provide the lowest earth-resistance of the grid at this
point.

Each MV or LV motor > 20 kW shall be connected directly to the sub-grade earthing system or to
the main earthing bus.

Every room equipped with electronic equipment, communication systems and HF links shall have a
direct connection to the sub-grade earthing system by means of an insulated earthing conductor of
at least 50 mm2 cross-section. This earth conductor shall terminate at an earthing electrode, which
has at least two connections to the sub-grade earthing system.

In each concrete cable trench one earthing conductor of 150 mm2 cross-section shall be laid to
which all metal parts such as trays, racks or brackets shall be connected. Cable tunnels shall have
two earthing conductors of same kind.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-31


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6.9.4 Potential Gradient Control Systems

Every building floor or outdoor concrete slab, housing HV or MV switchgear, switchboards,


transformers or other electrical equipment above 1 kV service voltage, shall be provided with a
potential gradient control system. The system shall consist of a network of round steel bars of
approx. 8 mm diameter having a mesh width not exceeding 5 m to be laid in the final concrete slab
approximately 50 mm below floor level. Such installation shall be connected with the main steel
structures or the main earthing bus (if provided) at several points, or with the sub-grade earthing
system, whatever is more suitable but shall by no means be used in lieu of the protective earthing
system.

Outdoor potential gradient control systems consisting of bare copper cables with a cross-section
not less than 95 mm2 shall be buried into the soil besides or nearby electrical components or metal
structures at which a contact or step voltage of more than 100 V can exist during fault conditions.
Such conductors shall be connected directly to the sub-grade earthing system and laid in
approximately 1 m distance from the circumference of said electrical components or metal
structures in a depth not exceeding 200 mm.

If, for any reason, a potential gradient control system as described above cannot be arranged, one
of the following measures shall be taken:

- The floor surface at the operation area shall consist of conductive material, which shall be
connected to the conductive portions of the electrical installation. The floor surface shall be
encircled by an insulated area of at least 1250 mm width.

- The operation area shall be insulated against the maximum possible earth voltage (PVC
lining, asphalt or coarse gravel) and all conductive portions of the electrical installation which
can be touched simultaneously shall be connected with each other.

6.9.5 Lightning Protection System

Wherever specified or required a lightning protection system shall be provided under strict
observation of the local regulations and relevant Standards (e.g. IEC 62305). The system shall
consist but not be limited to the following:
- Each super-structure shall be provided with the necessary lightning catching rods of
stainless steel, with a minimum diameter of 10 mm, roof and down conductors of tinned
copper or galvanised steel.

- Steel constructions or down conductors of a civil construction shall be connected at ground


elevation to a ring main equipped with an adequate number of earthing electrodes of
sufficient length to obtain an earthing resistance of approx. 0.1 Ω. Such ring main shall not
be directly connected to the sub-grade earthing system or the protective earthing system.

- Each fuel oil or water tank installed outdoors which is not connected to a sub-grade
earthing system shall be connected to 3 earthing electrodes evenly distributed around the
circumference.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-32


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6.9.6 Tests

For all earthing systems, continuity tests as well as earth resistance tests (as applicable) shall be
executed. In case the required earthing resistances are not obtained, the Contractor shall be
obliged to undertake all additional measures without any extra payment, until the values are
satisfactory.

6.10 EXPLOSION PROOF EQUIPMENT

6.10.1 General

According to the kind of oils and fuels used, explosions in hazardous locations may be caused by
standard type electrical equipment. Therefore, the installations in such locations shall generally be
kept to a minimum with said equipment designed or installed in compliance with the latest issue of
IEC 60079 and the articles 500 and 505 of the American National Electrical Code (NEC) and NFPA
Standard 85.

6.10.2 Definition of Hazardous Locations

Hazardous locations shall be defined as follows:

Class I, Division 1 locations are those:

(1) Where hazardous concentrations of inflammable vapours or gases exist continuously,


intermittently periodically under normal conditions of operation and maintenance and with
normal leakage, and

(2) Where the breakdown or faulty operation of process equipment could release explosive
concentrations of fuel and cause a simultaneous failure of electrical equipment.

Class I, Division 2 are those:

(1) Adjacent to Division 1 locations which may occasionally be reached by hazardous


concentrations, and
(2) Where inflammable volatile liquids or gases are handled, processed, or used, but where
concentrations are not normally hazardous because liquids or gases are handled in closed
systems, and

(3) Where hazardous concentration is normally prevented by positive ventilation. These locations
become only hazardous when the ventilation systems fail.

6.10.3 Design Features

The design features of electrical equipment and/or circuits to reach explosion-proof conditions shall
be selected with due regard to the place of installation and the kind of equipment.

The key features shall be as follows:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-33


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Pressure and Flame-proof Enclosure:


All parts that may ignite a hazardous atmosphere shall have an enclosure of sufficient
strength to withstand the maximum pressure caused by ignition of the most inflammable
mixture of the gas involved. All necessary joints of such enclosure shall be provided with long
fits (minimum 25 mm) and close clearances (equal or smaller 0.6 mm) to cool the escaping
flame and to prevent flame propagation to the outside atmosphere.

- Oil Immersion:
The parts capable of igniting inflammable or explosive mixture shall be immersed in oil to
such an extent as to prevent ignition of explosive mixtures above the surface of oil by means
of sparks or hot gases produced under oil.

- Increased Safety:
To obtain an increased degree of safety on electrical equipment, special measures shall be
taken to prevent impermissible high temperatures, sparks or arcs inside and outside of the
equipment on which they do not occur under normal working operations.

- Intrinsic Safety:
An electrical circuit or part of such a circuit shall be considered as intrinsically safe if neither
during normal working operation nor under fault conditions explosive mixtures are ignited by
means of arcs, sparks, or any heat generation.

- Any other approved feature not mentioned above.

All explosion-proof equipment shall be of approved design and shall have undergone type tests
according to the appropriate standards.

The selection of such equipment with reference to design features and allocation to hazardous
groups shall be subject to approval.

6.11 OIL AND COMPOUND

6.11.1 Insulating Oil and Compound

The first filling of lubrication oil, insulating oil or compound for any equipment requiring such media
shall provided under this Contract.

Oil and compound shall comply with the latest approved appropriate Standards and shall be
delivered in strong, hermetically sealed new drums.

6.11.2 Oil or Compound Filled Chambers

All joints of oil or compound filled chambers, other than those, which have to be broken, are to be
welded, and care is to be taken to ensure that the chambers are oil-tight. Defective welded joints
shall not be caulked but be re-welded.

Suitable provision shall be made for the expansion of the filling medium in oil or compound filled
chambers and the chambers shall be designed to avoid trapping of air or gases during the filling
process.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-34


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All wiring in the vicinity of oil-filled chambers shall have oil-resisting insulation of approved quality.

6.11.3 Oil Level Indicators

Oil level indicators of approved design shall be fitted to all oil containers clearly visible from normal
access levels. The indicators shall show the level at all temperatures likely to be experienced in
service and shall be marked with the normal level at rated ambient temperature.

6.12 LABELS AND PLATES

6.12.1 General

The proposed material of the labels, size, exact label lettering as well as proposals for the
arrangement of the labels shall be submitted to the Employer/Engineer for approval.

I required, translated text in the local language is to appear above or to the right of the text in the
contract language. The translations in the local language and label inscriptions shall be submitted
for approval.

6.12.2 Equipment Labels and Instruction Plates

Labels written in the contract language shall be provided for all instruments, relays, control
switches, push buttons, indication lights, breakers, etc. No label is required if the function is
indicated on the device. The label shall be fixed close to the devices in such a way that easy
identification is possible. Fixing on the dial glass of instruments will not be accepted. The wording
shall be the same as used in the engineering documents.

Plant identification numbers shall clearly define mechanical and electrical equipment and the ID
number engraved on labels of appropriate size shall be fixed to such equipment.

Labels shall be made of anodised aluminium or other approved material with black engraved
inscriptions, arranged at the top section of the units. Manufacturer's trade labels shall appear in the
bottom section of the units.

Equipment inside cubicles, panels, boxes, etc., shall be properly labelled with their item number.
This number shall be the same as indicated in the associated documents (wiring diagrams,
equipment list, etc.).

6.12.3 Warning Labels

Warning labels shall be made of synthetic resin with letters engraved in the contract and local
language.

Details are stated in the PTS or will be fixed at a later date.

6.12.4 Labels for Conduits

The material shall be non-corroding and the description embossed with 4 mm letters/figures.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-35


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6.12.5 Labels for Cables

Each completely installed cable shall have permanently attached to each end and at intermediate
positions non-corroding labels detailing identification number of the cable, voltage and conductor
size. The cable identification numbers shall comply with those stated in the cable lists.

6.12.6 Rating Plates

Equipment (machines, transformers, etc.) rating plates and other technical data/informative plates
shall either be of the enamelled type or be of stainless steel suitably protected after engraving with
a transparent paint resistant to aggressive atmosphere and solar radiation.

6.12.7 Single-Line Diagrams

Each switchgear room shall be furnished with a copy of the final as-built single-line diagram
detailing all electrical data and denominations, separate for each individual switchgear / distribution
board / MCC, placed under glass and frame/wall mounted at an approved location.

6.13 KEY SYSTEM FOR ELECTRIC BOARDS

Key interlocked switches shall be provided with Yale or other approved locks for locking in the
neutral position. Similar locks shall be provided for selector switches for locking the switches in any
of the positions.

The locks or padlocks shall be co-ordinated with an overall key system for the different applications
and shall be supplied with a minimum number of three keys. A key cabinet in the control room shall
be provided for collecting and storing the keys.

The key system shall employ master keys to override the individual keys. Each key shall have an
identification label fixed above the key hanging hook inside the cabinet. Cabinet door keys shall be
handled in the same manner.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 6-36


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 7: CONTROL EQUIPMENT

Table of Contents

7. CONTROL EQUIPMENT ............................................................................................................................ 1


7.1 DESIGN CRITERIA ................................................................................................................................ 1
7.1.1 General ........................................................................................................................................... 1
7.1.2 Standards ........................................................................................................................................ 1
7.1.3 Sizes of Measuring Instruments ..................................................................................................... 1
7.1.4 Special Local Conditions ................................................................................................................ 2
7.2 TESTS .................................................................................................................................................... 2
7.3 MEASURING SYSTEMS ........................................................................................................................ 2
7.3.1 Flow Measurements ....................................................................................................................... 3
7.3.2 Temperature Measurements .......................................................................................................... 3
7.3.3 Pressure Measurements ................................................................................................................. 3
7.3.4 Level Measurements ...................................................................................................................... 4
7.3.5 Electrical Measurements ................................................................................................................ 4
7.3.6 Position Measurements .................................................................................................................. 5
7.3.7 Recorders ....................................................................................................................................... 5
7.3.8 Contact Devices .............................................................................................................................. 6
7.4 ALARM SYSTEMS ................................................................................................................................. 6
7.5 LOGIC CONTROLS AND INTERLOCKINGS ......................................................................................... 6
7.6 AUTOMATIC CONTROL SYSTEM ........................................................................................................ 6
7.7 PROTECTION SYSTEMS ...................................................................................................................... 7
7.8 PROCESS COMPUTER ......................................................................................................................... 7
7.8.1 Alarm Recording ............................................................................................................................. 7
7.8.2 Plant Data Collection and Recording .............................................................................................. 7
7.8.3 Failure Recording ........................................................................................................................... 7
7.8.4 Maintenance Protocol ..................................................................................................................... 7
7.8.5 Expert Advice .................................................................................................................................. 7
7.9 CENTRAL CONTROL ROOM AND LOCAL CONTROL UNITS ............................................................. 8
7.9.1 General ........................................................................................................................................... 8
7.9.2 Design and Construction of Desks and Panels .............................................................................. 8
7.9.3 Central Control Room (CCR) .......................................................................................................... 8
7.9.4 Electronic Auxiliary Room ............................................................................................................... 8
7.9.5 Local Control Cubicles and Local Control Units ............................................................................. 8
7.9.6 Transmitter Racks and Piping ......................................................................................................... 9
7.9.7 Auxiliary Power and Control Air Supply .......................................................................................... 9
7.10 CONTROL CABLING ............................................................................................................................10

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

7. CONTROL EQUIPMENT

7.1 DESIGN CRITERIA

7.1.1 General
The general requirements for Electrical Equipment (Chapter 6) shall be considered for control
equipment. Reference is made to cabling, wiring and labelling.

All components shall be of an approved and reliable type and design. The highest extent of
uniformity and interchangeability shall be reached. The design shall facilitate easy repair and
maintenance of the components.

The equipment shall be pre-assembled to the highest extent in the Contractor's or Sub-
Contractor's workshop, e.g., shop welding of thermometer wells and other connections, wiring of
boards, desks, etc., including internal wiring and installation of devices shall be carried out. Fragile
instruments shall be removed for transport to Site.

All components shall be suitable for continuous operation under Site conditions and compatible
with other electrical, electronic and mechanical equipment. Materials for instrumentation and
control equipment, including piping material, which is exposed to the measured media, shall be
selected accordingly.

All instrumentation and control functions shall be shown on the piping and instrumentation
diagrams (P&I). The symbols used shall be in accordance with ISO standard. The identification
system (tag numbers) shall be in accordance with the plant identification system, which is subject
to approval by the Employer/Engineer. All measurements and alarms shall be listed in Input/Output
(I/O) lists of a standard format subject to approval. For remote controls, a schedule of interlocks
shall be provided. The features of automatic controls shall be shown in block diagrams.

7.1.2 Standards

In case the Contractor intends to apply Standards and Regulations other than those specified, he
shall provide the Employer/Engineer with four (4) sets of such documents, which shall be
complete, unabridged and written in the contract language.

7.1.3 Sizes of Measuring Instruments


Meters, instruments and recorders shall be of standard size and selected to guarantee unique
appearance of control panels, control desks, etc. The front glasses shall be of the anti-glare type.
The scales shall be 90 or 240 type.

The indicating instruments and recorders shall have the following or similar sizes:

- Indicators on local control panels 72 x 72 mm or MV and LV switchgear 144 x 72 mm


- Indicators on vertical sections of control desks in control room 96 x 48 mm or and on rectifier
or converter panels 96 x 96 mm
- Indicators on horizontal parts of control desks in control room 48 x 48 mm
- Indicators on control panels in control room 72 x 72 mm or 144 x 72 mm or 144 x 144 mm or
96 x 48 mm when incorporated in mimic diagrams

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Recorders 144 x 144 mm (for line and 6-point recorders) 288 x 288 mm (for 12-point
recorders)
- Pressure gauges and other dial type instruments (local) preferably 100 or 160 mm diameter

The control switches, adjusters, etc. installed on panels and desks shall harmonise with the
selected indicator sizes.

7.1.4 Special Local Conditions


If the prevailing local conditions require specific measures, the following shall be observed:

- Local indicators shall be of stainless steel


- Copper pipes shall be protected with an external plastic sheath
- External bolts and screws shall be of non-corrosive material
- Secondary shut-off valves, balancing and drain/blow-off valves shall be of the non-corrosive
type
- Metallic instrument piping shall be protected with corrosion protecting painting, or shall be of
non-corrosive materials
- Outdoor control equipment exposed to sun shall be protected against direct sun radiation
This may be achieved by protective enclosures, sun shields, etc.
- Multi-core control cables installed outside the buildings shall be completely protected by
means of closed cable trays, flexible conduits, etc. The individual cables from the terminal
boxes to the instruments shall be protected as far as practicable.

7.2 TESTS
The single components and pre-erected assemblies shall undergo functional and routine tests in
the Contractor's or Sub-Contractor's workshop. The ready mounted control and supervisory system
shall undergo functional tests on Site prior to commissioning of the power plant.
Calibration tests shall be made on important pressure gauges and other instruments as required by
the Employer/Engineer.

7.3 MEASURING SYSTEMS


Only electric measuring signals of 4-20 mA or digital shall be transmitted to the Computerised
Control System (CCS) with Local Control Units (LCU) and the Central Control Room (CCR). The
output signal of transmitters shall be 4-20 mA or digital and linear over the whole measuring range.

The components shall quickly respond to any changes of the measured values. Measuring ranges
of indicators, transducers, etc. shall be selected in such a way that the rated value of the measured
variable covers approx. 75% of the range.

All local instruments shall be mounted vibration free. Wherever required, damping elements shall
be used. Corresponding systems shall be grouped together for easy observation.

All local indicating instruments and test connections shall be included in the respective equipment
as integral part. The scope of local indicating instruments and test connections shall enable the
operator to properly survey the equipment and shall also allow to adequately carry out all
acceptance and other tests.

The binary sensors shall be fused separately.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

7.3.1 Flow Measurements


The primary elements of flow meters shall be standard Venturi tubes, pilot tubes or standard
orifices. Their design and performance shall be in accordance with the applicable standards.

The design and arrangement of tapping points, piping and valves shall be in accordance with
VDE 3512.

At a minimum flow of > 5% of the measuring range all flow transmitters shall measure correctly.
The error limit shall be ±1% for a rate of flow higher than 10%. The error of the primary elements is
not included in this accuracy. The root extraction of flow measurement shall be effected electrically
within the transmitter.

The arrangement of the throttling devices (straight lengths upstream and downstream from the
throttling device) shall be in accordance with the applicable standards. Bends shall be positioned at
a sufficient distance upstream from the throttling device, particularly when large orifice ratios are
used.

7.3.2 Temperature Measurements


All wells for capillary type thermometers, resistance temperature sensors and thermocouples shall
be of the weld-in type. Wells for thermometers and temperature sensors of the screw-in type shall
be restricted to measuring points for lubrication oil, and to such measuring points where welding is
not suitable, e.g. at cast iron parts. Shop-welded thermometer wells shall be covered by screw
caps for protection during transportation and erection.

Resistance thermometers and thermocouples shall be equipped with waterproof connection heads.
Thermometer design shall be such that the connection heads do not get warmer than 80C, and
the measuring inserts are easily exchangeable.

The temperature sensors shall be selected in such a way as to minimise the number of different
spare inserts.

Resistance thermometers shall generally be of type Pt 100. Double resistance thermometers (with
two resistors in one insert) should be avoided.

Temperatures to be recorded shall be measured by means of resistance thermometers or


thermocouples, which can directly be connected with the recorders.

The use of dial-type contact thermometers shall be restricted to bearing metal, cooling water and
oil temperature measuring. In all other cases, thermocouples or resistance thermometers and
electric contact modules (monitors) shall be used. Glass thermometers or similar will not be
accepted as contact thermometers.
Mercury type measuring and switching devices are not permitted.

7.3.3 Pressure Measurements


Pressure gauges shall be shock and vibration-proof (preferably by filling with glycerine) and shall
be equipped with toothed wheels and toothed segments of the machined type. They shall
completely be made of stainless steel and sustain the occurrence of higher than rated pressures
without damaging the pressure gauge or affect its calibration. If the pressure is pulsating, the
devices concerned shall be connected via flexible tubes or other pulse-absorbing means.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The pressure gauges shall be equipped with a radial-connecting stud, to allow the mounting on a
gauge holder. Casings shall be dust and watertight and be made of stainless steel.

Pressure gauges with potentiometers will not be accepted for use as a pressure transmitter. The
error for pressure transmitters shall be limited to ±0.5%.

Pressure gauges and transmitters for inflammable liquids shall have filled systems and the filling
liquid shall be separated from the inflammable liquid by means of adequate isolating membranes.

Each gauge, pressure switch and transmitter for absolute or differential pressure shall be equipped
with a pressure gauge isolating valve including a test connection of the screwed type M20x1.5 mm
so that such device can be removed without any disturbance of the plant operation.

Pressure gauges and transmitters for pressures of 1 MPa and above shall not be directly mounted
on the pressure tapping point. They shall be mounted apart from the tapping point on gauge
holders or gauge boards. Whenever possible, pressure gauges and transmitters shall be group
wise combined on racks or consoles.

Pressure gauges for high pressures shall be equipped with a relieve valve for safety reasons in
case of leaks (with a rubber reverse flow check). In case of flowing substances, the measuring
point shall be selected in locations of undisturbed flow. The high and low-pressure connections of
differential pressure gauges shall be marked.

In general, all pressure gauges, transmitters and pressure contacts shall easily be accessible for
maintenance and supervision. The adjustment of the pointer shall be possible by means of an
adjustment device without removing the pointer from its axle.

The design and arrangement of tapping points, piping and valves shall be in accordance with
VDE 3512. The scales shall have a diameter of 100 to 150 mm with black letters and figures on a
white ground. The calibration shall be in "Pa".

7.3.4 Level Measurements


The liquid level measurements in reservoirs and tanks with atmospheric pressure shall be made by
means of pressure transmitter either of the mercury-less-type, by displacement-type transmitters or
float-disc-transmitters. The errors shall not exceed ±1.0% of the total measuring range. Level
switches shall be of the externally mounted float or displacer operated type. The switch shall be of
packless construction; there shall be a minimum of moving parts.

7.3.5 Electrical Measurements


All Electrical instruments shall be of flush mounted design, dust and moisture-proof. Ammeters and
voltmeters for AC systems shall have moving iron system of not less than accuracy class 1.5 for
connection to the secondary side of instrument transformers. DC measuring instruments shall have
moving coil systems of same accuracy. Wattmeter shall have electro-dynamic measuring
mechanisms or alternatively a moving coil mechanism if fed by transmitters. Wattmeter shall be
suitable for unbalanced systems.

All indicating instruments shall generally withstand without damage a continuous overload of 20%
referred to the rated output value of the corresponding instrument transformers. Ammeters shall
not be damaged by fault currents within the rating and fault duration time of the associated
switchgear via the primaries of their corresponding instrument transformers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All instruments and apparatus shall be carrying their full load currents without undue heating. All
instruments and apparatus shall be rear connected, and the enclosures shall be earthed. Means
shall be provided for zero adjustment of instruments without dismantling.

All voltage circuits to instruments shall be protected by fuses in the unearthed phases of the circuit,
installed as close as practicable to the instrument transformer terminals, or, where instruments are
direct-connected, as close as practicable to the main connection. All power factor indicators shall
have the star point of their current coils brought out to a separate terminal which shall be
connected to the star point of the current transformer secondary windings.

When more than one measured value is indicated on the same instrument, a measuring point
selector switch shall be provided next to the instrument and shall be engraved with a legend
specifying each selected measuring point.

All instruments shall be of the flush mounting type and shall be fitted with non-reflecting glass and
shall comply in every respect with the requirements of IEC 60051. Except for instruments
employed for plant performance tests all instruments shall have an accuracy class 1.5.

Scales shall be arranged in such a way that the normal working indication is between 50-75% of
full scale reading permitting an accurate reading. CT connected ammeters provided for indication
of motor currents shall be provided with suppressed overload scales of 2 times full scale. The dials
of such ammeters shall include a red mark to indicate the full load current of the motor.

Where directly connected ammeters are provided for indication of motor currents they shall be
supplied with overload scales indicating up to six times full load current. The dials of such
ammeters shall include a red mark to indicate the full load current of the motor.

Instrument scales shall be subject to approval by the Employer/Engineer. All instruments mounted
on the same panel shall be of same style and appearance.

Transmitter connected ammeters shall have 90 or 240 circular scales calibrated 0-120%. The
rated motor current shall correspond to 100% scale indication.

Energy metering equipment shall be of the electronic, programmable type according to IEC 62053.
The casings shall be dust and moisture proof and shall fit into the boards to permit reading without
opening the corresponding front door.
Energy metering equipment shall be suitable to be connected to the CCS via bus.

7.3.6 Position Measurements


Position transmitters of the potentiometer type will not be accepted. Inductive or capacitive type
shall be provided.

7.3.7 Recorders
All recorders shall be of the strip-chart type, with dust proof housing. Recorders with circular charts
will not be accepted.

The drives of all recorders, including event recorders, shall have either synchronous AC motors or
DC motors.

Recorders shall have chart speeds adjustable in steps between 20 and 60 m/h and the measuring
range shall preferably be changeable by plug-in modules.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Recorders for electrical variables shall be of the pen-type with measuring units of accuracy
class 1.5 and shall have a recording width not less than 55 mm. Flows, pressures, levels shall be
recorded on line recorders, other types of measurements shall be recorded on multi-point
recorders.

The recording paper shall be of standardised type being the same for all recorders.

7.3.8 Contact Devices


Contacts of level switches, pressure switches, temperature switches, limit switches, and of all other
devices shall be of the snap action type (SPDT). Contact devices for interlocking systems shall be
separate i.e. contact devices serving commonly for interlocking and other purposes will not be
accepted.

7.4 ALARM SYSTEMS


The alarm system shall provide all alarms required for a safe and reliable operation of the plant.
Alarms shall be initiated locally, in the CCR, individual or grouped as required. All alarms shall be
recorded on event recorders/station control system.

7.5 LOGIC CONTROLS AND INTERLOCKINGS


The open loop control and interlocking systems shall comprise all controls of motors, circuit-
breakers, disconnecting switches, motorised valves, dampers, solenoids, etc., including all process
interlocks to properly control the plant and protect the equipment.

The remote control and interlocking system shall be performed in solid state technique with logic
units. The solid-state equipment for remote controls and interlocks shall be assembled in cubicles
installed in appropriate locations. Plug-in units shall be used for easy maintenance and repair.

The electronic system shall comply with the following requirements:

- Application of IC-circuits
- Dimensioning according the "Worst-Case-Method" and over dimensioning of the elements
- Short circuit resistant outgoing feeders
- De-coupling of incoming feeders
- Protection against overvoltage by means of lightning arrestors and/or protecting diodes
- Transmitting of commands through two different channels up to the control unit
- Supervision of the operating time of important controls e.g. valves, gates etc.
- Temporary supervision of starting processes
- Supervision of the entire system with respect to active and passive faults
- Supervision of the plug-in contacts
- Individual signalisation of faulty units by means of LED's.

The entire control and supervising system shall be as specified in the PTS.

7.6 AUTOMATIC CONTROL SYSTEM


A complete automatic closed loop control system shall be provided to ensure a safe operation of
the plant. The control system shall include all the necessary equipment and instrumentation to
perform Local Manual & Automatic Control and Remote Automatic Control.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Digital controllers and programmable logic control units in solid state and microprocessor
technique shall be provided.

7.7 PROTECTION SYSTEMS


Electrical/mechanical/digital protection and interlocking systems shall be provided for all plant
components and individual systems to ensure safe and reliable plant operation and to limit harm
and damage to personnel and equipment to an utmost possible extent.

The primary functions of these facilities shall be to prevent mal-operation, to disconnect selectively
faulty sections of the systems prior to influence or damage other equipment, and to maintain
operation of systems as far as possible.

Protection systems shall be provided to isolate faulty systems in the shortest time technically
possible, to limit damage and to maintain healthy systems in stable operating conditions. The
systems shall feature a high degree of selectivity and discrimination between faulty and healthy
circuits. The protective relays shall be of the high speed, numerical type arranged in protection
cubicles including all ancillary devices such as interposing transformers, relays, test facilities and
power supply units. The protection systems shall be grouped to provide main and back-up
protection features.

7.8 PROCESS COMPUTER


Process computers with workstations/operator stations shall be provided. The operation of the
plant shall not be restricted by the failure of the process computer system. The redundancy shall
be based on the hot stand-by principle. The process computers shall be used for the functions as
mentioned under the following sub-items.

7.8.1 Alarm Recording


The process computers shall take over the function of alarm recording. The printouts shall give a
clear text description of the alarm source in all its details.

7.8.2 Plant Data Collection and Recording


Important analogue/digital values of the plant shall be scanned cyclically, converted, checked,
calibrated and an hourly log sheet shall be printed out to give a clear status of the general plant
performance. Daily and monthly energy balances shall be calculated and printed.

7.8.3 Failure Recording


The tendency of analogue values important for the plant operation (alarm, required operational
steps, tripping etc.) shall be monitored on visually displayed on touch screens and monitors and
printed out by the process computer.

7.8.4 Maintenance Protocol


A record shall be printed weekly and monthly basis showing the plant components having reached
the service time limit and will need maintenance.

7.8.5 Expert Advice


Advice shall be given in case of failure and repair requirements.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

7.9 CENTRAL CONTROL ROOM AND LOCAL CONTROL UNITS

7.9.1 General
The control systems shall be furnished with the necessary devices for local manual, local
automatic and remote automatic/manual control of the units, auxiliary systems, switchgear etc.

To achieve these features the systems shall mainly build-up by Local Control Cubicles (LCC),
Local Control Units (LCU) and a Central Control Room (CCR) and the ancillary installations like
power and air supply systems, transducer racks/panels, interface terminal racks/panels, cable and
data-bus installations, etc.

7.9.2 Design and Construction of Desks and Panels


All desks and panels shall be of manufacturer's standard design considering ergonomic aspects
and construction complying with the Specifications requirements.

All desks, panels and cubicles shall have adequate space for internal wiring and cable
terminations.

The cable access to cubicles and marshalling racks shall be from the bottom and/or from the top,
as suitable.

All panels and cubicles shall have a minimum of 10% spare equipment and 10% spare space after
commissioning.

Cubicles shall be equipped with adjustable temperature supervision and fan, if required, giving a
local alarm on the front door of each cubicle and a remote group alarm for each assembly of
cubicles.

7.9.3 Central Control Room (CCR)


Operation and supervision of the entire plant shall be accomplished from the CCR. All facilities and
devices shall be included to provide a clear and comprehensive status of the plant at any time.

Automatic control of the generating units, mechanical and electrical auxiliary systems, LV/MV/HV
switchgears and hydraulic structures etc. shall be possible.

To realise such tasks the CCR shall include station computers, operator stations, printers, large
screen and all related ancillaries.

The control room layout shall consider an ergonomic, clear and logic arrangement of furniture,
large screen, operator stations, printers, fire alarm system, CCTV surveillance, communication
system, lighting, HVAC etc.

7.9.4 Electronic Auxiliary Room


Electronic auxiliary room(s) shall be made available adjacent to the CCR to accommodate all
control and other equipment not directly involved or required for the plant control and supervision.
The communication and security systems may also be installed in this location.

7.9.5 Local Control Cubicles and Local Control Units


All plant main components or systems shall have their assigned individual Local Control Cubicles
(LCC) and Local Control Units (LCU) enabling manual and/or automatic control in all functions by

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

means of solid state hard wired control circuits and programmable controllers with suitable
software.

Each generating unit shall be equipped with an LCU (UCB) providing the following features:

- Manual and automatic control of the units


- Indication of all relevant electrical/mechanical/hydraulic data and measurements
- Alarm annunciation and recording of all relevant individual and group alarms
- Control of main auxiliary electrical/mechanical systems
- Manual/automatic synchronising
- Speed/voltage control
- Start/stop/emergency stop
- Open/close of main inlet valve.

The units control boards shall form a common assembly with the turbine control and governor
panels, protection panels, providing a unique appearance. If appropriate the unit MCC shall also be
arranged in the same line-up. Close co-operation with the relevant supplier shall therefore be
mandatory.

7.9.6 Transmitter Racks and Piping


Wherever practicable, transmitters shall be installed readily accessible in the proximity of the
measuring point, free from vibration and protected against damage, moisture, dust, corrosive air,
and great temperature changes.

The transmitters shall be grouped and assembled as far as practicable on local transmitter racks or
in cubicles with glass or Plexiglas front.

The connecting lines between the primary elements and the transmitters shall be installed with
slope that no air pockets or water locks are created.

7.9.7 Auxiliary Power and Control Air Supply


Important control and protection systems shall have redundant infeed with appropriate protection
and changeover devices.

The power supply system shall be designed to enable safe operation, to minimise the risk of failure
and damages and to facilitate the detection of faults. Closed control loops shall be individually
protected.

Miniature circuit breakers with auxiliary alarm contacts shall be provided for protection. Alarms
shall be indicated by a lamp in each cubicle and as a group alarm in the CCR.

To facilitate interconnecting network design, all components of the control system shall have a
common reference, isolated from earth. This will allow the first accidental earthing of a circuit
without disturbance provided that this earth fault is cleared prior the occurrence of a second one. A
suitable monitoring system shall be provided measuring the total resistance of the circuits against
earth and to issue an alarm signal.

In addition, an earth fault detection system shall be provided for continuous Insulation monitoring
and fault location detection without interfering with the control signals.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

In case of power supply failure all final control elements shall automatically switch to a fail-safe
condition and to initiate an automatic control loop transfer to the manual mode with necessary
annunciation. As soon as the power supply returns, the systems shall remain in the latter mode.

Every pneumatic instrument of the plant shall be supplied with low-pressure control air. A supply
branch shall feed one instrument only. Branches shall be fed from headers or sub-headers
connected with the control air system. The control air shall be available at a pressure of 0.5 to
0.8 MPa and shall be dry and oil free.

The supply units for individual consumers shall include a manual shut-off valve, an adjustable filter
regulator unit and a pressure gauge scaled in Pa. The capacity of pressure regulators shall ensure
a sufficient air supply for satisfactory operation of the instruments.

Local cabinets containing several instruments shall be provided with 2 independent supply
systems: one system for normal use and the other for emergency. Each system shall include: shut-
off valve, a filter and regulator, a safety valve, 2 pressure gauges (one each on inlet and outlet)
and 1 spare supply valve at high pressure side.

7.10 CONTROL CABLING


All power and control cables for the instrumentation and control systems shall comply with
Chapter 6 of this General Technical Specification.

Shielded cables shall be provided, where required.

Fibre optical cables shall be following the PTS; they shall be selected by the Contractor based on
the requirements of the proposed systems and equipment.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 7-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 8: HEATING, VENTILATING AND AIR CONDITIONING


SYSTEMS (HVAC)

Table of Contents

8. HEATING, VENTILATING AND AIR CONDITIONING SYSTEMS (HVAC) ............................. 1


8.1 GENERAL ........................................................................................................................................ 1
8.2 CODES AND STANDARDS ............................................................................................................. 1
8.3 DESIGN AND WORKMANSHIP ...................................................................................................... 1
8.4 LABEL AND ARROW PLATES ........................................................................................................ 2
8.5 EARTHING ....................................................................................................................................... 2
8.6 LIGHTING ........................................................................................................................................ 2
8.7 DRAINAGE AND WATERPROOFING............................................................................................. 3
8.8 VIBRATION ISOLATIONS AND FOUNDATIONS ........................................................................... 3
8.9 ANTI-CORROSION PAINTING AND COATING ............................................................................. 3
8.10 TRIAL RUNS .................................................................................................................................... 3
8.11 PRESSURE TESTS ......................................................................................................................... 3
8.12 EQUIPMENT AND MATERIALS ...................................................................................................... 4
8.12.1 Air Handling Units (AHU)..................................................................................................................... 4
8.12.2 Variable Air Volume Units (VAV) ........................................................................................................ 5
8.12.3 Fan-coil Units (FCU) ............................................................................................................................. 5
8.12.4 Centrifugal Fans (CF) ............................................................................................................................ 5
8.12.5 Axial Fans (AF) ..................................................................................................................................... 6
8.12.6 Centrifugal Roof Fans (CRF) ................................................................................................................. 6
8.12.7 Centrifugal Roof Fans (rigid PVC) ........................................................................................................ 6
8.12.8 Air Cooling Coils for CHW-Operation (AC) ......................................................................................... 7
8.12.9 Drip Eliminators (DE) ............................................................................................................................ 7
8.12.10 Electric Air Heating Coils (EAH) .......................................................................................................... 7
8.12.11 Air Filters in general .............................................................................................................................. 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8.12.12 Automatic Roll Air Filters (ARA) ......................................................................................................... 9


8.12.13 Pocket Air Filters (SPA and HEPA) ...................................................................................................... 9
8.12.14 Weatherproof Louvres (WL)................................................................................................................ 10
8.12.15 Sand Trap Louvres (STL) .................................................................................................................... 10
8.12.16 Multi-leaf Dampers (MD) .................................................................................................................... 10
8.12.17 Adjustable Dampers (AD).................................................................................................................... 11
8.12.18 Check Dampers / Gravity Shutters (GS) .............................................................................................. 11
8.12.19 Fire Dampers (FD) ............................................................................................................................... 11
8.12.20 Ceiling Diffusers (CD) ......................................................................................................................... 12
8.12.21 Slot Diffusers (SD)............................................................................................................................... 12
8.12.22 Supply Air Registers (SAR) and Return Air Registers (RAR) ............................................................ 12
8.12.23 Disc Valves (DV) ................................................................................................................................. 13
8.12.24 Transfer Air Grilles (TAG) .................................................................................................................. 13
8.12.25 Plenum Air Boxes (PAB) ..................................................................................................................... 13
8.12.26 Grease Separation Grilles (GSG) ......................................................................................................... 14
8.12.27 Air Ducts .............................................................................................................................................. 14
8.12.28 Flexible Round Air Ducts .................................................................................................................... 16
8.12.29 Inspection Panels (IP) and Access Doors ............................................................................................. 16
8.12.30 Sound Attenuators (SA) ....................................................................................................................... 17
8.12.31 Cross Talk Silencers (CTS) .................................................................................................................. 17
8.12.32 Insulation for Ducts and Pipes ............................................................................................................. 17
8.12.33 Thermal Duct Insulation ...................................................................................................................... 17
8.12.34 Concealed Installation .......................................................................................................................... 18
8.12.35 Uncovered Installation ......................................................................................................................... 18
8.12.36 Acoustical Duct Insulation ................................................................................................................... 18
8.12.37 Fireproof Duct Insulation ..................................................................................................................... 18
8.12.38 Pipe Insulation ..................................................................................................................................... 18
8.12.39 Chiller Units (CU) ................................................................................................................................ 19
8.12.40 Expansion Units (EU) .......................................................................................................................... 20
8.12.41 Circulating Pumps (CP) ....................................................................................................................... 20
8.12.42 Pipes and Fittings ................................................................................................................................. 20
8.12.43 Butterfly Valves (BV) .......................................................................................................................... 21
8.12.44 Gate Valves (GV)................................................................................................................................. 21
8.12.45 Y-Strainers (YS) .................................................................................................................................. 21
8.12.46 Automatic Water Filters (AWF) .......................................................................................................... 21
8.12.47 Motor Control Centres (MCC) ............................................................................................................. 21
8.12.48 Motors .................................................................................................................................................. 21
8.12.49 Cabling and Wiring .............................................................................................................................. 22
8.12.50 Protection and Control Systems (PCS) ................................................................................................ 22
8.12.51 Mobile Welding Exhaust Unit for Workshops (MWE) ....................................................................... 24
8.13 COMMISSIONING AND ADJUSTING ........................................................................................... 24
8.14 INSPECTIONS AND TESTS .......................................................................................................... 24
8.15 TECHNICAL DOCUMENTS ........................................................................................................... 24
8.16 CLASSIFICATION SYSTEM FOR DOCUMENTS ......................................................................... 24
8.17 GRAPHICAL SYMBOLS ................................................................................................................ 24
8.18 SPECIAL TOOLS ........................................................................................................................... 25
8.19 SPARE PARTS .............................................................................................................................. 25

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8. HEATING, VENTILATING AND AIR CONDITIONING SYSTEMS


(HVAC)

8.1 GENERAL
All materials, components and units specified under this Chapter shall be designed, furnished and
installed in accordance with the relevant codes and standards and the specified requirements and
as shown in the tender documents and drawings.

The following specification states the minimum requirement. If there are deviating specifications in
the tender documents the higher standard and quality as well as the more complete and suitable
equipment shall be taken as the basis for the calculation, design and delivery.

Different interpretations shall be clarified and decided by the Employer/Engineer.

8.2 CODES AND STANDARDS


All systems and equipment forming part of the Works shall be designed and constructed according
to the latest relevant and international recognised codes and standards, as AFI, ASME, DIN, DIN
EN, IEC, VDE, VDI, UVV, VDMS or as listed in the "ASHRAE HAND BOOKS", latest edition.

If the Tenderer offers material or equipment which conforms to standards other than those published
by the above-mentioned institutions, or other standards specified, full details of the differences
between the proposed standards and the equivalent above mentioned standards in so far as they
affect the design or performance of the equipment, shall be submitted with the Tender. The Tenderer
shall include in his Tender a schedule of standards and codes to be followed in design and
construction of the work. Copies of these codes and standards shall be made available to the
Employer/Engineer during the design and construction period. If codes and standards are not
published in English, the Contractor shall procure English translations.

8.3 DESIGN AND WORKMANSHIP


The design, fabrication and erection of the HVAC-equipment shall be made at least as specified in
Chapter 4 "Design and Manufacture".

Ductwork and pipework shall be straight and smooth on the inside with proper finished joints and
shall be air-tight and waterproof respectively.

All ducts and pipes passing through partitions or openings in concrete walls or floor slabs shall be
thoroughly installed in straight alignment.

Horizontal duct and pipe runs shall be supported by galvanised clamps, or galvanised profile iron,
or galvanised angle profiles and galvanised threaded rods, fastened with threaded dowels up to the
ceiling and on the wall.

Welding and drilling at steel girders, pillars and supports of the building construction are not
permitted. For fastening of ducts and pipes only clamping devices may be used after approval and
agreement by the Employer/Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

For vertical risers and other duct and pipe runs the ducts and pipes shall be supported by substantial
angle brackets of galvanised steel, if the method of supporting specified above is not applicable.

The method of supporting shall be subject to approval by the Employer/Engineer.

All supply air ducts and all chilled water pipes and fittings as well as all refrigerant pipes and fittings
shall be insulated with non-inflammable material.

8.4 LABEL AND ARROW PLATES


All components of the plants as well as all components for monitoring, controlling, indicating,
announcing, acting, switching, alarming, measuring, servicing and maintenance shall be clearly
labelled.

The labels shall - depending on the purpose for which they are used - either be made of non-
transparent or translucent heat-resisting synthetic resin, or stainless steel, or yellow brass. Material,
colour, size and engravings shall be subject to approval by the Employer/Engineer.

Designation or instruction labels or plates shall be provided in English language and shall additionally
contain the plant code designation.

Flow-direction arrow plates shall be provided in the vicinity of branching-off connections, at the inlet
branch connections and downstream of all valves and dampers.

Pipes and valves shall be identified by adhesive tapes in the identification colour of the medium
transported.

8.5 EARTHING
Generally, each mechanical and electrical device shall be provided with an earthing screw of
sufficient diameter suitable for connection to the protective earthing system.

The Contractor shall be responsible that all metallic housings, ducts, pipes and other part of complete
installations such as fans, pumps, compressors, tanks, tire dampers, filters, heat exchangers, etc.,
are effectively connected by earth conductors so that only one or two main connections to the above
mentioned protective earthing system are required.

8.6 LIGHTING
The Contractor shall provide the complete lighting system for the air conditioning plant inside of the
passable air chambers. The lighting system shall be installed in accordance with the relevant items
of the specifications.

The illumination level shall be 200 Lux. The supply voltage shall be 42 V provided via isolating
transformers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8.7 DRAINAGE AND WATERPROOFING


The Contractor shall furnish, install and connect all necessary drainage and waterproofing of his
refrigeration and air conditioning plants.

The drainage and waterproofing shall include all drain pans, condensed water drains, siphons and
drain pipes connected to floor drain or main drainage of the buildings.

All drain pans of air-coolers, humidifiers and fan coil units shall be connected with the down pipes.

8.8 VIBRATION ISOLATIONS AND FOUNDATIONS


All relevant safety regulations shall be observed carefully. All heavy equipment such as compressor,
pumps and fans, etc. shall be placed on concrete foundations with inserts of anti-vibration material
to avoid vibration transfer from the equipment to the building. Where necessary the equipment shall
be mounted on additional vibration isolators or isolating material.

To keep the pipe systems and duct systems free of vibration, vibrating equipment shall be connected
to the systems only by flexible connections.

Systems shall be designed and constructed to absorb the movement caused by change of
temperatures.

8.9 ANTI-CORROSION PAINTING AND COATING


All the air affected metallic parts of the air conditioning plants and systems, including the central
chilled water plant and system as well as the electrical equipment shall be coated by the Contractor
with primer and finishing coats according to the related Tender Specification.

The colour and coating materials shall be selected in accordance with the instructions of the
Employer/Engineer.

The specified "Protection against Corrosion" shall be strictly applied.

8.10 TRIAL RUNS


After initial operation has been started successfully and notified to the Employer/Engineer, an
uninterrupted consecutive trial run shall be performed for every plant. These tests shall extend over
thirty (30) days for every plant during the hot season of the year.

8.11 PRESSURE TESTS


Chilled water, and supply air systems shall be pressure tested after installation with maximum test
pressure.

Chilled water circuits shall be pressure tested before the insulation is applied.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8.12 EQUIPMENT AND MATERIALS


All equipment and materials shall comply at least with the following specification besides any further
requirements:

8.12.1 Air Handling Units (AHU)


Air-handling units with sectional casing, consisting of rigid frames, fabricated of galvanised sheet
steel and covered with removable panels screwed on the bottom and on the top of the air-handling
unit and completed with removable side panels, which shall be fixed to the frames by quick-release
fasteners including supplementary handles for easy handling and accessibility for inspection and
maintenance.

The units shall be designed to incorporate all those components specified hereafter.

All panels shall be constructed of double-walled sheet metal combined with an intermediate
insulation layer made of mineral wool or glass fibre material. The external planking shall be fabricated
from 1.25 mm galvanised sheet steel with priming coat and neat treated synthetic resin finish
whereas the internal planking as well as all guide and sliding tracks, access doors, screws and bolts
shall be made of stainless sheet steel and the intermediated insulation shall be designed in
consideration of a maximum admissible heat transmission coefficient of less than 0.75 W/m²K.

All bottom plates of the casing shall be designed “walkable” for easy access and serving and to avoid
damages.

The maximum admissible flow rate shall be less than 2.5 m/s within the air-handing unit. The design
or the casing shall be smooth to avoid air-flow separation.

Joints of casing and frames shall be sealed air-tight and waterproof by means of rubber seals.

All side panels and access doors shall be sealed with profiled rubber joints.

All built-in components shall be easy and lateral withdraw able out of the unit by means of special
tracks.

Sliding tracks and facilities shall be provided to ensure easy cleaning, servicing and maintenance of
all components and built-in equipment.

All leading ducts, pipes and cable troughs as well as all connections with the panels of the units shall
be sealed air-tight or waterproofed by means of permanent resilient plastic gasket material and
plastic pecking rings.

All rotating parts and components shall be mounted on spring or rubber vibration dampers and joined
to pipes, cables, ducts and frames by flexible connections.

All duct connections shall be joined to the air-handling unit by means of non-rotting, flexible canvas
connections with flange and counter flange.

All air-handling units shall be mounted on base-plates made of reinforced 150 mm concrete slabs or
on concrete beams (arranged at a right angle to the major axis of the unit) combined with
intermediate layers of cross-webbed rubber plates or strips.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All constructions and components shall be designed in consideration of extreme high and low total
and shock pressure caused by tripped tire damper, etc.

8.12.2 Variable Air Volume Units (VAV)


The unit shall be composed as a single-zone-unit to adjust and control the air flow automatically by
a built-in electric actuator.

8.12.3 Fan-coil Units (FCU)


All fan coil units shall be equipped with a multi-speed fan, an air-cooler, electrical air-heater, a drain
pan, a discharge outlet connecting piece, a speed control switch, junction box and thermal overload
protection for the fan motor and thermostat.

The multi-speed fan shall be designed for low-noise operation in consideration of the specified
admissible sound pressure level under nominal load conditions.

The fan shall be directly driven by a 3-speed motor.

The air-cooler shall be fabricated from copper tubes and aluminium fins, coated with UVC-finish,
pressure tested at factory to 30 bar, and equipped with an air-vent cock, fittings, a drain pan made
of plastic as polystyrene or galvanised steel with internal mastic coating, and completed with a drain
connection to the drain pipe by means of a siphon, made of plastic as poly-propylene or galvanised
steel.

The discharge outlet connecting piece shall be provided to connect the discharge grill with the unit,
however, a space of 20 mm shall be considered between the connecting piece and the discharge
grill. The connecting piece shall be fabricated from galvanised sheet steel.

Fan coil units shall be furnished with supplementary insulation against condensation of water vapour.

Electrical air heaters shall be furnished if so required or specified to renew the supply air by means
of heating rods fabricated from stainless steel which shall be controlled automatically by the room
air temperature controlled.

All electrical heaters shall be equipped with auxiliary relays, safety switches and interlocked with the
fan motors.

The air filter shall be easily removable and re-usable after cleaning and washing. Filter media shall
be made of synthetic fibre material with resilient spun fibre structure with 25 mm minimum thickness.

The dust weight separation efficiency shall be 65% at the minimum according to ASHRAE
STANDARD 52-76.

8.12.4 Centrifugal Fans (CF)


All centrifugal fans shall be designed and constructed in consideration of all possible operating, start-
up and shut-down conditions under all foreseeable ambient conditions and as well as under a further
increase of the fan speed by 10% at minimum and consisting of a spiral casing made of continuously
welded sheet steels reinforced and stiffened with flanges for suction and discharge connections, and
including an impeller with backward curved blades for high efficiency and made of continuously

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

welded sheet steel, statically and dynamically balanced, shaft made of smooth polished, stainless
steel, block bearings designed for a theoretical service life of more than 40,000 operating hours, to
support the impeller shaft two-fold on one or both sides in maintenance free and silent roller bearings
with insulating gaskets and permanent lubrication, completed with a common base frame for the fan
casing and the electric motor both together, a V-belt drive consisting of two endless type V-belts at
minimum and designed for trouble free start-up and operation conditions even if one of them is
broken, an electrical motor electrical designed for maximum ambient conditions, maximum power
consumption of the fan's characteristic curves three immediate starts one after another, and l0%
power reserve at minimum, including slide rails with clamping devices and adjustable belt tighteners,
a belt guard consisting of an easily accessible and removable casings made of reinforced and
stiffened perforated sheet steel, a short-vane diffuser with several horizontally and vertically
arranged discharge vanes for high efficiency, made of continuous-welded sheet steel and combined
with flexible connections, spring or rubber vibration mountings, a drain device and wire-mesh guards
at the intake-air cones of the fan casing. All metal parts made of welded sheet steel, sectional steel,
perforated or folded sheet steel or wire mesh shall be fully hot-dip galvanised at the factory to a
minimum coat thickness of 0.06 mm. The total efficiency of the fan including the diffuser shall be
0.80 mm at minimum.

The complete casing shall be divided horizontally and vertically to be capable of being dismounted,
if so required for transportation, installation or maintenance purposes.

8.12.5 Axial Fans (AF)


All axial fans small be designed and constructed in consideration of all possible operating, start-up
and shut-down conditions under all foreseeable ambient conditions as well as under a further
increase of the impellers blade angle by 20 degrees at minimum, and consisting of a cylindrical
casing made of continuously welded sheet steel, reinforced and stiffened with connecting flanges
and including a direct-drive impeller with aero-foil profile for high efficiency and design of the variable-
pitch type, continuously adjustable at stoppage and completely made of aluminium alloy statically
and dynamically balanced, including a vane diffuser with radial arranged discharge vanes for high
efficiency, made of continuously welded sheet steel and combined with flexible and non-rotting
canvas connections, spring or rubber vibration mountings, and electrical motor designed for
maximum power consumption of the fan's characteristic curves, three immediate starts one after
another and 10% power reserve at minimum, including a separate water-tight and dustproof terminal
box fastened to the outside of the fan casino and connected with the motor terminal box by a cable
with outside protection tube and completed with an intake air cone, combined with a wire-mesh, if
so required.

8.12.6 Centrifugal Roof Fans (CRF)


The housing shall consist of a hood square root socket and wire protection of stainless steel, hood
and socket of aluminium, the root sockets with inlet, flexible connection with flange and counter
flange and automatic damper. Fan impeller with blades curved backwards, fabricated of aluminium
statically and dynamically balanced impeller mounted on the end of the motor shafts, maintenance
free bearings. The motor cooled by an air flow. The motor shall meat the requirement of electro-
motors with a mechanical efficiency not below 75%.

8.12.7 Centrifugal Roof Fans (rigid PVC)


Roof fans shall be designed for horizontal or vertical exhaust, fabricated of acid-resistant rigid PVC-
coated steel, suitable for extraction of acid contaminated corrosive air from battery rooms and water

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

treatment areas.

The centrifugal roof fan shall consist of casino, impeller with blades curved backwards, statically and
dynamically balanced, mounted on the end of the motor shaft, wire guard and fixing materials made
of stainless steel, flexible connection with PVC collars with flange and counter flange, motor
separated from the exhaust air steam, protected against direct radiation and weather. The unit has
to be explosion proof and spark resistant. The mechanical efficiency shall not be less than 50%.

8.12.8 Air Cooling Coils for CHW-Operation (AC)


All air coolers for CHW operation shall be designed as universal heat exchangers made of inner
copper tubes fitted with external aluminium laminations.

The nominal design pressure shall be 1 MPa (PN 10). The air cooler shall be pressure tested with
1.5 MPa at factory.

The air-cooler shall be equipped with an installation frame, made of stainless sheet steel including
a drip eliminator and common drip pan both made of stainless sheet steel.

The frame construction shall be designed in consideration of the thermal expansion of the heat
exchanger using a sliding support within the mounting frame to compensate the expansion effect.
All the air-coolers shall be equipped with air release and drain cocks, drain valves, flanges, counter-
flanges, bolts and screws made of stainless steel, gasket rings and seals, two pressure gauges and
two thermometers for the CHW supply and return pipe connections, as well as two thermometers for
the initial and final air conditions in each case.

Furthermore, two stop valves shall be provided for the two CHW pipe connections.

In case of outside air cooling, the air cooler shall be designed in consideration of full load operation
under most unfavourable ambient conditions.

8.12.9 Drip Eliminators (DE)


Drip eliminators shall be provided for all centralised air coolers for use in separate air chambers or
air handling units and duct sections in order to eliminate droplets from the airflow.

The separation efficiency shall be 99.9% at minimum.

The drip eliminator shall be made completely of stainless sheet steel or polypropylene with separate
drip pan and installation frame.

The drain pan shall be connected to the next floor drain by a separate siphon, a funnel and a
connecting pipe made of copper altogether minimum size 40 mm (DIN 40) connected to the next
floor drain by assembling and embedding in the concrete floor slab. The siphon shall be designed
for a water level according to the relevant air pressure differential and in consideration of additional
50 mm wg for reserve.

8.12.10 Electric Air Heating Coils (EAH)


The electrical air heaters shall be designed for use in air-handling units, supply air ducts and
separate air chambers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

They shall be based on a separate housing made of welded and fully hot dip galvanised sheet steel
with terminal box, inspection door and external fireproof insulation made of 50 mm mineral wool and
including the built-in electric heating rods made of stainless steel.

The air intake side of the housing shall be equipped with a fine wire-mesh screen to secure the
heating rods against ruptured filter parts. The screen shall be accessible by an inspection door.

All electrical air heaters shall be equipped with two thermometers for the initial and final air-conditions
in each case. The heating rods shall be pre-wired at the terminal box for 1 or 3 or 7 or 15 or more
heating stages. The number and the capacity of the individual heating stages shall be designed
according to the required temperature difference at the air heater and in consideration of the
allowance of the room air temperature.

The housing shall be designed in consideration of 750 mm distance at minimum between the heating
rods and the other components, e.g. fans, motors, coolers, filters, eliminators, etc.

The electric air heaters shall be secured against over-heating by means of one internal safety
thermostat and one flow controller in each case (differential pressure switch).

Each heater shall be interlocked with the referring supply air fan. The minimum face velocity shall
be 2.5 m/s.

The air heaters shall be designed for a surface temperature of heating rods of 80C at the maximum
in case of air stream failure.

8.12.11 Air Filters in general


Air filters shall be classified as follows:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Filter Type 1 2 3
Automatic Standard High Efficiency
Roll Air Filter Pocket Air Filter Pocket Air Filter
(ARA-Filter) (SPA-Filter) (HEPA-Filter)
ASHRAE
Arrestance rating % 35 87 95
Filter Efficiency (%) 30 30 50
Face velocity (m/s) 1.5 2.5 2.5
Dimension of the univ.
holding frame (mm) 610 x 610 610 x 610
Thickness/length
at the minimum (mm) 25 300 500
Media area/
Face area (m2/m2) 1 6.75 10.5

8.12.12 Automatic Roll Air Filters (ARA)


Automatic roll-type filters with pressure differential control shall consist of rigid frames, fabricated of
galvanised sheet steel. The unit frame shall have a mounting frame covered with rubber sealer to
be bolted to duct flanges or concrete walls.

The disposable filter medium shall run in tight guide ways at edge and be supported by lattice at
each side. Transport motors and control unit shall be mounted and wired.

To meet the required area for the airflow the filter units shall be mounted in parallel.

All roll filters shall be equipped with pressure controller and one inclined pressure gauge in each
case.

2 rolls of filter media shall be supplied with every unit.

8.12.13 Pocket Air Filters (SPA and HEPA)


Pocket air filters shall be designed for use in air-handling units, as well as in separate air chambers
and supply air ducts. They shall be based on one standard cell frame to be built-up to large areas of
filter sections within air chambers or to be built-in into air handling units on sliding and guide bars
and rails made of stainless steel and designed for lateral filter removal. For separate air chambers,
the filter shall be installed within a separate housing and mounting frame, both made of stainless
sheet steel, arranged as required for site assembly.

All filter cells shall comprise a filter frame of galvanised steel with additional steel strip supports for
static rigidity, fixing quick-release fasteners and clamping devices, sealing materials for air-tight
assembly, and completed with two new, unused and complete sets of bag-filter insets.

The pocket filter insets shall comprise a cell frame with several filter brass made of high efficiency
glass fibre media and spun glass filament scrim for the pocket in order to prevent migration of media

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

fibre even under rough handling and in arduous operation.

The pocket filter insets shall be designed for a high dust collecting capacity and a low airflow velocity
in order to obtain a long service life of 8,000 running hours at minimum in consideration of the local
ambient and internal design conditions. The pocket filter insets shall be chemical and moisture-
resistant, non-rotting and flame-resistant. The pockets shall be strengthened against rupture and
tearing.

All pocket filters shall be equipped with one pressure controller and one inclined pressure gauge in
each case.

8.12.14 Weatherproof Louvres (WL)


The external weatherproof louvres shall be designed for installation in other side of walls as air inlet
for the outside air. The weatherproof louvre shall comprise a frame with built-in external vertical
blades of stainless steel with an attached rear wire-mesh screen made of brass, bronze or stainless
steel bronze to secure the air inlet against insects and birds.

The profiled blades shall be U-shaped in a double row arrangement counter wise placed to form a
labyrinth profile.

The frame shall be equipped with a sub-frame made of stainless steel including fixing brackets to
fasten the louvre in the wall opening.

The air inlet velocity shall be less than 3 m/s.

8.12.15 Sand Trap Louvres (STL)


The frame and the blades shall be made of an extruded aluminium alloy with an anodized satin
finish. The frame and blades shall be of a wall thickness between 1-6 mm. An expanded aluminium
bird screen will be attached to the interior face of the louvre. The sand trap louvres are suitable for
sandy areas to separate sand from air intake and they shall be fitted with a self emptying base.

The efficiency shall be 80 percent on AC coarse (20-200 microns) and 50 percent on AC Fine test
dust (1 to 70 microns).

The air inlet velocity shall be less than 3 m/s.

8.12.16 Multi-leaf Dampers (MD)


The multi-leaf dampers shall be provided for outside air inlets, for exit air outlets, for mixing of air
chambers, for stand-by equipment and as face and by-pass damper, to be used in air chambers, air-
handling units and air ducts.

The multi-leaf damper shall comprise a frame with built-in aero-foil section blades, made of
galvanised sheet steel, which shall be coupled contra-rotating by an external linkage, including an
external lever for manual or motor actuation and combined with an external blade position indicator.

All multi-leaf dampers shall be equipped with an electric motor for remote-control.

The individual blades shall be installed in dustproof ball bearings which are enclosed by external

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

plastic caps and charged with special grease for maintenance-free operation; the axles shall be
made of stainless steel.

All blades shall be suitable to close air-tight by packing washers made of profiled rubber strips.

All outside air inlet dampers and exit air outlet dampers shall be made of stainless steel.

All multi-leaf dampers shall be equipped with electric limit switches to indicate the final position at
the control panel.

8.12.17 Adjustable Dampers (AD)


Adjustable dampers shall be provided in all branch pipes and branch ducts of the air distribution and
collecting systems to balance the air-flow rates individually.

Louvre dampers shall be used for rectangular air ducts and circular flaps shall be used for air pipes.

The construction of the louvre dampers shall be the same as specified for the multi-leaf dampers.

The circular flaps shall comprise a cylindrical casing with a built-in flap made of reinforced and
stiffened sheet steel or cast steel including an external lever to regulate the flap position.

All parts shall be fully hot dip galvanised.

All louver dampers and circular flaps shall be equipped with an additional notched locking quadrant
with locking screw to adjust the individual dampers and flaps in final position.

8.12.18 Check Dampers / Gravity Shutters (GS)


Only the heavy-duty type dampers shall be used as gravity operated shutters.
They shall be made of galvanised steel with an extruded aluminium frame and wing stops, rigid
aluminium blades, stainless steel shafts with bronze bearings, roll-formed blade edged with felt
sealer. Blades shall be linked with a tie bar and adjustable counterweight to allow full blade position
parallel to airflow under full airflow, with automatic gravity powered closing of the damper under
reverse flow conditions, or in case the pressure falls below a certain value.

8.12.19 Fire Dampers (FD)


Fire dampers shall be installed:

- In all ducts leaving or entering the central air-conditioning and ventilation rooms;
- In all ducts passing any fire sections in the buildings.

The shut-off damper shall be designed and constructed in accordance with German Standard
DIN 4102, fire-resistance class K90. Fire dampers shall be closed by magnetic trip initiated by smoke
detectors via fire alarm panel.

The fire dampers shall comprise housings with connecting frames made of welded steel of 1.75 mm
thickness and fully hot dip galvanised, including external inspection and access door, solenoid
release devices (e.g. 24 VDC), thermal and manual action, unlocking device for manual action, an
electrical limit switch for position indication and an external blade position indicator.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The fire dampers shall be motorised and buffered by a suitable battery system, to avoid any general
falling of all fire dampers in case of any electricity failure.

The damper blade shall be made of fire-resistant and non-combustible fibre-silicate plates, minimum
thickness 40 mm, covered by an aluminium sheeting against abrasion, including an axle made of
stainless steel supported by sintered bronze bearing and locked by a locking bolt made of stainless
steel and equipped with a fusible link for thermal release at 72C.

The complete locking and release devices shall be installed on a separate mounting plate at the
housing of the damper for easy removal and access from outside.

The fire damper shall be embedded in concrete or bricked up with fire-resistant cement mortar
according to the DIN4102 standard. All fire dampers shall be arranged, placed and installed for easy
inspection, checking, service and manual actuation.

8.12.20 Ceiling Diffusers (CD)


Ceiling diffusers shall be provided for supply, return and over-flow air distribution.

Quadratic, rectangular and circular types shall be provided as required and specified or as shown
on the drawings.

All ceiling diffusers shall comprise a frame with built-in front blades made of anodised aluminium and
rear contra-rotating flow regulating device made of phosphatised and stove-enamelled sheet steel
to balance and to adjust the air-flow rate individually.

The ceiling diffuser shall be designed in consideration of a high induction and a low noise.

8.12.21 Slot Diffusers (SD)


Slot diffusers shall be provided for supply air discharge by installation within suspended ceilings of
offices, halls, etc. Slot diffusers shall be of the linear-type including all required blind, intermediate
and end-sections, as well as all required plenum boxes with incorporated airflow regulating devices
and pipe connections.

The slot diffuser shall be designed in consideration of a high induction effect and a low noise.

Any air discharge section shall be adjustable at all angles from 0 to 180°.

All slot diffusers shall comprise a casing with one, two, three or four slots made of anodised
aluminium, including built-in and adjustable air discharge guide vanes made of plastic, complete with
a rear plenum box made of galvanised sheet steel including perforated orifice plates and pipe
connections made of galvanised sheet steel.

8.12.22 Supply Air Registers (SAR) and Return Air Registers (RAR)
Supply and return air registers shall be used for the air distribution.

All supply and return air registers shall be designed with regard to high induction and low noise level.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All supply and return air registers shall comprise a front section consisting of a frame with individual
adjustable aerofoil blades and made of pre-phosphatised or galvanised sheet steel with stove-
enamelled finish.

Supply air registers shall be equipped with vertical front blades and additional rear built-in horizontal
blades, all individually adjustable.
The return air registers shall be equipped horizontal front blades only.

All registers shall include an additional rear built-in flow regulating device.
Supply air registers shall be equipped with mechanically coupled, contra rotating and adjustable
baffles.

Return air registers shall be equipped with an adjustable guide vane.

Supply and return air registers made of rigid PVC shall be designed likewise.

8.12.23 Disc Valves (DV)


Disc valves shall be provided for exhaust and air-intake installed within suspended ceilings of toilets,
showers, tea-kitchen and small kitchens, etc.

The disc valves shall be designed in consideration of the required pressure drop and low noise.

All disc valves shall be adjustable by twisting the valve disc.

The disc valve shall comprise a valve housing and a valve disc made of white finished, stove-
enamelled sheet steel or plastic, including built-in rear mounting frame with an adjustable spindle
and lock-nut made of galvanised sheet steel and additional gasket ring.

8.12.24 Transfer Air Grilles (TAG)


Transfer and overflow air grilles shall be provided for door and wall installations to transfer remaining
air from one room to another.

The maximum permissible velocity of flow shall be less than 0.75 m/s.

The overflow grille shall comprise two equal front sections consisting of a frame with horizontally
fixed non-vision blades, made of angular profiled extruded aluminium and additional opposite blind
frame.

8.12.25 Plenum Air Boxes (PAB)


Plenum boxes shall be provided for ceiling diffusers to straighten the airflow and to reduce the
velocity of flow as well as the sound pressure level.

The plenum box shall be designed to fit the associated ceiling diffuser.

All plenum boxes shall be made of 1 mm galvanised sheet steel including built-in diagonal baffle
plate made of perforated sheet steel and fully hot dip galvanised and additional sound-absorbing
lining on the inside consisting of 50 mm glass fibre panels with external glass fibre built.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8.12.26 Grease Separation Grilles (GSG)


Grease intercepting grilles shall be provided for kitchen exhaust systems. The grille shall consist of
a frame with removable grease filter and grease pan. Frame and pan shall be made of stainless
sheet steel, filter media to be woven aluminium with expanded metal cover on both sides.

8.12.27 Air Ducts


Ducts made of galvanised sheet steel.

Ducts made of stainless sheet steel.

Ducts made of rigid PVC.

Duct Hangers.

In general, all air-ducts shall be made of galvanised sheet steel, including duct joints made of
galvanised connecting frames with galvanised bolts and nuts.

All ducts installed in the battery room as well as all suction ducts of the battery room shall be made
completely of rigid PVC. For air distribution systems installed invisibly within suspended ceilings,
spirally rounded air pipes shall be used wherever possible.

All air ducts and pipes shall be designed with regards to a low pressure drop, a low sound pressure
level generated by the airflow, a low surface area and a smooth, streamlined and air-tight
construction.

All ducts shall be reinforced and stiffened as required or necessary to prevent any damages, rattling,
expansions or contractions and in consideration of the greatest foreseeable stress by air or shock-
wave pressure.

All ducts for high pressure shall be stiffened and reinforced externally by means of separate frames
made of welded angle steel, tack welded to the outside of the duct and fully hot dip galvanised. All
ducts for low pressure shall be stiffened and reinforced internally by means of separate cross struts
made of steel pipes, welded and fully hot-dip galvanised.

All ducts for high pressure shall be dished diagonally from the inside to the outside. All ducts for low
pressure shall be dished diagonally from the outside to the inside to stiffen all side plates of the duct
section at themselves.

All ducts made of rigid PVC shall be stiffened by external ribs made of welded PVC.

All ducts and pipes shall be joined together by connecting frames or flanges made of welded angle
or sheet steel, fully hot dip galvanised, bolted and sealed air-tightly by sealing strips made of foam-
rubber and permanent plastic sealing material made of silicon compound. All ducts made of stainless
or rigid PVC shall be welded air-tight.

All ducts systems shall be fixed to the ceilings and to the walls by means of threaded rods and
dowels made of galvanised steel (M8 or M10) including supporting traverses made of angle steel or
perforated steel beams and fully hot dip galvanised or including wall brackets or supports made of
welded angle steel and fully hot dip galvanised for the mounting of ducts and pipes within installation
shafts and trenches.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Ducts and pipes shall be fixed to other steel girders and supporting pillars of the building structure
or to other mechanical or electrical equipment only be means of special clamping devices to avoid
drilling and welding, which is not permitted. Traverse joints of all ducts shall be constructed with
angle joints, the application of drive slips and other types of undetachable joints are not permitted.

Round duct joints for spiral-pipes shall be constructed with special coupling sleeve joints, locked and
sealed air-tightly by metal bonding agent and additional external adhesive canvas tapes (80 mm).

All longitudinal duct seams shall be constructed with a Pittsburgh lock seam or equal.

All air pipes of the spiral-type shall be constructed with grooved longitudinal seams.

The material gauge for the rectangular and spiral-type ducts shall be determined by the greatest
width of the duct or pipe section as mentioned below:

Duct/Pipe Dimensions Material Gauge (thickness)


Up to 250 mm 0.75 mm
Up to 500 mm 1.00 mm
Up to 1000 mm 1.50 mm
Above 1000 mm 2.00 mm

The material gauge for the rectangular and round ducts made of rigid PVC shall be determined by
the greatest width of the duct or pipe section as mentioned below:

Duct/Pipe Dimensions Material Gauge (thickness)


Up to 300 mm 3.0 mm
Up to 350 mm 3.5 mm
Up to 400 mm 4.00 mm
Up to 500 mm 5.0 mm
Up to 630 mm 6.0 mm (with ribs)
Up to 800 mm 8.0 mm (with ribs)

All duct and pipe take-offs shall be equipped with adjustable splitter dampers or louvre dampers for
ducts and adjustable flaps for pipes.

All duct elbows shall be equipped with built-in turning vanes to reduce the pressure drop.

All transformations, expansions and contraction pieces of the ducts and pipes shall be designed in
consideration of limitation for the duct slope, which shall be less than 15° for duct increments and
less than 30° for duct decrements.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All air pipes shall be mounted only with pipe clamps combined with threaded rods and dowels.

All air ducts and pipes shall be equipped with all required or necessary fittings, as in particular
elbows, bends, transition, elevations, branch take-offs, tee and cross pieces, conical and diffuser
pieces, sliding connection branches, plates, access covers and panels, discharge, and suction
pieces for installation of diffusers, grilles, valves, etc. including all necessary mounting and
connecting frames and flanges, supports, brackets, traverses, pillars, beams, etc. made of welded
angle steel and fully hot dip galvanised.

All air ducts and pipes shall be installed and fastened by means of vibration isolators to minimize the
intensity of vibrations transmitted to the pipes and ducts and to the surrounding structure, as e.g.,
by means of isolation hangers with rubber suspensions of vibration supports with plastic-foam strips
or rubber sponge plates or soft rubber buffers or equal.

All through-roof, through-wall and through-floor fittings of air ducts and pipes shall be sealed air and
watertight.

All air ducts and pipes shall be insulated against thermal heat gains, condensation effects, noise
transmission by air or conducted through solid and against spreading of fire, if necessary.

Drill holes for measuring purposes shall be plugged with plastic plugs or closed by means of sheet
metal cover plates fixed with self-tapping screws.

8.12.28 Flexible Round Air Ducts


Flexible round air ducts shall be provided to connect all slot diffusers, ceiling diffusers and disc valves
installed within suspended ceilings to the rectangular and round air ducts.

Flexible air ducts shall be made of two layers of aluminium strips which shall be spirally wounded
round a cylindrical mandrel with overlap at each layer and additional leading or both together to
ensure crushing strength and inherent stability. All flexible air ducts shall be full-flexible and the
bending radius shall be equal to the pipe diameter.

All flexible air ducts for supply air distribution shall be thermal-insulated against external neat gains
and condensation effects by means of a double-walled construction with intermediate insulation
layer.

The insulated and flexible air ducts shall be fabricated of two full flexible air ducts made of spirally
and lap wounded metal strips of aluminium including an intermediate layer of thermal insulation
material made of 25 mm flame-resistant, non-rotting glass fibre wool.

8.12.29 Inspection Panels (IP) and Access Doors


Inspection holes, covers, doors and flaps as well as access covers, doors and plates shall be
provided wherever necessary for inspection, revision, operation, checking, controlling, access,
service, repair, cleaning, maintenance, etc., at all air ducts and installation shafts or trenches as well
as at all suspended ceilings and false floors.

All covers, doors, flaps and plates shall be made of double walled galvanised sheet steel of 1.25 mm
thickness including thermal and acoustical insulation made of an intermediate layer of mineral wool,
if required.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Covers, flaps and plates shall be equipped with quick-release fasteners to ensure an easy handling.
Doors with hinges and double lever locking devices as well as covers, flaps and doors with air-tight
sealing strips shall be provided.

8.12.30 Sound Attenuators (SA)


Sound attenuators shall be designed as splitter type to be used in air ducts, air pipes and air
chambers, comprising sound absorbing elements and an external casing with flanges and mounting
frames, including external heat and sound insulation if required.

The casing and flanges or frames as well as the frames of the sound absorbing elements shall be
made of galvanised sheet steel. The sound absorbing elements shall be made of non-rotting
moisture-resistant and non-combustible mineral wool, covered with acoustical transparent layer
against abrasion made of perforated stainless sheet steel.

The sound-pressure level of the air generated noise shall be at least 10 dB less than the required
sound pressure level for the connected room.

All supports, hangers, etc., shall be installed sound insulated to avoid sound transmission.

8.12.31 Cross Talk Silencers (CTS)


Cross talk silencer shall be designed as sound-absorbing shell type to be used in air pipes,
comprising the sound-absorbing shell and pipe joints.

The sound-absorbing shell shall be made of double-walled semi-flexible air pipes fabricated from
spirally and lap wounded metal strips made of galvanised sheet steel including an intermediate layer
of 50 mm sound-absorbing material made of non-rotting and moisture-resistant glass-wool and
finished up with plastic end caps.

The internal air pipes shall be perforated acoustically transparent and abrasion-resistant.

The sound transmission reducers shall be designed to obtain the required sound pressure level
within the connected room as well as to reduce the sound transmission from one room to another
room by 35 dB(A) at minimum in order to avoid telephone effects. In general, all sound
transmission reducers shall have an effective minimum absorbing length of 1.5 m.

8.12.32 Insulation for Ducts and Pipes


Unless otherwise stated all components of the insulation shall be non-inflammable, non-rotting, free
of corrosive ingredients and water vapour tight.

8.12.33 Thermal Duct Insulation


Supply air, return air and outside air ducts shall be insulated. Insulation is not required for ductwork
in accessible areas which are air-conditioned by the related ductwork.

The heat transmission shall be less than 1.0 W/m2K.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8.12.34 Concealed Installation


Concealed installed rectangular ductwork shall be insulated with 30 mm minimum thick rigid board
glass fibre panel with resin binder and factory applied vapour barrier made of aluminium foil,
minimum thickness 0.06 mm. Insulation shall be applied with adhesive and metal clips spaced not
less than one per 0.2 m2 of insulation. Joints and seams shall be sealed with vapour barrier sealer
and tape of same type as facing.

Round ductwork shall be insulated with 30 mm minimum thick blanket type glass fibre with external
vapour barrier facing and sealing as specified before. Insulation shall be adhered to ductwork with
100 mm wide bands of duct insulation adhesive applied on 300 mm centres and fastened with metal
clips on 4,350 mm centres.

8.12.35 Uncovered Installation


All duct insulation applied for uncovered air duct installations shall be protected against damages by
means of an additional external protective cover made of 1.0 mm galvanised sheet metal and a sub-
layer of 10 mm hair felt to protect the aluminium foil from the mounting rivets of the cover.

8.12.36 Acoustical Duct Insulation


Acoustical insulation shall be provided if required to meet the specified sound pressure level for
ductwork to prevent sound transmission from the plant room into the duct system.

Acoustical insulation shall be made of an additional external layer of an acoustical reducing cover
as a supplementary insulation to the thermal insulation of the ducts and pipes, made of 20 mm
plaster cast lining. In general, acoustic insulation shall be provided for all sound attenuators and the
associated duct sections between sound attenuators and through-wall fittings within the plant rooms.

8.12.37 Fireproof Duct Insulation


Fireproof insulation shall be provided wherever necessary to avoid the use of fire dampers within
short fire sections, as e.g. exit air pipes of toilets passing through several fire walls of corridors, etc.

All fireproof insulation shall be made of non-combustible mineral-wool, minimum thickness 120 mm,
comprising three layers of mineral-wool mats (40 mm each) including reinforcing wire-mesh screen
and an external sheet metal cover against damages, made of 1.0 mm aluminium.

All supply and return air ducts installed within outdoor trenches shall be equipped with an additional
sub-layer made of 10 mm polyethylene plastic foam to prevent condensation effects on the duct
surface, in case of fireproof insulation is necessary.

Alternatively fire rated ducts, made of fibre-silicate plates (at least 40 mm thick) can be installed.

8.12.38 Pipe Insulation


Chilled water pipes shall be insulated with a vapour barrier consisting of an Armaflex cladding
including an external sheet metal cover to protect the insulation against damages.

Heat transmission shall be less then 0.13 kJ/mC. Valves and flanged connections have to be
insulated. Insulation thickness should be of at least 40 mm to avoid any condensation on the surface.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Pipe fittings, valves and vessels shall be insulated as described above. Insulation thickness shall be
40 mm at minimum.

8.12.39 Chiller Units (CU)


Provide factory packaged one piece units as specified herein.

Each machine shall have two independent refrigeration systems and its main components:

Evaporator, condensers, reciprocating or centrifugal compressors, steel base power and starter
panel, safety and control panel.

Construction and safety devices shall be in accordance with the most recent safety code.

Only non-CFCs shall be used as refrigerant with low GWP and no ODP effect (e.g. R134a).
The selected refrigerant shall be available on the European Market.

▪ Refrigerant compressors

Semi-hermetic compressor shall have at least two capacity steps performed by cylinder unloading
mechanism or 2-speed motor.

The housing shall be constructed from high tensile, close grained pressure tight cast iron; crankshaft
of nickel-chromium-molybdenum alloy steel statically and dynamically balanced, main bearings with
large surface area. Connecting rods have to be made of high strength aluminium-alloy with
replaceable bearings insert on the big end, pistons of aluminium alloy to be provided with two
pressure rings and one oil ring, piston head designed for maximum volumetric efficiency.

Suction and discharge valves of fully floating, non-flexing disc type, cylinder sleeves of cast iron
alloy, automatically reversible gear pump and oil filter on suction and discharge sides.

Compressors shall be shut down by performing a pump down cycle and switching on the crankcase
oil heater to prevent liquid slugging.

The motor shall be provided with overload protection by means of thermistors embedded in each
phase of the windings.

Alternatively screw-type, scroll-type or centrifugal type compressors may be used.

▪ Refrigerant condensers

The condensers shall be shell and tube type or removable-plate package type with separate sub-
cooling circuit to increase the cooling capacity.

The plate type heater exchanger of 2 x 100% capacity shall be suitable for operating under system
pressure (PN 25).

Dimensioning shall be based on the maximum cooling water temperature of 35C, the maximum
heat load of the chillers and the quality of raw water. The arrangement of the heat exchangers shall
permit their easy cleaning.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

▪ Refrigerant evaporators

The evaporator shall have two refrigerant circuits and be of shell and tube type with removable u-
bend tube bundle or removable-plate package insulated with 13 mm close cell insulating material.

▪ Chiller control panels

The control panel shall have all necessary safety and control devices for automatic operation; at
least the following is required:

High and low pressure cut-out switches for each refrigerant circuit, manual reset low water
temperature cut-out switch, multiple-step chilled water temperature controller, oil pressure safety
switches, control power indicator light, individual compressor indicator lights, START-STOP button
manual switch to change starting sequence of compressors, suction, discharge and oil pressure
gauges for each refrigerant circuit, devices for signalling to additional remote switchboard and all
additional necessary safety devices.

▪ Chiller accessories

All refrigerant circuits shall be equipped with the following:


- Oil strainer;
- Sight glass with moisture indicator;
- Electric crankcase heater for compressor;
- Replaceable core type filter drier;
- Liquid line shut-off valve;
- Charging connection;
- Suction and discharge line shut-off valves;
- Thermostatic expansion valve;
- Liquid line solenoid valve;
- Vibration dampers for all parts;
- Filling of safety refrigerant;
- Flexible connection pipes;
- Discharge and suction pipes of copper, flexible construction for reducing vibrations;
- Insulation of suction line.

8.12.40 Expansion Units (EU)


The chilled water expansion unit shall be of the closed and pressurised diaphragm type with
exchangeable diaphragm inside and an inert gas buffer with nitrogen including pressure gauge,
nitrogen charging valve and pipe connections.

8.12.41 Circulating Pumps (CP)


Centrifugal pump with cast iron casing, impeller of copper bronze, shaft of stainless steel,
maintenance-free shaft seal, three-phase electric motor, base plate and fixing bolts as chilled water
circulation pump or as cooling-water pump.

8.12.42 Pipes and Fittings


Seamless or welded steel pipes and fitting suitable for the system pressure including all adjusting

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

pieces, compensators, welding seams and all supports, hangers and fixing devices.

8.12.43 Butterfly Valves (BV)


The butterfly valve, short type shall consist of iron casing with flanges, cast iron disk, shafts of
stainless steel and the irreversible spindly gear, corrosion resistant with mechanical position
indicator and hand-wheel.

8.12.44 Gate Valves (GV)


The gate valve shall consist of cast iron casing with straight-through part without pocket, the cast
iron wedge coated with synthetic rubber, the spindle of stainless steel and hand-wheel.

8.12.45 Y-Strainers (YS)


Strainer body shall be cast iron with an easily removable cover and stainless steel screen.

8.12.46 Automatic Water Filters (AWF)


The cooling water filters of 2 x 100% capacity shall be suitable for operating under system pressure
(PN 25).

The Contractor shall define the type, operating principle and mesh size of the filter necessary for the
proposed heat exchangers in consideration of the quality and capacity of the cooling water supply.
Water filters shall be continuously operating and shall have pressure drop supervision on the raw
water side activating the built-in automatic back flush cycle.

8.12.47 Motor Control Centres (MCC)


Factory assembled motor control centres shall be designed and manufactured as described under
"General Technical Specifications for Electrical Equipment" with one or two incoming feeders
(normal and emergency as applicable) connected to the AC station auxiliary supply system.

The incoming feeder shall be equipped with:

- Circuit breakers, motor operated;


- Voltmeter with selector switch;
- Current transformers;
- Ammeters.

The outgoing feeders shall be determined by the Contractor according to the requirements.

8.12.48 Motors
The motors shall be selected, designed and manufactured as described under "General Technical
Specification for Electrical Equipment." The maximum speed of motors for fans, pumps, etc., shall
not exceed 1500 rpm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8.12.49 Cabling and Wiring


The cabling and wiring for the power supply control and temperature control circuits shall be in
accordance with Chapter 6 "ELECTRICAL EQUIPMENT".

8.12.50 Protection and Control Systems (PCS)


As far as applicable the control and protection equipment shall be selected and designed according
to the requirements of Chapter 7 "CONTROL EQUIPMENT".

A complete, electronic, programmable automatic control system shall be installed.

The manufacturer of the automatic control system shall be competent and experienced in such work.
References of executed similar installations shall be given.

The control system shall be erected and assembled by trained and experienced personnel.

The system shall form a complete HVAC automation system, containing the following:

▪ Transmitters and sensors

Transmitters and sensors shall be installed at the measuring point with the standardized output
signal (4-20 mA).

All sensors shall be of corrosion resistant construction, weatherproof, suitable for mounting on
vibrating surfaces and with an accuracy of at least 1.5%. All ranges shall be in the metric system
and direct reading.

▪ Analogue controllers

Analogue controllers mounted on the centralised air conditioning control panels, receiving
standardised input signals and issuing control signals.

All controllers shall be of the indicating controller type direct or reverse acting, capable of accepting
one or two transmitter inputs with a separate input for local or remote control station.

The controllers shall be fully adjustable; set-point adjustment, adjustable proportional band and
internal portion of at least 0.1 to 5 minutes.

All controllers shall be equipped with actual value indicators direct reading in metric units, as well as
with indicators for output signal and position of correcting unit (actuating device).

All controllers shall be of the plug-in type.

▪ Set-point adjustment

Set-point adjustment for local controllers shall be made possible by remote adjusters with position
indicator.

▪ Thermometers (T)

Thermometers shall be mounted where indicated and adjacent to each thermostat, except room

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

thermostats. Remote type thermometers shall be installed at locations readable from the floor in the
following location on all systems:

Air ducts:

-Outdoor air intake duct;


-Mixed air plenum;
-Recirculation air before mixed air plenums;
-Leaving side of oil cooling and heating coils;
-Leaving side of multizone mixed air discharge in each zone.

CHW pipes:

-Cooling water heat exchanger entering and leaving side;


-Evaporator and condenser of chillers entering and leaving side;
-Entering and leaving side of heating and cooling coils.

▪ Pressure Gauges (P)

Pressure gauges with case, with brass retaining ring, polished, pointer pivoted in centre of white dial,
connecting nipple 1/2" radially downward system dampened by Glycerine path. Pressure gauges
shall be provided on water entering and leaving of pumps, coils and neat exchangers.

▪ Control valves (CV)

All automatic valves shall be suitable for the working pressure in the system at the location of the
valve.

Valve shall be industrial type with stainless steel stems, Teflon packing, replaceable seats and
position transmitter for remote an local stem position indication (potentiometer type shall not be
accepted). Valves shall be equipped with actuator motors running on a control signal of 4-20 mA
and withstanding the highest working pressure.

Valves shall be sized by the control manufacturer based on pressure drop suitable for the application
and shall be modulating types. For diameters of 50 mm and smaller they shall have screwed and for
larger diameters flanged connections.

▪ A/C control panels (ACP)

Each air conditioning system shall be equipped with a local control panel and a switchboard.

The control panel shall contain all equipment to enable a proper supervision and control of the
pertaining air conditioning system including fire dampers.

One centralized alarm system shall be provided in the HVAC plant room. The electronic modules
shall be installed in 19" racks.
Selected group alarms shall be transmitted to the power plant control system (CCR).
The panels shall be of uniform construction. Each panel shall be equipped with a display screen
showing all necessary data and functions.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8.12.51 Mobile Welding Exhaust Unit for Workshops (MWE)


Mobile filter unit made of powder-coated steel fitted with fan, suitable sound attenuation and high
efficiency filters with a filtration efficiency of more than 99.9%.

8.13 COMMISSIONING AND ADJUSTING


The HVAC and control manufacturers shall adjust and calibrate all HVAC and control equipment and
shall commission the system. If, in the opinion of the Employer/Engineer, the system operation is
unsatisfactory due to improperly sized valves, malfunctioning components, lack of pilot positioners
or other miscellaneous items required for correct operation and sequencing of the systems, the
manufacturer shall make necessary corrections to provide satisfactory operation.

8.14 INSPECTIONS AND TESTS


Inspections and tests for the HVAC-systems shall be made in compliance with the Chapter 10
"INSPECTIONS AND TESTS"

8.15 TECHNICAL DOCUMENTS


All technical documents shall be prepared, handled and distributed by the Contractor as specified
Chapter 2 "TECHNICAL DOCUMENTS", ANNEX 2 and as specified in the Conditions of Contract.

8.16 CLASSIFICATION SYSTEM FOR DOCUMENTS


All documents shall be classified and identified by the Contractor according to the Document
Management System agreed upon in the contract negotiations.

8.17 GRAPHICAL SYMBOLS

The ISO Standard 3511 and ISO 14617 shall be applied to show the graphical symbols of the
measuring and control functions in the schematic process diagrams.

The following identification letters shall be used:

First Letter Succeeding Letter

D = Density Measurement D = Difference


E = Electrical Measurement Q = Integration
F = Flow Measurement O = ON/OFF or OPEN/CLOSE Indication
G = Position Measurement I = Indication
H = Hand Operated Control R = Record
L = Level Measurement C = Automatic Control
M = Moisture Measurement S = Remote Control, Interlock, etc.
N = Fire Detection Z = Protection Safety

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

P = Pressure Measurement A = Alarm


Q = Quality Measurement L = Low
R = Radiation Measurement H = High
S = Speed Measurement
T = Temperature Measurement
U = Multivariable Measurement
V = Viscosity Measurement
X = Various (fault alarm, etc.)
Y = Vibration, Extension, Eccentricity Measurement

8.18 SPECIAL TOOLS

All special tools and all devices or tools which are especially made or required for the complete
assembling, dismantling, adjustment and maintenance of the entire equipment specified in this
Chapter shall be delivered with related work and systems. The stipulations given under "Tools and
Appliances" shall be observed accordingly.

8.19 SPARE PARTS

Spare parts for the HVAC-systems shall be considered as specified in Chapter 3 "SPARE PARTS,
TOOLS AND APPLIANCES" and in the PTS.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 8-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 9: TRANSPORT AND INSTALLATION

Table of Contents

9. TRANSPORT AND INSTALLATION ....................................................................................... 1


9.1 GENERAL .......................................................................................................................................... 1
9.2 PACKING ........................................................................................................................................... 1
9.3 TRANSPORT AND STORAGE ......................................................................................................... 3
9.4 PREPARATION FOR INSTALLATION .............................................................................................. 3
9.5 REFERENCE AND CONTRACT TERMINAL POINTS ..................................................................... 4
9.5.1 Reference Points ....................................................................................................................... 4
9.5.2 Contract Terminal Points ........................................................................................................... 4
9.6 GENERAL NOTES ON INSTALLATION WORKS ............................................................................ 4
9.7 SITE WORK OF THE CIVIL CONTRACTOR .................................................................................... 7
9.8 SIGNS ................................................................................................................................................ 7
9.9 FIRE PROTECTION AND FIRE FIGHTING ...................................................................................... 8
9.10 CLEANING UP .................................................................................................................................. 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

9. TRANSPORT AND INSTALLATION


9.1 GENERAL
Shipping, transportation, loading, storage, erection and test running shall be performed by or under
the responsible direction of the Contractor. An appropriate period for transportation shall be
considered.

The general co-ordination of storage and erection work as well as the civil engineering work under
the different lots on site will be done by the Engineer. The delivery dates, transportation and erection
periods indicated in the Contract Documents shall be strictly adhered to. Changes, which are
unavoidable or necessary, will be regulated in accordance with the stipulations laid down in the
General Conditions. All parts of the plant shall be protected and insured from the time of
manufacturing until commissioning against damage of any kind at the Contractor's expense. Parts
which are damaged during transport, storage, erection or trial operation shall be replaced at the
Contractor's expense.

9.2 PACKING
The Contractor shall prepare all equipment, devices and materials for shipment to protect them from
damage in transit and shall be responsible for and make good all damages due to improper
preparations, loading or shipment. After the workshop assembly and prior to dismantling for
shipment to the Site, all items of machinery and equipment shall be carefully marked to facilitate site
erection.

All packages shall be marked as specified and approved by the Employer/Engineer.

If marking tags are used on bundled structural material, the tags shall be made of metal and clamped
flat to each bundle. Paper or cloth tags are not acceptable.

Packages shall be marked on all four sides with arrows pointing to the top.

Fragile or perishable materials shall be marked with the appropriate symbol, i.e. FRAGILE, HANDLE
WITH CARE, COOL STORAGE and REEFER STORAGE and USE NO HOOKS.

When required due to length or unbalanced weight, containers or pieces shall have centre of balance
indicated by painted stripe extending upward on each side with wording "CENTRE OF BALANCE".

Sling marks shall be shown as required.

Fabricated sections of structures and equipment shall have their respective piece marks
permanently stamped into the piece to a minimum depth of 1.0 mm and the stamped areas painted
with corrosion protective paint of a different colour to the base colour. Characters shall be at least
10 mm high.

On vehicles, unboxed earth moving equipment or materials handling equipment, etc., the markings
may be shown on a notice suitably fastened to the windshield etc. These shipping marks are
separate from and not to be confused with vehicle or equipment colour requirements and equipment
identification numbers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Dismantling shall be done into convenient sections, so that the weights and sizes are suitable for
transport to Site and handling on the Site under the special conditions of the Project.

All individual pieces shall be marked with the correct designation shown on the Contractor's detailed
drawings and other documents (packing lists, spare part lists in Operating and Maintenance
Manuals, etc).

Marking shall be done preferably by punching the marks into the metal before painting, galvanising,
etc., and shall be clearly legible after painting, galvanising etc. In labelling, the Contractor shall
endeavour to use as few designations as possible and each part of identical size and detail shall
have the same designation, regardless of its final position in the plant.

All parts of the plant shall be packed at the place of manufacture; the packing shall be suitable for
shipment by sea and for all distinct requirements of the transportation to Site. Where necessary,
double packing shall be used to prevent damage and corrosion during transportation, unloading,
reloading or during intermediate storage. All identical members shall be packed together, if
reasonably possible, in a form convenient for shipment and handling.

Small items shall be packed in boxes and bulky items shall be protected, where necessary, by timber,
straw and sacking. Drums shall be used for electric cables, steel ropes, steel wires and similar
materials. All bolts, nuts, washers, etc. shall be packed in containers. Each container shall include
only bolts, nuts or washers of identical size.

All parts shall be suitably protected against corrosion, water, sand, heat, atmospheric conditions,
shocks, impact, vibrations, etc. All electrical parts shall be carefully protected from damage by sand,
moisture, heat or humid atmospheric conditions by packing them in high-pressure polyethylene foil.
Where parts may be affected by vibration, they shall be carefully protected and packed to ensure
that no damage will occur while they are being transported and handled.

All packing costs shall be included in the scope of work. The packing materials remain the property
of the Employer.

A copy of the packing list shall be placed inside each shipping package. A copy of the packing list in
a waterproof envelope shall be securely fastened to unpacked pieces or bundles.

Packing lists shall indicate the name of the Employer/Contractor and the Contract number.

Separate packing lists shall be prepared for each shipment made. In the case of several packages
included in a single shipment, more than one package may be included on one packing list, providing
all required information is shown for each package.

The following information shall be provided for each package:


(1) Description of package, i.e. box, crate, drum, bundle etc.
(2) Package number;
(3) General description of contents corresponding to the invoice;
(4) Equipment number where applicable;
(5) Gross, tare and net weights in kilograms;
(6) Dimensions of package.

Packing lists shall detail complete export marks as indicated in "Packing and Marking Instructions".

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All members comprising multipart assemblies, e.g. steel framework, piping installations, etc. shall be
marked with distinguishing numbers and/or letters corresponding to those of the approved drawings
or material lists. These erection marks, if impressed before painting or galvanising, shall be clearly
readable afterwards.

Colour banding to an approved code shall be employed to identify members of similar shape or type
but of differing strengths or grades.

9.3 TRANSPORT AND STORAGE


The Contractor shall provide means for all unloading and reloading work on arrival of a consignment
in the port of entry and on the Site immediately on arrival of any shipment. The Contractor is required
to take the necessary steps to provide the carriage, special-supporting structures for heavy loads,
etc.

All parts of the plant shall be brought, as far as possible, to their final place of erection. The Engineer
will designate areas where the Contractor may store parts of the plant. The Contractor shall at his
own expense render such areas suitable for the respective purposes.

The required space for these facilities will be provided suitably levelled and compacted on the Site
by the Contractor.

The warehouses shall be weatherproof, with good ventilation and solid floors. The floors of the
warehouses and storage areas shall be designed to carry the loads imposed on them by the stored
parts. The following parts shall be stored inside closed warehouses:
Bolts, pins, packing, tools, insulation materials, electrical parts with electrical devices attached,
electric motors and excitation equipment, instruments, welding material and equipment, all small
parts and all parts of the plant which already have been finally painted.

If large parts are stored in the open air, they shall be provided with weather-resistant and fire-
resistant covers. Electrical parts which are not packed in heavy-duty polyethylene foil and those so
packed but whose packing has been damaged shall be kept in suitable places from the moment of
storage to the moment of installation. All insulation materials which will be taken from the warehouse
for installation and which are stored temporarily in the station shall be protected from weather or
humidity.

9.4 PREPARATION FOR INSTALLATION


Prior to commencement of installation, the Contractor shall closely inspect the Site and all the
foundations and other structures on which parts of the plant supplied under this Contract will be
installed; he shall check that the foundations conform to the installation drawings.

The result of this check shall be reported to the Engineer in due time to allow any errors to be
corrected before the commencement of erection. All parts of the plant shall be cleaned carefully of
all contamination such as dust, sand, rust, mill scale and other dirt prior to installation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

9.5 REFERENCE AND CONTRACT TERMINAL POINTS


9.5.1 Reference Points
The Contractor shall carefully protect all reference points. Demarcation lines, pegs, etc., moved or
destroyed by the Contractor shall be fully and accurately restored at the Contractor's expense.

The Contractor shall be responsible for the true and proper staking-out of the works and levels of
reference given by the Engineer in writing, for the correctness of the positions, levels, dimensions
and alignment of all parts of the works and for the provision of all necessary instruments, appliances
and labour in connection with this.

The checking of any staking-out or of any line or level by the Engineer shall not in any way relieve
the Contractor of his responsibility for its correctness.

9.5.2 Contract Terminal Points


The Contractor's responsibility for making terminal connections shall be as follows unless otherwise
stated in the Specification:

(1) Where pipework and ducting supplied under this Contract connects to equipment already
existing, the connections shall be made under this contract.
(2) This contract includes the terminating and connecting up of all cables, which are supplied
under this Contract.
(3) All associated cabling not included in the Contract will be installed, connected up to the
terminal boards and tested under the supervision of the Employer/Engineer, but it will be the
responsibility of the Contractor under this Contract to assist the Employer/Engineer in re-
checking all final connections and to ensure the subsequent satisfactory operation of the
equipment.
The Employer/Engineer will be responsible for the general co-ordination of the above work and for
supervising all combined testing. No Contractor shall be deemed to have fulfilled his obligation
insofar as the commissioning of the Plant is concerned until complete end-to-end tests have been
carried out to the satisfaction of the Employer/Engineer.

9.6 GENERAL NOTES ON INSTALLATION WORKS


All transportation and handling of the equipment from the place of storage to the place of installation
shall be carried out by the Contractor. He shall provide all hoisting equipment, staging and
scaffolding, winches and wire ropes, slings, tackles and all other appliances and temporary
materials. The erection staging, and scaffolding shall be provided with coverings and barriers and
shall guarantee safe working conditions.

The Contractor shall comply with all applicable and approved safety regulations while carrying out
the works on Site and with all reasonable requirements of the Engineer. This stipulation shall in no
way release the Contractor from any obligation concerning his liability for accidents and damages.
He shall be responsible for adequate protection of persons, equipment and materials against injuries
and damages resulting from his operations.

The equipment or parts to be installed shall not be overstressed during the process of installation.
The Contractor shall be responsible that the installation of all equipment is properly executed to the
correct lines and levels and in accordance with the manufacturer's instructions and the Technical
Specifications.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The alignment of the equipment shall be done exactly; the tolerances indicated by the Manufacturers
or in the drawings shall be kept.

Setting of parts to be aligned shall be performed by means of fine measuring instruments. All erection
clearances and settings shall be recorded. Copies of these records shall be given to the
Employer/Engineer. After alignment, the parts shall be held firmly in position by means of set pins,
fitted bolts, etc.
Anchor bolts, base-plates, anchor rails, etc. to be embedded in the first stage concrete shall be
delivered in due time with instructions and/or templates to facilitate the bringing in of such parts into
the Civil works.

All parts to be embedded in concrete shall be set accurately in position and shall be supported rigidly
to prevent displacement during the placing of concrete. Adjusting screws and bolts shall be drawn
tight and secured adequately. Steel wedges shall be secured by welding. Wooden wedges shall not
be used.

The Contractor shall verify carefully the position of all parts to be embedded before concrete is
poured. All important measurements and dimensions shall be recorded. Copies of these records
shall be given to the Engineer for checking and approval before grouting.

The Contractor shall be responsible for the supervision of the grouting work. He shall state the
allowable filling velocity and sequence for pouring the concrete in the different places. After
concreting, the control measurements shall be verified again, indicated in the above mentioned
records and submitted to the Employer/Engineer.

Any error in shop work which prevents the proper assembling and fitting of the parts shall be
immediately called to the attention of the Engineer and approval obtained for the correction
procedures.

The Contractor shall provide all necessary anchors and braces to ensure the alignment and stability
of the parts to be installed. All temporary anchors and bracings shall take care of all dead load, wind
load, seismic and erection stresses, e.g., during concreting, and shall remain in place until they can
be removed without endangering the stability of the equipment.

Welding, torch-cutting and drilling work on the equipment to be erected shall only be carried out with
the approval of the Employer/Engineer.
If for installation purposes auxiliary structures have been attached to the equipment, they shall be
removed after completion of work and the surface restored to proper condition by grinding and
repainting.

Care shall be taken not to damage surfaces of galvanised or specially treated equipment during
erection. Care shall be taken to prevent any rust streaks or foreign matters deposited on galvanised
or otherwise finished surfaces during storage or transport or after installation.

Glass parts or other parts which can easily be damaged shall be provided with suitable protective
sheaths or coverings during installation.

Machined or bright surfaces, which are not to receive a coat of paint, shall be protected during
storage and erection by a suitable anti-corrosion film.
All portable power tools shall preferably be operated pneumatically. Special tools, which are supplied
for maintenance and repair, can be used for installation. They are to be handed over at the end of
the installation work in good condition in accordance with the Employer/Engineer's instructions.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

After erection, the works shall be finally painted; it shall be done as far as applicable in accordance
with the painting specification, and any damaged paint work shall be restored.

All work at the Site shall be carried out in such a manner as not to obstruct the operations of other
Contractors on the Site or interfere with the operation of the Employer's existing installations on the
Site. The Contractor shall cooperate with other Contractors and the Employer/Engineer to attain this
end.

The carrying out of all the work included in the Contract shall be supervised by a sufficient number
of qualified representatives of the Contractor, and full facilities and assistance shall be afforded for
the Employer/Engineer to check the Works. The Contractor shall obtain from the Employer/Engineer
details of the parts, which he proposes to inspect, but such inspection shall in no way exonerate the
Contractor from any of his obligations. The Contractor, if requested by the Employer/Engineer, shall
open for inspection before erection any equipment, which has been delivered to the Site partly,
assembled.

The Contractor shall keep reasonably clean the Site on which he erects or stores plant, removing all
waste material resulting from the Works as it accumulates and as reasonably directed. On
completion of the Works the Site shall be left clean and tidy to the satisfaction of the
Employer/Engineer. Any damage done to buildings, structures, plant or property belonging to the
Employer shall be made good at the Contractor's expense.

The Contractor shall ensure the correctness of electrical and mechanical connections to all
equipment supplied under the Contract before such equipment is commissioned.

During erection and commissioning the Contractor shall provide all temporary scaffolding, ladders,
platforms with toe boards and hand-rails essential for proper access of workmen and inspectors,
cover or rail off dangerous openings or holes in floors, and afford adequate protection against
materials falling from a higher level on to personnel below.

The maximum personal safety must be afforded to personnel either directly engaged on this Contract
or who in the normal course of their occupations find it necessary to utilise temporary works erected
by the Contractor or to frequent the working area.

The Contractor shall take specific precaution to ensure adequate protection of all site personnel
during any period when radiographic or X-ray inspection of welding is being carried out. Warning
notices must be fully displayed, and the inspection areas fenced off so that no personnel will at any
time be subject to any radiation dosages more than the permissible levels quoted for unclassified
non-radiation personnel in published statutory limits.

In each case involving a connection between the Plant supplied under this Contract and any other
existing plant which may or may not be in service, the Contractor shall make suitable arrangements
about the time and way the connection is made, subject only to the approval of the
Employer/Engineer or Employer who is in charge of the existing plant. Where cases arise involving
the operation of the plant or work on plant in operation or whenever required by the
Employer/Engineer, the Contractor must obtain a written "Permit to Work" signed by a person duly
authorised by the Employer and countersigned by the Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

9.7 SITE WORK OF THE CIVIL CONTRACTOR


Unless otherwise stated in the Particular Technical Specifications, the following works shall be
carried out by the Civil Contractor and do not form part of this contract:
- All concrete work, including reinforcement and formwork, and all grouting required for filling in,
around and under the various parts of the works to be embedded in concrete;
- All necessary excavation and backfilling required for installing the equipment in its final
position;
- Building in of all required parts into the first stage concrete. The readiness of such parts shall
be communicated to the Engineer and they shall be delivered in due time by the Contractor of
this Lot unless otherwise specified or agreed in the Contract;
- Providing and grouting the recesses and pockets for all anchoring and foundation bolts needed
to support and fix the equipment in its final position;
- All protective measures, e.g., pumping, etc., to keep the various parts of the equipment and
the erection site free from water during the time of erection;
- Provision of cable and pipe ducts, trenches, block-outs, etc, in accordance with the drawings
supplied by the Contractor and approved by the Engineer;
- Adequate safety covers and protective measures against injury or damage to the Contractor's
employees and equipment and to the works due to any operations of the Civil Contractor;
- If checker plates or other covers provided under the civil contract will require special care for
fitting to equipment and installations, such work (cutting, matching, welding of supports, etc.)
shall be performed by the relevant contractor.

9.8 SIGNS
During the process of local transportation, erection and construction the Contractor shall provide
appropriate safety and warning signs for use in prevention of accident; for warning of health hazards
and for meeting certain emergencies.
The permanent Works shall be fitted with safety, warning, escape, fire protection signs and plates in
compliance with the Standards and Regulations.
Construction, material, colour, shape, geometry, etc. shall comply with the relevant standards.
The signs shall be of weather-resistant, durable material suitable for the condition prevailing on Site.

Signs with pictograms should be used where possible. Wording imprinted on the signs shall be in
English language.

The positions for the signs shall be chosen so that they are within the field of vision of the persons
to whom they apply. The signs shall be permanently attached. Temporary dangerous areas (e.g.
construction sites, assembly areas, uncovered pits and trenches etc) shall be marked by movable
signs. The safety signs shall be mounted in such a manner that there is no possibility of
misunderstanding.
Information signs should supply the necessary information to acquaint personnel with the physical
arrangement and structure of site, buildings and equipment, e.g. floor number, load-carrying
capacities including marking of floor areas, working loads of cranes, lifting gear and lifts, room
identification, etc. The routing of underground pipes and cables shall be indicated by substantial
marker blocks showing the relevant identification numbers.

In the event of accidents, all necessary information shall be immediately available to those affected.
Thus, a sufficient number of signs of appropriate size shall be installed, e.g. escape routes (including

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

marking of floor areas), emergency exists, fire alarms, fire extinguishers, instructions for special fire-
extinguishing agents, warnings against fire-extinguishing agents (CO2), first aid equipment, first aid
points, accident reporting points, telephones, etc.

Signs indicating obligatory actions shall be installed wherever certain action is necessary, e.g. do
not obstruct the entrance, keep right, etc.

Signs should also indicate when the wearing of protective clothing and equipment is necessary and
obligatory, e.g. protective goggles, protective clothing, helmets, head guards, breathing equipment,
ear protection, etc.

Warning signs shall refer to the existing or possible danger, e.g. flammable substances, explosive
substances, corrosive or toxic substances, suspended loads, general danger, width/height
restriction, steps, risk of trapping, slipping, falling, collision, holes in floors etc.

In addition to warning signs, appropriate black-yellow strip markings shall be applied where
necessary.
Prohibition signs shall be put up at appropriate locations to indicate that certain actions/activities are
prohibited, e.g. no smoking, no open flames, no drinking water etc.

9.9 FIRE PROTECTION AND FIRE FIGHTING


The Contractor shall be responsible for the fire protection of his buildings by providing trained
personnel and fire fighting equipment.

Sufficient fire fighting equipment shall be provided on the Site for the full period from the
commencement of site works until take-over of the Works.

The Contractor shall ensure that both he and his Subcontractors take all precautions to prevent fires
occurring. The following fire prevention measures shall be taken:

- No open fires shall be allowed within the site area. Burning of condemned materials shall be
carried out in a specially designated area outside of the site area.
- Combustible material shall be stored in places where spreading of fire is limited to a minimum.
Non-combustible plastic foils shall be used for protection of material.
- All combustible material shall be removed from working areas where the work going on
requires the use of or produces open flames (e.g. welding). If such removal is impossible, the
working area shall be specially protected by suitable fire fighting equipment.

The Contractor shall maintain the fire fighting equipment fully operational at all times and shall
recharge extinguishers after use regardless of by whom they were discharged. Adequate stocks of
fresh chemical charges for use in extinguishers shall be kept in readiness on the Site.
The Contractor shall nominate certain of his employees who shall be made available for initial
training in fire fighting duties and subsequently for fire fighting drill and servicing of fire fighting
equipment. The nominated employees shall be available for fire fighting duties at all times when they
are on the Site.
9.10 CLEANING UP
Throughout the duration of the Contract the Contractor shall maintain the Works in a clean and tidy
condition.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

All material not in use and/or no longer required for the Works, all condemned materials and all
rubbish shall be removed from the Site, combustible rubbish shall be removed daily.

Upon completion of the Works, the Contractor shall remove all temporary works which he may have
constructed for the protection of plant or his convenience while carrying out the works and all
equipment and surplus materials and any remaining rubbish which may have accumulated in the
execution of the Contract and shall leave the whole area in a clean and tidy condition.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 9-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 10: INSPECTIONS AND TESTS

Table of Contents

10. INSPECTIONS AND TESTS ................................................................................................ 1


10.1 GENERAL REMARKS ....................................................................................................................... 1
10.2 WORKSHOP INSPECTIONS AND TESTS ....................................................................................... 1
10.2.1 Material Tests ............................................................................................................................ 1
10.2.2 Checking of Dimensions ............................................................................................................ 1
10.2.3 Inspection and Testing of Welding Seams ................................................................................ 2
10.2.4 Workshop Assembly .................................................................................................................. 3
10.2.5 Pressure and Leakage Tests ..................................................................................................... 4
10.2.6 Functional Tests......................................................................................................................... 5
10.2.7 Operational Tests ...................................................................................................................... 5
10.2.8 Electrical Tests........................................................................................................................... 5
10.2.9 Model Tests ............................................................................................................................... 5
10.3 FACTORY ACCEPTANCE TESTS (FAT) ......................................................................................... 6
10.4 SITE INSPECTIONS AND TESTS .................................................................................................... 6
10.4.1 Commissioning and Trial Operation .......................................................................................... 6
10.4.2 Acceptance ................................................................................................................................ 7
10.4.3 Performance and Efficiency Tests ............................................................................................. 8
10.4.4 Report on Tests ......................................................................................................................... 8
10.4.5 Final Inspection .......................................................................................................................... 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

10. INSPECTIONS AND TESTS


10.1 GENERAL REMARKS
In addition to the provisions established in the General and Particular Conditions of Contract,
regarding general procedures of inspections and tests, terms, definitions and time schedules of
inspections and tests, the following stipulations shall apply:

10.2 WORKSHOP INSPECTIONS AND TESTS


As far as practicable, quality of materials, workmanship and performance of all items of the work
and equipment to be furnished under this Contract shall be inspected at the places of manufacture.

Where the Contractor desires to use stock material, not manufactured specifically for the work,
satisfactory evidence shall be submitted that such material conforms to the requirements of the
Contract. Tests on these materials may be waived.

Arrangements shall be made for expediting the shop inspection by having all shop assemblies or
pieces covering a single shipment ready at one time. Any painting works as well as transport to the
site of the equipment shall not be started before the approval of the Employer/Engineer has been
obtained.

10.2.1 Material Tests


Unless otherwise specified, the quality of materials shall generally be verified by:

- Chemical analysis
- Mechanical tests (yield point, tensile strength, elongation, notch impact strength, etc.)
- Welding tests (welding procedure, welding material, welding tensile strength, welding bend
test, welding reversed bend test, etc.)
- Non-destructive tests (x-rays, ultrasonic, magnetic particle, liquid penetration, etc.)
- Electrical tests (voltage, losses, tan delta, insulation, magnetic properties etc.)

Certified mill test reports of plates will be acceptable when they comply with the requirements. Test
specimen and samples for analysis shall be plainly marked to indicate the materials they
represent.

Casting and forging shall be tested in the rough state in order to detect flaws in good time thus
avoiding delays. Magnetic particle inspection of important castings shall cover the whole surface of
the castings. Further tests can be conducted after partial machining.

Load tests on crane hooks, steel wire ropes, chains, etc. shall be considered as material tests.

10.2.2 Checking of Dimensions


The dimensions, especially the clearances and fits (ISO 286) which are essential for operation and
efficiency, shall be carefully checked in an approved manner, such as:

- Run out and roundness tolerances of shafts, pistons, etc., to be measured on single parts as
well as on the assembled components, wherever possible;

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Fits and clearances of gates, bearings, servomotor pistons, valves, guiding, distributing and
actuating elements, etc.
- Accuracy, surface roughness and shape of sliding and guiding surfaces of seals, bearings,
water passages in hydraulic machinery, valves, etc.
- Dimensions of couplings or connections for assembly with other deliveries from the
Contractor, Sub-contractors or other contractors.

10.2.3 Inspection and Testing of Welding Seams


10.2.3.1 General
The Employer/Engineer shall have the right to inspect the welding work covered by this
Specification. Any welding defect, damage due to lift-up, arc strikes or other weld features which
the Employer/Engineer specified as deficient or detrimental to the integrity of the structure shall not
be acceptable.

The Contractor shall inform the Employer/Engineer at least 14 working days prior to any work to
enable the Employer/Engineer to adequately arrange any inspection and testing deemed
necessary.

As far as possible, no testing shall be carried out within 48 hours of completion of welding.

The Contractor shall furnish, install and maintain in safe operating condition all scaffolding,
ladders, walkways, adequate lighting, etc. necessary for safe and thorough inspection. This
equipment must conform to local industrial and safety codes.

On site the Contractor shall provide complete facilities for radiography, ultrasonic and magnetic
particle inspection of welds including equipment for developing and viewing films and the full-time
service of qualified technicians conversant with radiography and ultrasonic inspection techniques.

Any inspection by the Employer/Engineer shall not absolve the Contractor from his responsibility to
exercise such quality assurance procedures as will ensure that the requirements and intent of this
Specification are satisfied.

With the exception of all weld tensile tests non-destructive and destructive testing of welding shall
be carried out as specified in the General Technical Specifications. Additionally, hardness tests
shall be carried out on weld metal, heat affected zones and parent materials of a macro section
from each weld procedure test sample and the results recorded and submitted to the
Employer/Engineer.

10.2.3.2 Production Test Plate


Unless otherwise specified on the Drawing, one coupon per 50 m linear length of weld shall be
production test plate. The combined size of each pair of production test plates shall be adequate
for the number and size of specimens to be tested. The material quality of the “run-off” plates shall
be the same as that of the plates to be welded. On the completion of the welds the “run-off”
production test plates shall not be removed until they have been marked in manner, agreed by the
Employer/Engineer to identify them with the joints to which they are attached.

10.2.3.3 Inspection Requirements


At least the following tests shall be carried out:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Item Materials of all Thicknesses

Steel linings and penstocks 100% Visual inspection


100% MPI as per the relevant standards
100% UT on full penetration welding seams
10% RT on full penetration welding seams and all
intersections

Manifolds 100% Visual inspection


100% MPI as per the relevant standards
100% UT on full penetration welding seams
100% RT on full penetration welding seams of the
splitter plate
10% RT on full penetration welding seams and all
intersections

Structural welding seams 100% Visual inspection


100% UT on full penetration welding seams on primary
structure
100% RT on full penetration welding seams on
intersections of primary structure
10% RT on full penetration welding seams on primary
structure
MPI as per the relevant standards,

Note:

1) RT = Radiographic testing
2) UT = Ultrasonic testing
3) MPI = Magnetic particle inspection
4) Spot means 5 % at the discretion of the Employer/Engineer
5) The weld and base metal shall be free from weld spatter, slag and other deficiencies likely
to be detrimental to non-destructive testing and/or subsequent painting.

10.2.4 Workshop Assembly


In addition to the quality and production control tests, the following shop assembly work and tests
shall be made to check measurements, fitting and functioning.

Equipment shall be shop assembled to a status sufficient to prove that the design and
workmanship have been executed in accordance with the Specifications, that the supply is
complete and that no work remains to be done at Site, which reasonably can or should be done in
the workshop.

Where applicable, each item of the equipment shall be assembled completely prior to painting.

Field joints shall be temporarily connected.

All parts shall be properly match-marked, identified and doweled where practicable, to facilitate
correct and quick field assembly and alignment. Suitable dowels shall be provided for insertion

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

after field assembly and drilling where necessary. The holes for any fitted bolt shall be accurately
reamed.

During workshop assembly all instruments, control devices and piping shall be fitted.

If the assembly shows defects in the design or manufacture or unforeseen difficulties in


assembling and dismantling, these shall be eliminated. If required, design adaptations or corrective
measures can be executed provided that the agreement of the Employer/Engineer has been
obtained and reliability of operation and interchangeability are not reduced.

If the corrections cannot be carried out in accordance with the terms mentioned above, the
components concerned will be rejected. The decision on possible subsequent corrections is
reserved exclusively to the Employer/Engineer. Faulty parts or Works shall by no means be
delivered.

The assembled parts shall subsequently be subject to tests as per applicable standards or
required by the Employer/Engineer.

10.2.5 Pressure and Leakage Tests


All items subject to internal or external pressure or containing liquids or gases, temporarily or
permanently during operation, shall be tested prior to painting. As far as practicable, these tests
shall be done in the shop but can be repeated at Site.

Parts exposed to hydraulic pressure, to gas pressure or to any liquid without pressure during
operation, shall be treated distinctively.

In addition to the Specifications, the applicable and approved standards and official regulations
shall be observed. If any liquid is used for the test that may cause corrosion, all Works and piping
shall be thoroughly cleaned immediately after the test.

As far as practicable and required, the influences of temperatures and temperature differences to
which the part will be exposed during operation shall be considered in the execution of the tests.

Leaks and defects can be repaired if permitted by the applicable standards and approved by the
Employer/Engineer. If defects are found, the Employer/Engineer may reject the defective parts, or
permit welding repairs with stress relieving, radiographic examination and additional pressure
tests.

10.2.5.1 Parts Exposed to Hydraulic Pressure


Unless otherwise specified or required, the following shall apply:

The hydraulic pressure tests shall be carried out using the liquid to be used during operation or a
liquid with less viscosity.

The hydraulic test pressure shall be 1.5 times the maximum operating pressure and shall be
maintained for a period of 2 h or longer if required by the applicable standards. Afterwards the test
pressure shall be reduced to the operating pressure.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The welded seams of large parts, which are not subjected to any heat treatment during or after
welding, shall be rapped with a 500 g hammer during the pressure decrease or treated otherwise
to obtain the required effect of stress relief.

Finally, the test pressure mentioned above shall be maintained for 10 min.

Leakages appearing at seals, joints, etc. shall be measured and stated in the test report, together
with the relevant pressures.

10.2.5.2 Parts Exposed to Liquids without Overpressure


Parts which shall not be closed, and which are exposed to only small pressures of any liquid during
operation, e.g. bearing housings, oil containers, etc. shall be subjected to a tightness test with a
suitable liquid of low viscosity. The testing-period shall not be less than 10 h, unless otherwise
agreed.

10.2.6 Functional Tests


Functional tests shall be defined as tests of the function of assemblies, sub-assemblies or parts of
the equipment under no load conditions. Functional tests shall be performed on all equipment prior
to the execution of operational tests.

10.2.7 Operational Tests


As far as practicable operational tests shall be carried out on all equipment, simulating operating
conditions.

Parts to be delivered by sub-suppliers shall be tested either at the premises of the sub-supplier or
of the Contractor, as agreed by the Employer/Engineer.

Before testing, the Contractor shall submit a notice containing full information on the tests with
detailed tables or graphs on the latest edition of the characteristic values of the equipment to be
tested and on the test facilities and equipment.

Testing of the electrical equipment shall be performed in accordance with applicable Standards;
the tests shall include but not be limited to testing of insulation, temperature rise, loading,
overloading and losses.

Operational tests of equipment shall include tests under nominal load and overload conditions.

10.2.8 Electrical Tests


Electrical equipment shall be tested in accordance with applicable Standards and agreed test
programs and procedures.

10.2.9 Model Tests


Model tests for certain parts of the Works shall be carried out as specified or agreed between
Contractor and Employer/Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

10.3 FACTORY ACCEPTANCE TESTS (FAT)


Factory Acceptance Tests shall be performed on equipment and plants in compliance with the
Particular Conditions of Contract, the GTS and PTS, the applicable Standards and Regulations
and the Contractor’s Quality Assurance Program.
The Contractor shall submit detailed FAT programs, procedures and schedules, subject to
approval by the Employer/Engineer. The relevant standards shall also be submitted with the FAT
test procedures.

At the test field the Contractor shall make available all relevant Standards and Regulations.

The number of FATs, costs, attendance of the Employer/Engineer will be defined in the PCC and
PTS respectively.

10.4 SITE INSPECTIONS AND TESTS


During erection, commissioning and trial operation the Contractor shall perform at suitable intervals
all inspections and tests in the presence of the Employer/Engineers to prove the orderly execution
of the Works in accordance with the Contract.

Unless otherwise specified, all costs and associated charges for testing at site shall be borne by
the Contractor. This includes properly calibrated measuring devices and pertinent accessories,
which shall be made available by the Contractor for the entire duration of the tests. The Contractor
shall delegate his experts to perform these tests at site.

The Employer/Engineer reserves the right to have re-calibrated the Contractor’s instruments, to be
used or having been used for any tests, by an independent, officially acknowledged institution at
the Contractor’s expenses.

Special tests to be performed at site are specified in the corresponding section of the Particular
Technical Specifications.

The Contractor’s testing at site shall be complete in every respect to prove the successful
performance and operation of all the Works and equipment to be supplied and installed under this
Contract.

In case of disagreement between the Employer/Engineer and the Contractor on the test results, an
independent expert shall be appointed to whom both parties shall agree. If no amicable settlement
can be reached, the Arbitration Clause of the Conditions of Contract shall be applied.

For the procedures of inspections and tests at site, commissioning, trial operation, acceptance
tests, reports and notice to the Employer/Engineer reference is made to the General and Particular
Conditions of Contract.

10.4.1 Commissioning and Trial Operation


Immediately upon termination of commissioning of a part or section of the permanent equipment
which can operate as an independent unit a "Certificate of Fulfilment of Conditions of
Commissioning" shall be issued by the Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

This document shall be signed by an authorised representative of the Employer, the Engineer and
the Contractor.

This Certificate shall state:


- The supplier of the equipment concerned
- The quantity and type of equipment concerned
- The conditions of commissioning
- The names of the participants
- The date of commencement of trial operation
- The list of minor defects, if any.

After the Contractor has notified the Employer/Engineer that the plant is ready for service, the plant
may be required to operate at nominal rated output for 72 h. Thereafter it shall be required to
operate under the operating conditions of the station and within the limits of specified output as
may be convenient for the Employer, without failure or interruption of any kind, resulting from
defect of the plant supplied under the contract, for a period of one calendar month.

During this trial operation the plant will be operated by the Employer’s personnel with the
responsibility and the assistance of the Contractor. The Contractor may require minor adjustments
to be carried out during the trial operation.

If any failure or interruption occurs in any part of the plant due to, or arising from faulty design,
materials or workmanship, sufficient to prevent full use of the plant, the trial operation for one
month is to recommence after the Contractor has remedied the cause of defect. The onus of
proving that any defect is due to causes other than those referred to above shall lie with the
Contractor.
During the trial operation the Contractor shall make familiar the Employer's personnel with the
properties, the operation and maintenance of the equipment and its auxiliaries to such extent that
thereafter the duties can be assigned to the trained personnel.

The Contractor shall not withdraw his personnel from this training without the consent of the
Employer/Engineer. In case this period of training should last longer than the agreed period for the
trial operation, the Contractor shall be paid accordingly upon agreement.

If any defects or irregularities affecting the safety or reliability of the plant should arise during the
trial operation, the trial operation shall be interrupted and started again after such defects or
irregularities have been corrected by the Contractor.

10.4.2 Acceptance
The acceptance of any part or section of the permanent equipment which can operate as an
independent unit shall be performed in accordance with the standards and regulations following
the test procedure agreed upon between Employer/Engineer and Contractor.

Immediately upon termination of any such acceptance of a part or section of the permanent
equipment, a "Protocol of Acceptance" shall be issued by the Engineer.

This document shall be signed by an authorised representative of the Employer, the Engineer and
the Contractor and shall form an integral part of the later "Certificate of Completion".

This "Protocol" shall state:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- The date of acceptance


- The quantity and type of equipment concerned
- Statement of all minor defects and/or irregularities, which have to be corrected by the
Contractor
- Confirmation that the guaranteed data have been proven
- Confirmation that all contractual documents have been submitted
- Confirmation that the Employer's personnel has been familiarised with the equipment and
that they will be able to operate and maintain the equipment.

If any test for the verification of the guaranteed data could not be performed for operational
reasons beyond the Contractor's responsibility, this part of the acceptance shall be stated in the
"Protocol of Acceptance" and be postponed for a mutually agreed period.

10.4.3 Performance and Efficiency Tests


After the satisfactory completion of a trial operation, any specified official performance and
efficiency tests of the plant shall be carried out. Similarly, any other tests, which the
Employer/Engineer consider necessary to demonstrate that the plant is in accordance with the
specification and guarantees.

If any equipment shall fail to meet the guaranteed performance and adequate opportunity for
correction has been provided any guarantee penalties shall be applied as specified.

10.4.4 Report on Tests


Within one month of completion of the trial operation, the Contractor shall submit in triplicate a draft
Report on Works and Site Tests in two sections. All tests shall be described in detail and shall be
accompanied by all the relevant tables, charts and graphs, etc. The draft shall be revised until it
shall contain a comprehensive record of all settings and final adjustments made during the
commissioning of the plant.

After final approval of drafts the final document shall be issued in the general style and format of
the O&M Manuals.

10.4.5 Final Inspection


Immediately prior to completion of the Maintenance Period the Employer reserves the right to
request the Contractor to open-up the whole or any part of the plant for inspection. The Employer
will provide the labour for this task to work under the direct supervision of the Contractor. The cost
of the supervision and of making good any defects uncovered will be to the cost of the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 10-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 11: TRAINING

Table of Contents

11. TRAINING OF THE EMPLOYER'S PERSONNEL ................................................................ 1


11.1 GENERAL .......................................................................................................................................... 1
11.2 SCOPE OF SERVICES ..................................................................................................................... 1
11.2.1 Training during Manufacture ...................................................................................................... 1
11.2.2 Training at Site ........................................................................................................................... 1
11.2.3 Training Program ....................................................................................................................... 2

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 11-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

11. TRAINING OF THE EMPLOYER'S PERSONNEL


11.1 GENERAL

A number of training tasks shall be performed in the course of the implementation of the Contract
for Electrical and Mechanical Works. The training assignments shall be divided in two sections,
namely:

(1) Training during manufacture of the equipment: The training of the Employer’s Personnel
during the manufacture and testing of the equipment shall include several sessions of
classroom and workshop training in the various premises of the Contractor.

(2) Training during Installation, commissioning and trial operation: On the job training of the
Employer’s Personnel in the installation, testing, operation and maintenance of the electrical
and mechanical equipment supplied and installed under this Contract.

(3) The number of participants and the overall duration will be given in the PCC and PTS
respectively. The final number of participants, the training program and the duration of the
individual sessions will be established during the construction design, based on the
Contractor’s proposal and subject to approval by the Employer/Engineer.

11.2 SCOPE OF SERVICES


11.2.1 Training during Manufacture
The training during the manufacture shall comprise the following equipment:

- Turbines and governor systems


- Coating and welding procedures
- Generators and excitation systems
- Transformers
- 220 kV GIS and HV equipment
- MV and LV switchgears
- Control, protection and communication systems.

The training on a. m. equipment shall follow the manufacturer’s standard training program,
consisting of classroom and workshop sessions during the manufacture, assembly and testing of
the equipment.

11.2.2 Training at Site


The training at site shall consist of an adequate number of classroom sessions and the regular
observation of the assembly and installation works as well as the participation in the work if
appropriate.

Attention shall be paid to a close follow-up of inspections and measurements performed during and
at the end of the erection works. The Contractor’s site personnel shall provide the necessary
explanations.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 11-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

At least three months before beginning of the site tests, the Contractor shall supply draft copies of
the Operation & Maintenance Manuals. The manuals shall facilitate an efficient commissioning of
the equipment but shall also allow the Employer’s Personnel to familiarise with all aspects of
adjustment, testing, operation and maintenance of the equipment prior to the commencement of
the commissioning tests.

The instructions and training shall take place in the power plant during installation, testing,
commissioning and trial operation of the equipment.

All expenses for the plant staff will be born by the Employer. The Contractor’s costs for this training
shall be included in the overall costs for the Works provided in accordance with the PTS.

During the trial operation the Contractor shall introduce the Employer’s Personnel into the
operation and regular maintenance of the equipment. Complementary instructions may be given by
presenting the Operation & Maintenance Instructions in adequate training sessions.

11.2.3 Training Program


The Tenderer shall submit with his Tender a tentative training program specifying the contents,
duration and location of training to be provided for a specified number of trainees to be nominated
by the Employer.

All costs incurred in providing the training (including visa, international air fares, transportation by
car or train, full board accommodation, per diem allowance, etc.) shall be borne by the Contractor
within the scope of his Contract.

Budgets for the above training of the Employer's Personnel shall be included in the financial
proposal . The partial or complete acceptance of these budgets by the Employer will be subject to
negotiation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 11-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

CHAPTER 12: FACILITIES

Table of Contents

12. FACILITIES .......................................................................................................................... 1


12.1 GENERAL .......................................................................................................................................... 1
12.2 ACCESS TO SITE ............................................................................................................................. 1
12.3 TESTING ........................................................................................................................................... 2
12.3.1 General ...................................................................................................................................... 2
12.3.2 Electronic Data Management .................................................................................................... 2
12.4 CONTRACTOR’S GENERAL LABOUR ACCOMMODATION .......................................................... 2
12.5 CONTRACTOR’S EQUIPMENT YARD AND STORAGE ................................................................. 3
12.6 SANITATION AND CLEANING ......................................................................................................... 3
12.7 WATER SUPPLY ............................................................................................................................... 4
12.8 SEWERAGE AND SEWAGE TREATMENT ..................................................................................... 4
12.9 MEDICAL FACILITIES ....................................................................................................................... 4
12.10 LAUNDARY FACILITIES ............................................................................................................... 5
12.11 FIRE CONTROL ............................................................................................................................ 5
12.12 POWER, LIGHTING, COMMUNICATIONS AND ACCESS .......................................................... 7
12.12.1 Power ..................................................................................................................................... 7
12.12.2 Lighting .................................................................................................................................. 7
12.12.3 Communications .................................................................................................................... 7
12.12.4 Access ................................................................................................................................... 7
12.13 ADMINISTRATION AND MAINTENANCE .................................................................................... 8
12.14 SECURITY FENCING ................................................................................................................... 8
12.15 SITE SECURITY ............................................................................................................................ 8
12.16 FACILITIES OR ACCOMMODATION OUTSIDE THE DESIGNATE AREAS ............................... 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

12. FACILITIES
12.1 GENERAL
a) The Employer will make available the land designated in Power House area. Areas shown
in concept drawings are indicative.

In the event that the space allocated is not sufficient to meet the Contractor’s needs or
requirements, the Contractor shall be responsible for arranging and managing any
additional space the Contractor may require, which shall be subject to the approval of the
Engineer. The cost of such spaces shall be deemed to be included in the Contract Price.

The Contractor shall be fully responsible for providing any facilities including office facilities,
camp facilities and maintaining them during the fabrication, installation, testing,
commissioning and operation during the Defect Notification Period on the Site.

The Contractor shall be responsible to provide and operate the Site storage facilities for the
Contractor during the fabrication, installation, testing, commissioning and operation during
the Defect Notification Period on the Site, the storage, workshop, material testing and
laboratory facilities and the installation of the mechanical and electrical equipment as
required.

b) The Contractor shall provide all the accommodation and office furniture and equipment
required, to furnish and operate the facilities provided.
c) The Contractor shall be responsible for keeping his establishment areas and temporary
buildings in a clean, sanitary and orderly condition and to the satisfaction of the Employer.
d) Site building shall be maintained in good condition and appearance for the duration of the
contract.
e) Fuel shall be stored properly and safely and fuel installations shall be secure against
unauthorized persons. The fuel depot shall be bunded to a minimum depth of 0.5 m with a
capacity to retain all spillage.
f) Without in any way limiting the Lot 1 Contractor’s responsibility for security of the Site, the
Contractor shall fence all his designated site establishment areas and shall be responsible
for security of all buildings, equipment and materials withing those areas.

12.2 ACCESS TO SITE


a) The access roads and all other roads and tracks outside the limits of the Site are deemed
to be public highways, unless otherwise indicated in the conceptual drawings (Tender
Drawings), for which all road & traffic laws, insurance requirements and other related
considerations shall be complied with.

b) Under a condition, the roads in the area are used by the general public and the Contactor
shall take into consideration the necessary coordination to minimise the possible conflict
with other traffic using the road, including the effects of the movement of heavy vehicles or
exceptional loads and the need for any temporary traffic control or diversion.
c) The contractor shall not drive tracked vehicles or equipment on any bituminous sealed road
surface. Rubber tyre vehicles conforming to the applicable load restrictions will only be
permitted to use bituminous sealed roads.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

d) Lot-1 contractor will be maintaining the temporary access roads in the site as in concept
drawings.

e) The Contractor is solely responsible for all his access and transport needs to the site and
shall have collected all necessary information and made his own assessment of the road
and bridge conditions and capacities of the roads from port of entry to the project site.

f) The Contractor shall coordinate their use of the permanent and temporary access roads
with the Lot-1 contractor and will make every effort to minimise the conflict while use of
existing roads and tracks during construction.

g) Where the Contractor intends to use a particular road or track for the haulage of large
quantities of materials or oversize loads or frequent passage of construction vehicles he
shall consult well in advance with any affected communities, and submit in advance for the
Engineer's approval a plan including, but not limited to, the proposed route, the existing
condition of the pavement and bridges, the estimated number and type of vehicle
movements per day, a programme for monitoring the condition of the pavement and
structures, and measures for limiting vehicle speeds and dust nuisance in built-up areas.
The Engineer reserves the right to disallow certain haul routes should these in his opinion
cause or be likely to cause unreasonable nuisance or hazards to the public.

h) The Engineer's approval of a particular haul route will not remove the Contractor's
obligations under the conditions of contract to prevent and repair damage to roads and
bridges or his liability for compensation for any accidents caused by him.

12.3 TESTING

12.3.1 General
a) The contractor shall carryout the testing and commissioning in accordance with the
Conditions of Contracts and as specified in the Employer’s Requirements.
b) The contractor shall be responsible for providing all necessary equipment, apparatus,
materials and consumables required to undertake all of the testing and commissioning
required under the Contract.

c) All testing and commissioning equipment shall be supplied with calibration certificates,
apparatus for checking calibration and English manuals for operation, maintenance and
calibration. The Contractor shall provide qualified personnel to undertake the testing
and commissioning and only equipment of sufficient quality to meet the requirements of
ISO/EC 17025 or equivalent shall be used.

12.3.2 Electronic Data Management


The Contractor shall provide a data base system for the storage of all test results
undertaken on the project. At the end of each day, a backup copy of the data base is to
be taken and stored off site.

12.4 CONTRACTOR’S GENERAL LABOUR ACCOMMODATION

a) The Contractor shall arrange and/or construct accommodation units or quarters for
his labour force with the necessary infrastructure on an approved site. The

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Contractor shall furnish, equip, administer, maintain and operate all general labour
accommodation including those provided by the Employer and constructed under
this Contract. On completion of the Contract, the Contractor shall remove all
temporary accommodation except those provided by the Employer from the site and
reinstate the area to a condition satisfactory to the Employer.

b) Communal kitchen and dining halls or safe provision for preparation of food under
cover.

c) All facilities shall be in accordance with the requirements of the Ministry of Health
and Ministry of Labour of Nepal.

12.5 CONTRACTOR’S EQUIPMENT YARD AND STORAGE


a) The contractor shall be responsible for arranging storage facilities in the available
area provided by the employer. In the event that the storage facilities are insufficient
to meet the contractor’s requirements, the contractor shall be responsible for
arranging and providing to a similar or better standard, any additional storage
facilities which shall be subject to approval of the Engineer. The cost of such
additional storage facilities is deemed to be included in the Contract Price.

b) The Contractor shall provide adequate site security to take care of his own
materials. On completion of the works, any building and facility shall be removed
from the site and the site left in neat and tidy condition.

12.6 SANITATION AND CLEANING


a) The Contractor shall provide all sanitary services necessary to ensure that the site is
maintained in a clean, sanitary and hygienic condition throughout the contract.

b) The sanitary services shall comply with all applicable laws and regulations and shall
be located conveniently to all points where work is in progress. The services shall
include but not limited to:

i. Provision of waste collection bins at all of the Contractor’s offices, buildings,


compounds, workshops, stores and other facilities throughout the working
areas of the site, with separate bins for waste types, clearly marked (for
example by color);

ii. The facilities required for storing and disposing of household waste from the
camps and office buildings shall be either constructed or arrangements
must be made to transport the waste to the nearest municipal landfill with
close coordination with the local authority as required;

iii. Regular refuse collection and disposal including the cleaning of drainage
channels;

iv. The cleaning of drains shall be carried out sufficiently frequently to maintain
the Site in a neat and tidy condition;

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

v. used oil filters and used batteries shall be collected separately and stored
temporarily in a well-protected location after draining and neutralizing the oil
and hazardous acid, respectively;

vi. Used engine oil shall be stored in properly constructed and isolated tanks
attached with piping system to facilitate the recycling option by a competent
agent/facility.

12.7 WATER SUPPLY


a) The Contractor will be responsible for the provision and distribution of all settled raw
water and potable water, for the construction of the Works including water supply to
the site establishment areas allocated to the Contractor up to the agreed delivery
points.

b) The quality of the potable water supply shall comply with World Health Organization
(WHO) criteria for drinking water, except for temperature.

c) In the event the supply of water is insufficient to meet the requirements of the
Contractor, the Contractor shall make arrangements either with the LOT 1
Contractor or another to increase the supply. Any cost associated with the supply of
additional water is deemed to be included in the Contract Price.

12.8 SEWERAGE AND SEWAGE TREATMENT


a) The contractor shall be responsible for the sewerage and sewage treatment works.
May coordinate its plan with Lot-1 contractor for the same. The Contractor shall
collect sewage from site establishments, either by sewer or tanker. If a tanker
service is adopted, the Contractor shall provide adequate storage at each
establishment area.

b) Adequate mobile or other toilets shall be provided at the work sites controlled by the
Contractor and such toilets shall be connected to or emptied into the sewerage
system. The Contractor shall ensure that such toilets are always kept in a hygienic
condition by regular attendance and are kept disinfected.

12.9 MEDICAL FACILITIES


a) The Contractor is in general responsible for medical facilities at the site. However,
the contractor may use the medical facilities established by the LOT 1 Contractor,
subject to such use shall conform to the normal controls and regulations which the
LOT 1 Contractor applies to his own or Subcontractors personnel.

b) Without limiting his obligations in terms of the Conditions of Contract, the Contractor
shall provide First Aid posts/facilities at or close to each of the main areas of the
Site where most of his work is being carried out. The First Aid posts/facilities shall
comply fully with all Ministry of Health requirements or relevant Government
ordinance or factories act and shall be suitably equipped with medical supplies and
staffed during all Site working periods.
c) The Contractor shall operate a medical screening and examination system for its
employees and those of its Subcontractors. The screening system will be

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

established and monitored in consultation with the Employer, the Ministry of Health
and the Ministry of Labour as directed by the Employer. Employees shall be re-
examined not less than once every twelve months and on termination of their
service, for whatever reason. Employees shall get information about health
promotion, and prevention of diseases that include, but are not limited to the
following:
- prevention of diseases transmitted by insects,
- prevention of sexually transmitted diseases, including AIDS,
- prevention of injuries and accidents.

d) As part of his Health and Safety Plan, the Contractor shall develop and implement a
health awareness programme for workers covering hygiene, prevention of infectious
diseases, prevention of vector-borne diseases, prevention of occupational health
hazards including dust and noise, and other health topics as determined to be
appropriate or as directed by the Employer or medical authorities.

12.10 LAUNDARY FACILITIES


Laundry facilities shall be provided by the Contractor himself, the cost of which is
deemed to be included in the Contract Price.

12.11 FIRE CONTROL


a) The Contractor shall take all reasonable precautions against outbreaks of fire and
ensure that a nucleus of persons trained in the use of firefighting equipment is
available in each section of work on each shift. The Contractor's arrangements to
prepare for and respond to fire shall be documented in the Emergency
Preparedness and Response Plan.
b) The Contractor shall liaise and coordinating with the LOT 1 Contractor with respect
to fire prevention, firefighting, the use of equipment, fire assembly points, escape
routes etc.

c) Fire extinguishers shall be manufactured to BS EN 3-7:2004 and BS EN 3-9:2006


and suitable for types A, B, C and E fires. The extinguishers shall each contain not
less than 2.5 kg of extinguishing fluid and shall be fitted to the walls at suitable
positions by means of quick release brackets. They shall be freshly charged,
properly maintained and the seals shall be unbroken. At least two such
extinguishers shall be provided in the office area and the works areas, at least one
such extinguisher shall be provided in accommodation, or more if required to
comply with the regulations of the appropriate authority.

d) The Contractor, in consultation with the Engineer, shall publish rules and regulations
governing the call out and use of the firefighting service and notices shall be
prominently displayed giving instruction as to how the firefighting service can be
summoned.

e) In the event of a fire, the Contractor shall mobilise all nearby personnel, and shall do
everything possible to extinguish the outbreak. The Contractor's firefighting team
shall, without prejudice, be subject to the Engineer's direct call-out whenever
necessary.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

f) The Contractor shall implement all reasonable measures to prevent fires which shall
include but not be limited to the following:

• No open fires will be permitted in working areas or elsewhere;

• The contractor shall not be permitted to establish fuel storage fuel storage in
construction work areas; however, fuel storage tanks may be established in
special areas set aside for the purpose and approved by the engineer, and shall
be adequately bundled to control spillage.

• Highly combustible or volatile materials shall be stored separately from other


materials and as prescribed by relevant authorities and under no circumstances
within buildings or structures forming part of the permanent works, and all such
materials shall be protected and not exposed to open flame or other situations
which could result in a fire risk;

• Only approved containers shall be used for the storage, transport and
dispensing of flammable substances, and portable containers used for
transporting or transferring fuel or other flammable liquids shall be approved
safety cans;

• adequate ventilation to prevent an accumulation of flammable vapours shall be


provided where solvents or volatile cleaning agents are used;

• Flammable materials shall not be stored under overhead pipelines, cable trays,
electrical wires, or stairways used for emergency egress;
• All temporary accommodation and stores shall be provided with smoke detectors
and fire alarms;

• Smoking shall be banned in high-risk areas;

• Expanded polystyrene with or without flame retarding additive, polythene,


cardboard and hardboard shall not be used as protection materials;

• Plywood and chipboard shall only be used as protection on floors, and vertical
protection shall be non-combustible;

• When using cutting or welding torches or other equipment with an open flame,
the contractor shall provide a fire extinguisher close by at all times;

• All flammable material shall be cleared from areas of hot works, or work
locations prior to welding or oxy/gas burning operations, and all hot works shall
cease half an hour before the end of a work shift to allow for thorough checking
for fires or smouldering materials (where appropriate, areas of hot works are to
be doused in water before the shift ends);

• All precautions against lightning shall be taken with regard to earthing of metal
work and conductors on site.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

12.12 POWER, LIGHTING, COMMUNICATIONS AND ACCESS


12.12.1 Power
a) The Contractor shall make arrangements for all the power requirements and
shall submit detailed drawings and calculations of his proposed power
generation and distribution systems to the Engineer within twenty-eight (28)
days after the Commencement Date.

b) The Employer may facilitate to coordinate with Lot-1 Contractor for power
supply. However, it is the responsibility of the Contractor for ensuring supply of
power for all his operation, services, offices and accommodation buildings
throughout the duration of the contract. The cost of which, all complete are
deemed to be included in the Contract price;

c) The Contractor shall provide and operate sufficient standby diesel generator
sets to supply power to meet the requirements at his own costs.

12.12.2 Lighting
Whenever the Contractor is engaged in approved night work, the Contractor shall
provide and maintain in good condition, adequate high powered flood lighting for all
portions of the work in progress and the accesses thereto. This shall include the
stockpile and spoil areas if machinery is operating in any of these areas. If, in the
opinion of the Employer, the resulting illumination is not adequate for the safe and
efficient execution of the work, additional lighting shall be provided by the Contractor
without additional payment.

12.12.3 Communications
a) The Contractor shall provide and maintain adequate communications
(conventional telephone/mobile telephone/ radiotelephones) around the Site.
Principal offices, major work sites and other major installations and site facilities
shall be served by a land-line telephone/ mobile telephone/radio network. The
Contractor shall liaise with LOT 1 Contractor to establish proper communication
with Medical Clinic. The cost of communication is deemed to be included in the
Contract Price.

12.12.4 Access
a) The LOT 1 shall provide and maintain all temporary gangways, ladders,
stagings and covers for protection against falling objects and debris on and
about the Site necessary for the purposes of the Contract and shall remove
such gangways, ladders, stagings and protective covers when no longer
required. Therefore, necessary coordination shall be done with Lot-1 for use of
such facilities to minimise the possible conflicts. The accessibility plan and
safety procedure for each of the activities requiring the use of aforementioned
access facilities shall be prepared and submitted to the Employer prior to the
implementation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

12.13 ADMINISTRATION AND MAINTENANCE


a) The Contractor shall for the duration of the Contract maintain and repair to the
Satisfaction of the Engineer all structures, buildings, housing and facilities
(including equipment and furniture) provided by the Contractor whether for the
use of the Contractor’s Personnel or otherwise. He shall provide all professional,
administrative, supervisory, and technical staff and all labour, communications,
transport, equipment, materials, tools, instruments, fuel, spare parts and the like
required for the prompt and proper execution of such maintenance and repairs.
The work of maintenance shall include such repainting and redecoration as may
be required for protection against corrosion and to present a reasonable
appearance both externally and internally, at all times to the satisfaction of the
Employer.

12.14 SECURITY FENCING


a) The Contractor is required to provide Security fencing to the site establishment
area the cost of which is deemed to be included in the Contract Price.

12.15 SITE SECURITY


a) The Contractor shall be responsible for a security system on a 24-hour a day
basis, at his site establishment areas.

b) The Contractor shall comply with all the security regulations and arrangements
implemented on Site.

c) The Contractor shall ensure that no firearms are brought to the Site. No
alcoholic beverages or drugs will be permitted at the Site. Contravention of these
requirements will be cause for removal of the offender under the provisions of
Sub- Clause 6.9 of the Conditions of Contract.

12.16 FACILITIES OR ACCOMMODATION OUTSIDE THE DESIGNATE AREAS


a) In areas allocated to the Contractor, other than those areas designated for the
Contractor's site establishment facilities and accommodation, the establishment
of such facilities or accommodation shall only be permitted subject to the
agreement of the Engineer.

b) The Contractor shall obtain the prior written approval of the Engineer for the
sitting of any camps, offices, workshops, temporary roads, labour camps or
residential accommodation outside the limits of the Site. Such approval will be
granted at the discretion of the Engineer and in any case only provided:

• all designated or available areas within the limits of the Site have been fully
utilised,
or
• the Contractor can demonstrate a practical reason for sitting such facilities at
a location distant from the Site, and

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

• the Contractor has obtained and has submitted evidence to the Engineer for
all permissions, licenses, or other legal requirements which have been
granted by the responsible authorities and fulfilled by the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / 12-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

ANNEX 1 - SPECIFIC PROJECT CHARACTERISTICS

Table of Contents

1.1 SITE OPERATING CONDITIONS ..........................................................................................................1


1.1.1 Altitudes (above sea level): ............................................................................................................1
1.1.2 Recorded temperatures ..................................................................................................................1
1.1.3 Design temperatures: .....................................................................................................................1
1.1.4 Relative humidity: ...........................................................................................................................1
1.1.5 Seismicity: .......................................................................................................................................1
1.1.6 Solar radiation .................................................................................................................................1
1.1.7 Isokeraunic level .............................................................................................................................1
1.1.8 Tamakoshi River Water Analysis ....................................................................................................1
1.2 STANDARD FREQUENCY AND VOLTAGES .............................................................................................1
1.2.1 HV network: ....................................................................................................................................1
1.2.2 MV distribution system: ...................................................................................................................1
1.2.3 LV distribution systems: ..................................................................................................................2
1.2.4 Neutral Earthing ..............................................................................................................................2
1.3 MEASURING TRANSFORMERS ...........................................................................................................2
1.4 MOTOR VOLTAGES AND POWER RATINGS ......................................................................................3
1.4.1 Motors up to 100 kW.......................................................................................................................3
1.4.2 Motors up to 0.75 kW......................................................................................................................3
1.4.3 DC motors .......................................................................................................................................3
1.5 COLOUR CODE FOR ELECTRICAL CONNECTIONS ..........................................................................3
1.5.1 AC network: ....................................................................................................................................3
1.5.2 DC network: ....................................................................................................................................3
1.5.3 Earth and protective earth conductors: ...........................................................................................3
1.6 COLOUR CODE FOR MIMIC DIAGRAMS AND GRAPHICAL DISPLAYS ............................................3
1.7 SALIENT FEATURES OF TV HEP PROJECT .....................................................................................................5

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 1-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

1.1 SITE OPERATING CONDITIONS

1.1.1 Altitudes (above sea level):


- Powerhouse, machine hall floor 982.19 m.a.s.l.
- Access road 1,002.00 m.a.s.l.
- Head Pond 1,158.00 m.a.s.l.

1.1.2 Recorded temperatures


- Mean annual temperature 11.5C
- Mean monthly maximum temperature 18.3C
- Absolute maximum temperature 36.0C
- Absolute minimum temperature -7.0C

1.1.3 Design temperatures:


- Air ambient temperature (indoor/outdoor) 40/50C
- Raw water temperature 16C

1.1.4 Relative humidity:


- Mean annual humidity 75.8%
- Min. /max. humidity 51 / 92%

1.1.5 Seismicity:
- Horizontal acceleration (OBE) 0.222 g
- Vertical acceleration (OBE) 0.200 g
- Horizontal acceleration (MCE) 0.34 g
- Vertical acceleration (MCE) 0.31 g

1.1.6 Solar radiation


- Maximum daily solar radiation 1200 W/m2 approx.

1.1.7 Isokeraunic level


- Isokeraunic level 60 d/y approx.

1.1.8 Tamakoshi River Water Analysis


- The River Water Analysis is summarised in Annex 8 to the GTS.

1.2 STANDARD FREQUENCY AND VOLTAGES


- AC system frequency: 50 Hz

1.2.1 HV network:
- Service voltage 220 kV
- Highest system voltage 245 kV
- Transformer HV star point solidly earthed

1.2.2 MV distribution system:


- Highest system voltage 17.5 kV
- Service voltage 11 kV

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 1-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- System earthing solidly earthed

1.2.3 LV distribution systems:


- 400 V, 3-phase AC with N or PEN (TT or TN-C system)
- 230 V, single-phase AC with PEN (TN-S system)
- 230 V, 3-phase AC with PE for UPS system, control & communication systems, security
lighting (IT system)
- 220 V DC with PE, primary DC voltage for power/control (IT system).

The electrical equipment as fed by the above mentioned standard distribution voltages shall not be
affected in their specified duty or life expectation while encountering the following system variations,
which referred to the rated consumer voltage:

- For normal AC systems 80% to 115% (for short duration  30 s), and 95% to 105%
continuously.
- For DC systems 85% to 115% continuously.

1.2.4 Neutral Earthing


All transformer neutral points shall be earthed according to the PTS.

Generator voltage level:


This network, comprising the generator, the generator step-up and unit auxiliary transformers and
the interconnecting buses, shall be earthed through high resistance in the generator neutral for stator
earth fault protection. The generator neutral point shall be earthed through a single-phase
transformer, loaded on its secondary by a resistor, with a primary current equal to the generator
neutral capacitive current under single-pole earth fault conditions.

LV Systems:
(1) TT network according to IEC 60364 (non-insulated earthing conductor PE, insulated N as
fourth cable conductor as necessary) shall be employed for all standard power connections
above 22 kW rating.
(2) TN-C network according to IEC 60364 (insulated PEN conductor carried along with the cable)
shall be employed for all standard power connections up to and including 22 kW rating.
(3) TN-S network according to IEC60364 (insulated PE and insulated N conductor carried along
with the cable) shall be employed for all lighting circuits and power socket outlets.
(4) IT network according to IEC 60364 (non-insulated PE conductor) shall be employed for the
230 V secure AC system fed by inverters and analogously for the primary DC voltage system.
Both systems shall be operated ungrounded. In principle this scheme is applicable for
secondary DC systems, which are also operated with one pole grounded.
(5) The resistance/impedance of any earthing conductor between equipment and reference earth
shall not exceed 2 Ohms and the touch voltage shall be less than 65 V.

1.3 MEASURING TRANSFORMERS


- Potential transformer secondary windings shall have a rated voltage of 110/3 and 110/3 V.
- Current transformer secondary windings shall have a rated current of 1 A.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 1-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

1.4 MOTOR VOLTAGES AND POWER RATINGS


The service voltages and corresponding power ratings for electric motors to be used in the Project
shall be as follows:

1.4.1 Motors up to 100 kW


- Service voltage: 3-phase AC 400/230 V
- Mode of starting: direct on line

1.4.2 Motors up to 0.75 kW


- Service voltage: single-phase AC 230 V
- Mode of starting: by condenser

1.4.3 DC motors
- Service voltage: 220 V DC
- Mode of starting: by resistor

1.5 COLOUR CODE FOR ELECTRICAL CONNECTIONS


Live parts of electrical connections shall be colour coded as follows:
Conductor Coding: Designation / Alphanumeric Symbol / Colour

1.5.1 AC network:
- Phase 1: L1 / red
- Phase 2: L2 / yellow
- Phase 3: L3 / blue
- Neutral: N / black

1.5.2 DC network:
- Positive: L+ / white
- Negative: L- / black
- Neutral: M / blue

1.5.3 Earth and protective earth conductors:


- Protective earth: PE / green - yellow
- Combined protective earth/neutral: PEN / green-yellow
- Earth E: bare or grey

1.6 COLOUR CODE FOR MIMIC DIAGRAMS AND GRAPHICAL DISPLAYS


Mimic diagrams to be arranged on switchgear cubicles, control cubicles, monitors and touch
screens, etc. shall be colour coded as follows:

500, 220 kV red similar to RAL 3000


220 kV yellow similar to RAL 1012
33 kV grey similar to RAL 6013
13.8 kV green similar to RAL 6002
11 kV blue similar to RAL 5015

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 1-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

400 V black similar to RAL 9005


220 V DC violet similar to RAL 4001

Note: Colours given under 1.5 + 1.6 shall be finally agreed upon during the construction design.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 1-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents:
SALIENT FEATURES OF TAMAKOSHI V HYDROELECTRIC PROJECT-HEP Section
(99.8 MW)VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT CONTRACT 2 : General Technical Specifications
MECHANICAL & ELECTRICAL EQUIPMENT AND TRANSMISSION LINES (MET)
1.7 SALIENT FEATURES OF TV HEP PROJECT
1.1-SALIENT FEATURES
Prepared by : DOLSAR/Burhan Arıöz February 2023, Rev 00
Sr. SALIENT FEATURES Description Remarks
0 GENERAL INFORMATION FOR BID
Authorıty Project Development Department (PDD) of Nepal Electric
Authority (NEA)
Employer Tamakoshi Jal Vidhyut Company Ltd.
Scope of the Bid The procurement of Contract 2: MET of Tamakoshi V
Hydroelectric Project (99.8 MW)
Bidding Type International Competitive Bidding (ICB), EPC Contract,
Single Stage: Two Envolope Bidding Procedure
ICB No: TKJVC/TKV/079-80/EPC-02
A PROJECT LOCATION
Country NEPAL
District Dolakha (25 km away)
Nearest Town / City Thapagan, Kathmandu (90 km East)
River Tamakoshi
Longitude / Latitude 86 10' 30''- 86 14' 30' // 27 45' 00'- 27 49' 50''
B PROJECT CHARACTERISTICS
Gross Head 173.45 m
Net Head 162.35 m (168.6 m for small hydro unit)
Design Flow 3x22 m3/s = 66 m3/s
Installed Capacity 99.8 Mwe
Ecological Flow 1x3.9 m3/s
Released water by Upper Tamakoshi units to the headrace
6x 11 m3/s =66 m3/s
tunnel
495 Rolwaling not considered) - 545 GWh (Rolwaling
Energy generation
considered)
g- acceleration 9.7892
Min. ambient temperature 5 ͦC
Max. ambient temperature 0 ͦC
Relative humidity 10-100%
The climate varies from moderately
hot and humid tropical climate to
max. wind velocity 47 m/sec
C HEADWORKS GENERAL
Upper Tamakoshi units 6x 11 m3/s - Vertical Pelton Turbine
Connecting tunnel to TMK V yes
Headpond (water levels) 1158.2 max, 1158 rated, 1155 min m asl
Live storage N/A
Intake gate N/A
Spilway uncontrolled ogee shaped, 102.9 m3/s design discharge,
spw tunnel 5x3 m, crest El. 1158.20 m asl, outlet of spw
tunnel El. 1150.00 m asl
Headrace tunnel (length /Dia) 8 km, 5.6 m Dia
Upstream Surge Tank Dia 15 m / 1130.50 m asl Min downsurge-1180.63 m asl
Max. upsurge
Butterfly valve/ Dia 4200 / Oil Pressure Unit /accumulator
Upstream Valve Chamber
station with Nitrogen Bottles/LCC/EOI Crane 100-5 tons
D DOWNSTREAM GENERAL
Tailrace tunnel (length /dia) 8500 m, 5.6 m Dia
Tailrace tunnel (lower draft tube and river side tailbay sill app. 192 m, (968.90 - 982.80 m asl)
level)
Outlet hydraulic hoist structure shaft centerline at 150 m apart from Draftube, 6.20 Dia
Taiilrace water levels 986.35 max, 984.55 rated (66 m3/s), 982.90 min m asl
E POWERHOUSE CAVERN
Underground powerhouse- 18 m width x 69 m length x 33
m height , Machine hall El. 982.19, Generator El. 978.51,
Turbine setting El. 974.0
Type and configuration
+ transformer cavern with 13 m width x 48 m length x 17.5
m height
+ three bus duct galleries each with 3 m Dia x 30 m length
Number of Generating Units 3+1
Location Right Bank of Tamakoshi River
Crane 80/15 tons machine hall overhead crane
F Penstock
Common for four units (55 m Dia 5.60 m, three large units
ranches each Dia 3.30 m in length of app. 20 m and plus
Configuration
one small unit branch with Dia 0.9 m in length of 20 m +
extension pipe with Dia. 4.55 m in length of 8.4
G.1 Turbine Inlet Valve for LARGE Hydro Units
Type bi-plane Butterfly
Diameter not less than the spirall case inlet diameter
Design pressure not less than 2.1 MPa
Design flow under the rated head 44 m3/s
Opening and closing time adjustable btw 30-120 sec
G.2 Turbine Inlet & Outlet Valve for SMALL Hydro Unit
Type (Inlet and Outlet) through-flow butterfly type shall be provided. It shall have a
service seal. A standard valve is preferred
Diameter (Inlet and Outlet) not less than the spirall case inlet diameter and draftube
outlet pipe
Design pressure not less than (inlet ) 2.1 MPa
G.3 Draftube Flap Gate
Purpose The draft tube flap gate shall isolate the related turbine
from the downstream manifolds for inspection and
maintenance without any influence on the operation of the
other units. In addition, it shall shut off the inflow into the
cavern, if there was burst of pipe upstream of the flap gate
Design pressure 1 MPa (Rev 1.5 Mpa)
Operating mechanism The flap gate shall be closed by its own weight and
opened by a single acting oil-hydraulic servomotor

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 1-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Turbine, 3 Large hydro unit (1 small hydro unit- utilize min. water coming from UTK-456 MW, the small hydro unit will be put into operation IF at least one
H
main turbine is standstill)
Type Vertical Francis
(Horizontal Francis)
Capacity 3x32.66 MW+1x5.0 MW
Head (gross) 173.45 m
Head (rated) 162.35 m (168.6) m
Flow 3x22 m3/s
(1x3.39 m3/s at 1.5 m3/s will have smooth operatation
as well)
Rotational Speed (small unit) 600
(1000) rpm
Runaway speed 1100 rpm critical speed +%20
Rotation direction clockwise when viewed above
Turbine centerline level 974 m asl
(976.60 m asl)
Efficiency not less than 93.50%
Densitiy of water 999 kg/m3
Governor oil system pressure (nitrogen pressurised) PN 160 = 16 MPa
I Generator
Generator capacity 3x31.6 MW+1x5.0 MW = 3 x 38 MVA + 1x 6 MVA
Generator capacity 94.8 MWe (rated) + 5 MWe = 99.8 MWe
Generator voltage 11 kV +/-5%
Frequency 50 Hz +/- 3%
Power factor 0.85
Combined upper bearing IM 8425 /W41 (IEC 60034-7)
Efficiency not less than 98%
GD2- not less than (small unit) 300 t m2 (190 tm2)
short circuit ratio above 1
cooling raw water temperature 16 deg
Monitoring and protection equipment Temperature, Pressure, Level, flow, status indication and
others required instruments
Monitoring Creep detector, vibration, moisture, partial discharge,
shaft leakage current, air gap measurement
Fire fighting system 1.5 The generators shall either be equipped with “De Luge The systems shall be
water-spray fire-fighting systems” or “Total flooding clean coordinated with the
agent extinguishing systems”, provided with the "Fire generator layout. The
Protection Systems". generator design shall
consider the application of
this type of fire-fighting system
J Main Transformer (MTR)
Number U1, U2 & U3 Three (3)
Capacity
40/44 MVA- ONAN rating will be disclosed by the Tenderer
Voltage 11/230 kV +- 2x2.5%- off load tap changer
Vector group YNd11
İmpedance 10%
Cooling type ODWF / OFWF rating MT1 & 2 / MT3
4.3.9-The insulation oil shall be new inhibited naphthenic
based mineral oil with anti-oxidant (phenol) additives and
Transformer oil shall have properties to avoid formation of copper sulphide
under continuous heavy loading conditions even without
passivator additives
99%-
4.2.2-The Employer shall have the right to reject any
transformer if the actual values are in excess of the
Efficiency not less than
guaranteed values by more than the margins specified
hereunder (including the tolerances) Total losses +10%,
Temp rise limit +1.0K
The MT shall be equipped with DELUGE type water spray
Fire fighting system fire-fighting systems, provided under "Fire Protection
Systems
Mobile vacum oil treatment plant 4000 l/h , 400-230V
Under ceiling crane 1 tons with 3.8 m span
K 220 kV GIS
· Three generator / MT feeder bays with LCC
· Four transmission line feeder bays with LCC
Number of feeders
· One bus coupler bay with LCC
· One measuring and busbar earthing bay

220 kV/245 kV, 2000 A, 40 kA (3 sec), Al/Al alloy enclosure


Parameters
and conductor material, SF6, Future extension possibility
crane overhead 10 tons
L Tranmission Line (TL)
The Power generated from Upper Tamakoshi HPP will be transmitted to the 400/220/132 kV Substation at New Khimti on 220 kV transmission line
strung with twin Bison conductors. The construction work of the 220kV, double circuit transmission line from Upper Tamakoshi to Khimti is in the
completion stage
The scope of work comprises detail design, manufacturing, testing, supply, delivery to site and construction as well as testing and commissioning of
approximately 4 km of 220 kV double circuit line extending from Tower No. 17 to Tamakoshi V GIS bus and returning from the GIS Bus to Tower No. 18
of the Gongar – Khimti line.
The New Khimti Substation is a proposed substation hub for developing full feature substation comprised of 400 kV 220 kV and 132 kV arrangements.
Parts of 220kV GIS equipment including relevant civil works of this substation are also under the scope of this tender.
The Technical Specifications for the 220 KV transmission line from Tamakoshi V HEP are covered under Part IV Volume 2 -C of the Tender Document,
Contract 2 – Mechanical & Electrical Equipment and Transmission Lines
220 kV line, 3.4 km double circuit from the Tamakoshi-Khimti line to Take off yard of Tamakoshi V HEP with loop in / loop out arrangment. Conductor
ACSR/AACSR Bison, Size 54/3.0 Al/AA +7/3.0 St, Conductor per phase 2, Earth wire GSW/OPGW, ruling design span 350 m

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 1-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

ANNEX 2 - REQUIRED DOCUMENTS FOR ELECTRICAL AND


MECHANICAL EQUIPMENT

Table of Contents

2.1 GENERAL REMARKS ............................................................................................................................1


2.2 PRINCIPAL REQUIREMENTS ...............................................................................................................1
2.2.1 Loading Drawings ......................................................................................................... 1
2.2.2 Foundation Drawings .................................................................................................... 1
2.2.3 General Arrangement Drawings .................................................................................... 1
2.2.4 Short Circuit Calculations .............................................................................................. 1
2.2.5 Insulation Coordination, Lightning and Switching Overvoltage Study ............................ 1
2.2.6 Load Calculations .......................................................................................................... 2
2.2.7 Plant Identification System ............................................................................................ 2
2.2.8 Basic Documentation .................................................................................................... 2
2.2.9 Overall Diagrams .......................................................................................................... 2
2.2.10 Documents for all Generating Equipment and Installation as Applicable ....................... 2
2.3 SPECIFIC DOCUMENTS FOR ELECTRICAL EQUIPMENT ................................................................3
2.3.1 Generators and Accessories ......................................................................................... 3
2.3.2 Excitation Systems ........................................................................................................ 3
2.3.3 Motors ........................................................................................................................... 3
2.3.4 Bus Duct Systems ......................................................................................................... 4
2.3.5 Transformers and Reactors ........................................................................................... 4
2.3.6 High Voltage Switchgear ............................................................................................... 4
2.3.7 Medium Voltage Switchgear .......................................................................................... 5
2.3.8 Low Voltage Distribution Boards (AC & DC) .................................................................. 5
2.3.9 Batteries ........................................................................................................................ 5
2.3.10 Battery Chargers and UPS ............................................................................................ 5
2.3.11 Emergency Diesel Generating Units.............................................................................. 6
2.3.12 Electrical Protection Systems ........................................................................................ 6
2.3.13 Control Systems ............................................................................................................ 6
2.3.14 Communication & Security Systems .............................................................................. 7
2.3.15 Lighting and Small Power Installations .......................................................................... 7
2.3.16 Cabling .......................................................................................................................... 7
2.3.17 Earthing and Lightning Protection Systems ................................................................... 7
2.4 SPECIFIC DOCUMENTS FOR MECHANICAL EQUIPMENT ...............................................................7
2.4.1 Main Turbines and Accessories .................................................................................... 8
2.4.2 Governors and Accessories .......................................................................................... 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

2.4.3 Main Inlet Valve............................................................................................................. 8


2.4.4 Station Service Turbine ................................................................................................. 9
2.4.5 Auxiliary Systems .......................................................................................................... 9
2.4.6 Pumps ........................................................................................................................... 9
2.4.7 Compressors ............................................................................................................... 10
2.4.8 Oil Transfer and Treatment System............................................................................. 10
2.4.9 Piping .......................................................................................................................... 10
2.4.10 Elevator ....................................................................................................................... 10
2.5 SPECIFIC DOCUMENTS FOR HYDROMECHANICAL .....................................................................10
2.5.1 Cranes and Accessories ............................................................................................. 11
2.5.2 Tailrace Flap Gates ..................................................................................................... 11
2.6 SPECIFIC DOCUMENTS FOR FIRE PROTECTION SYSTEMS ........................................................11
2.7 SPECIFIC DOCUMENTS FOR HVAC SYSTEMS ...............................................................................12
2.8 SPECIFIC DOCUMENTS FOR POTABLE WATER SYSTEMS ..........................................................12
2.9 SPECIFIC DOCUMENTS FOR SEWAGE TREATMENT PLANT .......................................................12

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

ANNEX 2 - REQUIRED DOCUMENTS FOR ELECTRICAL AND


MECHANICAL EQUIPMENT

2.1 GENERAL REMARKS

In compliance with Chapter 2 of the GTS at least the following documents shall be submitted to the
Employer/Engineer for approval (marked A) or for information (marked I).

For identical equipment the documents shall be submitted only once.

2.2 PRINCIPAL REQUIREMENTS

The following documents shall be supplied individually or as a set for equipment/installations


wherever applicable.

2.2.1 Loading Drawings


For all larger pieces requiring special means for transportation, as for example:

- Generator stator
- Generator rotor
- Main and station service transformers
- Switchgear assemblies
- Turbine runner
- Turbine shaft
- Turbine stay ring
- Turbine head covers
- Draft Tube Flap gates
- Main Inlet Valves
- Powerhouse cranes

All documents: I

2.2.2 Foundation Drawings


For any equipment requiring foundation or other civil works provisions: A

2.2.3 General Arrangement Drawings


For the whole plant and for individual areas / buildings / rooms / trenches: A

2.2.4 Short Circuit Calculations


For the following voltage levels:
- HV network
- MV systems (generator main circuit and MV general
- LV auxiliary supply systems
- DC systems

All documents: A

2.2.5 Insulation Coordination, Lightning and Switching Overvoltage Study


- Insulation coordination study A

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Lightning and switching over-voltage study A


2.2.6 Load Calculations
For all MV and LV levels (AC and DC): A

2.2.7 Plant Identification System


- Description of the applied plant identification system A
- Frequently updated lists complete with all plant identification
numbers for electrical/mechanical equipment I

2.2.8 Basic Documentation


For all equipment/installation the following basic documents shall be provided:

- Specification for rating plates and labels including list of inscriptions A


- Motor lists, frequently updated I
- Workshop test schedule I
- Site test schedule I
- List of tools and appliances I
- List of spare parts I

2.2.9 Overall Diagrams


- Overall single-line diagrams A
- Three-phase overall diagram with phase sequence and vector groups A
- Turbine/Generator control scheme A
- Butterfly valve/MIV control scheme A
- Schematic diagram LP compressed air system A
- Oil transfer and treatment system A
- Power station water supply and drainage system A
- HVAC (air distribution, chilled water system, control) A
- Schematic diagram of CCTV, telephone, public address system A

2.2.10 Documents for all Generating Equipment and Installation as Applicable


- Shop test programs A
- Material test certificates I
- Shop test reports A
- Welding procedures A
- Welder's qualification certificates A
- Painting schedules A
- Instrument lists I
- Wiring diagrams I
- Signal and alarm lists I
- Installation drawings I
- Erection procedures I
- Site test procedures A
- Commissioning program A
- Commissioning procedures (dry and wet) A
- Operating & maintenance manuals A
- Program for training of Employer's Personnel A
- Site test reports. A

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

2.3 SPECIFIC DOCUMENTS FOR ELECTRICAL EQUIPMENT

2.3.1 Generators and Accessories


- Specification and technical data sheets A
- Arrangement and dimension drawings A
- Execution drawings:
- Stator frame with core and winding A
- Fixing of stator core to frame I
- Stator winding I
- Main terminals I
- Shaft (including calculation of deflection, critical speeds,
max. oscillations with and without prime mover) A
- Rotor assembly drawing A
- Rotor hub, spider and rim I
- Pole core I
- Pole windings I
- Damper windings I
- Shaft mounted fans I
- Bearings (with permissible clearances at standstill, crawling,
rated and overspeed) I
- Bearing insulation I
- Bearing lubrication and cooling systems A
- Braking and rotor jacking device I
- Slip ring compartment with mounting details I
- Execution drawings for erection/handling facilities I

- For generator cooling system:


- Arrangement & dimension drawing A
- P&I diagrams, I/O lists A
- Specification A

- For auxiliary systems such as bearing oil supply, fire-fighting system,


standstill heating, monitoring systems, etc.:
- Specifications A
- Arrangement & dimension drawings A
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.2 Excitation Systems


- Specifications & technical data sheets A
- Arrangement & dimension drawings of exc. cubicles A
- A & D drawings of excitation & braking transformer A
- Calculation of exc. & braking transformer rating A
- Single line diagram A
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I
2.3.3 Motors

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

For standard motors the following shall apply:


- Specifications and technical data sheets A
- Arrangement and dimension drawings I
- Motor lists I

2.3.4 Bus Duct Systems


- Specifications and technical data sheets A
- Arrangement and dimension drawings, 3D views A
- Execution drawings for auxiliary systems:
- Specifications A
- Arrangement & dimension drawings A
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.5 Transformers and Reactors


- Specifications and technical data sheets A
- Voltage ratio and tap-changer calculation A
- Arrangement and dimension drawings with equipment lists A
- Oil specification and technical data sheets A

- Execution drawings for:


- Magnetic core I
- Windings I
- Tap changer I
- Bushings and terminals A
- Rating and operation plates A
- Cooling system I

- Execution drawings for auxiliary systems:


- Specifications A
- Arrangement & dimension drawings A
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.6 High Voltage Switchgear


- Specifications and technical data sheets A
- Overall single line diagrams A
- Arrangement and dimension drawings for
- Complete switchgear assembly A
- Each individual type of bay A

- For switchgear main components:


- Specification and technical data sheets A
- Arrangement & dimension drawings A
- Single-line diagrams A
- Logic/process diagrams, I/O lists A

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

- Execution drawings for auxiliary systems:


- Arrangement and dimension drawings A
- Specifications A
- Single-line diagrams A
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.7 Medium Voltage Switchgear


- Specifications and technical data sheets A
- Arrangement and dimension drawings for
- Complete switchgear assembly A
- Each individual type of cubicle A
- Single-line diagrams A
- Standard circuit diagrams I
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.8 Low Voltage Distribution Boards (AC & DC)


- Specifications and technical data sheets A
- Arrangement and dimension drawings for
- Complete distribution boards A
- Each individual type of cubicle A
- Single-line diagrams A
- Standard circuit diagrams I
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.9 Batteries
- Specifications and technical data sheets A
- Arrangement & dimension drawings for battery rooms
with complete battery assemblies and racks A
- Load evaluation and calculation of battery capacity A

2.3.10 Battery Chargers and UPS


- Specifications and technical data sheets A
- Arrangement and dimension drawings A
- Single line diagrams A
- Standard circuit diagrams I
- Logic/process diagrams, I/O lists A
- Block diagrams I

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Circuit & terminal diagrams I


- Part lists I

2.3.11 Emergency Diesel Generating Units


- Specifications and technical data sheets A
- Arrangement and dimension drawings A
- Calculation of unit rating A
- For auxiliary systems (fuel, lubrication, cooling, starting,
air inlet/outlet, exhaust systems:
- Specification A
- Arrangement and dimension drawings A
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.12 Electrical Protection Systems


- Specifications, technical data sheets, setting and
tripping ranges/curves for protection devices A
- Overall and detailed protection single-line diagrams A
- Protection relay setting study A
- CT and VT calculation notes I
- Generator neutral earthing system calculation A
- Protection co-ordination diagrams, tripping matrix A

- For protection cubicle assemblies:


- Arrangement and dimension drawings A
- Block diagrams, tripping schemes A
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.13 Control Systems


- Specifications and technical data sheets for hard and software A
- Overall system architecture drawings A
- I/O Lists grouped according to plant components A
- Logic and process diagrams I
- Graphical screen displays A
- Control sequence diagrams I
- CCR layout drawing with equipment, furniture,
HVAC and lighting system, 3D views A
- Installation drawings I

- For LCC and LCU cubicle assemblies:


- Equipment layout drawings A
- Arrangement and dimension drawings A
- Logic/process diagrams, I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

2.3.14 Communication & Security Systems


- Specifications and technical data sheets A
- Overall schematic diagrams A
- Layout and installation drawings with equipment schedules I
- I/O lists A
- Block diagrams I
- Circuit & terminal diagrams I
- Part lists I

2.3.15 Lighting and Small Power Installations


- Lighting fixture schedule with specifications,
data sheets and light distribution curves for all fixtures A
- Illumination level calculations with type, number
and arrangement of lighting fixtures A
- Overall single line diagram for lighting power distribution
for NLS, ELS & SLS A
- Layout and installation drawings I
- Typical installation details I
- For lighting main-distribution and sub-distribution boards:
- Specifications A
- Arrangement and dimension drawings A
- Single line diagrams A
- Circuit & terminal diagrams I
- Part lists I

2.3.16 Cabling
Power, control and communication cable installations:
- Specifications and technical data sheets A
- Calculation of cross sections and voltage drops A
- Cable lists and connection diagrams I
- Layout and installation drawings for cable routing
and cable tray installation, 3D views I
- Typical cable tray sections with cables I
- Typical installation details I

2.3.17 Earthing and Lightning Protection Systems


- Specifications and technical data sheets A
- Earthing network calculation for the entire project A
- Report on test results of specific earthing resistance measurements I
- Overall schematic earthing diagram A
- Layout and Installation drawings for buried, embedded
and exposed earthing system I
- Installation drawings for potential gradient control systems I
- Installation drawings for lightning protection systems I
- Typical installation details I

2.4 SPECIFIC DOCUMENTS FOR MECHANICAL EQUIPMENT

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

2.4.1 Main Turbines and Accessories


- Specifications and technical data sheets A
- Dimension drawings A

- Execution drawings:
- Turbine runner A
- Turbine shaft A
- Shaft seal A
- Coupling A
- Turbine guide bearing A
- Turbine head covers A
- Turbine stay ring A
- Turbine bottom ring A
- Turbine discharge ring A
- Distributor system A
- Draft tube liner A
- Oil head A
- Spiral casing, Thrust Bearing, Guide Vane, Servomotor A

- Hill charts I
- Loading drawings A
- I/O lists A
- Execution drawings for erection/handling facilities A
- Foundation drawings A

2.4.2 Governors and Accessories


- Specifications A
- Dimension drawings A

- Execution drawings for:


- Pressure oil unit A
- Pressure vessel A
- Piping A
- Electro-hydraulic actuator A
- Hydraulic amplifier A

- For turbine control:


- Schematic diagram A
- Block diagrams and I/O lists A
- Circuit and terminal diagrams I

- Loading drawings A
- I/O Lists A
- Execution drawings for erection/ handling facilities A
- Foundation drawings A

2.4.3 Main Inlet Valve

- Specifications A
- Arrangement drawings A

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Dimension drawings A

- Execution drawings (cross sections) for:


- Valve body A
- Rotor and Trunnions
- Sealing and bearing A
- Extension and dismantling pipes A
- By pass A

- Execution drawings for:


- Valve Operating mechanism A
- Oil pressure unit A

- I/O lists A
- Execution drawings for erection/ handling facilities A
- Foundation drawings A

2.4.4 Station Service Turbine


- Specifications A
- Arrangement drawings A
- Dimension drawings A

- Execution drawings (cross sections) for:


- Turbine A
- Valves A
- Bearings A
- Flywheel A

- Execution drawings for:


- Operating mechanism A
- Governor A
- Oil pressure unit A
- Pressure vessel A

- I/O lists A
- Execution drawings for erection/ handling facilities A
- Foundation drawings A

2.4.5 Auxiliary Systems


Cooling water system, compressed air systems, drainage and dewatering systems,
hydraulic measuring systems:
- Specifications I
- P&I Diagrams A
- Arrangement drawings A
- Dimension drawings I
- I/O Lists A
- List of tests & inspections A
- Calculations I

2.4.6 Pumps
- Specifications A

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Dimension drawings A

- Execution drawings
- Impeller A
- Housing A
- Wear rings A
- Shaft A
- Shaft seal A

- Flow/head diagrams I
- I/O Lists A
- Execution drawings for erection/handling facilities A
- Foundation drawings A

2.4.7 Compressors
- Specifications A
- Dimension drawings A
- Execution drawings A
- I/O Lists A
- Execution drawings for erection/handling facilities A
- Foundation drawings A

2.4.8 Oil Transfer and Treatment System


- Specifications A
- Dimension drawings A

- Schematic diagram and execution drawings for:


- Purification plant A
- Oil vessel A

- I/O Lists A
- Execution drawings for erection/handling facilities A

2.4.9 Piping
- Specifications A
- Dimension drawings A
- Schematic diagrams and execution drawings A
- I/O Lists A
- Execution drawings for erection/handling facilities A
- Foundation drawings A
- Calculations A

2.4.10 Elevator
- Specification and technical data sheets A
- Arrangement and dimension drawings A
- Execution drawings, calculations A
- Circuit drawings A
- Foundation drawings A
- Execution drawings for erection/handling facilities A

2.5 SPECIFIC DOCUMENTS FOR HYDROMECHANICAL

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

2.5.1 Cranes and Accessories


- Specifications A
- Dimension drawings A

- Execution drawings for:


- Runway A
- Crane bridge A
- Crane portal A
- Trolley with hoist A
- Carriage A
- Hook A
- Jib crane A
- Operator's cabin A

- For crane controls:


- Circuit diagram A
- I/O Lists A

- Loading drawings A
- Execution drawings for erection/ handling facilities A
- Foundation drawings A
- Calculations A

2.5.2 Tailrace Flap Gates


- Specification A
- Dimension drawings A

- Execution drawings for:


- Gate panel A
- Gate seals A
- Pressure cover A
- Embedded parts A
- Grating A
- hoist equipment A

- For turbine outlet gate control:


- Arrangement drawing A
- Schematic diagram A

- I/O Lists A
- Execution drawings for erection/handling facilities A
- Foundation drawings A

2.6 SPECIFIC DOCUMENTS FOR FIRE PROTECTION SYSTEMS

- Specifications and technical data sheets A


- Pressure drop calculation A
- Piping and instrumentation diagrams (P&ID) A
- Single line diagram for the fire detection and fire alarm system A

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

- Arrangement and dimension drawings A


- I/O Lists A
- Installation drawings A
- Operation and Maintenance manuals A

2.7 SPECIFIC DOCUMENTS FOR HVAC SYSTEMS

- Heating and cooling load calculations for all buildings A


- Dimensional design calculations for the main components, A
- Final statement on definite water flow and air flow requirements
and the corresponding sizing of the equipment, A
- Piping & Instrumentation Diagram (P&ID), A
- Component List, A
- Sequence chart of automatic control sequences, including automatic
lead/lag control with manual override, A
- Operation and Maintenance manuals A

2.8 SPECIFIC DOCUMENTS FOR POTABLE WATER SYSTEMS

- Final statement on definite water flow requirements and corresponding


sizing of the equipment, A
- Dimensional design calculations for the main components, A
- Piping & Instrumentation Diagram (P&ID), A
- Component List, A
- Sequence chart of automatic control sequences, including automatic
lead/lag control with manual override, A
- Operation and maintenance manual A

2.9 SPECIFIC DOCUMENTS FOR SEWAGE TREATMENT PLANT

- Final statement on definite water flow requirements and corresponding


sizing of the equipment, A
- Dimensional design calculations for the main components, A
- Piping & Instrumentation Diagram (P&ID), A
- Component List, A
- Sequence chart of automatic control sequences, including automatic
lead/lag control with manual override A
- Operation and maintenance manual A
- As-built drawings A
- Cabling and list of spare parts A

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 2-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET

GENERAL TECHNICAL SPECIFICATIONS

ANNEX 3 - PAINTING SCHEDULES

Table of Contents

PAINTING SCHEDULE FOR MECHANICAL EQUIPMENT ANNEX 3, Page 1

PAINTING SCHEDULE FOR HYDROMECHANICAL EQUIPMENTS ANNEX 3, Page 2 + 3

PAINTING SCHEDULE FOR ELECTRICAL EQUIPMENT ANNEX 3, Page 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 3-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

ANNEX 3 PAINTING SCHEDULES


PAINTING SCHEDULE FOR MECHANICAL EQUIPMENT
Primer Z Cement patch Surface Preparation Code: 2 Grade 2 acc. SIS 055 900
Y Resin-based, with rust unhibitive pigments 2.5 Grade 2.5 DIN 55 928
X 2-pack epoxy, zinc-rich 3 Grade 3 or equivalent
Type of Top Coats A Chlorinated rubber
Coating B Heavy body chlorinated rubber T1 Primers only
Material D Coal tar Shop Coat System T2 Primers and first top coat
E Heavy body tar T3 All coats for D < 1200, T2 for D > 1200
G 2-pack epoxy T4 All coats if not site welded.
H Heavy body 2-pack epoxy
K 2-pack tar epoxy
L Heavy body 2-pack tar epoxy
N Bitumen, free of phenols
Shop and Site Coats Total Shop
Primer Top Coat dry film coating
Painting System Plant Type Surface in contact with or exposed to Plant Part Surface prep. Type No. Dry film thickness Type No. Dry film thickness thickness system Remarks
No.: grade µm/coat µm/coat µm

1 Concrete Embedded T1 2)
2 Water Continuous immersion 3 X 2 40 L 3 110 410 T1
3 Intermittent immersion Hydraulic steel structures, 3 X 2 40 L 3 110 410 T1
heavy condense water steel structures,
very humid environment
4 Hydro- Outdoor exposure, moderate humid indoor Penstocks, manifolds, machinery 2.5 X 2 40 B 3 80 320 T2
power Atmos- exposure
5 Plants phere Dry outdoor and indoor exposure 2 X 2 40 B 2 80 240 T2
6 Outside 2.5 X 2 40 B 3 80 320 T1
7 Cool Water Inside 3 X 2 40 H 3 110 410 T4
8 Pot. Water Inside, outside partly or wholly submerged Pipes 3 X 2 40 N 3 100 380 T3 1)
9 Potable Atmosph. Outside 2 X 2 40 B 3 80 320 T2
10 Water Potable Inside Vessels, tanks 2.5 X 2 40 N 3 100 380 T4 1)
11 Sys- Water Filter vessels 3 X 2 40 H 3 110 410 T4 1)
12 tems Outside, outdoor or indoor exposure Vessels, tanks, steel structures, machinery 2.5 X 2 40 B 3 80 320 T2

Atmos-
13 phere outside dry Steel structures 2 Y 2 40 A 3 45 215 T2
indoor exposure
14 Sewer water Continuous immersion Pipes, vessels, tanks, basins, steel 3 X 2 40 L 3 110 410 T4
Drainage intermittent immersion inside structures,

15 Systems Atmosphere Well above water level outside Machinery 2.5 40 B 3 80 320 T2
16 I Oil Atmosph. Pressure Pipes, vessels, tanks 3 X 2 40 H 2 110 300 T4

1) Physiologically harmless
2) Surfaces partially embedded in concrete shall be treated with two coats "X" 40 µm each, up to a depth of 8 cm into the concrete.
General: Colour codes shall be subject to engineer's approval.
Colour code for pipes and associated components shall be acc. DIN 2403.
Identification code for pipes shall be acc. to transported media.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / Annex 3-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

ANNEX 3.2: PAINTING SCHEDULE FOR HYDRAULIC STEEL STRUCTURES


Painting Systems

Type Item/Part Surface Paint Sytem Dry Film Thickness Remarks


Preparation µm

A Trashracks Thorough cleaning Hot-dip galvanizing Approx. 70


Coarse Screens and degreasing
as specified by the
standards for hot-
dip galvanizing

B Steel structures which Sa 2.5 Prime coat:


are permanently in contact 1x zinc-rich epoxy primer Min. 60, max. 120
with water and not exposed
to UV-radiation; e.g. all gates Intermediate and finish coat:
incl. armatures, interior 3x tar-epoxy paint
surfaces of steel lining, (alternated in colour black-brown-black) 3 x 150 = 450
penstock, bifurcation,
gate valves
and trashrack frame
Total min. 510 µm

C Stoplogs, hydraulic hoists, Sa 2.5 Prime coat:


exterior surfaces of valves 1x zinc-rich epoxy primer Min. 60, max. 120
and penstock, cranes,
piping, electric motors Intermediate coat:
and all other steel structures 2x epoxy micaceous iron oxide paint 2 x 80 = 160
which are exposed to
UV-radiation Finish coat:
1x epoxy micaceous iron oxide paint 80 Colour of final coat to be decided
of different colour later by the Employer
Total min. 300 µm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / Annex 3-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Type Item/Part Surface Paint Sytem Dry Film Thickness Remarks


Preparation µm

D Indoor steel structures Sa 2.5 Prime coat:


like exterior surfaces 1x zinc-rich epoxy primer Min. 60, max. 120
of valves and piping,
cranes and electric Intermediate coat:
motors etc. 1x epoxy micaceous iron oxide paint 80

Finish coat: Colour of final coat to be decided


1x 2-pack polyurethane or 80 later by the Employer
epoxy paint
Total min. 220 µm

E Interior surface of Sa 2.5 2x epoxy paint, thixotropic type 2 x 220


oil tanks
Total min. 400 µm

F Control boards, panels, St 3 Prime coat:


cubicles 2x epoxy zinc-phosphate primer 2 x 40

Finish coat: Exterior surface only.


2x epoxy paint 2 x 60 Colour of final coat to be decided
later by the Employer
Total 200 µm

G All galvanized parts Thorough cleaning Prime coat:


and degreasing 1x epoxy micaceous iron oxide paint 80

Finish coat: Colour of final coat to be decided


1x epoxy paint, coloured 60 later by the Employer

Total 140 µm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / Annex 3-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

PAINTING SCHEDULE FOR ELECTRICAL EQUIPMENT


PRIMER COATS TOP COATS
Equipment Inside/ Surface Preparation Type Application Number Dry Thickness per Coat Type Application Number Dry Thickness per Coat Remarks
Outside (µm) (µm)

Motors I A 1 25
O Z A 1 25 D 1 30
Generators I A 3 1 25 D 3 1 40
O Z 2.5 C 1 1 25 D 2 2 40
Transformer Tanks Z A 1 2 25 D 1 2 25

Transformer Y, X K 5 1 60 D 1 1 30
Radiators H 5 1 25 D 1 1 30

Busduct Enclosures Y, X A 1 1 30 L 1 1 35

HV GIS A 1 1 30 D 1 2 25
- Steel parts Z H 1 1 25 D 1 2 25
- Al parts Y, X A 1 1 30 D 1 2 25

MV Switchgear Y, X E 4 1 25 D 3 1 30

Generator Cubicles Y, X A 1 1 25 D 1 1 25
H 1 1 25 D 1 1 25
LV Switchgear Y, X E 4 1 25 D 3 1 30

Panels & Cubicles I Y, X E 4 1 25 G 1 1 30


O E 4 1 25 G 2 2 25
F
LEGEND:
Surface Preparation: Type of Coating Application

Z= Sand blasting grade to SIS or DIN A= Resin primer 1 = Spray coating


Y= Rust + dust removal by acid solution B= Phosphate zinc primer 2 = Air spray coating
X= Phosphating and passivating C= Zinc chromate primer 3 = Airless spray coating
D= Resin enamel 4 = Electrostatic powder coating
E= Acrylic emulsion enamel 5 = Flow coating
F= Lacquer putty
G= Lacquer enamel
H= Phenol-alkyd resin
K= Chlorinated rubber-alkyd resin
L= Rubber chloride enamel

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2 / Annex 3-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET

GENERAL TECHNICAL SPECIFICATIONS

ANNEX 4 - CLASSIFICATION OF TEST CERTIFICATE

Classification of Test Certificate according to DIN EN 10204

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 4-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

ANNEX 4: CLASSIFICATION OF TEST CERTIFICATES

CLASSIFICATION OF TEST CERTIFICATES ACCORDING TO EN 10204

Type Designation of Test Certificates EN Contents of Test Certificates Document validated by


10204
2.1 Declaration of compliance with the Statement of compliance with the order The Manufacturer
order
2.2 Test report Statement of compliance with the order, with The Manufacturer
indication of results of non-specific tests
3.1 Inspection certificate 3.1 Statement of compliance with the order, with The Manufacturer's authorised
indication of results of specific inspection inspector independent of the
manufacturing department
3.2 Inspection certificate 3.2 Confirmation of compliance with the order with The Manufacturer's authorised
indication of results of specific inspection inspector independent of the
manufacturing department and either
the purchaser's authorised inspection
representative or the inspector
designated by the official regulations

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 4-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET

GENERAL TECHNICAL SPECIFICATIONS

ANNEX 5 - PIPE TRANSITIONS

Table of Contents

Embedded Pipe to Pipe Transitions


for Non-Pressurised Pipes Annex 5-1

Corrosion-resistant Pipe Transitions


(for Diameters up to 500 mm) Annex 5-2

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 5-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 5-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 5-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET

GENERAL TECHNICAL SPECIFICATIONS

ANNEX 6 - ISOLATING FLANGE COUPLINGS

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 6-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 6-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

ANNEX 7 - FIRE PROTECTION SYSTEMS

Table of Contents

7. FIRE PROTECTION SYSTEMS............................................................................................... 1


7.1 GENERAL .......................................................................................................................................... 1
7.2 STRUCTURAL ELEMENTS FOR FIRE PROTECTION ................................................................... 4
7.3 FIRE DETECTION AND FIRE ALARM SYSTEMS ........................................................................... 5
7.4 FIRE FIGHTING PUMP INSTALLATIONS ........................................................................................ 6
7.5 FIRE SERVICE MAIN, HYDRANTS AND HOSE STATIONS ........................................................... 7
7.6 FIXED FIRE EXTINGUISHING SYSTEMS ....................................................................................... 8
7.7 FIRE EXTINGUISHERS .................................................................................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

7. FIRE PROTECTION SYSTEMS


7.1 GENERAL
This fire protection concept shall serve as a guideline for the design and the implementation of all
fire protection installations for the hydropower Project as required by the Contract and the pertaining
Technical Specifications, relevant local and international Codes and Standards as well as the actual
state-of-the-art for fire protection for hydroelectric generating plants.

The Civil Works and Hydro-mechanical Equipment (Contract 1) Contractor’s scope of work for the
fire protection installations shall include all required fire rated equipment for doors, walls, ceilings,
gates and hatch covers. The Mechanical and Electrical Equipment (this contract, Contract 2)
Contractor’s scope of work shall include all other installations for fire and smoke detection and fire
fighting systems.

All fire protection installations shall be designed, installed and commissioned in accordance with the
international NFPA-Codes and Standards, mainly NFPA 851, Recommended Practice for Fire
Protection for Hydroelectric Generating Plants, latest Edition.

The design of buildings, civil structures and all fire protection installations shall also be in accordance
with local regulations and requirements from the authority having jurisdiction.

The fire protection installations shall be ready for operation before commissioning the first turbine-
generating unit.

All the fire protection installations shall be designed, supplied, installed and commissioned in such
a way to provide comprehensive fire protection for all buildings and areas of the Project.

These areas and installations are:

- Powerhouse
- Transformer Bays
- Auxiliary Galleries
- Cable Galleries/Tunnels

The fire protection installations for these areas shall mainly comprise:

- Structural fire protection


- Fire detection and fire alarm systems
- Fire fighting pumps (if and where required)
- Fire service main and outdoor hydrants
- Standpipes with indoor hose stations
- Water spray deluge fixed systems
- Fire extinguishers
- Installation material like supports, hangers, sleeves, seals, bulk heads, fire stops, electrical
cables etc. for the complete fire protection installations
- Spare parts and special tools.

The fire fighting and fire detection systems to be provided are indicated in the following table as a
minimum. Number and location of the various installations and systems shall be determined by the
Contractor during detail design, subject to approval by the Employer/Engineer. The Contractor shall,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

however, add and include any areas / items not listed in the table to cover fire protection for the
entire Plant.

OVERVIEW OF FIRE PROTECTION SYSTEMS TO BE INSTALLED

BUILDING / AREA / FIRE FIGHTING SYSTEMS FIRE DETECTION SYSTEMS


EQUIPMENT TO
BE PROTECTED
Power House, Hose stations, Smoke beam detectors,
Machine Hall Dry powder and CO2 fire Manual fire alarm stations
extinguishers

Power House, Hose stations, Smoke detectors,


Generator Floors Dry powder and CO2 fire Manual fire alarm stations
extinguishers

Power House, Hose stations, Smoke detectors,


Turbine Floors Dry powder fire extinguishers Manual fire alarm stations

Erection Bay, Hose stations, Smoke beam detectors,


Machine Hall Level Dry powder fire extinguishers Manual fire alarm stations

Central Control Room and Hose stations on each level Smoke detectors,
Office Block (Operation next to each staircase, Manual fire alarm stations
Building) Dry powder fire extinguishers

Terminal and Ventilation Hose stations on each level Smoke detectors,


Building (TVB) next to each staircase, Manual fire alarm stations
Dry powder fire extinguishers

GIS Hall Hose stations on the staircase Smoke detectors,


Manual fire alarm stations

Supporting Facilities Outdoor hydrants, Smoke detectors,


Hose stations, Manual fire alarm stations
Dry powder fire extinguishers

Generators Automatic and electrically Smoke and heat detectors,


interlocked water spray fixed Generator differential relay
systems (Generator disconnected from
system)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

BUILDING / AREA / FIRE FIGHTING SYSTEMS FIRE DETECTION SYSTEMS


EQUIPMENT TO
BE PROTECTED
Transformer Bays, Hose stations, Smoke beam detectors,
Transformer Hall Dry powder and CO2 fire Manual fire alarm stations
extinguishers

Transformers Automatic water spray fixed Sprinkler head heat detectors,


systems Buchholz relay (Transformer
disconnected from
system)
Control, Computer, Relay CO2 fire extinguishers Smoke detectors
and Telecommunication
Rooms

LV and HV Switchgear CO2 fire extinguishers Smoke detectors


Rooms

Cable Galleries, Cable Automatic water spray fixed Smoke detectors


Shafts and Cable Spreading systems
Rooms

HVAC Plant Rooms CO2 fire extinguishers Smoke detectors for the plant
rooms and duct smoke
detectors for the ventilation
ducts

Oil Storage and Oil Dry powder fire extinguishers Smoke detectors
Treatment Plant Rooms

Compressor, Chiller and Dry powder fire extinguishers Smoke detectors


Pump Rooms

Mechanical Workshop Dry powder fire extinguishers Heat detectors


Rooms

Electrical Workshop Rooms CO2 fire extinguishers Heat detectors

Laboratories Dry powder and CO2 fire Heat and Smoke detectors
extinguishers

Storage Rooms Dry powder fire extinguishers Smoke detectors

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

BUILDING / AREA / FIRE FIGHTING SYSTEMS FIRE DETECTION SYSTEMS


EQUIPMENT TO
BE PROTECTED
Corridors and Lobbies Dry powder fire extinguishers Smoke detectors,
Manual fire alarm stations

Outdoor Areas and along Outdoor hydrants Manual fire alarm stations
Motor Roads

7.2 STRUCTURAL ELEMENTS FOR FIRE PROTECTION


In order to avoid an uncontrolled spread of fire inside a building, which would result in a considerable
or total loss of the building and equipment, and to provide safe escape routes for the personnel, the
buildings shall be subdivided into various fire areas, also called fire zones, separated by approved
fire resistant barriers and elements, such as fire walls, fire resistant ceilings, doors, dampers and fire
partitions.
Fire walls, ceilings and partitions shall have a fire resistance rate of not less than 2 hours.
Fire doors, gates and dampers installed in fire walls shall have a fire resistance rate of not less than
1½ hours.

In principle, the following plants and rooms shall be designed as independent fire areas:

- Staircases
- Elevator shafts
- Control and computer rooms
- Telecommunication and relay rooms
- LV-, HV- and GIS-switchgear rooms
- Battery rooms
- Cable galleries and cable spreading rooms
- Vertical cable shafts
- HVAC plant rooms
- Oil storage and oil treatment plant rooms
- Compressor, chiller and pump rooms
- Fire fighting pump room
- Workshops
- Laboratories
- Storage rooms

Walls and doors at the boundaries of designated fire zones in the power house, transformer bays,
GIS hall, Central Control Room and Office Block shall also be provided as fire walls with fire doors
or fire gates.

The power house blocks and the erection bay block shall be separated from each other by fire walls
and fire doors on the turbine and generator floor levels.

The cable galleries and tunnels shall be separated according to the size of the power house blocks,
i.e. partitions shall be provided at least every 50 meters.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The location and extend of the various fire zones, fire walls and fire rated doors shall be shown on
relevant fire zone drawings.
Staircases, corridors, lobbies and any other escape routes shall be constructed fire resistant with
non-combustible materials only and shall be free from any combustible loads.

All penetrations for electrical cables or pipes in fire resistant walls or ceilings shall be sealed with
approved bulk heads.

All ventilation and air conditioning ducts penetrating fire resistant walls or ceilings shall be provided
with approved fire and / or smoke dampers, which shall be released via the fire detection and fire
alarm system.
Smoke exhaust shall be accomplished either by a combined air / smoke exhaust system or by a
separated smoke exhaust system.
All the ventilation, air conditioning and smoke exhaust ductwork shall be fire rated wherever
necessary.

Electrical cables in raised floors, suspended ceilings or any other inaccessible areas, for which water
spray systems cannot be provided, shall be protected with a fire-retardant coating.
The coating material shall remain flexible to allow in the future easy removal or addition of individual
cables, shall sustain moderate movement of cables and shall be mechanically tough to withstand
footsteps.
Tests regarding electrical derating, short circuit threshold, heat transients and resistivity against
termites, rats, bugs and other vermin shall be certified.

By these structural provisions, in case of fire in any fire area, heat and smoke shall be confined to a
single zone whereas all other areas of a building shall remain unaffected and in full service.

7.3 FIRE DETECTION AND FIRE ALARM SYSTEMS


A centralised, electronic-digital, programmable fire detection and fire alarm system shall be provided
for the powerhouse, transformer bays, auxiliary galleries, bus duct galleries, cable galleries and
supporting facilities.

Under the consideration of the scope of work and the requirements according to the Contract
Agreement of the Mechanical and Electrical Equipment (Contract 2) the Fire Protection and Alarm
System, automatic and individual addressable fire detectors shall be installed in all rooms and areas
as listed above in the table OVERVIEW OF FIRE PROTECTION SYSTEMS TO BE INSTALLED
and in all other areas containing specific combustible loads or hazards.

Manual and individual addressable fire alarm stations (push buttons) shall be provided in corridors
and lobbies following the exit paths and at all emergency exits. The fire alarm stations shall be
coloured red and easy noticeable.

Push buttons for manual release of fixed fire extinguishing systems shall have the same design as
the manual fire alarm stations but coloured blue or yellow.

Automatic fire detectors shall be sensitive either to heat or smoke.

Heat detectors shall be combined fixed temperature / rate-of-rise type detectors with a fixed
temperature setting.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Smoke detectors shall be optical type.


Each automatic detector shall have continuous condition supervision by using pulsing, trend
evaluating or equivalent system techniques.

Actuation of any automatic or manual fire detection device shall be displayed on a main fire alarm
control panel, which shall be located in the central control room in the administration building.

Status information of the fire alarm system shall also be transmitted to the station computer system.

The central fire alarm control panel shall be designed for 220 V AC primary voltage and 24 V DC
operating voltage for detection and alarm circuits. Back-up batteries shall be provided to operate the
detection and alarm circuits for a minimum of 24 hours.

Water spray fixed systems, fire doors, fire dampers and HVAC systems shall be released or shut
down as required and audible and visible alarms shall be actuated via the central fire alarm control
panel.

Sirens, horns or bells shall be provided as audible alarms inside all buildings. They shall have a
minimum noise level of 105 dB(A) in a distance of 1 m and shall be different in sound from any other
alarms installed in the area for other purposes.

Red flash lights shall be provided as visible alarms inside the buildings for the machine hall and for
all other areas with a very high noise level.

Red flash lights shall also be installed outside the buildings at the main entrances.

The cables for the fire detection and fire alarm circuits shall be marked as fire alarm cables and laid
in conduits.

Every fire alarm, release or shut down operation, short circuit, wire break or any other system
troubles shall be indicated and recorded on the central fire alarm control panel.

7.4 FIRE FIGHTING PUMP INSTALLATIONS


Fire fighting water shall be taken from the head water via 2 water supply pipes leading into the fire
fighting pump station located in the power house.

Under the consideration of the scope of supply and the requirements according to the Contract
Agreement, Mechanical and Electrical Equipment (Contract 2) fire fighting pumps shall take suction
from the head water pipes and shall supply fire fighting water through a fire service main to hydrants,
indoor hose stations and to water spray fixed systems.

The fire fighting pumps shall consist mainly of the following equipment:

- One (1) electric motor driven fire pump unit (1 x 100%)


- One (1) electric motor driven stand-by fire pump unit (1 x 100%)
- One (1) electric motor driven jockey pump unit (1 x 100%).

The capacity of each fire pump unit shall cover the demand of the largest water extinguishing system
plus a hose stream demand of not less than 1,890 l/min (500 US gpm).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The delivery pressure of the fire fighting pumps shall by such that the operating pressure at the most
remote outdoor hydrant or indoor hose station shall not be below 0.5 MPa while the largest water
based extinguishing system is under operation.

The jockey pump shall keep the fire service main under constant pressure, shall make up leakages
and cover minor consumptions.

The fire pump units shall be connected to the safe station power supply.

The fire fighting pumps shall start automatically upon a pressure drop in the fire service main at
different and adjustable set points. Local manual and remote start of the fire pumps from the central
control room shall also be possible.

For each fire and jockey pump, the following remote indications shall be displayed in the central
control room:

- Pump in stand-by condition


- Pump in operation
- Pump failed discharge

The fire fighting pumps shall be of the horizontal split-case type. Each pump shall have its own
controller and the pump units shall be complete with all accessories as per NFPA 20 requirements.
The materials for pumps, pipes, valves, etc. shall be suitable for the use of the cooling water.

7.5 FIRE SERVICE MAIN, HYDRANTS AND HOSE STATIONS


Under the consideration of the scope of supply and the requirements according to the Contract
Agreement, Mechanical and Electrical Equipment (Contract 2) a fire service main shall supply the
fire fighting water from the fire fighting pumps to outdoor hydrants, indoor hose stations and water
spray systems.

The fire service main shall be in accordance with the requirements of NFPA 24, designed in form of
supply rings throughout and around the power house, the support facilities and along the motor
roads. Isolating valves shall be provided for the various parts of the ring system in such a number
that sections of no more than 5 hydrants may be isolated for maintenance or repair works whereas
all other parts of the main system will remain in full service.

The fire service main shall be made of carbon steel pipes, outside heavily protected against
corrosion, filled with filtered river water and constantly pressurized by the jockey pump.

Outdoor hydrants shall be provided in all areas of buildings and equipment relevant to be protected
and the distances between hydrants shall not exceed 75 m.

The outdoor hydrants shall be of the wet barrel type with two (2) upper outlets DN 65 (21/2").
Each outlet shall have a hydrant valve DN 65 (21/2") and an instantaneous coupling with cap and
chain.
The coupling system (STORZ or British Standard) shall be compatible with the same system as used
by the public fire brigade in the area of the site.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The hydrants shall be designed for a working pressure of about 0.5 to 1.0 MPa and a design pressure
of 1.6 MPa.
Branch connections from the fire service main shall serve the indoor hose stations and the water
spray systems in the various buildings as listed above in the table OVERVIEW OF FIRE
PROTECTION SYSTEMS TO BE INSTALLED.

Standpipes shall be provided inside these buildings to supply the fire fighting water from the fire
service main to the indoor hose stations, also called fire cocks.

The standpipe and hose systems shall be in accordance with NFPA 14, providing a Class II
standpipe system for use primarily by the building occupants or by the fire brigade.

The standpipe and hose systems shall be made of carbon steel pipes, outside heavily protected
against corrosion, filled with filtered Nile water and constantly pressurized by the jockey pump.

The indoor hose stations shall be provided on all floors in such number and locations, that each
room or area on the floor can be reached by a hose stream.

Each indoor hose station shall be housed in a wall mounted or self standing cabinet, which shall
contain a landing valve with reducer, instantaneous couplings, swivelling hose reel and one 20 to
30 m long non-collapsible fire hose with readily attached branch pipe.

7.6 FIXED FIRE EXTINGUISHING SYSTEMS


Under the consideration of the scope of supply and the requirements according to the Contract
Agreement, Mechanical and Electrical Equipment (Contract 2) automatic water spray fixed systems
shall be provided for the various areas and equipment as listed above in the table OVERVIEW OF
FIRE PROTECTION SYSTEMS TO BE INSTALLED.

The water spray fixed systems shall be designed, installed and tested in accordance with NFPA 15.

Complete systems shall be provided with all components required for automatic operation, normally
released via the fire detection and fire alarm system. Manual release must also be possible.

For the generators, transformers and reactors, the automatic operation of the water spray fixed
systems shall be electrically interlocked until the generators, transformers and reactors, will be
disconnected from the systems.
The automatic operation for opening the deluge valves for the spray systems shall be initiated either
by the detection of 2 heat or smoke detectors of 2 different detection lines (2 out of 2) or the generator
differential relays or Buchholz relays.
The signal from the fire detection and alarm system to the deluge valves for opening and allowing
water flow into the spray systems shall be interlocked and delayed by the generator protection
systems until the generators will be de-energised, de-excited and disconnected from the grid.

All pipework normally empty and downstream the deluge valves shall be made of seamless steel
and hot-dipped galvanised. The threaded ends of galvanised pipes, after installation, shall be
properly protected against corrosion.

Open spray nozzles shall be protected with plastic caps to prevent plugging and corrosion.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

The systems shall be designed to discharge effective water spray from all nozzles within 30 s
following operation of the detection system.

An approved pressure gauge shall be installed at each deluge valve.

The deluge valve stations shall be located adjacent to but not inside the same fire area they shall
protect.

All deluge valve stations shall be skid mounted and pre-assembled in the manufacturer’s premises.

Adequate drainage for the area to be protected shall be arranged for safe disposal of escaping
flammable liquids and to prevent the spread of fire.

7.7 FIRE EXTINGUISHERS


For initial fire fighting, portable fire extinguishers with capacities of 6 kg chemical dry powder, for
rooms containing electrical equipment with capacities of 5 kg CO2, shall be provided and placed in
the rooms and buildings at strategically critical locations and next to exits.

In addition to the portable extinguishers, two mobile 30 kg CO2 and two mobile 50 kg dry powder
extinguishers, mounted on wheeled hand carts and furnished with 6 m hoses, shall be provided and
located in the machine hall of the power house.

Further equipment like fire blankets, first aid boxes and rescue tools shall also be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 7-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

ANNEX 8 - TAMAKOSHI RIVER WATER ANALYSIS

Table of Contents

8. TAMAKOSHI RIVER WATER ANALYSIS ................................................................................ 1


8.1 GENERAL .......................................................................................................................................... 1
8.2 DATA SHEET TAMAKOSHI RIVER WATER ANALYSIS ................................................................. 1

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 8-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

8. TAMAKOSHI RIVER WATER ANALYSIS


8.1 GENERAL
The following list includes data from a river water sample taken at Tamakoshi River at Suritar near
the Test Adit portal in year 2018. For actual values the Contractor shall collect additional samples
at his own expenses as is required for the diligent performance of the Works.

8.2 DATA SHEET TAMAKOSHI RIVER WATER ANALYSIS

Parameter / Symbol Unit Observed Remarks


Element / / Value
Substance Formula

pH at 22°C 6.8 4500-H+ APHA-AWWA-WEF 2012,


22nd Edition

Electrical mhos/cm 65.7 2510 B, APHA-AWWA-WEF 2012,


Conductivity 22nd Edition

Total Suspended mg/l 20 2540 D, APHA, AWWA, WEF, 22nd


Solids Edition

Total Hardness as mg/l 28 2340 D, APHA-AWWA-WEF 2012,


CaCO3 22nd Edition

Total Alkalinity as mg/l 34.66 2320 B, APHA, AWWA, WEF, 22nd


CaCO3 Edition

Aluminium Al mg/l

Antimony Sb mg/l

Arsenic As mg/l

Barium Ba mg/l

Boron B mg/l

Calcium Ca mg/l

Cadmium Cd mg/l

Chloride Cl- mg/l 3.99 4500-Cl- B, APHA-AWWA-WEF


2012, 22nd Edition

Chromium Cr3+, mg/l


Cr6+

Copper Cu mg/l

Cyanide CN- mg/l

Fluoride F- mg/l

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 8-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Parameter / Symbol Unit Observed Remarks


Element / / Value
Substance Formula

Iron Fe mg/l

Lead Pb mg/l

Manganese Mn mg/l

Mercury Hg mg/l

Molybdenium Mb mg/l

Nickel Ni mg/l

Nitrate and Nitrite NO-3, mg/l


NO-2

Phosphorus P mg/l

Potassium K mg/l

Selenium Se mg/l

Silicon Si mg/l

Sodium Na mg/l

Sulphate SO--4 mg/l 32.9 4500-SO4-2- C, APHA, AWWA,


WEF, 22nd Edition

Uranium U mg/l

Zinc Zn mg/l

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 8-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

ANNEX 9: EQUIPMENT DESIGNATION SYSTEM


EXTRACT OF APPLICATION GUIDE

Table of Contents

1. INTRODUCTION ..................................................................................................................... 1
1.1 GENERAL .......................................................................................................................................... 1
1.2 PARTICULAR PROJECT APPLICATIONS ....................................................................................... 1
1.3 ALPHA-NUMERIC SYMBOLS .......................................................................................................... 1

2. DESIGNATION SYSTEM BLOCKS ......................................................................................... 1

3. PLANT IDENTIFICATION CODE (BLOCK 1) .......................................................................... 3


3.1 SECTIONS OF BLOCK 1 .................................................................................................................. 3
3.2 EXAMPLE .......................................................................................................................................... 3

4. LOCATION IDENTIFICATION CODE (BLOCK 2) .................................................................... 4

5. EQUIPMENT IDENTIFICATION CODE (BLOCK 3) ................................................................. 4


5.1 EQUIPMENT ITEMS DESIGNATION - EXAMPLES (BLOCK 3) ...................................................... 5
5.1.1 Equipment Identification Codes consisting of a Kind Identifier and a Number .......................... 5
5.1.2 Equipment Identification Codes consisting of a Kind Identifier, a Number and a Function
Identifier 5
5.1.3 Complete Equipment Identification Code - Split Representation .............................................. 6
5.2 MARKING OF INTEGRATED COMPONENTS ................................................................................. 6
5.3 ADDITIONAL INFORMATION ........................................................................................................... 7

6. TERMINAL IDENTIFICATION CODE (BLOCK 4) .................................................................... 8

7. CABLE ROUTE DESIGNATION .............................................................................................. 8

8. ROOM DESIGNATION ............................................................................................................ 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

1. INTRODUCTION
1.1 GENERAL

This Application Guide is based on the IEC Standards No. 113 and No. 750 and on the DIN
Standard 40719 part 2 and has been prepared mainly for use in Hydropower Plant projects. The
rules described herein are presumed mainly for designation of:
- Electrical and mechanical equipment items on diagrams, layouts and correspondingly (with
suitable labels) on the installed equipment itself

- Various power plant areas and rooms

- Power and control cables

- Terminals and signals

- Spare parts

- Drawings and schedules (if required).

1.2 PARTICULAR PROJECT APPLICATIONS


The tables shall be currently completed with relevant details and kept up-to-date by one responsible
person for the whole project (to avoid double-definitions or other confusions).
The completed/revised Guide versions shall be regularly distributed to all parties concerned and in
the as-built form finally included in the Operation Manual.

1.3 ALPHA-NUMERIC SYMBOLS


Various blocks/boxes have been used for description of the designation code forms. Within these
boxes "A" stands throughout the whole document for identification letter and "N" for a number.

2. DESIGNATION SYSTEM BLOCKS


The equipment marking codes are composed as follows:

Block 1 Higher-level assignment showing correlation with other parts of the


equipment regarding location and/or function
A supplementary designation may be assigned to an item if it is desired
to express its relation to a larger unit of a system, of which it is a part.
Block 2 Location of item
Block 3 Identification of item:
A = kind of item
B = number of item
C = function of item
Block 4 Terminal and conductor markings
Qualifying symbols are used to distinguish the Blocks 1, 2, 3 and 4 of a complete designation. The
different blocks with their qualifying symbols are shown below:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

HIGHER
BLOCK 1 = LEVEL
ASSIGNMENT

BLOCK 2 + LOCATION

3A 3B 3C

BLOCK 3 − KIND NUMBER FUNCTION

BLOCK 4  TERMINAL

The qualifying symbol may be omitted if there is no ambiguity. There can be other symbols used
in front of Block 4 to designate e.g. signals ("!"), etc.

The following sequence of designation blocks shall be used if "full identification" is required:

Block:
1 2 3A 3B 3C 4
HIGHER

= LEVEL
ASSIGN- + LOCATION
- KIND NUMBER FUNCTION
: TERMINAL

MENT

The identification Block 1 ("Plant") shall be entered in the title block of the schematic diagram and in
the Blocks 3/4 shown at the items of equipment.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

3. PLANT IDENTIFICATION CODE (BLOCK 1)

3.1 SECTIONS OF BLOCK 1


The identification block is subdivided into the following 5 sections:

Section: 1 2 3 4 5

Qualifying Symbol = N AAA NN (A)A NN(N)

Position: G1 F1F2F3 FN A1A2 A3A4


Meaning: General Function Aggregate

The individual sections can be recognized by an alternating arrangement of numerals and letters.

The identification Block 1 has a maximum of 11 alphanumeric data positions.

The positions indicated in parenthesis can be omitted.

Complete sections only from right to the left hand side can be omitted from the codes.

The alphabetical data positions are often allotted a specific meaning, which is laid down in tables.

The numerical data positions are used for numbering of panels, items, cables, etc.

3.2 EXAMPLE

Section: 1 2 3 4 5
Code: = 2 BFA 10 G 12
12th
outgoing el. feeder (drawer outfit)
from bus section (or panel) No. "10" of
switchgear FA
for 2nd generating unit

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

4. LOCATION IDENTIFICATION CODE (BLOCK 2)


The form of identification block for "location" of electrical equipment placed in switchboards is as
follows:

Section: 1 2 3 4 5

Qualifying Symbol + N AAA NN • (A)A NN

"•" only in Block 2 between sections 3 & 4


(to distinguish between Block 1 & 2 form)

The sections 1 and 2 are identical with Block 1.

The panels of one switchboard shall be numbered in section 3 (e.g. for bus 00 with 01, 02, 03, etc.
for bus-section 10 with 11, 12, 13, etc.).

The vertical (columns) and the horizontal (row) spot identification can be described after separator "
•" in section 4 and 5 (if required).

For location identification of other electrical equipment (machines, assemblies, etc.) the "room
code" according to Section 10 here below can be used (if such identification is required).

5. EQUIPMENT IDENTIFICATION CODE (BLOCK 3)


The "Equipment" identification block is preceded by a minus sign (-); it consists of the parts 3A, 3B
and 3C
Block: 3A 3B 3C
Section: 1 2 3
A N N (N) A (A, N)
Qualifying Symbol -
Meaning: Kind Number Function
of electrical equipment item

For equipment identification, at least part 3B must be marked in the schematic diagram (if no
confusion possible), whereas parts 3A and 3C may be added to part 3B as supplements.

The complete cable identification code comprise the target address (Block 1) and the cable
designation (Block 3).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Example
can be omitted

= 2 MEY 01 D 01 _ (J) 01 F
Low voltage Cable
Cable No. 1 Designation
Qualif. symbol
Motor No. 1 for
Governor oil pump Target Address
of Unit No. 2

5.1 EQUIPMENT ITEMS DESIGNATION - EXAMPLES (BLOCK 3)

5.1.1 Equipment Identification Codes consisting of a Kind Identifier and a Number

S 1 K 31 N 42

Qualifiying Symbol

Kind

Number

5.1.2 Equipment Identification Codes consisting of a Kind Identifier, a Number and a


Function Identifier

S 1 A T 1 L1 T 1 L2

Qualifiying Symbol

Kind

Number

Function

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

5.1.3 Complete Equipment Identification Code - Split Representation


Identification blocks (or parts thereof) which are the same for most of the items of equipment
represented in a schematic diagram, e.g. the "Plant" identification block, are shown only once at a
suitable place in the diagram, e.g. in the block. The complete code then comprises this common part
and that which is marked next to the equipment symbol. Items not covered by the common part are
marked (at or near their symbol) with the complete code (see in the following example: contactor
contact =TB43 -K1 in diagram =AC11. Marking of the equipment location can proceed in a similar
manner.

Example:

-S3 -K3 -K4

=TB43-K1 -K8 -K9

-K3 -K4 -K5

Block =AC 11

The complete identifying codes of all other symbols in the above example would read:
=AC11 -K3, AC11 -K4, =AC11 -K5, =AC11 -K8, AC11 -K9 and =AC11 -S3.

The equipment identification codes are found

− inside enclosures, on or immediately adjacent to the particular item,


− in the equipment or component list, complete with additional information,
− in the parts list complete with additional information that is generally required for
reordering.

5.2 MARKING OF INTEGRATED COMPONENTS


With integrated components, one item of equipment forms part of another, each having its own
markings, e.g. modular assembly - A1 (superordinated item) and the transformer - T1
(superordinated item).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Code of superordinated item

-A1

380V3~
-T1

19V3~ 19V3~

-G1 -G2

~ ~
 

) ) ) ( ( (

+24V +15V OV +15V +24V

Code of subordinated item

Fig. 11.1: Integrated item of equipment forming part of plant =M3.


The modular power pack -A1 consists of transformer -T1 and the power
supplies -G1 and -G2. The complete identification codes read: =M3 -A1,
=M3 -A1 -T1, =M3 -A1 -G1, =M3 -A1 -G2.

To designate an item of equipment which forms part of a superordinated item, the two identification
blocks are joined together (that of the superordinated item being on the left).

Example:
The complete identification code of a modular assembly consists of the "Plant" and "Kind, Number"
blocks and reads =M3 -A1. The transformer built into this assembly is designated by the "Kind,
Number" -T1 identification block (see Fig. 11.1).
The complete transformer identification code thus reads: =M3 -A1 -T1.

5.3 ADDITIONAL INFORMATION

− If required, the American standard designation of the protective relays and small
apparatus can be used in "Block 3" of the equipment designation code.

− Technical data and type designation can be indicated below the equipment
identification code in smaller print.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

6. TERMINAL IDENTIFICATION CODE (BLOCK 4)

Section: 1 2 3

Qualifying Symbol : A NN(N) A(AN)

The "Terminal" block is used when


− the connections between items of equipment have been replaced by broken lines
showing target or similar symbols, as illustrated in Fig. 11.2,
− terminals located in a plant other than the one to which the schematic diagram
applies.

-11 -12 -13


1 2 3 4 5 6 1 2 3 4 5 6 1 2 3 4

Terminal
-17:1

-12:2

-14:5

-11:1
-11:2

-12:6
-16:C
-12:5

-X1:1

-XI:2
-XI:3

-XI:4
-13:1
-11:4
Item of equipment
-17

-14 -15 -16


1 2 3 4 5 6 1 2 3 4 5 6 1 2 3

Terminal
-XI:10

-XI:12
-XI:13
-XI:11
-XI:5

-XI:6

-XI:9

-16:C
-XI:7

-X1:1
-XI:8

-11:3
-15:5

-14:6

-15:4
-11:5
Item of equipment

Terminal
-16:A
-16:B
-12:3

-12:4

-14:1

-14:3

-15:1
-15:2

-15:3
-12:5

-14:2
-11:6

-14:4

Item of equipment

X1 1 2 3 4 5 6 7 8 9 10 11 12 13

Fig. 11.2: Typical "Terminal" Identification

7. CABLE ROUTE DESIGNATION

For description of the route in which the cables shall be laid following (special) code combined from
room identification and route section designation can be used:

Block: 1 3
Code: + AAANNANN(N) − A(N)NNA
Room Identification Route Section
(see para. 10) Designation

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

Example
+ UAA 02 R 15
− E (2) 15 B

Designation
of room in which the Voltage level
particular tray section is (B - for HV/MV
installed (can be indicated F - for LV ac/dc
only once in the floor/room power
layout drawing title block) K - for C&I <60 V
Q - for
communication)

15th Section

2nd Layer (from


above)

Cable tray

8. ROOM DESIGNATION
For the identification of various rooms in the power plant building (and switchyard) following code
can be used:
Section: 1 2 3 4 5
Code: + (N) A AA N N A NN(N)
Room No. (per floor)
"R" for "room designation"
Floor (from deepest to highest)
Building/Yard designation
"U" for room designation code
Unit (not applicable here)

Example
+ U BA 02 R 15

Room number

Specific letter

2nd floor

Machine hall

Specific letter

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 9-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 2MET


GENERAL TECHNICAL SPECIFICATIONS

ANNEX 10: SHARE OF RESPONSIBILITIES

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
Marine (shipping) and inland
1. transportation of Plant, Materials and
Contractor's Equipment
x
Permits for marine and inland
2. transportation of Plant, Materials and
Contractor's Equipment
x
3. Access road to Site x
Loading, unloading, transport,
unpacking, storage of Plant, Materials
4. and Contractor's Equipment within (or if
necessary outside) the Site boundary
x
limits
Permits for exceptional transportation of
5. Plant, Materials and Contractor's
Equipment
x x
6. Maintenance of access roads x
All temporary Site facilities required by
the Contractor and/or its subcontractor
7. such as x
- Site office building(s),

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
- Food and accommodation, catering
services, infrastructural work and
laundry for the Contractor's and/or its
subcontractor's personnel
All site running cost of Contractor's
and/or its subcontractor's such as;
8. - telephone, internet connections
- electricity
x
- gas, fuel, etc.
All direction, supervision, administration
9. and technical services necessary to
perform the Work
x
All direct and indirect personnel
10.
necessary to perform the Work x
International and local travel /
11. transportation of Contractor's and/or its
subcontractor's personnel
x
12.
Safety equipment / wears for Contractor's
and/or its subcontractor's personnel x
Visas, work permits etc.… for Contractor's Employer/Engineer, the Contractor must
and/or its subcontractor's personnel obtain a written "Permit to Work" signed by
13. x a person duly authorised by the Employer
and countersigned by the Engineer

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
Potable water / Plant water supply for use
14. during complete contract period / water
treatment
x
Unloading and loading at storage All parts of the plant shall be brought, as far
as possible, to their final place of erection.
The Engineer will designate areas where the
15. x Contractor may store parts of the plant. The
Contractor shall at his own expense render
such areas suitable for the respective
purposes
All transportation and handling of the He shall provide all hoisting equipment,
equipment from the place of storage to staging and scaffolding, winches and wire
the place of installation ropes, slings, tackles and all other
16. x appliances and temporary materials. The
erection staging, and scaffolding shall be
provided with coverings and barriers and
shall guarantee safe working conditions
Special tools are limited to erection devices
specifically manufactured for the erection.
Tools, special tools, vehicles, equipment,
Contractor will use the overhead crane with
17. machinery, cranes required for the
execution of the Works
x free of charge with its own operator. After
finishing erection, the crane shall be handed
over in full functioning.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
Provision of cable and pipe ducts, trenches,
Provision of cable and pipe ducts, block-outs, etc., in accordance with the
18. trenches, block-outs, etc.,
accordance with the drawings
in x x x drawings supplied by the Contractor 1 as
per the Contract No 2 input and approved
by the Engineer
All embedded parts shall be designed and
provided by the Contractor related to E&M
equipment, the placement and concrete
19.
First stage embedded parts belong to E&M
Work x x x works shall be done by the Civil Contractor
(C1) by the supervision of E&M Contractor
(C2) consent by the Employer/Engineer.
All embedded parts shall be designed and
provided by the Contractor related to E&M
20.
Second stage embedded parts belong to
E&M Work x x x equipment, the placement shall be done by
the C 1 by the supervision of C2 and
consent by the Employer/Engineer
Shall be discussed at a Site Coordination
meeting (after award of the latest contract),
all design and material supply shall be
21.
Further Interface detail and agreement
between Civil and E&M supplier x x x provided by the C2 related to its equipment,
the placement of embedded parts shall be
done by the C1 with the supervision of C2
and consent by the Employer/Engineer

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
All safety equipment, materials, structures
22. such as but not limited to; scaffolding,
platforms, hand rails, fences, signs etc.
x
Working safety belongs to the Contractor,
23. Safety engineer & medical services x x Employer may help the contractor to use
local medical services
All raw materials, consumables (including
chemicals, lubricants, resins, fills, refills,
24. top-ups, etc..), fuel, utilities and services of
whatsoever nature, which are required for
x
the proper execution of the Works

25.
Excavation, backfilling, earth, rock and
concrete works x
Outdoor storage area provided within the Dimension m2 to be defined by the Employer by
Site boundary limit collaboration with the Contractor)
26. x The required space for these facilities will be
provided suitably levelled and compacted
on the Site by the Contractor
Outdoor storage area provided outside the The required space for these facilities will be
27. Site boundary limit (if required) x provided suitably levelled and compacted
on the Site by the Contractor
Construction works and materials required
28. for the outdoor storage area outside the Site
boundary such as but not limited to;
x
TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-5
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
levelling, compacting, gravel laying,
fencing, door, lighting, any kind of covering,
shelter, shelf, draining system, etc.

29.
Main electric power distribution board within
the Site boundary limit for erection purposes x
Sub-boards, cables and all required
equipment, materials and apparatus for
30. electric power distribution (and for
measuring the quantities consumed) within
x
Site Boundary limit
Water source within the Site boundary limit Employer may help the contractor to find
31. x x and use the water source
Pipes, pumps and all required equipment,
materials and apparatus for water
32. distribution (and for measuring the
quantities consumed) within Site Boundary
x
limit

33.
Cost of electricity and water required for
installation and commissioning x
34.
Working area lighting and fencing
x
35.
Cleaning of working area
x
Overall Site guarding Contractor can hire its own guarding if
36. x x required

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
For powerhouse and transformer cavern,
tunnels thereto, TOY, OB, TVB, Workshop,
37.
Earthing System & Lightning protection
complete except underground works x x outlet structure, TL except underground civil
works, all design and earthing works
belongs to the Contractor

38. Training of Employer's personnel x


39.
Electrical equipment according to the
Contract list x
40.
Site Erection Facilities
x
Fire Fighting Equipment The Contractor shall be responsible for the
fire protection of his buildings / equipment by
41. x providing trained personnel and fire fighting
equipment
Workshop building equipment and their
42. power supply and connection, electrical
works
x
43.
Workshop building overhead crane
x
Communication Systems, for all plant,
44.
lighting, fire alarm, announce, camera,
telephone, security system and clock x
system supply and erection

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
Lighting & small Power Installations entire Indoor and outdoor lighting systems with small
power plant power service installations shall be provided for
45. x the entire power plant, related roadways and
service areas (VII-3E (S07) excluding of the
control building and workshop building

46.
Lighting & small Power Installations for the
control building and workshop x
47.
Sanitary, water supply, sewage treatment
plant x
48.
Loading, unloading, transport within site
Boundary x
49.
Transmission lines including its civil work
x
Design liaison meeting The Contractor shall organise design liaison
meetings with the participation of the
Employer/Engineer to explain his design
50. x x and to coordinate the design of the Project.
The meeting shall be held in workshop/office
of the related manufacturer and/or designer
(3M-S0,

51.
Initial Operation, Trial running,
Performance & Efficiency Test running x
General co-ordination and supervising The general co-ordination of storage and
52.
all Works including testing x erection work as well as the civil engineering

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd AND TRANSMISSION LINES
Tender Documents: Section VI Volume 2MET
TAMAKOSHI V HYDROELECTRIC PROJECT General Technical Specifications

SHARE OF RESPONSIBILITIES for the Contract No#2


Amongst the Contractor1 & Contractor 2 & Employer
Contractor
Sr. Contractor No. 1 EMPLOYER
ACTIVITY No. 2 (Civil & CLARIFICATION
No / ENGINEER
(E&M) HM)
work under the different lots on site will be
done by the Engineer

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-2MET / Annex 10-9


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document
TAMAKOSHI V HYDROELECTRIC PROJECT File 2

Tamakoshi Jalvidhyut Company Limited

Tamakoshi V Hydroelectric Project

Electro-Mechanical Equipment
and
Transmission Lines Works

Bidding Document

Section VI- Employer’s Requirements

File 2 (Book-2)

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

Table of Contents

CHAPTER 0 GENERAL REQUIREMENTS


CHAPTER 1 FRANCIS TURBINE
CHAPTER 2 TURBINE GOVERNER
CHAPTER 3 MAIN INLET VALVE
CHAPTER 4 DRAFT TUBE FLAP GATE
CHAPTER 5 COOLING WATER SYSTEM
CHAPTER 6 DRAINAGE AND DEWATERING SYSTEM
CHAPTER 7 COMPRESSED AIR SYSTEM
CHAPTER 8 OIL HANDLING EQUIPMENT
CHAPTER 9 POWERHOUSE CRANE
CHAPTER 10 CARGO AND PASSENGER ELEVATOR
CHAPTER 11 MECHANICAL WORKSHOP EQUIPMENT
CHAPTER 12 SMALL HYDRO UNIT
CHAPTER 13 WATER LEVEL MEASURING DEVICES
CHAPTER 14 HVAC SYSTEMS
CHAPTER 15 FIRE PROTECTION SYSTEMS

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

MECHANICAL EQUIPMENT

CHAPTER 0: GENERAL REQUIREMENTS

Table of Contents

0. GENERAL REQUIREMENTS ......................................................................................................... 1


0.1 GENERAL REMARKS ....................................................................................................................... 1
0.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
0.3 CONTRACT INTERFACES AND RELATED COORDINATION ....................................................... 2
0.4 DELIVERY CONDITIONS ................................................................................................................. 3
0.5 OPERATION CONDITIONS .............................................................................................................. 3
0.6 BASIC DESIGN CRITERIA ............................................................................................................... 3
0.6.1 Standards and Codes ................................................................................................................ 3
0.6.2 Material and Workmanship ........................................................................................................ 4
0.6.3 Design Stresses ......................................................................................................................... 4
0.6.4 Pipes .......................................................................................................................................... 4
0.6.5 Corrosion Protection .................................................................................................................. 5
0.7 QUALITY ASSURANCE, CONTROL AND TESTING ....................................................................... 5
0.8 INSTALLATION AND COMMISSIONING ......................................................................................... 5
0.9 TRAINING OF EMPLOYER’S PERSONNEL .................................................................................... 6
0.9.1 General ...................................................................................................................................... 6
0.9.2 Training in Workshop ................................................................................................................. 6
0.9.3 Training at Site ........................................................................................................................... 7
0.10 DESIGN LIAISON MEETING ............................................................................................................ 7
0.11 FACTORY ACCEPTANCE TEST (FAT) ........................................................................................... 7

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

0. GENERAL REQUIREMENTS

0.1 GENERAL REMARKS

The Particular Technical Specifications (PTS) define particular requirements of the Works and
supplement the General Technical Specifications (GTS). Both specifications shall form an integral
part of the Employer's Requirements. In case of any contradiction between GTS and PTS, the PTS
shall prevail.

The PTS are not intended to cover every detail or item of the Works. However, the provision of all
such details and items necessary for safe and reliable operation of the Works shall form part of the
Employer's Requirements.

The specified requirement shall be applied for all corresponding parts/equipment of the same and
the other units, even if the descriptions are written in the singular, unless otherwise indicated.

For design of cubicle for electric equipment and terminal boxes, requirements specified in GTS,
Chapter 06 and Chapter 07 shall be considered.

The Tenderer may propose alternative solution and/or make any deviations to the technical
specifications. However, he shall clearly list those in Section IV “Technical Data Sheets”. The
respective price adjustment due to the alternative/deviations, if any, shall be given in Section VII
“Bid Price and Payment Schedule”. If the Tenderer does not point out deviations, it will be
interpreted that he will fulfil the specified requirement.

0.2 SCOPE OF WORK AND SUPPLY

The work in this contract includes the power plant generating units and all auxiliaries in the
underground powerhouse.

The scope of Work and Supply shall include the coordination with the Employer/Engineer and with
the other contractors involved in the Project, engineering and construction design, manufacture,
workshop assembly and testing, anti-corrosive treatment and painting, delivery to Site, handling and
storage at Site, installation, commissioning, trial operation, training of Employer's personnel,
guarantees inspection according to the Contract as well as software for operational and maintenance
of the equipment for the following equipment:

− Three Francis Turbines


− Three Turbine Governors
− Three Main Inlet Valves
− Three Draft Tube Flap Gates
− One Cooling Water System
− One Drainage and Dewatering System covering also the tailrace tunnel dewatering
− One Compressed Air System
− Oil Handling Equipment

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− One Powerhouse Crane


− One Cargo and Passenger Elevator
− Mechanical Workshop Equipment
− One Small Hydro Unit (complete)
− HVAC + Sanitary + Sewerage + Fire Fighting and Protection + Water Level Measurement

All above-mentioned equipment shall be mainly installed in the powerhouse cavern of Tamakoshi V
Hydroelectric Project (HEP). The locations of the individual components are shown in the album of
Drawings of the Tender Documents.

All accessories/materials necessary for handling and installation at Site, for commissioning, for site
testing as well as for the safe and reliable operation of the Works shall be furnished and included in
the Tender Prices, even if they are not explicitly mentioned in the specifications and/or in the items
of Section VII, “Bid Price and Payment Schedule”.

Technical documents shall be provided according to GTS. They shall include transient calculations
for maximum ten load conditions and design calculations using Finite-Element-Method for the major
parts of the turbine and the main inlet valve. After successful commissioning, separate
commissioning report shall be provided for each Chapter of this PTS.

0.3 CONTRACT INTERFACES AND RELATED COORDINATION

The following contract interfaces shall be considered as minimum:


− To Civil Work: unless otherwise specified, the relevant civil works shall not be included in this
Contract. Technical information, necessary for design and construction of supports,
foundations, embedded pipes, etc. for his equipment, structures and installations shall be
provided by the Contractor to satisfy interface requirements of others. The Contractor shall
install the parts/components to be embedded and supervise the embedment.

− To Hydromechanical Equipment: welded connection of the upstream manifolds with the


extension pipes of the main inlet valves. The steel material used, the welding seam and the
welding shall be coordinated by the Contractor; the welding shall be performed by the
Contractor. The hydromechanical equipment of draft tube flap gate is in the scope of Contract
no. 2

The Contractor shall be held responsible for coordinating his work and equipment with other
contractors involved in the Project. In all instances where his work is affected by the work of other
contractors and/or influences the work of other contractors, the Contractor shall take the initiative in
obtaining and/or giving information regarding his work and/or equipment. The Contractor shall ask
in writing for all data and information needed from other contractors for the design and execution of
the work under this Contract.

While the Contractor is submitting his own contractual drawings and other documents for information
and/or approval, he shall clearly mark all interface points with others together with complementary
technical information on the concerned document.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

At Site, the Contractor shall organise and adapt his erection, testing and commissioning work in
compliance with the overall time schedule. In fulfilment of this task, he shall submit data, sketches
and other details as required at match lines, and shall take his own initiative for direct coordination
of same with his counterparts. Moreover, he shall give notice sufficiently advanced when works of
others as precondition to his own work shall be completed and to describe the extent of same.

0.4 DELIVERY CONDITIONS

All the equipment will be ordered in due time so that manufacturing, supply, installation,
commissioning and trial operation will be performed as shown in the Construction Schedule.

0.5 OPERATION CONDITIONS

Tamakoshi V HEP is to be operated “in tandem” with Upper Tamakoshi HEP (UTK), i.e. the operation
of Tamakoshi V HEP is solely determined by the discharge released from UTK. The head pond of
Tamakoshi V HEP will not have any storage capacity.

UTK is designed as power plant for peak load. It is equipped with six Pelton units, each designed for
a rated discharge of 11 m³/s. Beside the daily peaking, UTK will operate one unit with a discharge
up to the minimum of 1.5 m³/s as Spinning Reserve.

The mechanical equipment of Tamakoshi V HEP shall be designed for operation in the generating
mode, with start/stop of each unit 4 times per day. Synchronous condenser operation is not required.
The “speed no-load” mode shall be possible and shall enable the dewatering of the headrace tunnel
and the surge tank.

The power station will be equipped with batteries and emergency diesel engine. Provisions for "black
start" of the power station is not required.

The power station will not only be operated in parallel with other plants of the grid but also as sole
power source for a supply area, i.e. "isolated operation". Isolated operation has to be taken into
account for operation of all units under the maximum possible power.

Usually, the power station will be manned, and the turbine-generating units will be remotely operated
and controlled from the central control room in the operation building. In addition, operation and
control at the local unit control boards will be possible. Local manual operation of individual
equipment, e.g. main inlet valves, pumps, etc., shall be provided.

0.6 BASIC DESIGN CRITERIA

0.6.1 Standards and Codes


The mechanical equipment shall be designed according to the well reputed international and
internationally recognised national standards and codes likes IEC, ISO, EN, DIN, ASTM, ASME, etc.
Regarding applying codes or standards, which differ from the specified, the stipulations specified in
the General Technical Specifications, Subsection 1.3.4, shall be followed.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

0.6.2 Material and Workmanship


All materials incorporated shall be according to the above-mentioned international standards and
the most suitable for the duty concerned. They shall be new and of first class commercial quality,
free from imperfection and selected for a long-life span and minimum maintenance.

For fabricated constructions highly stressed, especially those under headwater pressure, only
materials fully normalized or of quenched and tempered quality of high resilience including low
temperature ductility, age resistant shall be used. After the fabrication, the construction shall be
subject to heat treatment for stress relieving.

Steel castings of importance, in particular for constructions under headwater pressure, shall be
ductile, even at low temperature. After completion of heat treatment and pre-machining, the casting
will be subject to the non-destructive testing.

Forgings of importance (e.g. shafts) shall be of vacuum-degassed steel and forged thoroughly and
through going. Forging to shape, heat treatment and pre-machining to raw dimensions shall be
completed before material testing.

0.6.3 Design Stresses


Liberal factors of safety shall be used throughout the design, particularly in the design of all parts
subject to alternating stresses, impact or shock.

Under usual loading, the maximum equivalent stress shall not exceed 50% of the yield strength.

Under unusual loading and hydrostatic test pressure, the maximum equivalent stress shall not
exceed 75% of the yield strength.

Stress analysis and fatigue analysis shall be carried out taken into consideration of dynamic loads
arising from operation, start/stop, mechanical or electrical fault conditions, live loads, wind loads and
seismic loads. All loads shall be stated individually, and load combinations highlighted.

0.6.4 Pipes
Unless otherwise specified, pipe shall be designed for PN 10. Standard pipe shall be used as far as
possible.

Water pipe with nominal diameter less than DN 200 shall be of stainless steel. For connection of
water pipe with dissimilar metals, insulating union or equivalent shall be provided to prevent the
passage of more than 1% of the galvanic current, which would exist with metal-to-metal contact.

Oil pipe of pressured oil system shall generally be of stainless steel.

Water pipe connecting the operation water way shall be generally executed via weld-in standard
flange. For safety reason, connections having nominal diameter not less than DN 200 upstream of
the main inlet valves shall be normally equipped with two shut-off valves in series arranged as close
as possible to the connection.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

0.6.5 Corrosion Protection


After the manufacturing the component/equipment shall be carefully cleaned and protected by
application of adequate corrosion protection system. For surfaces contacting to water, the painting
material shall conform to the latest international and national environment requirements.

The Contractor shall duly consider the chemical and physical characteristics of the water for the
turbine design and selection of materials for the corrosion protection.

Material subject to corrosion and/or abrasion will have 2 mm allowance.

0.7 QUALITY ASSURANCE, CONTROL AND TESTING

During the manufacturing, assembly, erection and commissioning, control and testing shall be
carried out on all materials, components and assemblies to confirm that the material and the
manufacturing method used as well as the equipment furnished shall be adequate and fully
satisfactory to the requirements and guarantees.

As a minimum, the following control and testing shall be carried out in the workshop and at Site:

− Material test (chemical analysis, mechanical properties, crack detection on steel plates and
castings)
− Weld inspection (liquid penetrant testing, magnetic-flux testing, ultrasonic testing, time of flight
diffraction, radiographic testing if necessary)
− Pressure test at 150% of the design pressure (Pressure vessels, piping, etc.)
− Run-out control (shaft, etc., individual and together)
− Balancing control (turbine runner, individual and together with the generator rotor)
− Dimension and surface roughness measurement
− Function tests (equipment, individual and together)
− Turbine model tests (optional)

0.8 INSTALLATION AND COMMISSIONING

Installation in workshop and at Site shall be carried out according to the manufacturer’s instruction
as well as requirements specified in GTS and PTS.

All parts/components having special function and/or being significant for operation shall be
assembled in workshop at least to complete group/unit with appropriate marking, to enable smooth
installation at Site within estimated schedules. Faults found during the workshop assembly shall be
eliminated prior to shipment from the workshop.

The Contractor/Tenderer shall submit a concept for the workshop assembly, which shall contain
minimum the following:

− Parts/Components to be assembled

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− End condition of the workshop assembly


− Adjustment during the workshop assembly
− Inspection and test during and/or at the end of the workshop assembly
− Estimated date and duration of the inspection and test

All special tools and auxiliaries for the erection and dismantling as well as for the maintenance shall
be included in the scope of supply of the Contractor. The selection of such tools and auxiliaries shall
enable all maintenance and repair works within brief time, which must be performed at standstill of
the turbine-generating unit. After commissioning of the relevant equipment, the special tools and
auxiliaries shall be handed over to the Employer/Engineer free of charge, or professionally disposed
by the Contractor, if they will not be accepted by the Employer/ Engineer.

Commissioning will be divided in dry- and wet-commissioning. The dry-commissioning consists of


tests of individual component/equipment without water, whilst the wet-commissioning contains tests
of a complete system and/or a turbine-generating unit with the verification of the guaranteed
functions and characteristics. All necessary measuring and indicating devices/ equipment shall be
included in the scope of supply of the Contractor.

The Contractor shall clearly note/mark all changes and/or modifications made during the installation
and commissioning and incorporate them into the as-built documentation.

0.9 TRAINING OF EMPLOYER’S PERSONNEL

0.9.1 General
Training of Employer’s personnel shall be carried out according to the requirements specified in
Chapter 11 of GTS. The Tenderer shall submit with his Tender a tentative training program
specifying the contents, duration and location of training to be provided for the specified number of
trainees to be nominated by the Employer.

0.9.2 Training in Workshop


The training in workshop shall be performed by the turbine manufacturer in its workshop. The training
shall focus on installation/dismantling, maintenance/routine control and manual operation of the
turbine and its auxiliaries, the hydraulic governor, the main inlet valve and the draft tube flap gate. In
addition, operation and adjustment of the digital governor, welding procedures and corrosion
protection shall be trained.

All expenses incurred in providing the training in workshop shall be included in the scope of supply.
In addition, the Contractor shall include in his scope all costs for providing the following services as
minimum for three Employer’s engineers attending the training:

− Training for nineteen calendar days in workshop of the turbine manufacturer


− Single international return flight (economy class)
− Necessary local medical insurance and liability insurance
− Complete local transportation by car and/or train
− Complete training material and equipment

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Full board accommodation including 3x meals per day


− Per diem allowance in local currency equivalent to 50 USD/day

0.9.3 Training at Site


The Contractor shall arrange and provide suitably qualified instructors for the training of the
Employer's personnel at Site in all aspects of the installation/dismantling, maintenance/routine
control and automatic/manual operation of the contractual equipment during installation, adjustment,
testing, commissioning and trial operation.

Where applicable, the Contractor should integrate the Employer's personnel into his Site activities.

0.10 DESIGN LIAISON MEETING

The Contractor shall organise design liaison meetings to explain his design and to coordinate the
design of the Project. The meeting shall be held in workshop/office of the related manufacturer and/or
designer.

All expenses incurred for the meetings shall be included in the Contractor’s scope of supply. In
addition, the Contractor shall include in his scope all costs for providing the following services as
minimum for one Engineer’s person and one Employer’s person attending the meetings:

− Five design liaison meetings, each for seven calendar days


− Single international return flight (economy class in the event of total travel hours less than
5class) for each meeting
− Complete local transportation by car and/or train
− Full board accommodation including 3x meals per day

The Contractor shall submit proposal to the Employer/Engineer about the date, location and content
of each meeting in due time.sxz

For each meeting, the Contractor shall prepare the minutes of meeting, which will be circulated to all
participants and finally signed by all parties.

0.11 FACTORY ACCEPTANCE TEST (FAT)

The Contractor shall submit detailed FAT programs, procedures and schedules, subject to approval
by the Employer/Engineer. In those FAT programs, the Contractor shall recommend the tests, which
should be witnessed by the Employer/Engineer. The relevant standards shall also be submitted with
the FAT test procedures.

The Contractor shall inform the Employer/Engineer minimum three weeks in advance of FAT,
especially FAT for shipment to Site, regarding the content, method and duration of the FAT. With the
FAT announcement, the Contractor shall submit the FAT-program and -documents. Then, the
Employer/Engineer will take decision whether they will attend/witness the FAT and inform the
Contractor accordingly.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINE
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

All expenses incurred for the FATs shall be included in the Contractor’s scope of supply. In addition,
the Contractor shall include in his scope all costs for providing the following services as minimum for
one Engineer’s person and one Employer’s person attending the FATs:

− Ten FATs, each for five calendar days


− Single international return flight (economy class in the event of total travel hours less than
5class) for each FAT
− Complete local transportation by car and/or train
− Full board accommodation including 3x meals per day

For each FAT, a protocol shall be signed by all participating parties.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 0-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 1: FRANCIS TURBINE

Table of Contents

1. FRANCIS TURBINE................................................................................................................. 1
1.1 GENERAL .......................................................................................................................................... 1
1.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
1.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 2
1.3.1 Type and Arrangement .............................................................................................................. 2
1.3.2 Water Levels and Gross Heads ................................................................................................. 2
1.3.3 Head Losses and Net Head....................................................................................................... 3
1.3.4 Turbine Discharge ..................................................................................................................... 3
1.3.5 Turbine Output ........................................................................................................................... 3
1.3.6 Turbine Efficiency ...................................................................................................................... 3
1.3.7 Rated Speed .............................................................................................................................. 4
1.3.8 Runaway Speed ........................................................................................................................ 4
1.3.9 Speed and Pressure Rise .......................................................................................................... 4
1.3.10 Draft Tube Pressure Pulsations ................................................................................................. 5
1.3.11 Turbine Setting........................................................................................................................... 5
1.3.12 Cavitation ................................................................................................................................... 5
1.3.13 Cracking ..................................................................................................................................... 6
1.3.14 Vibration ..................................................................................................................................... 6
1.3.15 Noise .......................................................................................................................................... 6
1.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 6
1.4.1 Spiral Case and Stay Ring ......................................................................................................... 6
1.4.2 Guide Vanes and Regulating Mechanism ................................................................................. 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.4.3 Head Cover and Bottom Ring .................................................................................................... 7


1.4.4 Draft Tube .................................................................................................................................. 8
1.4.5 Turbine Runner .......................................................................................................................... 9
1.4.6 Turbine Shaft and Intermediate Shaft ...................................................................................... 10
1.4.7 Shaft Seal ................................................................................................................................ 11
1.4.8 Turbine Guide Bearing ............................................................................................................. 12
1.4.9 Turbine Pit Liner....................................................................................................................... 13
1.5 PROVISION FOR AIR ADMISSION ................................................................................................ 13
1.6 INSTRUMENTATION AND SAFETY DEVICES .............................................................................. 13
1.7 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE ............................ 14
1.8 SPARE PARTS ................................................................................................................................ 14
1.8.1 General Spare Parts ................................................................................................................ 15
1.8.2 Special Spare Parts ................................................................................................................. 15
1.8.3 Recommended Spare Parts .................................................................................................... 15
1.9 ASSEMBLY AND TESTS IN WORKSHOP ..................................................................................... 15
1.9.1 Runner and Guide Vanes ........................................................................................................ 15
1.9.2 Turbine Shaft and Intermediate Shaft ...................................................................................... 16
1.9.3 Turbine Guide Bearing ............................................................................................................. 16
1.9.4 Servomotor .............................................................................................................................. 16
1.9.5 Welding Seams ........................................................................................................................ 16
1.9.6 Workshop Assembly ................................................................................................................ 17
1.10 INSTALLATION AND TESTS AT SITE ........................................................................................... 17
1.10.1 General .................................................................................................................................... 17
1.10.2 Installation, Measurement and Tests ....................................................................................... 17
1.10.3 Dry-Commissioning ................................................................................................................. 18
1.10.4 Wet-Commissioning ................................................................................................................. 18
1.11 TURBINE MODEL TESTS (OPTION) ............................................................................................. 19
1.11.1 General .................................................................................................................................... 19
1.11.2 Model Turbine .......................................................................................................................... 20
1.11.3 Model Test Scope .................................................................................................................... 20
1.11.4 Acceptance Tests .................................................................................................................... 21
1.12 PROTOTYPE EFFICIENCY TESTS (OPTION) .............................................................................. 21

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1. FRANCIS TURBINE

1.1 GENERAL

The powerhouse cavern of Tamakoshi V HEP shall be equipped with three main turbine-generating
units, each consisting of a Francis turbine and a synchronous generator rigidly coupled by vertical
shafts. In Addition, a small hydro turbine-generating unit described in Chapter 12 shall be installed
to process the minimum water flow discharged by UTK. The small hydro unit will only be put into
operation, if at least one main unit is in standstill.

The water coming from UTK will be conveyed through the connecting tunnel to the head pond of
Tamakoshi V HEP. Then, water flows through the headrace tunnel (5.6 m inner diameter, about
8.2 km length), the steel-lined pressure shaft and high-pressure-tunnel (4.2 m inner diameter, about
180 m total length) as well as the upstream manifolds to the turbines. Downstream of the turbines,
the water goes through the downstream manifolds to the tailrace tunnel (5.6 m nominal diameter,
about 480 m length) and reaches finally the outlet structure.

On the upstream side, each turbine will be equipped with a main inlet valve of butterfly type at the
inlet of the spiral case. In addition, a butterfly valve will be arranged between the surge shaft and the
pressure shaft. On the downstream side, each turbine can be isolated from the tailrace tunnel by a
draft tube flap gate. At the outlet structure of the tailrace tunnel, fixed wheel gate will be installed for
closing the tailrace tunnel.

The data of the generator are specified in Section VII Volume 3E of the Tender Documents.

1.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) Three Francis turbines, each with the following main components


− Spiral case and stay ring
− Guide vanes and regulating mechanism
− Head cover and bottom ring
− Draft tube
− Turbine runner
− Turbine shaft and intermediate shaft
− Shaft seal
− Turbine guide bearing
− Turbine pit liner

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

4) Spare parts specified in this Chapter


5) As Option: one turbine model acceptance tests in accordance with IEC 60193
6) As Option: one turbine field acceptance tests in accordance with IEC 60041
7) Transient calculation for maximum ten (10) load cases
8) Resonance analysis for the turbine-generating unit as well as for resonances between the
turbine-generating units and the entire waterway
9) FEM-calculations, at least for the spiral case and stay ring, guide vanes, head cover, runner

Pipes, valves and auxiliaries necessary for installation, commissioning and safe operation of the
power plant shall be included in the scope of Work and Supply of the Contractor.

1.3 DESIGN CRITERIA AND OPERATION CONDITIONS

1.3.1 Type and Arrangement


The turbine shall be of the vertical Francis type with spiral case and elbow type draft tube. The
assembly (including the first assembly) and dismantling of the turbine components shall be carried
out by dismantled intermediate shaft through the hatch from the turbine floor and machine hall floor,
regardless of the generator. The design of the turbine components shall consider this circumstance.

Each turbine generating unit shall have three bearings: one combined thrust-guide bearing above
the generator rotor, one guide bearing below the generator rotor and one guide bearing next to the
turbine runner.

The turbine runner shall rotate "clockwise", looking from above.

1.3.2 Water Levels and Gross Heads


The following headwater levels shall be used for the layout of the turbines of Tamakoshi V HEP:
− Maximum headwater level 1158.2 m asl
− Rated headwater level 1158.0 m asl
− Minimum headwater level 1155.0 m asl

The tailwater levels for the layout of the turbines are defined as following:
− Maximum tailwater level 986.35 m asl
− Rated tailwater level 984.55 m asl
− Minimum tailwater level 982.80 m asl

The maximum tailwater level is conditioned by the operation of UTK, while the minimum tailwater
level is conditioned by the tailrace outlet structure. If the tailwater will be higher than 986.35 m asl.,
all turbine-generating units will be stopped, and the tailrace tunnel will be closed by the fixed-wheel
gate in the outlet structure.

Thus, the gross heads for the turbine operation will be


− Maximum 175.40 m

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Rated 173.45 m
− Minimum 168.65 m

1.3.3 Head Losses and Net Head


The head losses for the entire operating waterway except the turbines shall be 11.1 m, when 66 m³/s
are discharging from the head pond to the outlet structure. Thus, the net rated head for the turbine
layout shall be 162.35 m.

For other discharge Q (m³/s), the head losses ΔH (m) for the entire operating waterway may be
easily calculated by
ΔH = 11.1 (Q / 66)²

1.3.4 Turbine Discharge


With all three turbine-generating units in operation, each turbine shall be able to operate smoothly
and continuously with the rated discharge 22 m³/s at the rated head.

Alone and together with other turbines, each turbine shall be able to operate smoothly and
continuously from 100% to 105% of the rated discharge over the entire head range.

The minimum discharge for continuous operation of the turbine over the entire head range are
subject to guarantee. It is beneficial to have the minimum discharge as close as possible to the
maximum discharge of the small hydro unit due to optimization of the energy utilization.

1.3.5 Turbine Output


Over the entire head range and depending on the turbine discharge, the turbine output delivered by
the turbine shaft is subject to guarantee.

The turbine output guarantee is met if the effectively measured rated output of the prototype is not
less than the guarantee one at the rated head with rated discharge, and if the effectively measured
maximum output of the prototype is not less than the guarantee one.

If the Contractor would fail to achieve the guaranteed rated output and the maximum output by more
than the tolerance for measuring, then he shall be bound to modify the turbine design in order to
attain the guaranteed value.

If the guaranteed value cannot be achieved by means of modifications or if by mutual agreement


such modification is omitted, the Contractor shall pay to the Employer the penalty specified in the
Particular Conditions of Contract.

1.3.6 Turbine Efficiency


The turbine shall be designed for high efficiencies over the entire head range for a wide range of
guide vane openings. The individual values of turbine efficiency subjected to guarantee have to be
indicated in Section IV, “Technical Data Sheets”, for both the model and the prototype.

The turbine efficiencies shall be optimised so that the requirement specified for the turbine discharge
will be fulfilled.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The turbine efficiency guarantee is met if the weighted average efficiency of the prototype turbine
computed from the effectively measured values on the prototype is not less than the weighted
average efficiency guaranteed by the Contractor in Section IV, “Technical Data Sheets”. If the
prototype efficiency tests specified in Subsection 1.12 of this PTS shall not be carried out, the
effectively measured values on the model turbine shall be used for the guarantee comparison using
the computations specified in IEC 60193.

The weighted average efficiency ηw shall be computed by using the following formula:

ηw = ∑ (wi • ηi)

ηi being the individual efficiency and wi the corresponding weighting coefficient according to the
following table:

PT (%) 100 90 80 70 60 50 40 30
wi 0.20 0.20 0.16 0.16 0.12 0.08 0.04 0.04

PT(100%) indicated shall be the turbine rated output at the rated head with rated discharge.

If based on the results of the acceptance tests the Contractor would fail to achieve the guaranteed
weighted average efficiency by more than the tolerance for measuring, then he shall be bound to
modify the turbine design in order to attain the guaranteed value.

If the guaranteed value cannot be achieved by means of modifications or if by mutual agreement


such modification is omitted, the Contractor shall pay to the Employer the penalty specified in the
Particular Conditions of Contract.

Should the Contractor fail to meet the guaranteed efficiency by more than 2% (measuring
tolerance included), then the Employer shall have the right to reject the equipment.

1.3.7 Rated Speed


The rated speed of the turbine-generating unit shall be 600 rpm, related to the rated grid frequency
of 50 Hz. The turbine shall be designed to operate properly for a grid frequency variation from 49 Hz
to 51 Hz.

1.3.8 Runaway Speed

Maximum steady state runaway speed is designated as the maximum possible speed of the turbine,
when operating under no-load of generator, except windage and friction losses, and is subject to
guarantee.

1.3.9 Speed and Pressure Rise


The Contractor shall guarantee the speed and pressure rises without utilization of tolerances.

Under the most unfavourable conditions, the maximum pressure occurred in the turbine spiral case
shall not exceed 2.1 MPa, and dangerous pressure drop in the draft tube shall not occur.

The maximum momentary speed shall be guaranteed considering all factors which might affect it.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.3.10 Draft Tube Pressure Pulsations


Amplitude and frequency of the draft tube pressure pulsations resulting from turbine operation at
partial load are subject to guarantee.

The peak to peak of the draft tube pressure pulsation shall not exceed the following values:
− 80% to 100% of the maximum load at a net head: ≤ 1.5% of the corresponding net head
− Less 80% of the maximum load at a net head: ≤ 3.5% of the corresponding net head

The frequency of the draft tube pressure pulsations shall have sufficient distance to the natural
frequency of the waterways and the turbine-generating units. The Contractor shall verify this
requirement by performing relevant calculations.

1.3.11 Turbine Setting


The turbine setting represented by the spiral case centreline elevation shall be 974.0 m asl.

The Bidder shall verify whether this setting is sufficient for a cavitation-free operation of the turbine
in the entire operation range or not. The highest elevation necessary for fulfilling the condition
“cavitation-pitting free” as defined in IEC 60609-1 shall be indicated in Section IV, “Technical Data
Sheets”.

1.3.12 Cavitation
Within the entire head range the turbine shall operate cavitation-free, if the turbine setting is not
higher than requested by the Contractor.

In addition, the Contractor shall guarantee that the material removal on the turbine runner caused
by cavitation for a period of 8000 operating hours from the date of the Preliminary Acceptance will
not exceed the amount given by the formula:
V = 20 D2 t/8000
Where: V = Permissible volume of metal in cm³ removed during "t" hours of operation
D = Outlet diameter of the turbine runner in m
t = Operation time in h

All cavities deeper on the runner shall not exceed 3 mm. Apart from those, IEC 60609 shall be
applied.

The Contractor shall be obliged to compensate to the Employer either by replacing the lost material
by welding or, if necessary, by replacing the runner by a new one, all at the Contractor's expense
and to the satisfaction of the Employer's Representative.

If during the guarantee period of 8000 h, repair of the lost material by welding and/or replacement of
a complete component by new one becomes necessary, the guarantee period will again be valid for
8000 h from the end of the complete repair work / replacement.

If the Contractor fails to reduce the cavitation up to acceptable level after 16000 operating hours, the
Employer shall have the right to reject the runner. The replacement has to be repeated until the
cavitation guarantee is fulfilled.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.3.13 Cracking
Cracking is not permitted, neither on the runner nor on other parts of the turbine. Should cracking be
detected within the guarantee period. the Contractor shall do the necessary repair and take
measures in respect of preventing any new cracking. After finishing of all repair measures, the
guarantee period restarts.

1.3.14 Vibration
The turbine shall be designed and installed so that a smooth operation within the entire specified
operation area will be ensured and undue vibration of any turbine components and of the civil work
will not occur.

For vibration evaluation, ISO 7919-5 and ISO 10816-5 shall be applied. Vibration measured during
the operation of the turbine-generating unit shall be within the area “A’’ specified by the both ISO
standards.

1.3.15 Noise
Noise level caused by the turbine is subject to guarantee.

Noise levels measured in the turbine pit at 1.5 m from the turbine shaft shall not exceed 85 dB(A).

1.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

1.4.1 Spiral Case and Stay Ring


The spiral case and stay ring shall be an integral part of welded construction and embedded in
concrete as much as possible. The spiral case shall be designed for a pressure of 2.1 MPa. if the
transient calculations and the turbine model tests will not require a higher value.

The spiral case and stay ring will be of multi-part design due to transport limitations. For easy
assembly at site, all parts (at least for the first unit) shall be pre-assembled in the workshop and the
joints shall be marked. The Contractor shall investigate if the stay ring can be transported in one
piece.

The spiral case will have the following provisions:


− One spiral case drainage pipe including a shut-off valve manual operated;
− Four pressure taps for determining the turbine discharge according to the Winter-Kennedy
method including pipes and shut-off valves. The taps will be separately connected via pipe to a
common pressure header suitably installed on the turbine floor;
− Taps/Connections including pipes, shut-off valves and instruments for turbine performance tests,
if applicable.

1.4.2 Guide Vanes and Regulating Mechanism


The guide vanes shall be of cast or forged stainless steel with not less than 13% chromium and 4%
nickel with integral vane stems. They shall have closing tendency through major operation range,
preferably though the entire range.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The design and number of the guide vanes shall be suitable to prevent vibrations during all operation
conditions. The guide vanes shall be carefully machined to be interchangeable. Special attention
shall be paid that the in the closed position all guide vanes shall have reliable contact and the contact
surfaces of neighbouring vanes shall be gap-free.

The guide vanes shall be equipped with three guide bearings and a thrust bearing. All bearings shall
be of self-lubricating type and adjustable. The bearings shall be replaceable without dismantling the
guide vane. Adequate seals shall be provided for protecting the bearings against the turbine water.
It is preferred to arrange the thrust bearing in the head cover.

Mechanical locking devices shall be provided to prevent any colliding of the guide vanes with the
runner, if a guide vane would be disconnected from the regulating ring by operation of the safety
element.

The regulating mechanism shall consist of the two servomotors, the regulating ring, links and lever
arms. The regulating ring shall be designed and dimensioned so that all guide vanes operate
simultaneously. It shall be safely and securely located by appropriate means to prevent either tilting
or binding. The regulating ring shall be guided and supported by bushings or pads made of self-
lubricating material, and the mating parts shall be fabricated from or lined with corrosion resistant
steel having a substantially higher hardness value than the self-lubricating material.

The guide vane levers and links shall be of cast steel or welded construction and be securely
connected with the guide vane stems by suitable elements. Either the levers or the links will be
designed to incorporate safety elements and to ensure that each vane is capable of being individually
adjusted. The safety elements shall prevent overstressing of the turbine parts and their proper
function shall be monitored.

The regulating ring shall be actuated by two double-pressure controlled servomotors. The
servomotor stroke shall be adjusted so that over-opening of the guide vane for 10% overload is
possible. Each servomotor shall be equipped with electronic position transducer for feedback to the
digit governor. For limiting opening and closing time of the guide vanes, orifices shall be installed in
the servomotors.

The guide vane opening shall be indicated by a pointer. Mechanical locking device shall be provided
to securely hold the guide vanes in the fully open and fully closed position.

1.4.3 Head Cover and Bottom Ring


The head cover and bottom ring shall be of cast steel or welded construction. They shall be designed
with sufficient strength and rigidity to prevent any distortion, deformation and any harmful vibration
during the operation. It is preferred to design both the head cover and the bottom ring as single body.

The head cover and bottom ring shall be provided with replaceable stationary wearing rings of
stainless steel at the location corresponding to the rotating wearing rings. The hardness of the
rotating rings shall be sufficient higher than that of the stationary rings.

The water side of the head cover and the bottom ring shall be designed for optimal flow condition to
the runner as far as practicable. Facing plates of stainless steel shall be provided over the entire
operation area of the guide vanes.

If necessary, pressure balancing pipe(s) with an orifice for reduction of hydraulic axial thrust shall be
provided. The size of the orifice shall be optimised during the commissioning.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The head cover shall be designed to drain the leakage water of the turbine by gravity to the drainage
sump of the powerhouse cavern.

The head cover and the bottom ring shall be equipped with
− necessary fittings for the guide vane bearings
− necessary fittings for the regulating ring (only head cover)
− vibration measuring sensors and provision for fixing them (only head cover)
− four openings for measuring the gaps between the stationary and the rotating wearing ring
− four pressure tapings for measuring pressure fluctuations between guide vanes and runner

1.4.4 Draft Tube

The draft tube including the flap gate operating section will be completely steel-lined. It shall consist
of
− the partly exposed conical section (draft tube cone), and
− the steel lined elbow and horizontal section completely embedded in concrete (draft tube liner).

The draft tube cone shall be fixed in a suitable manner to the steel lined section and the turbine
bottom ring. The construction shall be of such type, that no undue vibration and jarring occur. The
upper part will be of stainless steel with a length of minimum 600 mm. The lower part of the conical
steel plate section shall be provided with a weld joint for connection to the draft tube liner.

The draft tube cone shall be equipped following welded arrangements:


− One man-hole as below specified;
− One pressure tap arranged below the manhole for water level check before opening the manhole,
with a shut-off valve and a quick release coupling for connecting mobile manometer;
− Sufficient number of pressure taps for measuring the pressure below the runner;
− Pipe connection for balancing the hydraulic axial thrust, if applicable;
− Provisions for attachment of a maintenance platform in the draft tube cone for inspection of the
turbine runner;
− All necessary connections, piping and valves for the admission of stabilisation air to the draft
tube inlet.

The draft tube liner shall have a minimum thickness of 12 mm and be designed for the maximum
internal and maximum external pressure. The maximum external pressure shall consider the
tailwater level EL 1003 m asl and draft tube emptied; the maximum internal pressure will be
conditioned by the maximum pressure occurred in the worst case (e.g. load rejection of all units).

The draft tube liner shall be rigidly designed against vibration and pressure pulsation, internal and
external. Due to transport limitations, the draft tube liner shall be divided into sections. For easy
assembly at Site, all sections shall be pre-assembled in the workshop and the joints shall be marked.

The draft tube liner shall have ribs on the outside for reinforcement and adequate means for securely
anchoring it to the surrounding concrete of the powerhouse structure. Sufficient number of levelling
screws and holding-down bolts with turn-buckles shall be provided to permit centring, levelling and

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

securely maintaining the liner in alignment during embedding. Grouting and vent holes with closing
plugs tapped for pipe connections shall be provided as required to facilitate the placing of concrete.

The draft tube liner shall be provided with the following welded arrangements and equipment:
− Sufficient number of taps for pressure measurement due to net head calculation. The location of
the taps will correspond to those of the model turbine. The taps shall be separately connected
via pipe to a common pressure header suitably installed on the turbine floor;
− One dewatering pipe of DN200 from the deepest point upstream of the flap gate to the dewatering
sump, equipped with removable flush mounted screen and a manually operated guard valve;
− Two cooling water pipes with adequate size in the vertical walls upstream of the flap gate, one
for water taking in the left wall and another for water return in the right wall. The opening for
cooling water inlet shall be equipped with a removable flush mounted screen of the self-cleaning
type;
− One bypass pipe of DN150 from the vertical wall downstream of the flap gate to the cooling water
return pipe, equipped with a hand-operated shut-off valve;
− One man-hole as below specified in the vertical wall upstream of the flap gate for inspection of
the draft tube and flap gate in the closed position;
− Taps/Connections including pipes, shut-off valves and instruments for turbine operation and
performance tests.

The man-hole shall have 800 mm diameter and be of hinged type with a handle. It shall be designed
to withstand any turbine operating conditions. It shall be opened outward and its inside surface shall
be flush with the draft tube inside. Necessary stainless hinge pin, corrosion resistant bolts, supporting
washes and backing out screws shall be provided.

1.4.5 Turbine Runner


The turbine runner and the replaceable rotating labyrinth rings shall be of steel alloy with a material
content of at least 13% chromium and 4% nickel. The runner shall be either cast or made of a
combination of plate steel and cast components accurately assembled and welded together in the
shop. Manufacturing of the labyrinth rings as integral part of the runner needs to be approved by the
Employer/Engineer in advance.

The prototype runner shall be fully homogeneous to the model runner.

The construction of the runner shall be ample in size and strength to withstand stresses/loads
incident to the severest operational conditions and to preclude excessive vibrations.

All runner surfaces which form water passages shall be so carefully worked and shaped to a definite
curve that the highest possible efficiency may be obtained. The said surfaces shall be smooth and
free from hollows, depressions, cracks, or projections, which might cause pitting due to cavitation.
The roughness of upstream one-third and downstream one-third of the water passages shall be
minimum Ra 1.6, the roughness of the other part of the water passages shall be minimum Ra 3.2.

The runner and the turbine shaft shall be connected by bolts. The fastening of the runner shall be
made in such manner, that the transmission of driving torque is guaranteed under the severest
working conditions and that the runner can be easily removed and replaced by a spare runner.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The gap between the crown of the runner and the head cover shall be at least 5 mm larger than
required for jacking up of generator rotor for replacement of thrust bearing pads. Provisions shall be
made, to lift the runner without dismantling the turbine guide bearing, head cover, shaft seal, etc.
The final dimension shall be coordinated with the generator manufacturer.

The finished runner with labyrinth rings shall be carefully statically balanced in the workshop prior to
delivery to Site. The balance quality grade G 6.3 according to ISO 1940 shall be fulfilled.

The runner cone shall be of the same material as the runner. Its design shall consider the air aeration
for the partial load operation of the turbine.

1.4.6 Turbine Shaft and Intermediate Shaft


Both the turbine shaft and the intermediate shaft shall be forged, carbon or alloy steel with integrally
forged upper and lower flange for bolted connection. The shafts shall be subject to careful heat
treatment after forging.

The turbine shaft, the intermediate shafts and the generator shaft shall be manufactured in the same
workshop for performing joint run-out tests.

Dimensioning

The shafts shall be of ample size to operate safely at any speed up to the maximum runaway speed
without detrimental vibration or distortion. Operating at normal speed, at rated output, the stresses
occurring in the highest stressed cross-section of the shaft shall not exceed 25% of the yield strength
of the shaft material. For temporary overloads exceeding the rated output unit stresses not exceeding
50% of the yield strength will be permitted.

The Contractor shall establish the dimensions with respect to the overall design, load assumptions,
calculation of critical speed, etc. The relevant calculations, including also the determination of
maximum starting torque, short circuit forces, etc., shall be submitted to the Employer/Engineer for
approval before the related work is commenced. The shafts shall be designed free of any harmful
vibrations, deflections and/or deformations under any operation conditions.

The lowest critical speed of the combined rotating parts of the turbine and generator shall be at least
20% larger than the maximum runaway speed. The calculation shall be separately carried out by
both the turbine and the generator supplier. The finalization of the calculation shall be performed by
generator supplier.

The shafts shall have a concentric hole of a diameter not less than 150 mm throughout the entire
length. The hole inside shall be finished sufficiently smooth for inspection. The hole may be used for
aeration

A replaceable sleeve of stainless steel shall be provided at the location corresponding to the shaft
seal.

Coupling

All coupling dimensions shall conform essentially to ANSI/IEEE Std. 810-1987(R2001), "Standard
for Hydraulic Turbine and Generator Integrally Forged Shaft Couplings and Shaft Run-out
Tolerances", or an equivalent approved standard.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The coupling bolts and nuts for connections from the runner to the generator shaft as well as
wrenches, locking devices, protecting covers and special tools necessary for shop and field
assembly and disassembly of the shafts shall be provided.

The coupling bolt holes shall be drilled with the aid of a boring template and bushing or with NC
machine. The final procedure shall be coordinated and agreed with the generator supplier.

The torque transmission shall be realized by using pre-stressed bolts. The details shall be proposed
by the Contractor and approved by the Employer/Engineer.

Machining and Tolerances

The length shafts shall be finally determined during the design work of the turbine and generator.
The most suitable length of the shafts shall be coordinated by the turbine and the generator supplier
and agreed upon by the Employer/Engineer.

The shafts shall be accurately machined throughout and free of all flaws and imperfections. Bearing
and sealing surfaces provided for alignment checks shall be polished.

The balance quality of the turbine shaft, intermediate shaft and generator shaft shall be G 6.3
specified in ISO 1940.

The alignment of the shafts shall be checked by rotation. The run-out test will be performed for
combined shafts, too. The tolerances given in ANSI/IEEE Std. 810-1987(R2001) shall be applied.

1.4.7 Shaft Seal


At the place where the turbine shaft passes through the head cover, a shaft seal shall be provided.

The shaft seal shall be of axial sliding ring type, preferably hydrostatic type and shall prevent entering
of water from the head cover into the guide bearing and/or the turbine pit. Special attention shall be
given to the conditions when the turbine is at a standstill under maximum tailwater level. The sealing
elements shall be easily replaceable without dismantling the turbine shaft and turbine guide bearing.
In addition, the seal design shall include suitable precautions against contamination of the guide
bearing oil due to a malfunction of the seal.

The seal design shall enable quick and easy inspections, adjustment and exchange of worn parts.
Suitable combinations of corrosion resistant materials shall be used so, that the axial movable parts
cannot become jammed due to oxidation, deposit of solid elements carried along by the water, etc.

A separate maintenance seal shall be provided to prevent water entrance during turbine
maintenance. This maintenance seal shall be manually actuated by the compressed air supplied by
the compressed air system of the powerhouse cavern.

The shaft seal shall be cooled by water either from the common cooling water system of the
powerhouse cavern or from the extension pipe of the main inlet valve. The cooling water shall be
cleaned by a hydro cyclone micro filter and other filters. The consumption of filtered water through
the shaft seal shall be minimized and monitored during the operation.

Any leakage from the sealing shall directly be conveyed by separate pipes into the drainage holes
of the head cover and stay vanes.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

A suitable sealing wear indicator shall be provided at an easy accessible location on the head cover.
It shall be equipped with a limit switch.

All controls and valves needed for controlling and regulating the inflating fluid for the shaft seal and
maintenance seal shall be supplied. At least the following parameters shall be monitored and/or
locally indicated:
− Flow and pressure of the cooling water for the shaft seal;
− Fully open and fully closed position of the valve actuating the maintenance seal, air pressures at
both sides of the valve.

1.4.8 Turbine Guide Bearing


The turbine guide bearing shall be of self-oil lubricated shell type and located as near to the runner
as possible consistent with convenient access to shaft seal. The design shall permit axial movement
of the shaft as well as ready access for maintenance and replacement of the bearing.

The bearing components shall accommodate the instruments and control devices specified. The
bearing design shall prevent water entering the lubrication system, or any appreciable loss of oil by
leakage, creep age up the shaft, or overflow from any part of the oil system.

Under continuous operation, the temperature of the bearing shell metal shall not exceed 60°C. In
addition, the turbine guide bearing shall be capable to operate without injury:
− continuously at any speed from 50% to 110% rated speed at any applicable loading condition;
− for 15 min at rated speed and full load, followed by an emergency shutdown to standstill, without
cooling water supply;
− for 15 min at any speed between 110% rated and runaway speed;
− for 5 min at runaway speed without cooling water supply.

The bearing shell shall be lined with a high-grade anti-friction metal securely anchored to the bearing
backing. The finished elements shall be trial fitted to the shaft bearing journal in the shop.

The bearing housing shall be designed to support the bearing elements rigidly and transmit the load
due to maximum side thrust of the runner to the turbine housing cover. It shall be split vertically,
rigidly bolted together, to permit removal without dismantling the shaft. A housing cover shall be
provided with suitable inspection openings with covers or transparent windows and equipped with
an oil mist separator.

Oil shall be circulated through the bearing by shaft rotation. An oil reservoir of sufficient capacity to
contain all oil required by the bearing lubrication system shall be provided around the bearing. All
circulating devices, strainers and other accessories required for a complete lubrication system shall
be provided. Oil fill and drain pipe with stop valves shall be provided to a suitable location. The first
filling of the oil is included in the scope of supply. Equipment for oil vapor extraction shall be provided
and installed at a suitable location. Quick release coupling for connecting mobile oil treatment
equipment specified in Chapter 8 shall be arranged so, that oil can be externally filtered during
turbine operation and/or standstill.

If required, a corrosion resistant oil/water heat exchanger shall be arranged outside of the bearing
housing. The heat exchanger shall be easy accessible and replaceable. The necessary cooling water
shall be supplied by the common cooling water system. If the oil circulation through the heat

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

exchanger cannot maintained by the shaft rotation, two identical oil pumps (one for service and other
one as stand-by) shall be provided to circulate the oil from the oil reservoir to the heat exchanger.

The turbine supplier and the generator supplier shall coordinate to select the same oil for the turbine
guide bearing, the lower and the upper generator bearing as well as the turbine governor oil system.

The turbine guide bearing shall be equipped with all equipment and instruments necessary for safe
and reliable operation. At least the following parameters shall be monitored and/or locally indicated:
− Oil level in the oil reservoir;
− Oil temperature and oil pressure;
− Bearing shell temperature at minimum two separate locations;
− Water contamination;
− Flow and pressure of the cooling water, if heat exchanger is used.

1.4.9 Turbine Pit Liner


The pit liner shall be of steel plate with thickness not less than 10 mm and extend from the stay ring
to the turbine floor. It shall be equipped with supports for the servomotors, necessary stiffening ribs,
pathways, platforms, etc. for access to the turbine parts.

1.5 PROVISION FOR AIR ADMISSION

Each turbine shall be designed and fabricated with all the necessary air admission provisions,
including pipes, valves and remote-control devices, to inject compressed air to the suction side of
runner and/or draft tube during partial load and other operating conditions. The location of the air
admission inlets, pipe and valve sizes shall be finalized by the turbine supplier based on his
experience.

If the shaft bore would be used for aeration of the suction side of runner, particular attention shall be
paid to prevent water leakage through the shaft coupling.

The final selection of the aeration method shall be proposed by the Contractor and approved by the
Employer/Engineer. The start and the end of the aeration shall be monitored.

1.6 INSTRUMENTATION AND SAFETY DEVICES

The turbine and its auxiliary equipment shall be furnished with all instruments, control, etc.,
necessary for manual and automatic start-up, shut-down and supervision of the operation. All
conditions of importance for operation shall be monitored. On occurrence of a failure, an alarm signal
shall be given, and if dangerous operating condition occurs, normal or emergency shut-down of the
generating unit shall be initiated.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
− Pressure in the spiral case

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Guide vane position, guide vane safety elements


− Pressure fluctuations between guide vanes and runner
− Pressure below the runner
− Pressure in the draft tube liner
− For the turbine guide bearing as specified in the Subsection 1.5.8
− For the shaft seal as specified in the Subsection 1.5.7

A mechanical-hydraulic over speed protection device shall be delivered as specified under the
Subchapter “Turbine Governor”.

Each turbine-generating unit shall be equipped with a vibration monitoring system supplied within
the Computerized Control System of the power station. Provisions for fixing of the sensors onto the
turbine components shall be provided.

1.7 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling, adjustment
and maintenance of all turbine components, shall be included in the scope of supply, including all
auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

At least the following parts shall be provided:


− Three overhead handling systems, each consisting of a circular runway beam, with suspended
under running lifting beam, push trolleys, electric hoist(s), fittings, etc. installed in the turbine pit
for assembly and dismantling of the turbine components. The lifting capacity shall correspond to
the heaviest part to be lifted;
− Six rails with soleplate, rail hold down clips and bolts installed on the turbine floor, and one
transport cart for removal and transport of the turbine components;
− One set of maintenance platform of aluminium to be installed in the draft tube cone, capable for
a specific load of minimum 5 kN/m²;
− One set of templates for the runner blades, consisting of at least four templates spaced along
the vertical height of the blades, to check the blade profile, inclination and thickness;
− One set of templates for the guide vanes to check the vane profile;
− One hydraulic unit including all auxiliaries for pre-stressing connection bolts of the shafts;
− Two mobile manometers.

1.8 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.8.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

1.8.2 Special Spare Parts


Each of the following special spare parts shall be offered as Option:
− One spare runner with all parts for connecting to the turbine shaft
− One set of stationary labyrinth ring
− One set of guide vanes with bearings and safety elements including the necessary fixing and
sealing elements
− One set of safety elements for the guide vane regulating mechanism
− Three axial sliding rings for the shaft seal
− Three seal rings for maintenance seal
− One set of turbine guide bearing shell
− One set of wearing parts of the turbine guide bearing
− One set of instruments

One set is defined as the total quantity used for one turbine.

1.8.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

1.9 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

1.9.1 Runner and Guide Vanes


Inspection and testing of the runners and guide vanes shall be performed in the foundry and in the
workshop of the turbine manufacturer. The following tests shall be provided as minimum:
− Chemical analysis
− Thermal treatment inspection (including stress relieving)
− Two tensile tests (yield point, strength, elongation, reduction of area)
− Notch bar impact test at -20°C
− Surface crack inspection by liquid penetrant method or equivalent (100%)
− Ultrasonic tests (100%) and Magnetic particle tests (100%)
− Check of surface roughness

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Dimension check including inspection of conformity with the model


− Static balancing (runner only)

1.9.2 Turbine Shaft and Intermediate Shaft


Inspection and testing of each shaft shall include the following:
− Chemical analysis including hydrogen content
− Thermal treatment inspection (including stress-relieving), test report
− Tensile tests (yield point, strength, elongation, reduction of area) radial and tangential specimen
− Notch bar impact tests at 0°C
− Surface crack inspection by liquid penetrant method or equivalent (100%)
− Magnetic particle testing (100%), especially at coupling flanges
− Ultrasonic inspection on pre-machined shaft
− Baroscopic examination (no indication of segregations or cracks permissible)
− Surface roughness inspection on finished surface
− Dimension check including run out check, separately and joint

With regard to ultrasonic inspection, the shafts will be subject to rejection in case of travelling
indications or any other indications which have complete loss or back reflection. Porosity indications
will not be allowed beyond a level to be stated after mutual agreement with the Employer/Engineer.

1.9.3 Turbine Guide Bearing


Inspection and testing of each final machined bearing shall include the following:
− Chemical analysis of the bearing metal
− Hardness of bearing metal
− Surface roughness of the bearing lining
− Bonding test of bearing lining according to ISO 4386 (ultrasonic test)

1.9.4 Servomotor
Each servomotor shall be pressure tested at a pressure corresponding to 150% of the design
pressure. Oil leakage shall be measured at the maximum operation pressure for minimum 30 min.

1.9.5 Welding Seams


As far as practicable, welding seams of the main components specified in Subsection 1.5 shall be
tested 100% VT, 100% MT or PT and 100% UT or TOFD. If the test result would not provide clear
statement, X-ray shall be applied.

Examination grade and criteria for the acceptance shall be according to EN 12062. The Acceptance
criteria of defects are as follow:
− VT – EN ISO 5817 level B
− MT – EN ISO 23278 level 2X

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− PT – EN ISO 23277 level 2X


− RT – EN ISO 12517-1 level 1
− UT – EN ISO 11666 technique 1, level 2 with characterization of defects bigger than the
evaluation level. Planar indication shall be eliminated
− TOFD – EN 15617 level 1

1.9.6 Workshop Assembly


The general requirements specified in Chapter 0 of this PTS shall be considered.

At least for the first turbine, the following main component of the turbine shall be assembled in the
workshop:
− Spiral case and stay ring
− Guide vane and regulating mechanism include head cover and bottom ring
− Servomotor
− Turbine guide bearing
− Shaft seal
− Draft tube liner

1.10 INSTALLATION AND TESTS AT SITE

1.10.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer in
due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with the IEC-standards (e.g.
IEC 60545) as well as other reputed international and national standards. The protocols/reports shall
be included in the as-built documentation and handed over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in the
scope of supply for recording the necessary data during the commissioning.

1.10.2 Installation, Measurement and Tests


Two months prior to the turbine installation at the Site, the Contractor shall submit a description to
explain the turbine installation procedure.

All pipes and permanent materials required for anchoring and supporting the embedded parts of the
turbine during concreting must be delivered and installed by the Contractor in due time. Pipes welded
at Site shall be pressure tested at a pressure of 1.5 times the maximum operation pressure prior to
the painting.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Welding performed at Site on the spiral case and draft tube shall be tested 100% VT, 100% MT or
PT and 100% UT or TOFD. If the test result would not provide clear statement, X-ray shall be applied.
The requirement about examination grade and acceptance criteria specified in Subsection 1.9.5
shall apply.

Screws and nuts shall be tightened by using adequate torque wrench and be secured, if necessary.

After assembly of the spiral case and stay ring, a pressure test at 150% of the design pressure shall
be carried out under fully responsibility of the Contractor. All devices and auxiliaries necessary for
the test shall be included in the scope of supply of the Contractor.

The pressure inside the spiral case during the entire embedment shall be proposed by the Contractor
and lateral agreed.

The following measurements shall be carried out as minimum:


− Elevation of the spiral case middle line (turbine setting)
− Axial and radial gaps between the rotating and stationary labyrinth rings
− Bearing clearance
− Axial run-out of the shaft flanges
− Run-out tests of the complete rotating parts
− Clearances between the guide vanes and head cover / bottom ring
− Gaps between neighbour guide vanes in fully closed position

All signals shall be verified to eliminate fault.

The complete oil system for the turbine guide bearing shall be flushed, including the bearing
assembled. The flushing oil shall be replaced by new oil used for the operation.

1.10.3 Dry-Commissioning
After completion of the installation, the function of individual components shall be separately checked
in dry-condition, e.g. the lubricating system for the turbine guide bearing, movement of the guide
vanes and regulating mechanism, automatic valves.

1.10.4 Wet-Commissioning

After water filling of the waterway and the turbine and successful commissioning of all auxiliary
equipment necessary for the operation of the turbine-generating unit, wet commissioning of the
turbine-generating unit shall be performed in accordance with the relevant IEC standards.

At least the following tests shall be performed, with one turbine-generating unit and with up to all
units simultaneous:
− Stationary turbine operation including speed no-load and load change
− Start and normal stop of the turbine-generating unit
− Necessary tests required by generator and electric equipment
− Quick and emergency stop

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Load rejections
− Closing of the main inlet valve whilst guide vanes blocked in complete open position
− Isolated operation
− Dewatering of the headrace tunnel using turbine-generating unit(s) by no-load operation method.
However, since the elevation difference between the draft tube outlet (968.90 m asl) and outlet
structure tailbay sill level (982.80) is 13,9 m, the accumulated water in the tailrace tunnel after
no-load operation will be dewatered via dewatering pumps inside the powerhouse.
The tests shall show that
− the turbine operates stable and safe in the whole operation range;
− the power outputs are not less than the guaranteed ones
− the vibration of the guide vanes, the shafts and the bearings as well as the pressure pulsation in
the draft tube are within the permissible limits;
− the maximum pressure and speed rise due to load rejections is not higher than the guaranteed
one.

1.11 TURBINE MODEL TESTS

The model weighted hydraulic efficiency will be determined on the


basis of a homologous model test in accordance to IEC 60193 and will
be used for bid evaluation and determination of liquidated damages.

1.11.1 General
The turbine model tests shall be offered as Option. In case a Tenderer has at his disposal a turbine
model that he considers suitable for the design of the turbine subject to these Specifications and an
acceptance test of this model in the presence of an Independent Agency has been already carried
out, the Tenderer shall include in his Bid, for information, the final model test report relevant to the
existing model.

The main purpose of the model tests shall be to demonstrate that the prototype performance
predicted by the model tests satisfies the performance guarantees established in this Chapter, to
obtain the model complete performance and cavitation characteristics, hydraulic thrusts, dynamic
stresses, etc and to allow investigation of pressure pulsation phenomena as a function of the turbine
discharge.

The turbine model tests shall be carried out according to IEC 60193.

All tests of the model including the tests witnessed by the Employer and the Employer's
Representative shall be completed before starting manufacturing and casting of the turbine
components. If the performances predicted by the model tests do not satisfy the guaranteed ones,
the Contractor shall execute at his own expenses all necessary modifications to ensure compliance
with the guaranteed performance.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.11.2 Model Turbine


The model turbine shall be fully homologous to the prototype. The reference diameter of the runner
shall not be less that required by IEC 60193. The Contractor shall submit outline drawings of the
model.

The model shall have provisions for visually observing the cavitation occurring on the outlet side of
the runner by means of transparent parts in the draft tube.

The Contractor shall keep the model turbine for at least two years from starting commercial operation
of the last turbine generating unit.

1.11.3 Model Test Scope


The model test report shall include, but not be limited to the following performance data:
− Complete performance diagram of the turbine giving efficiencies versus unit speed and unit
discharge for different guide vane openings, spaced at intervals of 10% of guide vane opening
and starting from 30% to full opening. The diagram shall be extended in a wide range of unit
speed.
− Runaway unit speed versus discharge and guide vane opening.
− Complete cavitation characteristic curves for the turbine, showing critical values of the cavitation
parameter versus unit speed and unit discharge for different guide vane openings.
− Model turbine cavitation test results showing unit power, unit discharge and efficiency as
functions of sigma for guide vane openings and values of unit speed.
− Results of model tests demonstrating the effect of auxiliary devices, if any, designed to improve
prototype performance. The effect of these devices shall be considered in the other reported
model tests data.
− Amplitude of spiral case and draft tube pressure pulsations for various unit speeds and in all the
range of plant sigma, and for guide vane openings from 30% to full opening, spaced at 10%
interval. Frequency analysis of pressure pulsations shall be included. If any device is adopted to
minimize pressure pulsations, an additional set of curves shall be given.
− During the model tests the best location of the Winter-Kennedy taps shall be determined. The
pressure taps shall be arranged in such a way that a straight-line result on the plot, which can
be readily assessed by the flow metering equipment of the prototype. The utmost attention shall
be paid to the calibration of the taps on which the Index Tests on site shall be based.
− Hydraulic axial thrust.
− Radial forces
− Torque oscillations and frequency analysis.
− Checking torque on the guide vane stem.

The guaranteed prototype characteristics including efficiencies shall be converted from the model
characteristics including efficiencies by applying the scale-up standard procedure and values as
stipulated in IEC 60193. In addition, conversion shall be done according to IEC 62097 for
comparison.

After completion of the model tests, a report shall be prepared by the Contractor and submitted to
the Employer/Engineer 28 days prior to the acceptance tests.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

No time extension shall be granted for any delay of the model tests.

1.11.4 Acceptance Tests


When the Contractor has achieved acceptable model performance in preliminary model tests, an
acceptance test shall be conducted by the Contractor in the presence of the Employer/Engineer.
The individual tests to be conducted during this witnessed acceptance test shall be defined by the
Employer/Engineer, who will have the right to request those tests which he deems necessary to
demonstrate to his satisfaction the Contractor's compliance with the respective parts of the
Specifications.

All tests of the model including the tests witnessed by the Employer/Engineer shall be completed
before starting manufacturing and casting of the turbine components. If the performances predicted
by the model tests do not satisfy the guaranteed ones, the Contractor shall execute at his own
expenses all necessary modifications to ensure compliance with the guaranteed performance.

Acceptance of the turbine model performance shall not relieve the Contractor from his responsibility
in respect of the operation guarantees of the prototype, stipulated in this Chapter.

1.12 PROTOTYPE EFFICIENCY TESTS (OPTION)

For verifying the turbine efficiency of the prototype, a field acceptance test using thermodynamic
method specified by IEC 60041 shall be offered as Option. The turbine to be tested shall be selected
by the Employer/Engineer. The Employer may require to performing the field acceptance test on all
turbines.

All equipment/devices and personal expenses necessary for carrying out the tests shall be included
in the scope of supply. All necessary provisions on the turbines shall be designed and constructed
without any additional cost.

Totally fifteen measurements shall be included as minimum. All technical details of the tests shall be
agreed between the Contractor and the Employer/Engineer.

The Tenderer shall include in his offer a description about the test procedure, instruments and
measuring apparatuses. The description shall mention all measures and arrangements, which shall
be taken but will not be included in the Contractor’s scope of supply (e.g. measurement of the
generator losses).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 1-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 2: TURBINE GOVERNOR

Table of Contents

2. TURBINE GOVERNOR ........................................................................................................... 1


2.1 GENERAL .......................................................................................................................................... 1
2.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
2.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 1
2.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 3
2.4.1 Digital Governor and Cubicle ..................................................................................................... 3
2.4.2 Speed Measuring Device ........................................................................................................... 4
2.4.3 Power Measuring Device ........................................................................................................... 4
2.4.4 Mechanical Overspeed Protection Device ................................................................................. 4
2.4.5 Governor Actuator ..................................................................................................................... 5
2.4.6 Oil Pressure Unit (OPU) ............................................................................................................ 5
2.5 INSTRUMENTATION AND SAFETY DEVICES ................................................................................ 7
2.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 7
2.7 SPARE PARTS .................................................................................................................................. 7
2.7.1 General Spare Parts .................................................................................................................. 7
2.7.2 Special Spare Parts ................................................................................................................... 8
2.7.3 Recommended Spare Parts ...................................................................................................... 8
2.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 8
2.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 8
2.9.1 General ...................................................................................................................................... 8
2.9.2 Installation, Measurement and Tests ......................................................................................... 9
2.9.3 Dry-Commissioning ................................................................................................................... 9
2.9.4 Wet-Commissioning ................................................................................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

2. TURBINE GOVERNOR

2.1 GENERAL

Each Francis turbine of Tamakoshi V HEP shall be equipped with a turbine governor of digital electro-
hydraulic type.

The governor construction shall enable all maintenance and repair work, which will require standstill
of the turbine, within the shortest possible time. All governor components to be dismantled shall be
equipped with eyebolts, lugs and/or other devices to facilitate handling, installation and removal.

2.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) Three turbine governors, each with the following main components


− Digital governor
− Speed measuring device
− Power measuring device
− Mechanical overspeed protection device
− Electric feedback transmitters for guide vane servomotors
− Governor actuator
− Oil pressure unit

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter

Pipes, valves and auxiliaries necessary for installation, commissioning and safe operation of the
power plant shall be included in the scope of Work and Supply of the Contractor.

2.3 DESIGN CRITERIA AND OPERATION CONDITIONS

The turbine governor shall be of the PID type, designed in accordance with latest relating IEC-
Standards, with electric feedback between the guide vane servomotors and the digital governor. The
turbine governor shall have state of the art design, be optimized for stable and safe commercial
operation of the turbine and fully compatible with the Automation Control System of the power
station.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Whilst configuration of the governor, particular attention shall be paid to the fact, that the operation
of Tamakoshi V HEP is solely determined by the discharge released from UTK, which is designed
as power plant for peak load with six Pelton units.

All equipment shall be provided for fully automatic operation. An automatic start-up control system
shall enable start-up and synchronizing of the turbine-generating unit within the shortest time
permissible.

The positioning times for the set points of speed, power and guide vane position of the governor
shall be adjustable during commissioning in accordance with governor settings and requirements
due to hydraulic transients at power changes. In order to attain a satisfactory optimisation of the
governor, the amplification and integral action time shall be as smoothly adjustable as possible over
a large range.

The governor shall ensure stable operation under all operating conditions. Therefore, a distinction
shall be made between parallel operation with/without other machines in the grid and isolated
operation.

The digital governor shall allow the following control modes:


− Speed control (PID),
− Power-frequency control (PI), and
− Opening control (PID).

Switch-over from one control mode to another and vice versa shall be bump-free.

In order to achieve rapid correction of frequency fluctuations in parallel operation, power-frequency


control shall be performed by linear, adjustable power-frequency droop function, specially optimised
for the purpose and conditions of the Tamakoshi V HEP.

In the parallel operation (power-frequency control) the digital governor shall check permanently if the
adjustable speed band is violated to guarantee the detection of grid disturbances in a reliable way.
The width of the speed band shall be adjustable. If the speed band is violated, the digital governor
shall switch automatically to the speed control mode using the isolated mode parameters.

The signal for power control shall be obtained from the generator instrumentation. The power shall
be controlled at an accuracy of less than 1%.

The speed signals shall be obtained from a voltage transformer located on the output terminals of
the generator and from a toothed wheel on the turbine shaft operating with proximity transducers.

The speed controller shall respond to deviations in frequency less than 0.01 Hz. In addition to the
set-point adjuster, it shall be possible for a superimposed device to transfer binary signals of speed,
power, deflector and needle positions. The set points of speed, deflector and needle positions, and
power shall not be affected by alterations of the speed droop.

The following functions shall be included in the governor:


− Speed control at no load operation
− Automatic start and stop sequences, including automatic synchronization
− Manual start and stop by sequences of linked control actions

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Power output control; operation at output limitation with power feed back
− Frequency regulation in the parallel operation and in the isolated mode
− Load sharing between the units in "joint control" mode
− Quick shutdown in case of mechanical failures
− Emergency shutdown on electrical failures

The governor shall monitor all conditions of importance for operation. On occurrence of a failure, an
alarm signal shall be given, and if dangerous operating condition occurs, normal or emergency shut-
down of the generating unit shall be initiated.

The opening and closing time of the guide vane servomotors shall be adjustable.

The pressured oil system shall be designed for maximum PN 160.

2.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

2.4.1 Digital Governor and Cubicle


The digital electronic governor shall be state-of-the-art. It will be installed in a cubicle, which will be
arranged in line with the Unit Control Board (UCB) on the Machine Hall Floor. For receiving uniform
size, shape, type and color of the cubicles in the line, the governor cubicle shall be designed in close
co-ordination with the UCB equipment.

The cubicle shall have a touch screen for displaying the setting values, real time values setting range
and other governor operating parameters. All required adjustments and indications for the digital
governor shall be provided on the screen. The set-point adjusters shall be of the digital type. The
front side of the cubicle shall be equipped with key-operated switches for the mode changes
Manual/Automatic and Local/ Remote.

In the cubicle, two independent, mechanical interlocked connections for 240 V AC-power supply
shall be provided. If one supply is interrupted, the other connection will be automatically switched.
The DC-power supply shall be 110 V. For lower voltage use, DC-DC convert shall be provided in the
cubicle. The cubicle shall contain the special power supply unit for the electrical control centre and
its external measuring devices, the necessary individual controllers for speed, power and guide vane
position, the monitoring and protection devices for the electrical equipment with the corresponding
operating signals and fault alarms.

All electronic equipment shall be protected against high voltage "spikes" or interference of the supply
voltage and against electromagnetic influence or interference of surrounding equipment. All
equipment in the cubicles and the cubicle itself shall be protected against mechanical vibrations of
other equipment. The entire system shall be designed for operating permanently under a
temperature from 5 to 450C and from 30% to 100% relative humidity.

The following on-line diagnostic functions shall be provided as minimum:


− Overspeed,
− Program error and clock fault,
− Digital processor fault,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Power supply fault,


− Hydraulic control system fault,
− Real power feedback fault,
− Network frequency signal fault,
− Speed sensing system fault,
− Guide vane position feedback fault.
− Off-Line Diagnostic Functions

Off-line functions are defined to be conditions which can be monitored, verified, or displayed only
from a laptop terminal. The following off-line diagnostic functions shall be accessible at the laptop
terminal without requiring shut down of the unit:
− Review and adjustment of the parameters of the digital filters,
− Review of governor parameters,
− Review of software programming, and
− Revision and adjustment of software programming.

The cubicle shall be equipped with all standard devices like lighting, ventilation, spare terminals,
standard socket (230 V AC, 50 Hz), etc.

2.4.2 Speed Measuring Device


Frequency measurement for the digital governor shall use the voltage metering transformer of the
generator. The device shall respond to frequency deviations less than 0.002 Hz. The controller shall
accomplish automatic speed control in the range of 85% to 115%.

Toothed wheel on the turbine shaft with two inductive proximity sensors shall be used for the speed
measurement and speed control. The speed signal of one sensor will be used for the speed control
during starting and stopping of the turbine-generating unit, and as back-up of the frequency
measurement. The second sensor shall be used for speed indication and for the electric speed
switches, i.e. it shall cover the range of 0 to 200% rated speed. The speed switches shall be
adjustable. The speed switches shall signal the speed criteria to control the generator brakes,
excitation "on", etc., and shall also signal over-speed, standstill etc.

2.4.3 Power Measuring Device


The power measuring device shall measure the active power output of the generator and shall be
hard-wired and arranged as close as possible to the measuring point. The measurement range for
automatic control and indication shall cover a range of 0 to 120% of the generator power.

2.4.4 Mechanical Overspeed Protection Device


A mechanical overspeed device shall be mounted on the turbine shaft or the intermediate shaft for
shutdown of the turbine-generating unit in case of excessive speed. This device shall have direct
hydraulic action on the governor pressured oil system paralleled to the emergency shutdown valve,
thus initiate immediate closing of the turbine.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The device shall be adjustable within a certain range above the maximum load rejection speed and
be equipped with necessary oil pipes and isolating valves for connection to the governor pressured
oil system.

2.4.5 Governor Actuator


The governor actuator shall accommodate the components for the electro-hydraulic converters and
hydraulic amplifiers. Manual control of the turbine, main inlet valve and the draft tube flap gate shall
be possible from the governor actuator. The guide vane regulation through electronic circuits shall
take place in the digital governor, but conversion and amplification of the signals will be
accomplished by the governor actuator.

The electro-hydraulic converters shall convert the signals from the digital-electronic governor into
corresponding mechanical quantities (travels). The guide vane regulating apparatus and, if
applicable, also the actuator shall be connected to the main and emergency electronic governor
solely by electrical wiring for transmission of the correcting signals and feedback values. The
actuator shall be preferably arranged on the oil pressure unit of the governor.

The hydraulic amplifier consists essentially of the main pilot and control valves connected by pipes
to the servomotors and to the oil pressure unit. In the pilot and control valves, the actuating times
shall be limited according to the requirements for allowable speed variations.

At least following hydraulic control valves shall be provided:


− A proportional valve (servo valve) for guide vane servomotor, which shall be used during
operation in automatic mode (frequency regulation);
− A hydraulic valve for manual positioning of the guide vanes;
− Redundant quick closure valves for quick shutdown of the turbine, which shall override other
governor functions;
− Hydraulic control valves for operating the main inlet valve, redundant quick closure valves for
quick shutdown of the main inlet valve;
− Hydraulic control valves for operating the draft tube flap gate, including operation interlocking
between the main inlet valve and the draft tube flap gate as specified in Chapter 4.

The control valves for manual operation of the turbine and main inlet valve shall be preferably
arranged on the oil pressure unit, whilst those for manual operation of the draft tube flap gate shall
be arranged next to its servomotor.

2.4.6 Oil Pressure Unit (OPU)


The oil pressure unit shall essentially comprise one oil sump tank, two oil pumps (one for service
and one as standby), oil double filter, one piston type accumulator with sufficient nitrogen bottles,
one bypass oil filtering system and, if necessary, one oil/water heat exchanger. The nominal
pressure shall not be higher than 16.0 MPa and can be chosen in accordance with the Contractor's
experiences.

The oil pressure unit shall be designed for common use of the turbine governor, the main inlet valve
and the draft tube flap gate. However, the control circuit including control and safety valves for those
three parts shall be provided separately.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

With the oil at steady temperature and with the oil pump in operation, the system shall withstand at
least 15 min without cooling water and 5 min without oil external circulation without reaching
dangerous temperatures. In any case the operation temperature shall not exceed 65°C.

When the turbine-generating unit is in operation, the service oil pump shall continuously run and
discharge the oil either into the accumulator or back to the oil sump tank depending on the pressure
in the accumulator. The standby oil pump shall be automatically put into operation in case of failure
of the service pump and/or abnormal pressure loss in the accumulator.

The oil sump tank shall be of welded steel plate construction. Its effective capacity shall be at least
10% larger than the total oil quantity contained in the entire oil system. All oil drainage, leakage
and/or exhaust pipes shall be conveyed to the oil tank. The oil tank shall be equipped with a suitable
access opening, filtered air vent, connections for filling and drain, filters and quick release coupling
for the connection to the mobile oil treatment plant provided under Chapter 8. An oil mist separator
shall be provided on the oil tank.

The two oil pumps shall be installed in the oil sump tank, each having a capacity per minute of at
least one and half (1½) times total volume of all servomotors and control valves. The pumps shall
be electric motor driven and have a rated speed not higher than 1500 rpm. Each pump shall be
equipped with strainer, check valve, unloader valve, safety valve, safety switch and all other
accessories necessary for reliable operation. Provisions shall be made to allow the complete
disconnection of a pump from the system for maintenance without compromising the system
operation.

A double filter shall be provided and allow by means of 3-way valves the cleaning or replacement of
the mesh cartridge from one filter side without interruption of the filtering procedure. The filter shall
be arranged on or within the oil sump tank in such way that maintenance works can be done easily.

The piston type accumulator shall have sufficient capacity to maintain the following activities at the
minimum operation pressure and without any support of the oil pumps:
− Operate three full strokes of the guide vane servomotors (close – open – close) including
movement of all necessary control valves, plus
− Operate one opening strokes of the MIV servomotor(s) and two full strokes of the bypass valve
servomotors (open – close) including movement of all necessary control valves, plus
− Move the draft tube flap gate from the fully closed position to the fully open position including
movement of all necessary control valves.
Shut-off valves shall be provided to isolate the accumulator from the system and/or the nitrogen
bottle as well as to drain the oil in the accumulator to the sump tank. In addition, the accumulator
shall be equipped with a safety valve.

The number of the nitrogen bottle shall be optimized so that a bottle can be isolated and replaced
without disturb of the proper operation of the oil pressure unit.

A bypass oil filtering system shall be installed to the oil sump tank and will have a circulating pump,
a double filter, and if necessary, a corrosion resistant oil/water heat exchanger, which shall be
arranged outside of the oil sump tank and easy accessible and replaceable. The required cooling
water shall be supplied by the common cooling water system of the powerhouse cavern.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The oil pressure unit shall be equipped with all equipment and instruments necessary for safe and
reliable operation. At least the following parameters shall be monitored and/or locally indicated:
− Oil level, oil temperature and water contamination in the oil sump tank;
− Oil level and oil pressure in the accumulator;
− Oil pressure in the system, at the pressure side of each oil pump;
− Oil pressure bevor and behind the oil filters;
− Pressure of the nitrogen bottles;
− Oil temperature bevor and behind the heat exchanger, if applicable.

The supply shall include the oil for flushing and first filling.

2.5 INSTRUMENTATION AND SAFETY DEVICES

The turbine governor shall be furnished with all instruments, control, etc., necessary for manual and
automatic start-up, shut-down and supervision of the operation. All conditions of importance for
operation shall be monitored. On occurrence of a failure, an alarm signal will be given, and if
dangerous operating condition occurs, normal or emergency shut-down of the generating unit will
be initiated.

The minimum scope of measurement, monitoring and indicating instruments are specified in the
relating Subsections describing the turbine governor components. The Contractor shall add
instrumentation and/or safety device, where it is required.

Control devices of the hydraulic governor shall be installed on the oil sump tank as far as possible,
easily accessible for maintenance and setting.

2.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling, adjustment
and maintenance of all governor components, shall be included in the scope of supply, including all
auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

2.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

2.7.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

2.7.2 Special Spare Parts


Each of the following special spare parts shall be offered as Option:
− One set of speed sensing device for governor
− One hydraulic control valve of each type (including main inlet valve and draft tube flap gate)
− One complete electro-hydraulic pilot valve (actuator)
− One complete solenoid valve of each type
− Two sensing elements for servomotor position
− Two limit switch and 2 (two) pressure switches of each type
− One complete governor oil pump-motor-unit
− One set of all gaskets and sealing material for the pumps
− Three sets of strainer cartridges for the oil pressure unit
− One contact pressure gauge of each type
− One set of contact thermometer
− One level switch of each type
− Two of each type of measuring indicator on governor
− One set of all electronic circuit plug-in modular electronic cards, electronic relays, and other
electric replacement parts with its accessories.

One set is defined as the total quantity used for one governor.

2.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

2.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

The oil sump tanks including the oil pump sets and control valves shall be assembled in the
workshop. The functions of the hydraulic governor shall be tested prior to ex-work transportation.

2.9 INSTALLATION AND TESTS AT SITE

2.9.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/Engineer in
due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with the IEC-standards as well
as other reputed international and national standards. The protocols/reports shall be included in the
as-built documentation and handed over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in the
scope of supply for recording the necessary data during the commissioning.

2.9.2 Installation, Measurement and Tests


Two months prior to the turbine installation at the Site, the Contractor shall submit a description to
explain the turbine installation procedure.

All pipes and permanent materials required for anchoring and supporting the embedded parts of the
turbine during concreting must be delivered and installed by the Contractor in due time. Pipes welded
at Site shall be pressure tested at a pressure of 1.5 times the maximum operation pressure prior to
the painting.

Screws and nuts shall be tightened by using adequate torque wrench and be secured, if necessary.

All signals shall be verified to eliminate fault.

The complete oil system for the hydraulic governor shall be flushed.

2.9.3 Dry-Commissioning
After completion of the installation, the function of digital governor and the hydraulic governor shall
be separately checked and tested.

The minimum capacity of the piston type accumulator shall be verified.

2.9.4 Wet-Commissioning
The wet commissioning of the turbine governor shall be performed in accordance with the relevant
IEC standards in close cooperation with the turbine-generating unit.

The capacity of the hydraulic governor without the supporting of the oil pumps shall be verified.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 2-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 3: MAIN INLET VALVE

Table of Contents

3. MAIN INLET VALVE ................................................................................................................ 1


3.1 GENERAL .......................................................................................................................................... 1
3.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
3.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 1
3.3.1 General ...................................................................................................................................... 1
3.3.2 Type ........................................................................................................................................... 2
3.3.3 Nominal Diameter ...................................................................................................................... 2
3.3.4 Design Pressure ........................................................................................................................ 2
3.3.5 Design Flow ............................................................................................................................... 2
3.3.6 Operation Mechanism ................................................................................................................ 2
3.3.7 Head Losses and Leakage ........................................................................................................ 3
3.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 3
3.4.1 Valve Body and Support Foundation ......................................................................................... 3
3.4.2 Valve Rotor and Trunnions ........................................................................................................ 3
3.4.3 Trunnion Sealing and Bearing ................................................................................................... 3
3.4.4 Service Seal and Maintenance Seal .......................................................................................... 4
3.4.5 Valve Operation Mechanism ...................................................................................................... 4
3.4.6 Extension Pipe ........................................................................................................................... 4
3.4.7 Dismantling Pipe ........................................................................................................................ 5
3.4.8 Bypass ....................................................................................................................................... 5
3.4.9 Service Platform......................................................................................................................... 6
3.4.10 Local Control System (LCS) ...................................................................................................... 6
3.5 INSTRUMENTATION AND SAFETY DEVICES ................................................................................ 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 6
3.7 SPARE PARTS .................................................................................................................................. 7
3.7.1 General Spare Parts .................................................................................................................. 7
3.7.2 Special Spare Parts ................................................................................................................... 7
3.7.3 Recommended Spare Parts ...................................................................................................... 7
3.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 7
3.8.1 Valve Body and Valve Rotor ...................................................................................................... 7
3.8.2 Servomotor ................................................................................................................................ 8
3.8.3 Welding Seams .......................................................................................................................... 8
3.8.4 Workshop Assembly .................................................................................................................. 8
3.8.5 Function Tests ........................................................................................................................... 8
3.8.6 Pressure Test and Leakage Test............................................................................................... 8
3.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 9
3.9.1 General ...................................................................................................................................... 9
3.9.2 Installation, Measurement and Tests ......................................................................................... 9
3.9.3 Dry-Commissioning ................................................................................................................... 9
3.9.4 Wet-Commissioning ................................................................................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3. MAIN INLET VALVE

3.1 GENERAL

Upstream next to each turbine, a main inlet valve of through-flow butterfly type shall be provided. It
shall have state of the art design according to international standards.

The valve shall have a service seal and a maintenance seal.

3.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) Three main inlet valves, each with the following main components
− Valve body and support foundation
− Valve rotor and trunnions
− Trunnion sealing and bearing
− Service seal and maintenance seal
− Valve operation mechanism
− Extension pipe (on upstream side)
− Dismantling pipe (on downstream side)
− Bypass
− Local control system

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter
5) FEM-calculations for the valve body and valve rotor including trunnions

Pipes, valves and auxiliaries necessary for installation, commissioning and safe operation of the
power plant shall be included in the scope of Work and Supply of the Contractor.

3.3 DESIGN CRITERIA AND OPERATION CONDITIONS

3.3.1 General
The main inlet valve shall isolate the related turbine from the upstream manifolds for inspection and
maintenance without any influence on the operation of the other units. In addition, it shall shut off the
inflow to the turbine and into the cavern, if the turbine guide vanes could not be closed due to
malfunction and/or if there would be pipe burst downstream of the main inlet valve. Therefore, the
main inlet valve and its operation mechanism shall be designed for closing under the design flow
specified below.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The main inlet valve shall be opened during starting procedure of the turbine-generating unit. It shall
be closed, when the unit stops the operation. Normally, opening and closing shall be under
approximately balanced condition with the turbine guide vanes in the closed position. However, the
main inlet valve shall be capable of closing against any flow up to the design flow.

The main inlet valve shall be so designed and constructed that no vibrations occur under the various
operating conditions and that the working stresses shall not exceed the maximum allowable values.

The main inlet valve shall be installed/dismantled by using the powerhouse crane.

3.3.2 Type
The main inlet valve shall be of through-flow bi-plane butterfly type.

3.3.3 Nominal Diameter


The nominal diameter of the main inlet valve shall not be less than the inlet diameter of the turbine
spiral case to avoid discontinuous flow entering the turbine. Thus, it will be finally selected by the
turbine supplier.

The Tenderer shall indicate the selected nominal diameter in Section IV, “Technical Data Sheets”.

3.3.4 Design Pressure


The design pressure of the main inlet valve shall not be less than that for the turbine spiral case
(2.1 MPa). The latter shall be verified by the Contractor.

The Tenderer shall indicate the selected nominal diameter in Section IV, “Technical Data Sheets”. If
the design pressure should be increased during the Project execution, the Contractor shall be fully
responsible, both commercially and technically.

3.3.5 Design Flow


In the event of burst of pipe downstream of the main inlet valve during the turbine operation, the
main inlet valve shall be safely closed against a hypothetical flow for preventing cavern flooding.
That hypothetical flow is set to be double of the rated turbine flow. Thus, the design flow of the main
inlet valve shall be 44 m³/s under the rated head.

3.3.6 Operation Mechanism


The main inlet valve shall be closed by closing weight(s) and opened by oil servomotor(s). It shall
be operated via the control systems or manually at the oil pressure unit of the turbine governor. The
pressured oil for the servomotor(s) shall be supplied by the pressured oil system of the turbine
governor.

The number of the servomotor and the closing weight shall be optimized by the Contractor. The
Tenderer shall indicate the selected number in Section IV, “Technical Data Sheets”.

The opening and closing time of the main inlet valve shall be independently adjustable between 30 s
and 120 s. The closing time shall be so adjusted that the momentary pressure caused at the valve
will not be higher than the design pressure.

The operation of the maintenance seal shall be proposed by the Contractor and approved by the
Employer/Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.3.7 Head Losses and Leakage
The head losses of the main inlet valve shall be minimized. The Contractor shall guarantee the
maximum head losses caused by the main inlet valve,

The Contractor shall guarantee the maximum leakage through both the service seal and the
maintenance seal. In new condition, the leakage of the service seal shall not cause any movement
of the rotating part of the turbine-generating unit without applying the brake.

3.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

3.4.1 Valve Body and Support Foundation

The valve body shall be of cast/welded steel construction. It shall be rigidly built and adequately
ribbed to minimize distortion under full load. The inside surface of the valve body in contact with
water flow shall be smoothly finished.

The valve body shall have bearing housings as integral part for the valve rotor trunnions.

The supporting feet and the foundation plate of the valve body shall be designed to transmit the total
vertical load (weight of complete valve with operating mechanism, flanged connections and water
inside) to the base plate secured in the concrete pedestal. In addition, the supporting feet and the
foundation plate shall be designed, machined and surface-treated suitably to allow axial movement
of the main inlet valve caused by elastic deformation of the upstream steel lining due to temperature
change and/or by pressure/axial force variations during the operation. Fixing elements connecting
the supporting feet and the foundation plate shall be provided.

The contact surface of all seals shall be of corrosion and erosion resistant material, designed as
replaceable seat ring.

The valve body shall have flange at its both ends for the bolted connection to the upstream extension
pipe and to the downstream dismantling pipe.

If applicable, the valve body shall be equipped with a drain pipe and an aeration valve, to drain/refill
the valve part between the service seal and the maintenance seal.

3.4.2 Valve Rotor and Trunnions


The valve rotor of bi-plane or lattice type shall be designed as cast/welded steel construction with
sufficient rigidity to withstand inadmissible deformation. The flow passage shall be optimized for
minimizing the head losses and flow disturbances.

The trunnions shall be forged, carbon or alloy steel and bolted to the valve rotor. The sliding surface
against the bearing and seals shall be of stainless steel. The trunnion centerline shall be eccentrically
arranged to the sealing plane and to the valve axis.

The trunnions shall be designed so that all periphery of the valve rotor can be sealed.

3.4.3 Trunnion Sealing and Bearing

On each trunnion, appropriate seals shall be provided at the inner side. The seals shall be
replaceable without dismantling the valve body and valve rotor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The trunnion bearing shall be of self-lubricating type and designed so that any deformation of the
valve rotor under load will not cause sticking between the bearing and the trunnion. The bearing
shall be installed in the bearing housing, which is an integral part of the valve body.

3.4.4 Service Seal and Maintenance Seal


The service seal shall be of durable rubber with sufficient resistance against deformation. It shall be
fixed to the valve rotor by an adjustable, unsplit clamping ring. Both the clamping ring and the fixing
material shall be of stainless steel.

The design of the maintenance seal shall be proposed by the Contractor and approved by the
Employer/Engineer.

3.4.5 Valve Operation Mechanism


The valve operating mechanism shall mainly consist of
− Single acting servomotor(s) for opening the valve,
− Closing weight(s) for closing the valve, and
− Connection lever linking the servomotor, the closing weight and the valve rotor trunnion.

The servomotor cylinder shall be of cast steel or fabricated steel and fixed to the valve body, thus
allowing the reaction torque to be directly transmitted to the valve body. The servomotor piston shall
be equipped with adequate seals or seal rings. The piston rod shall be protected by a hard-chromium
overlay and the piston rod bushing shall be bronze. The movement of the piston shall be cushioned
before reaching the fully open and fully closed position. For valve closing, the servomotor shall act
as dashpots. Replaceable orifice shall be installed in the servomotor for adjusting the closing and
opening times. Each servomotor shall be pressure tested at a pressure corresponding to 150% of
the design pressure.

The closing weight shall be sufficient to safely close the main inlet valve under all operation
conditions.

The connection levers of cast or fabricated steel shall safely transmit the torque under any operating
conditions. All bushes of movable linkages shall be of self-lubricated bronze running on stainless
steel shafts, protected by adequate seals.

The valve rotor position shall be indicated by a mechanical position indicator and monitored by using
adequate measuring device(s).

A mechanical locking device shall be provided for the fully open and fully closed position of the main
inlet valve.

3.4.6 Extension Pipe


The extension pipe connects the main inlet valve with the upstream manifolds. Its inner diameter
and design pressure shall be equal to the nominal diameter and design pressure of the valve,
respectively.

The interface between the extension pipe and the manifolds is defined in Chapter 0 of this
Specifications. The extension pipe shall be provided to Site with minimum 1 m allowance and
adjusted after precise measurement at Site. It shall be flanged to the valve body and welded to the
manifolds. The welding shall be carried out by the Contractor of this Contract.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The material for the extension pipe shall be coordinated between the suppliers of the main inlet valve
and of the manifolds and approved by the Employer/Engineer.

The extension pipe shall have the following provisions:


− Four pressure taps for determining pressure upstream of the main inlet valve, including shut-
off valves and pipes;
− One weld-in flange for the bypass pipe;
− One drain pipe DN200 including two manual operated shut-off valves and pipes, which will
enable to drain the headwater separately to the turbine draft tube and to the dewatering sump
of the powerhouse cavern;
− One weld-in flange for water supply for powerhouse use in the event of tailrace tunnel drained,
including pressure cover.

All fixing/connecting elements shall be provided.

3.4.7 Dismantling Pipe


The dismantling pipe connects the main inlet valve with the turbine spiral case. Its design pressure
shall be equal to the design pressure of the valve.

The dismantling pipe shall be flanged to the valve body and to the spiral case. Whilst the flange to
the valve body shall be of fixed type, the flange to the spiral case shall be of loose expansion joint
type to enable axial expansion of the main inlet valve and prevent transmission of any axial force to
the spiral case. For the expansion joint, reliable and durable seals shall be provided.

For inspection purpose, a man-hole with 800 mm diameter shall be arranged at the top of the
dismantling pipe. It shall be designed to withstand any turbine operating conditions. Its inside surface
shall be flush with the pipe inside. If required, the man-hole cover shall be equipped with a shut-off
valve for aeration.

The dismantling pipe shall have the following provisions:


− Four pressure taps for determining pressure downstream of the main inlet valve, including
shut-off valves and pipes;
− One weld-in flange for the bypass pipe.

All fixing/connecting elements shall be provided.

3.4.8 Bypass

A bypass pipe of suitable diameter shall balance the pressure on both sides of the main inlet valve
as much as possible before opening. It starts at the extension pipe with two (2) shut-off valves, one
motor-driven and one manual operated, and ends at the dismantling pipe under an angle of about
45 degrees due to erosion minimization.

The type and the arrangement of the operation valve of the bypass pipe shall be proposed by the
Contractor and approved by the Employer/Engineer. The operation valve shall be operated by
pressured oil supplied by the turbine governor and be able to open under the maximum head
specified for the turbine operation without undue vibrations and cavitation. The end positions of the
operation valve shall be both monitored and mechanically indicated.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.4.9 Service Platform
For each main inlet valve, a service platform including grated floors, handrails, supports and ladders
shall be provided, for easy access and maintenance of the equipment, such as by-pass valve, valve
trunnion bearing, instruments, etc. The platform shall be of hot-dip galvanized steel, its design shall
be approved by the Employer/Engineer.

3.4.10 Local Control System (LCS)


Depends on the concept of the computerized control system (CCS) of the power station, the LCS
might be integrated into the unit control system (UCS). If LCS will be provided, the following
requirements shall be fulfilled.

For each main inlet valve, a LCS shall be installed in a standard cubicle and shall contain a PLC for
controlling the valve. A touch screen shall be arranged on the cubicle front door for operating and
displaying the valve. Interface and data exchange between LCS and UCS shall be in accordance
with IEC standards.

The cubicle shall be designed for IP65 and arranged next to the main inlet valve. It shall be equipped
with all standard devices like key-operated switch for selecting operation mode (remote/
local/manual), lighting, ventilation, spare terminals, standard socket (230 V AC, 50 Hz), etc.

3.5 INSTRUMENTATION AND SAFETY DEVICES

The main inlet valve shall be furnished with all instruments, control, etc., necessary for manual,
automatic and supervision of the operation. All conditions of importance for operation shall be
monitored.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
− Pressure upstream and downstream of the main inlet valve
− Valve rotor position
− Oil pressure for operating servomotor and bypass
− End positions of the bypass operation valve

Non-intentional closing of the main inlet valve shall cause a quick stop of the related turbine
generating unit.

The interlocking between the main inlet valve and the draft tube flap gate specified in Chapter 4 of
this Specifications shall be considered.

3.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling, adjustment
and maintenance of the main inlet valve, shall be included in the scope of supply, including all
auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

3.7.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

3.7.2 Special Spare Parts


Each of the following special spare parts shall be offered as Option:
− Three sets of seal and seat rings for the service seal
− Three sets of packing, gaskets and O-rings
− Two set of bearing bushings
− One set of all lubrication fittings
− One set of rings and gaskets for servomotor
− One set of rings and gaskets for the bypass valve
− One set of all circuit plug-in modular electronic cards (if applicable), electronic relays, and other
electric replacement parts with their accessories including solenoids of each type and size,
limit switches and pressure switches

One set is defined as the total quantity used for one main inlet valve.

3.7.3 Recommended Spare Parts

The Contractor shall offer spare parts for the maintenance seal in accordance with his design.

The Contractor may offer additional spare parts in accordance with his experiences.

3.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

3.8.1 Valve Body and Valve Rotor


Inspection and testing of the valve body and valve rotor shall be performed in the foundry and in the
workshop of the valve manufacturer. The following tests shall be provided as minimum:
− Chemical analysis,
− Thermal treatment inspection (including stress relieving)
− Tensile test (yield point, strength, elongation, reduction of area)
− Surface crack inspection by liquid penetrant method or equivalent (100%)
− Ultrasonic tests (100%) and Magnetic particle tests (100%)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− Check of surface roughness
− Dimension check

3.8.2 Servomotor
Each servomotor shall be pressure tested at a pressure corresponding to 150% of the design
pressure. Oil leakage shall be measured at the maximum operation pressure for minimum 30 min.

3.8.3 Welding Seams


As far as practicable, welding seams shall be tested 100% VT, 100% MT or PT and 100% UT or
TOFD. If the test result would not provide clear statement, X-ray shall be applied.

Examination grade and criteria for the acceptance shall be according to EN 12062. The Acceptance
criteria of defects are as follow:
− VT – EN ISO 5817 level B,
− MT – EN ISO 23278 level 2X
− PT – EN ISO 23277 level 2X
− RT – EN ISO 12517-1 level 1
− UT – EN ISO 11666 technique 1, level 2 with characterization of defects bigger than the
evaluation level. Planar indication shall be eliminated.
− TOFD – EN 15617 level 1

3.8.4 Workshop Assembly


The main inlet valve shall be completely assembled in the workshop, including the servomotor(s)
and closing weights. All dimensions important for Site installation and for operation shall be verified.

3.8.5 Function Tests


Function the main inlet valve assembled shall be tested in the way, that the valve rotor is moved
from the fully closed position to the fully opened one and vice versa. The maintenance seal shall be
applied. The contact surfaces of both the service seal and the maintenance seal shall be checked
after the movement.

3.8.6 Pressure Test and Leakage Test


Each main inlet valve shall be pressure tested at a pressure corresponding to 150% of the design
pressure.

The leakage tests of each main inlet valve shall be performed at the design pressure and at the
maximum static pressure for at least 30 min.

After the tests, the main inlet valve shall not be disassembled.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.9 INSTALLATION AND TESTS AT SITE

3.9.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer in
due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with reputed international and
national standards. The protocols/reports shall be included in the as-built documentation and handed
over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in the
scope of supply for recording the necessary data during the commissioning.

3.9.2 Installation, Measurement and Tests


All pipes and permanent materials required for anchoring and supporting the embedded parts of the
main inlet valve during concreting must be delivered and installed by the Contractor in due time.
Pipes welded at Site shall be pressure tested at a pressure of 1.5 times the maximum operation
pressure prior to the painting.

Welding performed at Site shall be tested 100% VT, 100% MT or PT and 100% UT or TOFD. If the
test result would not provide clear statement, X-ray shall be applied. The requirement about
examination grade and acceptance criteria specified in Subsection 3.8.3 shall apply.

Particular attention shall be paid to the connecting weld between the extension pipe and the
manifold. The Contractor of this Contract is responsible for all necessary coordination work and shall
carried out the connecting weld.

Screws and nuts shall be tightened by using adequate torque wrench and be secured, if necessary.

The main inlet valve shall be installed so that its horizontal axis is in alignment with the axes of the
inlet of the turbine spiral case and of the last section of the manifold.

All signals shall be verified to eliminate fault.

3.9.3 Dry-Commissioning
After completion of the installation, the function of individual components shall be separately checked
in dry-condition, e.g. the movement of the main inlet valve, automatic valves.

3.9.4 Wet-Commissioning
The wet commissioning of the main inlet valve shall be preferably performed at first in balanced
water condition, and then together with the related turbine-generating unit. Opening and closing time
shall be adjusted according to operation requirement.

The leakage of the service and maintenance seal shall be observed.

The function and performance of the main inlet valve shall be tested in real operation conditions,
including the closing under several flow conditions up to the maximum turbine discharge.The
involvement of the main inlet valves into the powerhouse flooding protection system shall be tested.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 3-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 4: DRAFT TUBE FLAP GATE

Table of Contents

4. DRAFT TUBE FLAP GATE ....................................................................................................... 1


4.1 GENERAL .......................................................................................................................................... 1
4.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
4.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 1
4.3.1 General ...................................................................................................................................... 1
4.3.2 Design Parameters .................................................................................................................... 2
4.3.3 Head Losses and Leakage ........................................................................................................ 2
4.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 2
4.4.1 Gate Frame ................................................................................................................................ 2
4.4.2 Gate Leaf ................................................................................................................................... 3
4.4.3 Gate Seals ................................................................................................................................. 3
4.4.4 Gate Operation Mechanism ....................................................................................................... 4
4.4.5 Bypasses ................................................................................................................................... 4
4.4.6 Local Control System (LCS) ...................................................................................................... 4
4.5 INSTRUMENTATION AND SAFETY DEVICES................................................................................ 5
4.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 5
4.7 SPARE PARTS .................................................................................................................................. 5
4.7.1 General Spare Parts .................................................................................................................. 5
4.7.2 Special Spare Parts ................................................................................................................... 6
4.7.3 Recommended Spare Parts ...................................................................................................... 6
4.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 6
4.8.1 Gate Frame and Gate Leaf ........................................................................................................ 6
4.8.2 Servomotor ................................................................................................................................ 6
4.8.3 Welding Seams .......................................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 7
4.9.1 General ...................................................................................................................................... 7
4.9.2 Installation, Measurement and Tests ......................................................................................... 7
4.9.3 Dry-Commissioning ................................................................................................................... 7
4.9.4 Wet-Commissioning ................................................................................................................... 7

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4. DRAFT TUBE FLAP GATE

4.1 GENERAL

Downstream of each turbine, a draft tube flap gate shall be provided as integral part of the turbine
draft tube. It shall have state of the art design according to DIN 19704 or other equivalent
international standards.

4.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) Three draft tube flap gates, each with the following main components
− Gate frame
− Gate leaf
− Gate seals
− Gate operation mechanism
− Bypass
− Local control system

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter

Pipes, valves and auxiliaries necessary for installation, commissioning and safe operation of the
power plant shall be included in the scope of Work and Supply of the Contractor.

4.3 DESIGN CRITERIA AND OPERATION CONDITIONS

4.3.1 General
The draft tube flap gate shall isolate the related turbine from the downstream manifolds for inspection
and maintenance without any influence on the operation of the other units. In addition, it shall shut
off the inflow into the cavern, if there was burst of pipe upstream of the flap gate.

Generally, the flap gate shall remain in the open position, even whilst the standstill of the related
turbine. It shall be only closed for inspection and maintenance work on the turbine parts within the
waterway or in the event of excessive water inflow into the powerhouse cavern. Opening and closing
shall be under approximately balanced condition with the main inlet valve in closed position.

To prevent excessive pressure on the flap gate, hydraulic interlocking shall be implemented so that
the flap gate can only be closed when the main inlet valve is completely closed, and the main inlet
valve can only be opened when the flap gate is completely opened.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The flap gate shall be closed by its own weight and opened by an oil servomotor. The pressured oil
for the servomotor shall be supplied by the oil pressure unit of the turbine governor. The opening
and closing time of the main inlet valve shall be independently adjustable.

If the turbine spiral case inadvertently becomes pressurized and the flap gate is in the fully closed
position, the flap gate shall be automatically lifted up for preventing damage.

The flap gate shall be so designed and constructed that no vibration occurs under the any operating
conditions of the turbine-generating units and that the working stresses shall not exceed the
maximum allowable values.

In the open position, the area above the flap gate shall be de-pressured by dewatering. Therefore,
the tailwater pressure will be additionally effective to support the flap gate for keeping in the open
position.

The flap gate shall only be manually opened, after pressure balancing during manual opening of the
main bypass. It shall be closed both automatically and manually via the control system or manually
via the oil pressure unit of the turbine governor.

4.3.2 Design Parameters


The dimensions of the flap gate are dependent on the draft tube size and shall be determined by the
turbine supplier and approved by the Employer/Engineer.

The design pressure of the flap gate shall be 1.5 MPa, if the transient calculation will not require
higher value.

The design flow shall correspond to that caused by rupture of a main header of the cooling water
system.

The Tenderer shall indicate the selected dimensions, the design pressure and the design flow in
Technical Data Sheets. If the design pressure should be increased during the Project execution, the
Contractor shall be fully responsible, both commercially and technically.

The operation of the maintenance seal shall be proposed by the Contractor and approved by the
Employer/Engineer.

4.3.3 Head Losses and Leakage


The head losses of the draft tube flap gate shall be minimized. The Contractor shall guarantee the
maximum head losses caused by the draft tube flap gate,

The Contractor shall guarantee the maximum leakage through the seals.

4.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

4.4.1 Gate Frame


The gate frame shall form an integral part of the steel liner of the turbine draft tube and be fabricated
of plate steel. It will be furnished with weld ends with correct dimensions for welding to the draft tube
liner. The thickness of the skin plates shall be identical to the thickness of the draft tube liner. Any
negative influence on the turbine flow shall be minimised. In addition, the frame shall be equipped

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
with adequate stiffeners, ribs and anchor rods to obtain a sturdy anchorage of the frame into the
surrounding concrete.

All sealing surfaces shall be of stainless steel and carefully smoothed after installation.

The box-out including the servomotor guide shaft on top of the gate frame shall be of steel plates.
The cross-section dimension of the guide shaft will be as large as possible for achieving the highest
possible lifting force acting on the gate leaf due to pressure difference, as well as for inspection of
the guide device and the rod connecting the servomotor and the gate leaf.

The gate frame shall have bearing housings, adequately machined to facilitate alignment of the
bearings.

A pressure cover of steel plate shall be provided to close the guide shaft on the top. An air vent shall
be provided for the guide shaft.

4.4.2 Gate Leaf


The gate leaf shall be of welded steel design and constructed to withstand the maximum downstream
water pressure when the upstream turbine is empty. It shall preferably be sectioned so that each
section can be lifted through the servomotor guide shaft for maintenance and/or replacement.

The upstream face of the gate leaf shall be provided with a skin plate. In the open position, the gate
leaf shall be positioned in the gate frame box-out such that the hydraulic losses in turbine draft tube
are minimal.

The downstream face of the gate leaf shall be equipped with a frame of stainless steel, which will
seal the servomotor guide shaft from the tailrace.

The gate leaf shall be pivot-mounted on the upstream top. The bearings shall be of greaseless and
self-lubricating type. All moving parts shall be of corrosion resistant material. The bearings shall be
tightly sealed against internal water contact.

4.4.3 Gate Seals


The main rubber seal to shut off the tailrace from the turbine shall be suitably shaped and sufficiently
pliable to ensure that it will readily seal the opening under differential pressure. Special attention
shall be paid to the corners, where the horizontal and vertical seals meet, to ensure that a continuous
seal is obtained. In gate open position, the main seal shall not project into the water passage. The
seal shall be easily replaceable without removing the gate.

The main seal shall be fastened so that the pre-stress to the seal can be adjusted. The clamping
bars shall have sufficient strength to press the seals uniformly against their seats. Clamping bars
and fixing elements shall be hot galvanized.

The maximum leakage past the seal under maximum tailwater pressure at any point of the seal shall
not exceed 0.1 l/s per linear meter sealing length and 1 l/s for the whole gate.

The auxiliary seal shall be provided at the downstream face. When the gate is open, this seal shall
close airtight against the servomotor guide shaft to hold the gate leaf firmly in position and to enable
the dismantling of the servomotor without emptying the tailrace tunnel. Sealing faces shall be of
stainless steel.

Material and the shape of the seals shall be proposed by the Contractor based on experiences and
approved by the Employer/Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.4.4 Gate Operation Mechanism
The flap gate shall be closed by its own weight and opened by a single acting oil-hydraulic
servomotor. The servomotor shall have sufficient capacity to open the gate under balanced pressure.
However, the opening force of the servomotor shall be insufficient to open the gate, if the turbine is
dewatered and the tailrace filled.

The servomotor cylinder shall be of cast steel or fabricated steel. The servomotor piston shall be
equipped with adequate seals or seal rings. The piston rod shall be protected by a hard-chromium
overlay and the piston rod bushing shall be of self-lubricating type. The movement of the piston shall
be cushioned before reaching the fully open and fully closed position. For gate closing, the
servomotor shall act as dashpots. Replaceable orifice shall be installed in the servomotor for
adjusting the closing and opening times. The servomotor shall be pressure tested at a pressure
corresponding to 150% of the design pressure.

The arrangement of the oil pipe, control valves, pressure switches and limit switches shall be such
that the servomotor remains full of oil despite leakage of glands, piston seals or control valves.

The servomotor shall be able to connect a mobile pressure oil unit for dry test of the flap gate.

An oil-hydraulic operated mechanical locking device shall be provided to keep the flap gate in the
fully opened position of gate.

A lifting rod of stainless steel shall be installed between the servomotor piston rod and the gate leaf
so that the piston rod shall only be axially stressed. Breaking of the lifting rod shall initialize an alarm.
The articulated joint of the lifting rod and piston rod shall be axially guided within the guide shaft. All
moving parts shall be of corrosion resistant material.

4.4.5 Bypasses

A main bypass for the gate leaf and an auxiliary bypass for the servomotor guide shaft shall be
provided.

The main bypass shall consist of a hand-operated shut-off valve with provisions for padlocking in
closed position and a pipe connecting the draft tube liner downstream of the flap gate and the cooling
water return pipe. The nominal diameter of the main bypass shall be 150 mm. The main bypass shall
be opened for opening the flap gate. It will be closed after the flap gate has been completely opened.

The auxiliary bypass shall consist of:


− a stainless steel pipe connecting the servomotor guide shaft and tailrace, equipped with a
pressure oil operated shut-off valve, a hand-operated shut-off valve and a pressure gauge;
− a stainless steel pipe from the guide shaft to the floor drain, equipped with a pressure oil
operated shut-off valve, a flow meter and a pressure gauge;
− if necessary, a vacuum pump and associated equipment to evacuate the guide shaft by forming
an upward force onto the gate leaf.

4.4.6 Local Control System (LCS)

Depends on the concept of the computerized control system (CCS) of the power station, the LCS
might be integrated into the unit control system (UCS). If LCS will be provided, the following
requirements shall be fulfilled.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
For each draft tube flap gate, a LCS shall be installed in a standard cubicle and shall contain a PLC
for controlling the valve. A touch screen shall be arranged on the cubicle front door for operating and
displaying the valve. Interface and data exchange between LCS and UCS shall be in accordance
with IEC standards.

The cubicle shall be designed for IP65 and arranged next to the draft tube flap gate. It shall be
equipped with all standard devices like key-operated switch for selecting operation mode (remote/
local/manual), lighting, ventilation, spare terminals, standard socket (230 V AC, 50 Hz), etc.

4.5 INSTRUMENTATION AND SAFETY DEVICES

The draft tube flap gate shall be furnished with all instruments, control, etc., necessary for manual,
automatic and supervision of the operation. All conditions of importance for operation shall be
monitored.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
− Pressure upstream and downstream of the draft tube flap gate
− Gate leaf position
− End positions of the oil-hydraulic operated mechanical locking device
− Pressure in the servomotor guide shaft
− Oil pressure of the pressured oil supply
− Redundant supervision of “lifting rod breaking”

Non-intentional closing of the draft tube flap gate shall cause a quick stop of the related turbine
generating unit.

4.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling, adjustment
and maintenance of the draft tube flap gate, shall be included in the scope of supply, including all
auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

For assembly and maintenance of each draft tube flap gate, a monorail with manual chain hoists
shall be installed over the servomotor of the flap gate. The chain hoists shall be of standard built,
suitable size for handling the heaviest part.

4.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

4.7.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.7.2 Special Spare Parts
Each of the following special spare parts shall be offered as Option:
− Three sets of seal for the draft tube flap gate
− Three sets of packing, gaskets and O-rings
− One set of rings and gaskets for servomotor
− One set of all circuit plug-in modular electronic cards (if applicable), electronic relays, and other
electric replacement parts with their accessories including solenoids of each type and size,
limit switches and pressure switches

One set is defined as the total quantity used for one draft tube flap gate.

4.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

4.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

4.8.1 Gate Frame and Gate Leaf


Inspection and testing of the grate frame and grate leaf shall be performed in the foundry and in the
workshop of the gate manufacturer. The following tests shall be provided as minimum:
− Chemical analysis,
− Thermal treatment inspection (including stress relieving)
− Tensile test (yield point, strength, elongation, reduction of area)
− Surface crack inspection by liquid penetrant method or equivalent (100%)
− Ultrasonic tests (100%)
− Dimension check

4.8.2 Servomotor
Each servomotor shall be pressure tested at a pressure corresponding to 150% of the design
pressure. Oil leakage shall be measured at the maximum operation pressure for minimum 30 min.

4.8.3 Welding Seams


As far as practicable, welding seams shall be tested 100% VT, 100% MT or PT and 100% UT or
TOFD. If the test result would not provide clear statement, X-ray shall be applied.

Examination grade and criteria for the acceptance shall be according to EN 12062. The Acceptance
criteria of defects are as follow:
− VT – EN ISO 5817 level B,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− MT – EN ISO 23278 level 2X
− PT – EN ISO 23277 level 2X
− RT – EN ISO 12517-1 level 1
− UT – EN ISO 11666 technique 1, level 2 with characterization of defects bigger than the
evaluation level. Planar indication shall be eliminated.
− TOFD – EN 15617 level 1

4.9 INSTALLATION AND TESTS AT SITE

4.9.1 General
Installation, testing and commissioning at Site shall be performed in accordance Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer in
due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with reputed international and
national standards. The protocols/reports shall be included in the as-built documentation and handed
over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in the
scope of supply for recording the necessary data during the commissioning.

4.9.2 Installation, Measurement and Tests

All pipes and permanent materials required for anchoring and supporting the embedded parts of the
draft tube flap gate during concreting must be delivered and installed by the Contractor in due time.
Pipes welded at Site shall be pressure tested at a pressure of 1.5 times the maximum operation
pressure prior to the painting.

Welding performed at Site shall be tested 100% VT, 100% MT or PT and 100% UT or TOFD. If the
test result would not provide clear statement, X-ray shall be applied. The requirement about
examination grade and acceptance criteria specified in Subsection 4.8.3 shall apply.

Screws and nuts shall be tightened by using adequate torque wrench and be secured, if necessary.

All signals shall be verified to eliminate fault.

4.9.3 Dry-Commissioning
After completion of the installation, the function of individual components shall be separately checked
in dry-condition, e.g. the movement of the draft tube flap gate, automatic valves.

4.9.4 Wet-Commissioning
The wet commissioning of the draft tube flap gate shall be performed in balanced water condition.
Opening and closing time shall be adjusted according to operation requirement. Especially, the
interlocking between the main inlet valve and the draft tube flap gate shall be verified. The leakage
of the main and auxiliary seal shall be observed. The involvement of the draft tube flap gates into
the powerhouse flooding protection system shall be tested.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 4-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 5: COOLING WATER SYSTEM

Table of Contents

5. COOLING WATER SYSTEM ................................................................................................... 1


5.1 GENERAL .......................................................................................................................................... 1
5.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
5.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 1
5.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 2
5.4.1 Backwash Filter.......................................................................................................................... 2
5.4.2 Hydro-Cyclone Filter .................................................................................................................. 3
5.4.3 Cooling Water Pumps ................................................................................................................ 3
5.4.4 Motor Control Centre (MCC)...................................................................................................... 3
5.4.5 Local Control System (LCS) ...................................................................................................... 4
5.4.6 Pipes and Valves ....................................................................................................................... 4
5.5 INSTRUMENTATION AND SAFETY DEVICES ................................................................................ 4
5.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 5
5.7 SPARE PARTS .................................................................................................................................. 5
5.7.1 General Spare Parts .................................................................................................................. 5
5.7.2 Special Spare Parts ................................................................................................................... 5
5.7.3 Recommended Spare Parts ...................................................................................................... 5
5.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 6
5.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 6
5.9.1 General ...................................................................................................................................... 6
5.9.2 Installation, Measurement and Tests ......................................................................................... 6
5.9.3 Dry-Commissioning ................................................................................................................... 6
5.9.4 Wet-Commissioning ................................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 5-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5. COOLING WATER SYSTEM

5.1 GENERAL

The cooling water system shall provide cooling water to all equipment installed in both the
powerhouse and the transformer cavern, which requires cooling water for the operation. In
addition, the cooling water system shall provide water for the fire-fighting system and the domestic
water supply system.

The schematic arrangement of the equipment is shown in the conceptual P&I diagram (drawing-
No. 4700 R 3100). The cooling water pumps, automatic filters and headers will be arranged on the
Auxiliary Floor.

5.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) One cooling water system with the following main components


− Backwash filters
− Hydro-cyclone filters
− Cooling water pumps
− Motor control centre
− Local control system
− Pipes and valves

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter
5) Hydraulic performance acceptance tests for one of the main cooling water pump in
accordance with ISO 9906
6) Hydraulic and transient calculations of the cooling water system, taken into consideration of
all pipes and consumers

Standard equipment shall be applied for convenient maintenance work. All components shall have
state of the art design and conform to the relevant international standards.

All equipment and auxiliaries necessary for installation, commissioning and safe operation of the
power plant shall be included in the scope of Work and Supply of the Contractor.

5.3 DESIGN CRITERIA AND OPERATION CONDITIONS

The cooling water system shall be of one-loop type for common use of all turbine-generating units.
The cooling water shall be taken from the turbine draft tubes, filtered by automatic filters, circulated

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 5-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
by pumps to the consumers (generator air coolers, bearing oil systems, transformers, etc.) and
returned to the turbine draft tubes. The design of the cooling water system shall consider the
pressure pulsation within the draft tube. Adequate countermeasures shall be taken.

The cooling water system shall have four (3 for service + 1 as standby) main cooling water pumps
and one small cooling water pump. A main pump will be started/stopped, once a turbine-generating
unit shall be started/stopped the operation. In the event of all main units being in standstill, the
small pump shall maintain the cooling water supply to the transformers, the air condition system
and if required, the small hydro unit, with the main pumps as standby.

The cooling water header to each turbine-generating unit and the cooling water return pipe to each
turbine draft tube shall be equipped with a motor-driven valve, which shall be opened/closed in
connection with the operation of the relating turbine-generating unit.

The cooling water system shall be designed for 1.0 MPa. The Contractor shall verify whether it is
sufficient. The nominal diameter of the cooling water pipes shall be so determined that the flow
velocity will usually be not higher than 2.5 m/s.

If the tailrace tunnel is completely dewatered, the cooling water shall be taken from the extension
pipe of the main inlet valve. A pressure reduce device shall reduce the headwater pressure to an
adequate value. The cooling water shall flow by gravity via the transformers and air condition
system to the dewatering sump of the powerhouse cavern.

The raw water temperature varies between 2°C and 16°C. The temperature increase of the cooling
water shall not exceed 15°C for the main transformers and 5°C for all other consumers. The head
losses of individual heat exchangers shall not be higher than 50 kPa. Each heat exchanger shall
be equipped with control valve for regulating the cooling water flow at the required rate.

The cooling water amount required by individual consumer shall be determined by the equipment
suppliers. In the Technical Data Sheets, the Bidder shall at least indicate the expected cooling
water amount for the following main consumers:
− Generator including bearings
− Main Transformer
− Turbine guide bearing and turbine governor
− Turbine shaft seal
− Air condition system

The turbine shaft seal shall be cooled either by water supplied by cooling water system or by water
directly taken from the extension pipe of the main inlet valve.

5.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

5.4.1 Backwash Filter


Two automatic backwash filters of stainless steel shall be provided, each designed for the total
cooling water amount required. Each filter shall be electric motor driven. Under normal operating
condition, the total head loss shall not exceed 30 kPa.

The filter shall be equipped with easy replaceable filter elements. The mesh width of the filter
elements shall be about 0.5 mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 5-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The total head loss of the filters shall be monitored. Once the head loss exceeds an adjustable
value, backwash shall be automatically initiated without affecting the cooling water supply. The
water of the backwash shall be discharged to the cavern sump.

The backwash filters shall be arranged on the Auxiliary Floor.

5.4.2 Hydro-Cyclone Filter


Two automatic hydro-cyclone filters shall be installed in each cooling water pipe to the turbine shaft
seal. Each filter shall be designed for the total cooling water amount required for the shaft seal. It
shall be trap 99% of all particles required.

5.4.3 Cooling Water Pumps


Four main cooling water pumps and one small cooling water pump shall be provided for circulating
the cooling water to the consumers. The rated speed of the pumps shall not exceed 1500 rpm. In
addition, the main pumps shall be of variable speed type for reducing the operation cost and easily
regulating the cooling water system.

If required, two booster pumps (one for service, one as standby) shall be provided in the cooling
water pipe supplied to the shaft seal of each turbine.

The pump impeller and the shaft shall be of corrosion resistant material. Adequate shaft seals shall
be provided and replaceable without extensive disassembly of the pump.

Each pump shall be equipped with a non-return valve and two hand-operated shut-off valves for
replacement without any disturbance of the cooling water supply.

The motor capacity shall be higher than the maximum pump power input by the following
percentage:
− 10% for power input > 50 kW
− 15% for power input 10 kW to 50 kW
− 20% for power input 1 kW to 10 kW
− 30% for power input < 1 kW

All pumps shall operate without cavitation and vibration within the entire head and speed range.
The overall efficiency of each pump-motor-unit shall not be less than 60%. The motor protection
class shall be IP65.

The pump-motor-units, particularly the main cooling water pumps, shall be equipped with the
necessary protections to prevent overheating, motor overload, shortfall of permissible NPSH-value,
etc.

The pump-motor-units except the booster pumps shall be arranged on the Auxiliary Floor. The
location of the booster pumps shall be proposed by the Contractor and approved by Employer/
Engineer.

5.4.4 Motor Control Centre (MCC)


The MCC shall be supplied within the electrical equipment. The Contractor shall do necessary
coordination, if the MCC does not included in the scope of supply of the electrical equipment. The
relevant requirements specified for the electrical equipment shall be followed during the design and
construction.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 5-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
All electrical equipment of the cooling water system shall be connected to the MCC due to power
supply. The MCC shall accommodate the motor starters, the protection equipment, device for
redundant AC-power connection, device for 110 V DC-power connection, key-operated selector
switch for three positions ("Off", "Local" and "Remote"), and other necessary devices.

The frequency converters to vary the speed of the main cooling water pumps shall be integrated in
the MCC.

5.4.5 Local Control System (LCS)


Depends on the concept of the Computerized Control System (CCS) of the power station, the LCS
might be integrated into the CCS. If LCS will be provided, the following requirements shall be
fulfilled.

The LCS will be installed in a standard cubicle and shall contain a PLC for controlling the cooling
water system. A touch screen shall be arranged on the cubicle front door for manual operating and
displaying the entire cooling water system and the individual equipment. Interface and data
exchange between LCS and CCS shall be in accordance with IEC standards.

The local control cubicle shall be designed for IP65. It shall be equipped with all standard devices
like key-operated selector switch, lighting, ventilation, spare terminals, standard socket (230 V AC,
50 Hz), etc. It could be combined with the MCC specified in the previous Subsection.

5.4.6 Pipes and Valves


The nominal diameter of the cooling water pipes shall be so determined that the flow velocity will
usually be not higher than 2.5 m/s. Pipe with a nominal diameter less than DN 200 shall be of
stainless steel. Sufficient arrangement of pipe vent, drain and earthing will be provided.

The minimum scope of valves is shown in the conceptual P&I diagram. The following design
criteria of components shall be considered:
− Gate Valves, Wedge Gate Valves: Ring seal type gate, carbon steel body, flanged ends,
non-rising stems, solid wedge. Body seat rings and spindle of stainless steel. Threaded bush
of bronze. Wedge seat rings of 13% Cr steel
− Globe Valves: Cast steel body with flanged ends. Rotor of stainless steel
− Non-Return Valves: Dash-pot to be included to avoid any fluttering or slamming of the valve
disc. Body seat ring, disc facing ring, valve shaft and bolt of stainless steel
− Butterfly Valves: Valve body of fabricated steel or cast steel, replaceable seat ring of
stainless steel; Valve disc of cast steel or fabricated steel, self-lubricating trunnion bearings;
Sealing preferably of solid rubber-to-metal contact between the disc seal and the body seat,
sealing adjustable and replaceable without dismantling the valve

5.5 INSTRUMENTATION AND SAFETY DEVICES

The cooling water system shall be furnished with all instruments, control, etc., necessary for
manual, automatic and supervision of the operation. All conditions of importance for operation shall
be monitored.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 5-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The following measuring devices as well as monitoring and indicating instruments shall be
provided as minimum. The Contractor shall add instrumentation and/or safety device, where it is
required.
− Pressure at each cooling water pump outlet
− Pressure and temperature of the cooling water in the headers
− Temperature and flow of the cooling water at inlet and outlet of each consumer
− Operation of cooling water pumps
− Valve end positions of the motor-driven valves

5.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the cooling water system, shall be included in the scope of supply,
including all auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

For installation and maintenance of the cooling water pumps and filters, manual chain hoists with
monorail will be provided.

5.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

5.7.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

5.7.2 Special Spare Parts


Each of the following special spare parts shall be offered as Option:
− One of each type of the measuring and indicating instruments
− Two sets of filter element
− Three sets of packing, gaskets and O-rings
− One main cooling water pump with motor
− One auxiliary cooling water pump with motor
− One set of all circuit plug-in modular electronic cards (if applicable), electronic relays, and
other electric replacement parts with their accessories including solenoids of each type and
size, limit switches and pressure switches

One set is defined as the total quantity used for the cooling water system.

5.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 5-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section
VIII “General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

One of the main cooling water pump shall be tested in the hydraulic laboratory of the pump
manufacturer, to verify the guaranteed performance data of the complete aggregate. The tests
shall be performed in accordance with ISO 9906. A test report shall be submitted for approval.

5.9 INSTALLATION AND TESTS AT SITE

5.9.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer
in due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with reputed international and
national standards. The protocols/reports shall be included in the as-built documentation and
handed over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in
the scope of supply for recording the necessary data during the commissioning.

5.9.2 Installation, Measurement and Tests


All pipes and permanent materials required for anchoring and supporting the embedded parts of
the cooling water system during concreting must be delivered and installed by the Contractor in
due time.

Pipes welded at Site shall be pressure tested at the pressure of 150% of the maximum operation
pressure. The complete piping system shall be pressure tested after installation at the maximum
operation pressure.

Screws and nuts shall be tightened by using adequate torque wrench and be secured, if
necessary.All signals shall be verified to eliminate fault.

5.9.3 Dry-Commissioning

After completion of the installation, the function of individual components shall be separately
checked in dry-condition, e.g. automatic valves.

5.9.4 Wet-Commissioning
The wet commissioning of the cooling water system shall be performed prior to the wet-
commissioning of the turbine-generating units.

The performance of the cooling water pumps and the backwash filters shall be verified during the
commissioning of the turbine-generating units.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 5-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 6: DRAINAGE AND DEWATERING SYSTEM

Table of Contents

6. DRAINAGE AND DEWATERING SYSTEM ........................................................................................ 1


6.1 GENERAL .......................................................................................................................................... 1
6.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
6.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 2
6.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 2
6.4.1 Pump-Motor-Units ...................................................................................................................... 2
6.4.2 Motor Control Centre (MCC)...................................................................................................... 3
6.4.3 Local Control System (LCS) ...................................................................................................... 3
6.4.4 Pipes and Valves ....................................................................................................................... 3
6.5 INSTRUMENTATION AND SAFETY DEVICES ................................................................................ 4
6.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 4
6.7 SPARE PARTS .................................................................................................................................. 4
6.7.1 General Spare Parts .................................................................................................................. 4
6.7.2 Special Spare Parts ................................................................................................................... 5
6.7.3 Recommended Spare Parts ...................................................................................................... 5
6.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 5
6.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 5
6.9.1 General ...................................................................................................................................... 5
6.9.2 Installation, Measurement and Tests ......................................................................................... 6
6.9.3 Dry-Commissioning ................................................................................................................... 6
6.9.4 Wet-Commissioning ................................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 6-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

6. DRAINAGE AND DEWATERING SYSTEM

6.1 GENERAL

Using gutters and conduits of the powerhouse structure, leakage water of various equipment and
liquids from the cavern floors will be guided through the coalescence type oil separator to the
drainage sump arranged between the Units No 2 and 3, while the seepage water of the caverns
including associated underground facilities will be partly guided to the dewatering sump located
between the Units No 1 and 2 and partly to the drainage sump.

If a turbine, the steel lined headwater way and/or the tailrace tunnel shall be dewatered, the relating
water will be fed to the dewatering sump.

The water in the drainage sump shall be pumped to the dewatering sump, the water in the dewatering
sump shall be pumped to the outside of the cavern. The schematic arrangement of the equipment is
shown in the conceptual P&I diagram (drawing-No. 4700 R 3102).

6.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) One drainage and dewatering system with the following main components
− Pump-motor-units
− Motor control centre
− Local control system
− Pipes and valves

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter
5) Hydraulic performance acceptance tests for one drainage pump and one dewatering pump in
accordance with ISO 9906
6) Hydraulic and transient calculations of the dewatering system, taken into consideration of all
pipes

Standard equipment shall be applied for convenient maintenance work. All components shall have
state of the art design and conform to the relevant international standards.

All equipment and auxiliaries necessary for installation, commissioning and safe operation of the
power plant shall be included in the scope of Work and Supply of the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 6-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

6.3 DESIGN CRITERIA AND OPERATION CONDITIONS

The water in the drainage sump shall be pumped to the dewatering sump via a drainage pipe. Two
drainage pumps shall be installed in the drainage sump, one for service and one as stand-by.
Preliminary, the capacity of each pump shall be about 15 l/s. It has to be verified after excavation of
the caverns regarding the seepage and leakage water amount. The drainage system shall be
designed for 0.6 MPa as minimum.

The drainage system shall operate autarkic. The drainage pump shall be controlled by water levels
in the drainage sump. The nominal diameter of the drainage water pipe shall be so determined that
the flow velocity will usually be not higher than 2.5 m/s.

The water in the dewatering sump shall be pumped out via the dewatering pipe arranged in the Cable
& Ventilation Tunnel to the outside. Three dewatering pumps shall be installed in the dewatering
sump, two for service and one as stand-by. The capacity of each pump shall be about 175 l/s. The
dewatering system shall be designed for 1.0 MPa.

The arrangement of the dewatering pipe in the powerhouse cavern is shown in the Tender Drawings.
A transient calculation shall be carried out by the Contractor for verification of the necessity of an
expansion tank. In the event of inspection and maintenance of the dewatering pipe, the water in the
dewatering sump shall be conveyed to the draft tube of the turbine No.1 or No.2.

Both the drainage pumps and the dewatering pumps shall be controlled by water levels in the related
sump, either by float witches or by level measurement.

6.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

6.4.1 Pump-Motor-Units
Both drainage and dewatering pumps shall be of submersible, single stage centrifugal type. They
shall be designed for wet pit installation, lowered on guiding bars or wires, automatically connected
to the discharge piping duck foot bend via special clamp, hoisted by a chain. The pump-motor-units
shall be of proven design and have the rated speed not exceed 1500 rpm.

The pump head required shall be selected by the Contractor and approved by Employer/Engineer.
It shall consider all operation conditions.

Each submersible motor shall be provided with a special electric cable in one piece to connect the
motor control centre located on the Turbine Floor, to ensure the dewatering in case that the lower
part of the powerhouse cavern would be flooded.

The pump impeller and the shaft shall be of corrosion resistant material. Each pump shall be
equipped with a non-return valve and a hand-operated shut-off valve for replacement without any
disturbance of the dewatering.

The motor capacity shall be higher than the maximum pump power input by the following percentage:
− 10% for power input > 50 kW

− 15% for power input 10 kW to 50 kW

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 6-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− 20% for power input 1 kW to 10 kW


− 30% for power input < 1 kW

All pumps shall operate without cavitation and vibration within the entire head and speed range. The
overall efficiency of each pump-motor-unit shall not be less than 60%.

6.4.2 Motor Control Centre (MCC)


The MCC shall be supplied within the electrical equipment. The Contractor shall do necessary
coordination, if the MCC does not included in the scope of supply of the electrical equipment. The
relevant requirements specified for the electrical equipment shall be followed during the design and
construction. The MCC shall be located not lower than the Turbine Floor.

All electrical equipment of the drainage and dewatering system shall be connected to the MCC due
to power supply. The MCC shall accommodate the motor starters, the protection equipment, device
for redundant AC-power connection, device for 110 V DC-power connection, key-operated selector
switch for three positions ("Off", "Local" and "Remote"), and other necessary devices.

6.4.3 Local Control System (LCS)


Depends on the concept of the Computerized Control System (CCS) of the power station, the LCS
might be integrated into the CCS. If LCS will be provided, the following requirements shall be fulfilled.

The LCS will be installed in a standard cubicle and shall contain a PLC for controlling the drainage
and dewatering system. A touch screen shall be arranged on the cubicle front door for manual
operating and displaying the entire drainage and dewatering system and the individual equipment.
Interface and data exchange between LCS and CCS shall be in accordance with IEC standards.

The local control cubicle shall be designed for IP65. It shall be equipped with all standard devices
like key-operated selector switch, lighting, ventilation, spare terminals, standard socket (230 V AC,
50 Hz), etc. It could be combined with the MCC specified in the previous Subsection.

6.4.4 Pipes and Valves

The nominal diameter of the cooling water pipes shall be so determined that the flow velocity will
usually be not higher than 2.5 m/s. Sufficient arrangement of pipe vent, drain and earthing shall be
provided.

The drainage pipe shall be of stainless steel. The dewatering water pipe (DN 350) shall be of steel
in the powerhouse cavern.

The minimum scope of valves is shown in the conceptual P&I diagram. The following design criteria
of components shall be considered:
− Gate Valves, Wedge Gate Valves: Ring seal type gate, carbon steel body, flanged ends, non-
rising stems, solid wedge. Body seat rings and spindle of stainless steel. Threaded bush of
bronze. Wedge seat rings of 13% Cr steel
− Globe Valves: Cast steel body with flanged ends. Rotor of stainless steel
− Non-Return Valves: Dash-pot to be included to avoid any fluttering or slamming of the valve
disc. Body seat ring, disc facing ring, valve shaft and bolt of stainless steel

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 6-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Butterfly Valves: Valve body of fabricated steel or cast steel, replaceable seat ring of stainless
steel; Valve disc of cast steel or fabricated steel, self-lubricating trunnion bearings; Sealing
preferably of solid rubber-to-metal contact between the disc seal and the body seat, sealing
adjustable and replaceable without dismantling the valve

6.5 INSTRUMENTATION AND SAFETY DEVICES

The drainage and dewatering system shall be furnished with all instruments, control, etc., necessary
for manual, automatic and supervision of the operation. All conditions of importance for operation
shall be monitored.

The following measuring devices as well as monitoring and indicating instruments shall be provided
as minimum. The Contractor shall add instrumentation and/or safety device, where it is required.
− Water level in the sumps. If the measured data will be used for pump operation, the level
measurement will be redundant with two different measuring methods;
− Pressure at each pump outlet and in the headers

Both for the drainage sump and for the dewatering sump, two master float switches shall be provided,
one shall stop all pumps due to dry run protection, and the other shall start all pumps due to reaching
the highest permissible water level.

If required, an expansion tank shall be provided and connected to the dewatering pipe for limiting
the water hammer in the event of the load rejection of all dewatering pumps.

Minimum five sensors shall be provided and installed on the Valve Floor next to the main inlet valves,
on the Auxiliary Floor and in the Drainage Gallery. Each sensor shall be seal-wired to the CCS for
initialling the powerhouse cavern flooding protection system.

6.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling, adjustment
and maintenance of the drainage and dewatering system, shall be included in the scope of supply,
including all auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

For installation and remove of the pumps, manual chain hoist with monorail shall be provided, if
necessary. A trolley shall be provided for transporting the pumps within the cavern.

6.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

6.7.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 6-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

6.7.2 Special Spare Parts


Each of the following special spare parts shall be offered as Option:
− One drainage pump-motor-unit with cable
− One dewatering pump-motor-unit with cable
− One of each type of the measuring and indicating instruments
− One set of all circuit plug-in modular electronic cards (if applicable), electronic relays, and other
electric replacement parts with their accessories including solenoids of each type and size,
limit switches and pressure switches

One set is defined as the total quantity used for the drainage and dewatering system.

6.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

6.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

One of the drainage pumps and one of the dewatering pumps shall be tested in the hydraulic
laboratory of the pump manufacturer, to verify the guaranteed performance data of the complete
aggregate. The tests shall be performed in accordance with ISO 9906. A test report for each pump
tested shall be submitted for approval.

6.9 INSTALLATION AND TESTS AT SITE

6.9.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer in
due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with reputed international and
national standards. The protocols/reports shall be included in the as-built documentation and handed
over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in the
scope of supply for recording the necessary data during the commissioning.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 6-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

6.9.2 Installation, Measurement and Tests


All pipes and permanent materials required for anchoring and supporting the embedded parts of the
drainage and dewatering system during concreting must be delivered and installed by the Contractor
in due time.

Pipes welded at Site shall be pressure tested at the pressure of 150% of the maximum operation
pressure. The complete piping system shall be pressure tested after installation at the maximum
operation pressure.

Screws and nuts shall be tightened by using adequate torque wrench and be secured, if necessary.

All signals shall be verified to eliminate fault.

6.9.3 Dry-Commissioning
After completion of the installation, the function of individual components shall be separately checked
in dry-condition.

6.9.4 Wet-Commissioning
The wet commissioning of the drainage and dewatering system shall be performed prior to the wet-
commissioning of the turbine-generating units.

The performance of the pumps shall be verified during the commissioning.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 6-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
PARTICULAR TECHNICAL SPECIFICATIONS

CHAPTER 7: COMPRESSED AIR SYSTEM

Table of Contents

7. COMPRESSED AIR SYSTEM ......................................................................................................... 1


7.1 GENERAL .......................................................................................................................................... 1
7.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
7.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 1
7.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 2
7.4.1 Compressor ............................................................................................................................... 2
7.4.2 Air Receives ............................................................................................................................... 2
7.4.3 Motor Control Centre (MCC)...................................................................................................... 2
7.4.4 Local Control System (LCS) ...................................................................................................... 3
7.4.5 Pipes and Valves ....................................................................................................................... 3
7.5 INSTRUMENTATION AND SAFETY DEVICES ................................................................................ 3
7.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 4
7.7 SPARE PARTS .................................................................................................................................. 4
7.7.1 General Spare Parts .................................................................................................................. 4
7.7.2 Special Spare Parts ................................................................................................................... 4
7.7.3 Recommended Spare Parts ...................................................................................................... 4
7.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 4
7.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 5
7.9.1 General ...................................................................................................................................... 5
7.9.2 Installation, Measurement and Tests ......................................................................................... 5
7.9.3 Dry-Commissioning ................................................................................................................... 5
7.9.4 Wet-Commissioning ................................................................................................................... 5

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 7-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7. COMPRESSED AIR SYSTEM

7.1 GENERAL

A centralised low compressed air system shall provide compressed air for
− the mechanical brake of the generators,
− maintenance seal of the turbine shaft,
− expansion tank of the dewatering pipe, if any, and
− service air for pneumatic tools at required points in the caverns.

The schematic arrangement of the equipment is shown in the conceptual P&I diagram (drawing-
No. 4700 R 3101).

7.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) One low compressed air system with the following main components
− Two compressors
− Two air receivers
− Motor control centre
− Local control system
− Pipes and valves

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter

Standard equipment shall be applied for convenient maintenance work. All components shall have
state of the art design and conform to the relevant international standards.

All equipment and auxiliaries necessary for installation, commissioning and safe operation of the
power plant shall be included in the scope of Work and Supply of the Contractor.

7.3 DESIGN CRITERIA AND OPERATION CONDITIONS

The compressed air system shall be designed for 1.0 MPa, the operation pressure about 0.8 MPa.

Two identical air-cooled compressors and two air receivers shall be provided. The compressors
shall be autarkically operated by the air pressure in the receivers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 7-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
A compressor alone shall be able to fill the main air receiver from atmospheric pressure up to the
operation pressure within two hours and to recharge it from the minimum to the operating pressure
in less than five minutes.

The main air receiver of minimum 2 m³ capacity shall provide compressed air to the generator
brake, maintenance seal of the turbine shaft and the expansion tank of the dewatering pipe, if any.
The auxiliary air receiver of minimum 1 m³ capacity shall provide compressed air for miscellaneous
consumers in the cavern.

7.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

7.4.1 Compressor
The compressor shall be of air-cooled and motor driven type. If the compressor will be oil
lubricated, the oil lubrication shall be of closed circulation type. Each compressor shall be equipped
with all necessary accessories, such as filters, check valves, air releasing valves for starting, safety
valves and thermometers.

The motor shall be of 400 V AC, 50 Hz, its capacity shall be higher than the maximum compressor
power input by the following percentage:
− 10% for power input > 50 kW
− 15% for power input 10 kW to 50 kW
− 20% for power input 1 kW to 10 kW
− 30% for power input < 1 kW

The compressor-motor-unit shall be equipped with a housing for protecting noise.

7.4.2 Air Receives

The air receives of welded steel plate type shall be designed, manufactured and equipped in
accordance with international well-known standards, e.g. ASME Code Section VIII "Rule for
Construction of Pressure Vessels", EN 13445, “Unfired pressure vessels”, etc. They shall be
pressure tested at a pressure corresponding to 150% of the design pressure.

Each air receiver shall be equipped safety valve, pressure sensors for operating the compressors
and local pressure indicator, drain valve (preferably electric operated timer based).

7.4.3 Motor Control Centre (MCC)


The MCC shall be supplied within the electrical equipment. The Contractor shall do necessary
coordination, if the MCC does not included in the scope of supply of the electrical equipment. The
relevant requirements specified for the electrical equipment shall be followed during the design and
construction. The MCC shall be located next to the compressors.

The MCC shall accommodate the motor starters, the protection equipment, device for redundant
AC-power connection, device for 110 V DC-power connection, key-operated selector switch for
three positions ("Off", "Local" and "Remote"), and other necessary devices.

It is preferred to integrate the MCC into the compressor housing.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 7-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7.4.4 Local Control System (LCS)
Depends on the concept of the Computerized Control System (CCS) of the power station, the LCS
might be integrated into the CCS. If LCS will be provided, the following requirements shall be
fulfilled.

The LCS will be installed in a standard cubicle and shall contain a PLC for controlling the
compressed air system. A touch screen shall be arranged on the cubicle front door for manual
operating and displaying the entire compressed air system and the individual equipment. Interface
and data exchange between LCS and CCS shall be in accordance with IEC standards.

The local control cubicle shall be equipped with all standard devices like key-operated selector
switch, lighting, ventilation, spare terminals, standard socket (230 V AC, 50 Hz), etc. It could be
combined with the MCC specified in the previous Subsection, preferably integrated in the
compressor housing.

7.4.5 Pipes and Valves


From the main air receiver, pipe of stainless steel will supply the compressed air to the said
consumers.

From the main air receiver, pipe of stainless steel shall supply the compressed air used by
pneumatic tools and/or in workshops within the caverns. The destinations shall be agreed later.
Preliminary, the following numbers, each with a shut-off valve and a quick release coupling, shall
be considered as minimum:
− Four numbers each on the Valve Floor, Turbine Floor, Generator Floor, Machine Hall Floor
− Six numbers distributed in the transformer cavern
− Three numbers on the Auxiliary Floor
− Two numbers each on floors above the Machine Hall Floor and in workshops

The minimum scope of valves is shown in the conceptual P&I diagram. The following design
criteria of components shall be considered:
− Gate Valves, Wedge Gate Valves: Ring seal type gate, carbon steel body, flanged ends,
non-rising stems, solid wedge. Body seat rings and spindle of stainless steel. Threaded bush
of bronze. Wedge seat rings of 13% Cr steel
− Globe Valves: Cast steel body with flanged ends. Rotor of stainless steel
− Non-Return Valves: Dash-pot to be included to avoid any fluttering or slamming of the valve
disc. Body seat ring, disc facing ring, valve shaft and bolt of stainless steel
− Butterfly Valves: Valve body of fabricated steel or cast steel, replaceable seat ring of
stainless steel; Valve disc of cast steel or fabricated steel, self-lubricating trunnion bearings;
Sealing preferably of solid rubber-to-metal contact between the disc seal and the body seat,
sealing adjustable and replaceable without dismantling the valve

7.5 INSTRUMENTATION AND SAFETY DEVICES

The compressed air system shall be furnished with all instruments, control, etc., necessary for
manual, automatic and supervision of the operation. All conditions of importance for operation shall
be monitored.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 7-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The following measuring devices as well as monitoring and indicating instruments shall be
provided as minimum. The Contractor shall add instrumentation and/or safety device, where it is
required.
− Pressure in the air receivers
− Pressure at each compressor outlet and in the headers

7.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the compressed air system, shall be included in the scope of
supply, including all auxiliary devices like lifting devices, wire rope slings, hand winches, rope
tackles, etc.

7.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

7.7.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

7.7.2 Special Spare Parts


Each of the following special spare parts shall be offered as Option:
− One of each type of the measuring and indicating instruments
− Two filter elements of each type
− One set of all circuit plug-in modular electronic cards (if applicable), electronic relays, and
other electric replacement parts with their accessories including solenoids of each type and
size, limit switches and pressure switches

One set is defined as the total quantity used for the compressed air system.

7.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

7.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section
VIII “General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

The compressors shall be assembled and tested in the workshop according to relevant reputed
international and national standards. The test report shall be submitted to the Employer/Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 7-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The air receivers shall be pressure tested at a pressure corresponding to 150% of the design
pressure.

7.9 INSTALLATION AND TESTS AT SITE

7.9.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer
in due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with reputed international and
national standards. The protocols/reports shall be included in the as-built documentation and
handed over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in
the scope of supply for recording the necessary data during the commissioning.

7.9.2 Installation, Measurement and Tests


All pipes and permanent materials required for anchoring and supporting the embedded parts of
the compressed air system during concreting must be delivered and installed by the Contractor in
due time. The complete piping system shall be pressure tested after installation at the maximum
operation pressure.

All signals shall be verified to eliminate fault.

7.9.3 Dry-Commissioning
After completion of the installation, the function of individual components shall be separately
checked in dry-condition.

7.9.4 Wet-Commissioning
The wet commissioning of the compressed air system shall be performed prior to the wet-
commissioning of the turbine-generating units. The guarantees shall be verified.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 7-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 8: OIL HANDLING EQUIPMENT

Table of Contents

8. OIL HANDLING EQUIPMENT......................................................................................................... 1


8.1 GENERAL .......................................................................................................................................... 1
8.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
8.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 1
8.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 2
8.4.1 Oil Pump .................................................................................................................................... 2
8.4.2 Heater ........................................................................................................................................ 2
8.4.3 Filter ........................................................................................................................................... 2
8.4.4 Water Separator ........................................................................................................................ 2
8.4.5 Control Box ................................................................................................................................ 2
8.5 INSTRUMENTATION AND SAFETY DEVICES ............................................................................... 2
8.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 2
8.7 SPARE PARTS.................................................................................................................................. 2
8.7.1 General Spare Parts .................................................................................................................. 3
8.7.2 Special Spare Parts ................................................................................................................... 3
8.7.3 Recommended Spare Parts ...................................................................................................... 3
8.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 3
8.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 3

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 8-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8. OIL HANDLING EQUIPMENT

8.1 GENERAL

For treatment of the hydraulic oil (bearings, governors) of the turbine-generating units, two mobile
oil filtration stations will be provided.

8.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) two mobile oil filtration stations with the following main components
− Oil pumps
− Heater
− Filter
− Water separator
− Control box

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter

All components shall have state of the art design and conform to the relevant international
standards.

8.3 DESIGN CRITERIA AND OPERATION CONDITIONS

Two mobile oil treatment units equipped with oil feeder pumps, strainers, filter(s), heater(s), water
separator, vacuum pump(s), valves, pipes, measuring, control and supervisory equipment for
automatic operation shall be provided. The mobile units shall be equipped with wheels for easy
movement.

Each mobile unit shall at least be able to purify 1 m³/h oil. The design pressure of the unit shall be
minimum 0.3 MPa. The power cable shall have about 50 m length and a plug compatible with the
standard socket outlets and the prevalent distribution voltage of this project. The oil pipes
connecting the oil tanks/reservoirs shall be equipped with quick release coupling compatible with
those installed on the oil tanks/reservoirs.

After the treatment, the oil for bearings and hydraulic governors shall fulfil the requirements
specified by the code 15/13/10, ISO 4406, and the water content shall not exceed 40% of the
saturation point.

Standard product of an international well-known manufacturer is preferred. All elements shall be


easily accessible and replaceable.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 8-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

8.4.1 Oil Pump


Oil pumps shall be of adequate type and motor driven. The inlet pump shall be able to suck the oil
to be treated from the oil tank/reservoir. A strainer shall be arranged prior to the inlet pump. The
outlet pump shall be sufficiently designed to pump the cleaned oil to the oil tank/reservoir.

8.4.2 Heater
The electric heater shall have adequate size and design to bring the oil to the required temperature
without overheating. The oil temperature prior to and behind the heater shall be monitored.

8.4.3 Filter
The filter element shall have adequate size and can be removed without dismantling other part. It
shall be of durable material and can be easily cleaned.

8.4.4 Water Separator


The water separator shall be preferably of centrifugal type and sufficiently reduce the oil residual
humidity to the permissible value. The tank for collecting the separated water shall be provided.

8.4.5 Control Box

Each mobile oil treatment unit shall be equipped with a control box. Push bottoms for operating the
unit shall be provided. All monitored values shall be shown on instruments installed on the box
front. An emergency stopper shall enable to stop the operation immediately.

8.5 INSTRUMENTATION AND SAFETY DEVICES

Each mobile oil treatment unit will be furnished with all instruments, control, etc., necessary for
manual, automatic and supervision of the operation. All conditions of importance for operation will
be monitored.

8.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the mobile oil treatment unit, shall be included in the scope of
supply.

A mobile oil quality control unit shall be provided.

8.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 8-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8.7.1 General Spare Parts
The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

8.7.2 Special Spare Parts


No special spare parts are required.

8.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

8.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section
VIII “General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

The mobile oil treatment units shall be assembled and tested in the workshop according to relevant
reputed international and national standards. The test report shall be submitted to the Employer/
Engineer.

8.9 INSTALLATION AND TESTS AT SITE

Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer
in due time about the tests to be carried out.

The performance of the mobile oil treatment units shall be verified at Site.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 8-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 9: POWERHOUSE CRANE


Table of Contents

9. POWERHOUSE CRANE ................................................................................................................ 2


9.1 GENERAL .......................................................................................................................................... 2
9.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 2
9.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 2
9.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 3
9.4.1 Runway Rails ............................................................................................................................. 3
9.4.2 Crane Bridge .............................................................................................................................. 3
9.4.3 Trolley ........................................................................................................................................ 4
9.4.4 Lifting Equipment ....................................................................................................................... 4
9.4.5 Brakes ........................................................................................................................................ 5
9.4.6 Power supply ............................................................................................................................. 5
9.4.7 Control Equipment ..................................................................................................................... 5
9.4.8 Maintenance Lifting Platform (optional) ..................................................................................... 6
9.5 INSTRUMENTATION AND SAFETY DEVICES ................................................................................ 6
9.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 6
9.7 SPARE PARTS .................................................................................................................................. 6
9.7.1 General Spare Parts .................................................................................................................. 6
9.7.2 Special Spare Parts ................................................................................................................... 6
9.7.3 Recommended Spare Parts ...................................................................................................... 6
9.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 7
9.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 7
9.9.1 General ...................................................................................................................................... 7
9.9.2 Installation, Measurement and Tests ......................................................................................... 7

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 9-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9. POWERHOUSE CRANE

9.1 GENERAL

To facilitate assembly, erection and dismantling work of the equipment installed in the powerhouse
cavern, a powerhouse crane shall be provided.

9.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) One overhead bridge crane with the following main components


− Runway rails
− Crane bridge
− Trolley
− Lifting equipment
− Brakes
− Power supply
− Control equipment, including two radio-operated portable control panels
− Maintenance lifting platform (optional)

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter
5) Providing and removing of testing load

Along the crane runways as well as on the girders and trolley, handrails with provisions for safety
shall be supplied and installed. Vertical height of the handrails above the footing plate shall be not
less than 1000 mm. There shall be middle rails, approximately 450 mm above the footing, and
breast boards of at least 70 mm height at the bottom of the handrails.

All mechanical and electrical equipment required shall be provided, including cables, cable
conduits and terminals. All equipment and auxiliaries necessary for installation, commissioning and
safe operation of the power plant shall be included in the scope of Work and Supply of the
Contractor.

9.3 DESIGN CRITERIA AND OPERATION CONDITIONS

The powerhouse crane shall be of overhead bridge, double girder type and designed according to
the well reputed international standards likes EN, FEM, etc.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 9-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The crane shall have a main and an auxiliary hook. The main hook shall be used for lifting the
heaviest peace to be lifted, mostly the generator rotor, whilst the auxiliary hook shall be utilized for
erection and maintenance work of small parts like rotor poles, servomotors, heat exchangers, etc.
Thus, the rated capacity of both hooks shall be finally optimized by the Contractor and approved by
the Employer/Engineer.

The powerhouse crane shall approximately have the following main parameters:
− Rated lifting capacity main hook 80 t
auxiliary hook 10 t
− Span 10.4 m
− Lifting height main hook 14 m
auxiliary hook 20 m
− Rail base elevation 989.19 m asl.
− Rail track length 69 m
− Bridge travelling speed normal 20 m/min
creeping 0.6 m/min
− Trolley travelling speed normal 15 m/min
creeping 0.6 m/min
− Main hook lifting speed normal 1.2 m/min
creeping 0.1 m/min
− Auxiliary hook lifting speed normal 4 m/min
creeping 0.5 m/min

The crane shall be remotely controlled by using radio-operated portable control panel. Operator’s
cabin is not necessary.

The deflection of the bridge structure under the rated capacity shall not exceed 1/1000 of the span.

9.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

9.4.1 Runway Rails


The runway rails and anchoring material shall be installed within the allowable tolerances given in
applicable standards and/or by the crane manufacturer. Foundation plates, anchor bolts, fasteners
and end buffers shall be included in the supply. The impact of concrete contraction joints shall be
adequately considered in the rail track design.

Four bumper stops shall be installed at the ends of the rails.

9.4.2 Crane Bridge


The bridge girders shall be of box type, welded of steel plates and include the rails and end stops
for the crane trolley. The rails for the translation motion of the trolley shall be bolted to the girders.
The footbridges shall be of slip-proof sheet metal and include handrails and foot protection strips.

Two end carriages, the cross girders of fabricated box design, shall connect the main girders. End
bumpers shall be attached to each end and be aligned with the rail track buffers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 9-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The bridge drive gears shall be rigidly mounted to the crane carriages. Each end carriage shall be
supported by number of wheels. At least one bridge wheel on each rail shall be driven by
synchronised induction motor(s). The drive units shall operate without excessive noise and no
harmful vibrations. The motors shall start progressively to avoid uneven starting and reduce
swinging of the loads to a minimum. For the same reason, the brakes shall also act progressively.

Provisions shall include four proximity switch contacts; two of the contacts shall slow down the
crane before it reaches the end buffers. The other two contacts shall induce low speed operation
near the end buffers.

The wheels shall be of cast steel with self-lubricated antifriction bearings. The motorised and the
non-driven wheels shall be interchangeable.

Handrails shall be provided for walkways and operation platforms on the girders.

9.4.3 Trolley
The trolley frame shall be a rigidly fabricated steel structure to ensure uniform distribution of the
loads to all wheels without undue deflection. The trolley frame shall be stress-relieved after
fabrication.

Spring bumpers shall be designed to absorb impacts from forces that would arise when the trolley
approaches the end stops of the bridge at maximum speed, with rated load suspended. Separate
drives on either side of the trolley with synchronized induction motors, closed oil bath lubricated
reduction gear, brake and steel pinions shall be provided. The design of the drive elements and
brakes of the trolley shall be similar to those of the bridge drive.

9.4.4 Lifting Equipment


The lifting equipment on the trolley shall include two hoists, i.e. the main hoist for the main hook
and the second hoist for the auxiliary hook.

Both hoists shall include two rope drums, journal bearings and geared motors for two hoisting
speeds. The hoist drums shall be of the two-way, opposite-groove type to yield vertical lifting of the
load. The grooves shall be machined. The drums shall be dimensioned to leave at least two
complete windings of lifting ropes in the grooves with the hook in the lowest position. It shall also
not be necessary to wind double layers when the hook is in its highest position.

The wire ropes for the hoists shall be of twist-free design, preferably with a fibre core. The wires
shall be of hardened and tempered steel. Rope stresses shall be calculated for maximum load
including the weight of the hook and the rope sheaves.

All movements shall be protected by limit type proximity switches which will, if activated, interrupt
the power supply to the motor and activate the brake. In addition to the holding brake for normal
operation, a control brake shall be actuated, for instance by a centrifugal switch. An overload-
protection device and slack rope contact shall also be provided.

The rope sheaves shall be of cast steel or fabricated steel. The grooves shall be machined to
diameter tolerances that minimize wear on the ropes. The sheave pins shall be of alloy steel and
be fitted with roller bearings. The load block shall be designed with a rope-guard for close
encasement of the lifting ropes.

The double hook of the main hoist shall be of forged steel, finish-ground. Maximum stress at load
test shall not exceed two third of the ultimate strength. The hook shall be load tested to 150% of

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 9-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
rated load and NDT checked (MT, UT) after testing to ensure that no hidden damage occurred to
the hook. The hook shall rotate freely on anti-friction bearings and be provided with safety latch.

9.4.5 Brakes
Each motor of any motions shall be provided with a spring-loaded electro-magnetic brake. The
brake control shall be so arranged to operate after a time delay to ensure that the load is held by
the drive motor before the brake is released. There shall be no slipping of loads, when the drive
motor is stopped, or the electricity supply fails.

The main and the auxiliary hoist shall be equipped with two independent brakes, one each for
holding the load and control of lowering speed. They shall be able to stop the rated load at rated
speed with a maximum slip of 4 mm and maintain the load without any slipping. A failure of the
motor coupling or gear box shall not cause the load to drop.

The rubbing surface of brake drums will be machined and free from defects. Under operating
conditions, the temperature of the rubbing surface of the brake shall not exceed the permissible
limit. Asbestos shall not be accepted. The brakes shall be designed for simple accessibility for
adjustment due to wear of the lining.

The brake capacity shall not be less than 200% of the torque caused by rated load. The brake shall
prevent the load from descending. The brakes shall operate minimum 600 times per hour.

9.4.6 Power supply


The AC power supply shall be routed to the lockable main circuit breaker of the powerhouse crane
located on the Machine Hall Floor, easily accessible. The crane internal power supply system shall
include a main switch, the main contact conductor along the crane runway, the power cables to the
trolley, the control equipment and all other consumers internal cabling and wiring.

The main contact conductor shall be composed of 4-wire (3-phase plus grounding) copper
conductors of the protected type. Fastening material and the current collectors shall be included.
The current collectors shall be of well-proven type to ensure continuous contact and avoid arcing.

9.4.7 Control Equipment


All crane operations shall be controlled remotely from the radio-operated portable control push
button panel. Therefore, two portable radio remoter controller shall be provided

The crane control system shall be installed in cubicles arranged on the crane bridge. It shall be of
microprocessor-controlled equipment in solid state technique, complete with all elements and
accessories necessary for reliable operation of the powerhouse crane. The cubicles shall be
equipped with heating and ventilation.

The cranes shall be equipped with control circuit transformers, motor starters and thermal overload
protections for each motor and trip for thermal sensors of the motors.

Adjustable limit switches to limit the lifting and lowering range, for automatic slowdown of travelling
movements, and as additional safety precaution for the highest hook positions of all hoists in case
of exchanged phases shall be provided.

All hoists shall also be equipped with switch-off switches at loads exceeding the rated capacity.
The main hoist shall be equipped with additional contact initiating automatic speed reduction for
heavy loads.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 9-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.4.8 Maintenance Lifting Platform (optional)
Depending on the design of the powerhouse cavern overhead ceiling, a scissor lifting platform for
necessary maintenance work shall be provided. The platform shall be arranged on the trolley and
designed for a minimum load of 5 kN/m². The base area of the platform shall be minimum 3.5 m².

All safety requirements for operating the platform shall be considered.

9.5 INSTRUMENTATION AND SAFETY DEVICES

The powerhouse crane shall be furnished with all instruments, control, etc., necessary for manual,
automatic and supervision of the operation. All conditions of importance for operation shall be
monitored.

The following measuring devices as well as monitoring and indicating instruments shall be
provided as minimum. The Contractor shall add instrumentation and/or safety device, where it is
required.
− Overload protection for the hoists
− Indicator of the lifted weight
− Protection for the motors

Three emergency stoppers including wiring shall be provided. Their location shall be agreed during
the installation of the powerhouse crane.

9.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the powerhouse crane, shall be included in the scope of supply,
including all auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

9.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

9.7.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

9.7.2 Special Spare Parts


Not required.

9.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 9-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section
VIII “General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

9.9 INSTALLATION AND TESTS AT SITE

9.9.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer
in due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with reputed international and
national standards. The protocols/reports shall be included in the as-built documentation and
handed over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in
the scope of supply for recording the necessary data during the commissioning.

9.9.2 Installation, Measurement and Tests


All permanent materials required for anchoring and supporting the embedded parts of the
powerhouse crane during concreting must be delivered and installed by the Contractor in due time.

All signals shall be verified to eliminate fault.

• No Load Test

The following items shall be checked:


o Accuracy and efficiency of the brake, locking system and limit switches.
o the distance of horizontal, vertical moving shall be measured appropriately.
o Operation speed.
o Characteristics of manual and remote control.
o Trolley and bridge travel.
o Trip setting of hoist limit switches.

• Load Test

o Static load test

No load test is carried out to verify the bearing capacity of the crane and its parts.
The crane shall be tested at 140% of the rated lifting capacity at Site. It shall be
capable of handling the overloads without damage to its respective parts such as
permanent deformation of crane girders, overheating of electrical components, etc.
The performance of the hoist brakes shall be tested under the following conditions:

− To suspend 140% of the rated load without drift,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 9-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− To stop the rated load within 10 mm of vertical travel when lowering at
maximum rated speed,
− To control lowering of rated load within 2 mm when inching the main
hook, and 3 mm when inching the auxiliary hook,
− To lower rated load without exceeding the hoist motor synchronous
speeds,
− To lower empty hook at maximum rated speed.

o Dynamic load test

Main aim of the dynamic load test is to verify the crane institutions and functions of
the brake. Dynamic load test shall be carried out at 125 % of the rated load.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 9-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 10: CARGO AND PASSENGER ELEVATOR

Table of Contents

10. CARGO AND PASSENGER ELEVATOR ....................................................................................... 1


10.1 GENERAL .......................................................................................................................................... 1
10.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
10.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 1
10.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 2
10.4.1 Hoisting Machine ....................................................................................................................... 2
10.4.2 Suspension and Guides ............................................................................................................. 3
10.4.3 Cabin .......................................................................................................................................... 3
10.4.4 Shaft Doors ................................................................................................................................ 4
10.4.5 Control Equipment ..................................................................................................................... 4
10.5 INSTRUMENTATION AND SAFETY DEVICES ................................................................................ 4
10.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 5
10.7 SPARE PARTS .................................................................................................................................. 5
10.7.1 General Spare Parts .................................................................................................................. 5
10.7.2 Special Spare Parts ................................................................................................................... 5
10.7.3 Recommended Spare Parts ...................................................................................................... 5
10.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 5
10.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 5
10.9.1 General ...................................................................................................................................... 5
10.9.2 Installation, Measurement and Tests ......................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 10-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

10. CARGO AND PASSENGER ELEVATOR

10.1 GENERAL

One combined cargo and passenger elevator for easy and quick moving and handling shall be
provided in the powerhouse cavern. The elevator shall be of state-of-the-art and designed
according to well-known international standards, e.g. EN 81, ASME A17.1.

10.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) One cargo and passenger elevator with the following main components
− Hoisting machine
− Suspension and guides
− Cabin
− Shaft doors
− Control equipment

2) Instrumentation and safety devices


3) Special tools and equipment for assembly and maintenance specified in this Chapter
4) Spare parts specified in this Chapter

All mechanical and electrical equipment required shall be provided, including cables, cable
conduits and terminals. All equipment and auxiliaries necessary for installation, commissioning and
safe operation of the power plant shall be included in the scope of Work and Supply of the
Contractor.

10.3 DESIGN CRITERIA AND OPERATION CONDITIONS

The elevator shall be able to transport a pump of the cooling water system and drainage and
dewatering system. Therefore, the lifting capacity of the elevator shall be finally selected by the
Contractor and approved by the Employer/Engineer.

The elevator shall approximately have the following main parameters:


− Rated capacity 1500 kg
Equivalent passenger number 17
− Rated speed 1 - 1.5 m/s
− Lifting height 17.2 m

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 10-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

− Cabin inside dimensions clear width 1.6 m


clear length 2.1 m
clear height 2.3 m
− Cabin door (on both sides) clear width 1.1 m
clear height 2.3 m
− Floors to be served HVAC Floor EL. 989.24 m asl.
Administration Floor EL. 985.64 m asl.
Machine Hall Floor EL. 982.19 m asl.
Generator Floor EL. 978.51 m asl.
Turbine Floor EL. 975.15 m asl.
Auxiliary Floor EL. 971.98 m asl.

The design of the elevator shall meet the following requirements:


− Multiple Independent braking systems;
− Direction controls in cabin at start and end platforms;
− Security push button in cabin/platform at start and end platforms;
− Drive variable speed soft start/stop motors control package;
− Driven by electric hoisting machine including cable and counter weight, or similar;
− Cabin and shaft doors of automatic sliding type, access from opposite side possible;
− Smooth, however, rapid acceleration of cabin;
− Accurate floor landing/levelling without jerking and jumping;
− Minimum 240 starts per hour and operation without overheating of hoisting machine.

10.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

10.4.1 Hoisting Machine


The hoisting machine shall be installed in the machine room and mainly comprise of motor with
electronic control device, elastic coupling, gear, driving wheel and two independent breaking
systems. The service brake shall be of electric type, and the emergency brake shall be provided
with an amply dimensioned drum brake, automatically closing by pressure springs.

All bearings shall be of self-lubricating and maintenance-free type.

Provisions shall be made for fine adjustment of operating speed.

In case of emergency, e.g. electric power failure, the cabin shall be able to be lifted/lowered to
every stop level by a hand operated device.

A stop switch, allowing the elevator to be stopped and kept stopped, shall be arranged so that
there is no risk of mistaking the stop position.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 10-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

10.4.2 Suspension and Guides


The cabin weight plus 50% of the rated capacity shall be balanced by a counterweight.

For the cabin and counterweight, guide rails shall be provided and fixed to anchor rails cast into
first stage concrete. All fixing and adjusting elements shall be provided. The cabin and
counterweight guides shall be equipped with automatic lubrication devices.

The steel wire ropes, provided for the suspension of cabin and counterweight, shall comply with
the respective standards and regulations. The ropes shall be fixed to the cabin and counterweight
in such way, that for their adjustment and replacement only a minimum number of parts need to be
removed.

Cabin and counterweight shall be equipped with appropriate shock absorbers.

10.4.3 Cabin
The elevator cabin shall have sufficient mechanical strength to resist the forces which shall be
applied in normal operation, in safety gear operation or impact the car on its buffers. The bottom
shall have a robust non-skid surface. The walls and doors shall be of brushed stainless steel.

The cabin shall have two sliding doors oppositely arranged. Each door shall open/close
automatically and be designed in such a way as to minimize the harmful consequences of jamming
a part of a person, clothing or other object. A sensitive protective device shall automatically initiate
re-opening of the doors in the event of a person in crossing the entrance being struck (or about to
be struck) by the doors during closing movement. The doors shall be able mechanically unlocked
both from inside and from outside.

The cabin ceiling shall be provided with an emergency exit having minimum 800 mm x 800 mm.
The exit cover shall be of flap type. A telescopic ladder shall be mounted to the cover, providing
easy access from the cabin bottom to the roof.

The cabin shall be sufficiently ventilated and lighted. The lighting shall ensure a permanent
illumination of a light intensity of at least 50 lux at floor level and on the control devices.

An over-speed actuated safety brake of the wedge type, with four adjustable guide shoes, shall be
arranged at the cabin. The safety brake shall stop the cabin, in case of hoist brake failure or rope
damage.

The cabin control panel shall be equipped with:


− Push button plates, including operation “open door”, “close door”, “ventilation on”, “ventilation
off”;
− Floor indicator and moving direction indicator;
− Cabin overloaded indicator lamp/signal
− Safety push button for emergency stop, its activating will create alarm signals in the
Computerised Control System of the power station;
− Communication device (e.g. telephone) with the control room of the power station;
− Key locked switch for manual control of cabin position.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 10-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

10.4.4 Shaft Doors


The automatic sliding doors shall be imperforate and of durable metal. They shall be guided top
and bottom.

The shaft doors shall be suitably interlocked with the cabin position and will open only, if the cabin
has reached the respective floor level. In case one of the shaft doors is not closed, operation of the
elevator shall be impossible. In normal service, the shaft doors shall be closed after an adjustable
time in absence of a signal for the cabin movement. A sensitive protective device shall
automatically initiate re-opening of the doors in the event of a person in crossing the entrance
being struck (or about to be struck) by the doors during closing movement.

Each shaft door shall be equipped with an emergency locking, which can be operated both from
inside and from outside.

The shaft door panels shall be equipped with:


− Push buttons for “up” and “down”;
− Direction and floor level indicator;
− Gong signal indicating arrival of cabin.

10.4.5 Control Equipment


The control equipment shall be installed in standard cubicle(s). It shall start, accelerate, slow down
and stop the elevator cabin, when the appropriate push button is pressed. Means shall be provided
to protect the motor.

All operating mechanisms fixed in the elevator shaft or to the elevator cabin shall be arranged so
that positive contact and action is assured irrespective of the floating movement of the cabin from
side to side in the guides and under all conditions of the elevator operation.

Where gravity and/or spring opening contactors having metal to metal contacts are employed to
open a main circuit to stop the elevator machine, such devices shall have at least two independent
breaks.

The main switch shall have stable open and closed positions. It shall be capable to break the
power supply for the elevator interrupting the highest current involved in normal operation
conditions without cut of the following circuits feeding:
− Cabin lighting and ventilation,
− Alarm and communication devices.

10.5 INSTRUMENTATION AND SAFETY DEVICES

The elevator shall be furnished with all instruments, control, etc., necessary for manual, automatic
and supervision of the operation. All conditions of importance for operation shall be monitored.

Safety devices, e.g. overload protection, safety brake to stop the cabin in case of hoist brake
failure or rope damage, fire-fighting equipment, etc. shall be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 10-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

10.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the powerhouse crane, shall be included in the scope of supply,
including all auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

10.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

10.7.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

10.7.2 Special Spare Parts


Not required.

10.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

10.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section
VIII “General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

10.9 INSTALLATION AND TESTS AT SITE

10.9.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer
in due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with reputed international and
national standards. The protocols/reports shall be included in the as-built documentation and
handed over to the Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in
the scope of supply for recording the necessary data during the commissioning.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 10-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

10.9.2 Installation, Measurement and Tests


All permanent materials required for anchoring and supporting the embedded parts of the elevator
during concreting must be delivered and installed by the Contractor in due time.

All signals shall be verified to eliminate fault.

The elevator shall be commissioned in accordance with international and national standards and
rules. A load test shall be performed. The test load shall be provided and disposed by the
Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 10-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 11: MECHANICAL WORKSHOP EQUIPMENT

Table of Contents

11. MECHANICAL WORKSHOP EQUIPMENT ..................................................................................... 1


11.1 GENERAL .......................................................................................................................................... 1
11.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
11.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 2
11.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 2
11.4.1 Universal Lathe .......................................................................................................................... 2
11.4.2 Pillar-Mounted Drilling Machine ................................................................................................. 3
11.4.3 Table Drilling Machine ............................................................................................................... 4
11.4.4 Double Wheel Rough Grinding Machine ................................................................................... 4
11.4.5 Tools-Grinding Machine ............................................................................................................. 4
11.4.6 Metal Power Hacksaw Machine................................................................................................. 5
11.4.7 Manual Bench Type Shears ...................................................................................................... 5
11.4.8 Mobile Air Compressor .............................................................................................................. 5
11.4.9 Electric Welding Machine .......................................................................................................... 6
11.4.10 Gas Welding Equipment ........................................................................................................ 6
11.4.11 Anvil ....................................................................................................................................... 6
11.4.12 Welding Table ........................................................................................................................ 6
11.4.13 Work Benches with Vice ........................................................................................................ 6
11.4.14 Tools for Mechanical Workshop ............................................................................................ 7
11.4.15 Mechanical Measuring Instruments ....................................................................................... 9
11.4.16 Chain Block with Monorail ................................................................................................... 10
11.4.17 Hand Drilling Machine .......................................................................................................... 10
11.5 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE ............................ 10
11.6 SPARE PARTS ................................................................................................................................ 10

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11.6.1 General Spare Parts ................................................................................................................ 10
11.6.2 Special Spare Parts ................................................................................................................. 10
11.6.3 Recommended Spare Parts .................................................................................................... 10
11.7 ASSEMBLY AND TESTS IN WORKSHOP ..................................................................................... 11
11.8 INSTALLATION AND TESTS AT SITE ........................................................................................... 11

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11. MECHANICAL WORKSHOP EQUIPMENT

11.1 GENERAL

The mechanical workshop will be equipped with machines, tools and associated facilities for the
normal maintenance and repair of the electromechanical equipment.

The following tasks will be executed with the mechanical workshop equipment:
− Repair and maintenance of the power station vehicles
− Guide day-to-day maintenance like testing, lubrication, as well as minor repair work of the
equipment in the power station
− Guide dismantling and erection of minor parts in the power station
− Perform site repair and maintenance on minor parts in the power station

11.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) One universal lathe


2) One pillar-mounted drilling machine
3) One table drilling machine with supporting bench
4) One double-wheel rough grinding machine
5) One tool grinding machine
6) One metal power hacksaw machine with 3 adjustable supports
7) One manual bench type shears with supporting bench
8) One mobile air compressor
9) One electric welding machine
10) One gas-welding equipment
11) One anvil
12) One welding table
13) Three work benches with vice
14) One set of tools for the mechanical workshop
15) One set mechanical measuring instruments
16) One chain block with monorails
17) Two hand drilling machines
18) One machine tool cabinet
19) Three tool cabinets
20) One fork lift trolley

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
21) One tool trolley
22) One smoke hood with fan and duct work
23) One portable compressed-air grinding machine, equipped with a wheel diameter 230 mm
24) One circular electric saw for timber mounted on a mobile chassis with tire wheels
25) Special tools and equipment for assembly and maintenance specified in this Chapter
26) Spare parts specified in this Chapter

All mechanical and electrical equipment required shall be provided, including cables, cable conduits
and terminals. All equipment and auxiliaries necessary for installation, commissioning and safe
operation shall be included in the scope of Work and Supply of the Contractor.

11.3 DESIGN CRITERIA AND OPERATION CONDITIONS

The accuracy of machine tools shall be in accordance with ISO Standards, in particular, ISO 1708
for the lathe. All equipment shall be of state of the art.

11.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

11.4.1 Universal Lathe


The universal lathe shall be supplied complete with electric motor, headstock, lathe bed with
hardened and ground lathe bed way, clasp nut box, lathe slide, tailstock, etc. The lathe shall be
provided with fixed and exchangeable gearwheels for cutting all types of threads (inch system, metric
system module and diametric pitch) and shall approximately have the following main data:
− Height of Centres 300 mm
− Centre Distance 1800 mm
− Spindle Speed Range 28 – 2700 rpm

The following normal and special accessories, as well as cutting tools shall be furnished with the
lathe:

Normal Accessories
− Tray for chips and cooling water
− One set of operating and maintenance tools
− One greasing gun
− Centres suitable for headstock and tailstock
− One set of exchangeable gearwheels for thread cutting
− One fixed and one movable steady

Additional Special Accessories


− Complete wet-turning equipment with pump and motor, operating switch, pipes, etc.
− Three-jaw chuck

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− Four-jaw chuck
− Tools holder
− Fastening device to collect chucks and straddling thorns
− Approx. 18 straddling thorns, diameter 18 to 35 mm
− Electric lamp
− Face plate, diameter 600 mm approx.

Cutting Tools
− One left- and right-hand straight roughing tool
− One left- and right-hand bent roughing tool
− One left- and right-hand bent finishing tool
− One straight finishing tool
− One left- and right-hand recessing tool
− One internal roughing tool
− One corner-boring tool
− One diamond straight finishing tool

11.4.2 Pillar-Mounted Drilling Machine


The pillar-mounted drilling machine shall be supplied complete with electric motor, spindle head with
adjustable feeds, drilling table adjustable in vertical, longitudinal and transverse direction, heavy duty
drilling machine base designed to fix working pieces. The drilling machine shall approximately be
provided for the following main data:
− Overhand 350 mm
− Drilling Capacity in Steel 30 mm
− Spindle Size No. 4 Morse taper
− Spindle Speed Range 35 – 1400 rpm
− Size of Working Table 560 X 720 mm
− Table Travel 550 mm
− Column Diameter 200 mm
− Clamp area 600 X 450 mm
− Feed Clutch Electromagnetic
− Max Distance between Spindle and table 740 mm
− Feed 0.1, 0.15, 0.2 and 0.3 mm/rev

The following tools (one each) shall be furnished with the machine:
− Set of Taper Shank Drills dia. 15 – 60 mm (in step of 0.5 mm)
− Set of Taps dia. M3 - M32
− Expanding reamers, adjustable type dia. 5 – 40 mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− Countersinks bore dia. 3 – 40 mm

11.4.3 Table Drilling Machine


The table drilling machine shall be supplied complete with electric motor, spindle head, working table
(height adjustable) and base plate suitable to be used as working table.

The drilling machine shall approximately have the following main data:

− Drilling Capacity in steel 15 mm


− Spindle Speed normal range
− Size of working table 200 X 200 mm
− Size of base plate 250 X 250 mm
− Max. distance between drilling spindle and base plate :450 mm

The drilling machine shall be equipped with all normal accessories and shall be furnished with the
following additional special accessories and tools:
− Lighting equipment
− Parallel vice
− Steel parallels to mount the work pieces (assorted sizes)
− V-blocks for supporting round work pieces (assorted sizes)
− U-traps for clamping the work pieces (assorted sizes)
− Greasing gun
− Two sets of drills 1 to 15 mm diameter in step of 0.5 mm.

11.4.4 Double Wheel Rough Grinding Machine


One double-wheel rough grinding machine shall be supplied complete with electric motor, mounted
on a high stand with one grinding wheel mounted on each side of the motor shaft. The machine shall
be provided with the necessary protection shields and adjustable work-piece support and shall
approximately have the following main data:
− Diameter of Grinding Wheel 250 mm
− Width of Grinding Wheel 40 mm
− Grinding Disc Speed 1400 and 2800 rpm

All accessories, 4 spare grinding wheels (2 of each type), 2 wheel dressers and 6 pairs of grinder's
glasses shall be furnished with the machine.

11.4.5 Tools-Grinding Machine


A base-mounted universal grinder for the sharpening of cutting tools and drills shall be provided,
having similar design and accessories for the rough-grinding machine but with a grinding disc width
of approximately 20 mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11.4.6 Metal Power Hacksaw Machine

The metal power hacksaw machine shall be supplied complete with electric motor and 3 adjustable
supports and be provided for simple operation with push button "On", "Off" and "Emergency Off".
The machine shall approximately have the following main data:

− Cutting Capacity Section dia. 200 mm


− Cutting Capacity Section 200 X 200 mm
− Number of Speed 4
− Cutting Speed 10 - 35 m.min

The hacksaw shall be equipped with all normal accessories and shall be furnished with the following
additional special accessories and tools:
− Complete wet-sawing equipment
− Automatic switch for stopping the machine when cutting is finished
− Vice
− Bar support
− Quick-locking measuring stop
− Set of tools
− One set of square blades suitable for various kinds of materials
− Greasing gun
− Three adjustable supports

11.4.7 Manual Bench Type Shears


These shears shall be mounted on a bench with approximately width of 800 mm, length of 1500 mm
and height of 850 mm and shall approximately have the following main data:
− Capacity for a steel thickness of 6 mm steel sheet or 100 mm x 8 mm flat sections
− Maximum cutting length: approx. 1000 mm

The stock shear shall be supplied with the normal accessories and protective devices.

11.4.8 Mobile Air Compressor


The mobile air compressor shall be provided for maintenance and overhaul purposes of equipment.
It shall be of single-stage type and be supplied with air receiver, pressure regulator, non-return valve,
safety valve, pressure gauge, two wheels, one handle, cable, connections for hoses and motor
switch with thermal protection.

The compressor shall approximately have the following main data

− Delivery Quantity 7 m3/h


− Working Pressure 0.9 MPa
− Receiver Capacity 0.1 m3

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11.4.9 Electric Welding Machine
The electric welding machine shall be of the converter type with electric motor generator and stepless
adjustment of current with hand wheel. The welding machine shall be capable for both SMAW and
TIG welding.

The welding machine shall be transportable on two wheels and be provided with all necessary
controls, indicating instruments, cables and accessories to guarantee maximum efficiency.

The generator shall be supplied for a range of 35 A – 500 A and with all necessary accessories, such
as 2 x 10 m welding cables with electrode holders, 2 x 10 m earthing cables with clamps, Argon
cylinder with 10 m hose length, gas flow meter, protection shield, brush, welding hammer, welding
gloves, etc.

Argon cylinder shall be mounted on a carriage and the electric holders shall be equipped with
stepless current controllers.

Furthermore, the Contractor shall furnish suitable number and types of welding electrodes.

11.4.10 Gas Welding Equipment


The gas-welding equipment shall be supplied complete with acetylene and oxygen bottle, bottle
carriage, pressure-reducing and safety valves, hoses mixing valve, one set of suitable nozzles,
welder's glasses, etc.

The tool cabinet shall contain the following:


− Torch holder, one set of ten torches for sheets of 0.5 mm to 200 mm, combines cutting heads
and guide for oxygen cutting of steel plates 50 mm to 200 mm in thickness, safety goggles,
etc.
− One set of spare parts including cylinders, pressure reducing valves, pipes, double clips, Snap-
On high speed connectors, clamps, spanners, etc.

Furthermore, the Contractor shall furnish a suitable number of welding wires of various diameters.

11.4.11 Anvil
The anvil shall be suitable in size and the material adequate for the work to be performed.
Approximate dimensions shall be as follows:
− Length 500 mm
− Width 220 mm
11.4.12 Welding Table
The welding table shall be supplied complete with plate, supports, drawers, vice and all necessary
accessories for welding operations. The table size shall approximately be of 1000 mm x 1200 mm.

11.4.13 Work Benches with Vice


The work benches shall have a height of 850 mm and shall be supplied complete with plate,
supports, chest of drawers for tools, vice, etc. The size (work benches with vice) shall approximately
be of 800 mm x 2000 mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11.4.14 Tools for Mechanical Workshop
The Contractor shall supply a complete set of heavy duty tools for the mechanical workshop, to be
in the tool cabinets and on the universal racks of the mechanical workshop.

The tools shall consist of but not be limited to the following:


− One portable electric hand-grinding machine, 230 V / 50 Hz, with wheel diameter of
approximately 115 mm. The supply shall include six spare grinding wheels
− Two oil cans
− Three adjustable nozzle air hoses
− Five compressed air hoses (PN 10, 10 m length) complete with connections suitable for
instantaneous connection with compressed air tapping supplied under Chapter 7
“Compressed Air Systems”
− One file, flat, 250 mm
− One file, three-cornered, 250 mm
− One file, half-round, 250 mm
− One file, round, 250 mm
− One file, flat, smooth, 200 mm
− One file, three-cornered, smooth, 200 mm
− One file, half-round, smooth, 200 mm
− One file, round, smooth, 200 mm
− One file, four-cornered, smooth, 200 mm
− Fifteen wooden file handles
− One flat scraper
− One bearing scraper
− One triangular scraper
− One set of bench hammers (260 g – 2 kg, set of 4)
− One rivet hammer
− One nylon hammer
− Two lead hammers
− Two flat chisels
− One set of punches
− Two centre pinches 10 x 20
− One angular scribing needle, 190 mm
− Two pierce awls, 80 mm
− Two dividers, 250 mm
− Two sets screwdrivers, of 1 – 8 size
− One set Philips screwdrivers, 4 sizes

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− One wire cutter
− One hacksaw + spare blades
− One keyhole metal saw
− One plumb with 40 m string
− One set machine tap drills M3 – M10
− One sheet metal shear
− One hexagonal key set, 2 – 12 mm
− One shifting spanner, 15 mm
− One shifting spanner, 25 mm
− One tape measure, 30 m
− One tape measure, 10 m
− One pipe cutter, 150 mm
− One pipe plier, 200 mm
− One pipe plier, 350 mm
− One set pipe thread cutter, 10 – 50 mm
− One pair of scissors
− Six hollow punchers for gasket rings
− One combination pliers, 190 mm
− One grip pliers, 250 mm
− One round nose pliers, 150 mm
− Two sets spiral drills, 1 mm – 20 mm in diameter, 1 mm increment between each diameter
− Two sets spiral drills, 20 mm – 30 mm in diameter; 2 mm increment between each drill
− One set of reamers
− One thread cutter set M3 - 24, including tap drill and cutter with holder and tap wrench
− One set open ended spanners, size 6 mm – 32 mm
− One set of open ended spanners, size 36 mm – 72 mm
− One set of shifting spanners, range 13 mm – 40 mm
− One set of double bent ring spanners, size 6 mm – 36 mm
− One set of socket wrenches, including complete set of ratchets, size 6 mm – 32 mm
− One set of internal Allen key wrenches, size 3 mm – 20 mm
− One contact screwdriver set No. 1 to No. 4 size
− One universal pliers 500 V, 160 mm
− Three portable lamps, cable length 5 m, extension cable 20 m, with plug, adapter and insulator
transformer
− One precision screwdriver set with 4 blades

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− One set of steel figures and letters

11.4.15 Mechanical Measuring Instruments


The Contractor shall include in his supply all mechanical measuring instruments, as mentioned
hereafter. All instruments shall be enclosed in rigid wooden protection cases for proper storage.

Sliding Gauges
− One slide gauge combined for inside and outside measurements, measuring range 0 mm –
200 mm, accuracy 1/50 mm
− One slide gauge for outside measurement, measuring range 0 mm – 400 mm, accuracy
1/50 mm
− One slide gauge for measuring depth, measuring range 0 mm – 250 mm, accuracy 1/50 mm

Micrometers
− One outside micrometer; measuring range 0 mm – 25 mm, accuracy 1/100 mm
− One outside micrometer; measuring range 25 mm – 50 mm, accuracy 1/100 mm
− One pair of inside micrometer heads with the necessary control rings, elongations and
adjusting wrenches

Other Measuring Instruments

− Two sets of precision rulers of different lengths

− One adjustable precision universal angle measuring equipment

− One precision spirit frame level, accuracy: 1 division – 0.05 mm per meter

− One set short type and one set long type feeler gauges with feelers of various thicknesses
varying from 0.05 mm – 1.0 mm

− One ISO thread gauge M3 – M64, including tube threads

− One radius thread gauge M3 – M64, including tube threads

− One radius gauge concave and convex for radii 1 mm – 7 mm

− One divider

− One outside caliper

− One inside caliper

− One straight edge, 1 m in length

− One angular scribing needle 150 mm

− One precision mechanical revolution counter

− Two dial gauges, accuracy of measurements 1/100 mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− One stopwatch, accuracy of measurement 1/5 second

− One thermometer, 0°C – 100°C


11.4.16 Chain Block with Monorail
The standard chain block shall have the hoisting capacity of 1 t and be designed for travel along
monorail beams and therefore equipped with hoist and traveling rollers. It shall be designed for
manual operation. The design shall include load chain, hand chain load dependent pressure brake,
steel hook and spring-loaded safety catch. The chain block weight shall allow easy displacement
from one monorail beam to another. Lifting ropes with rope slings shall be included in the supply.

Monorail beam of sufficient length shall be supplied and fixed with foundation plates, anchor bolts
and clamps in workshop.

11.4.17 Hand Drilling Machine


Two hand drilling machines shall be provided as below specified:
− One portable electric 2-speed percussion drilling machine 230 V / 50 Hz with drilling capacity
in steel 25 mm and in rock 20/10 mm; The supply shall include two sets of carbide drills and a
set of rock drill.
− One portable pneumatic drilling machine of 25 mm drilling capacity; The supply shall include a
complete set of drills.

11.5 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling, adjustment
and maintenance of the equipment, shall be included in the scope of supply, including all auxiliary
devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

11.6 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

11.6.1 General Spare Parts


The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

11.6.2 Special Spare Parts


Not required.

11.6.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11.7 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

11.8 INSTALLATION AND TESTS AT SITE

Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer in
due time about the tests to be carried out.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 11-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 12: SMALL HYDRO UNIT

Table of Contents

12. SMALL HYDRO UNIT ............................................................................................................... 1


12.1 GENERAL .......................................................................................................................................... 1
12.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
12.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 2
12.3.1 Type and Arrangement .............................................................................................................. 2
12.3.2 Water Levels and Gross Heads ................................................................................................. 2
12.3.3 Head Losses and Net Head....................................................................................................... 2
12.3.4 Turbine Discharge ..................................................................................................................... 2
12.3.5 Unit Output and Generator Data ................................................................................................ 3
12.3.6 Unit Efficiency ............................................................................................................................ 3
12.3.7 Rated Speed .............................................................................................................................. 3
12.3.8 Runaway Speed ........................................................................................................................ 3
12.3.9 Speed and Pressure Rise .......................................................................................................... 3
12.3.10 Draft Tube Pressure Pulsations ............................................................................................. 3
12.3.11 Unit Setting ............................................................................................................................ 4
12.3.12 Cavitation ............................................................................................................................... 4
12.3.13 Cracking ................................................................................................................................. 4
12.3.14 Vibration ................................................................................................................................. 5
12.3.15 Noise ...................................................................................................................................... 5
12.3.16 Head Losses and Leakage .................................................................................................... 5
12.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 5
12.4.1 Turbine-Generating Unit ............................................................................................................ 5
12.4.2 Turbine Governor ....................................................................................................................... 6
12.4.3 Turbine Inlet Valve ..................................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.4.4 Turbine Outlet Valve .................................................................................................................. 6
12.4.5 Electrical Equipment .................................................................................................................. 7
12.4.6 Unit Control System ................................................................................................................... 7
12.5 INSTRUMENTATION AND SAFETY DEVICES ................................................................................ 7
12.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 7
12.7 SPARE PARTS .................................................................................................................................. 7
12.7.1 General Spare Parts .................................................................................................................. 8
12.7.2 Special Spare Parts ................................................................................................................... 8
12.7.3 Recommended Spare Parts ...................................................................................................... 8
12.8 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 8
12.9 INSTALLATION AND TESTS AT SITE ............................................................................................. 8
12.10 PROTOTYPE EFFICIENCY TESTS (OPTION) ............................................................................ 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12. SMALL HYDRO UNIT

12.1 GENERAL

With the objective of utilizing the minimum water flow discharged by UTK, a small hydro turbine-
generating unit will be installed in the powerhouse cavern. The small hydro unit will only be put into
operation, if at least one main unit is in standstill. The arrangement of the small unit is shown in the
Tender Drawings.

The small unit shall connect to the steel lining upstream of the first bifurcation by a branch pipe of
DN 900. On the downstream side, the water from the turbine shall be guided to the downstream
manifold of the (main) Unit 3 by steel pipe.

Erection and dismantling of the small unit shall be carried out by using the powerhouse crane.

12.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) One horizontal turbine-generating unit with the following main components


− Francis turbine
− Generator
Flywheel

2) One turbine governor


3) One turbine inlet valve
4) One turbine outlet valve
5) Electrical equipment
6) Unit control system
7) Instrumentation and safety devices
8) Special tools and equipment for assembly and maintenance specified in this Chapter
9) Spare parts specified in this Chapter
10) Resonance analysis for the turbine-generating unit as well as for resonances between the
turbine-generating units and the entire waterway

Pipes, valves and auxiliaries necessary for installation, commissioning and safe operation of the
power plant shall be included in the scope of Work and Supply of the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.3 DESIGN CRITERIA AND OPERATION CONDITIONS

12.3.1 Type and Arrangement


The turbine shall be of the horizontal Francis type with spiral case and elbow type draft tube. The
spiral case inlet shall be below the unit centreline. The turbine runner shall rotate "clockwise", looking
from the draft tube side.

Each turbine generating unit shall have a combined thrust-guide bearing and a guide bearing. The
turbine runner shall be mounted overhung on the unit shaft.

The generator shall be of synchronous type. The energy produced shall be fed to the main
transformer of Unit 3.

12.3.2 Water Levels and Gross Heads


The following headwater levels shall be used for the layout of the horizontal Francis turbine:
− Maximum headwater level 1158.2 m asl
− Rated headwater level 1158.0 m asl
Minimum headwater level 1155.0 m asl

The tailwater levels for the layout of the turbine are defined as following:
− Maximum tailwater level 986.35 m asl
− Rated tailwater level 983.17 m asl
Minimum tailwater level 982.80 m asl

Thus, the gross heads for the turbine operation will be


− Maximum 175.40 m
− Rated 174.83 m
Minimum 168.65 m

12.3.3 Head Losses and Net Head


The head losses shall be calculated similar to the main turbines.

The rated net head for the small Francis turbine is defined as following:
Hr,small = (983.17 - 174.83) - ΔH(Qr,small+2Q) (m)

where ΔH(Qr,small+2Q) is the head losses when two main turbines and the small unit are operating.

12.3.4 Turbine Discharge


The complete operation range of the turbine discharge are subject to guarantee.

With the small unit alone in operation, the small turbine shall be able to operate smoothly and
continuously with the discharge between 1.5 m³/s and 3.9 m³/s.

It is beneficial to have the maximum discharge of the small turbine as close as possible to the
minimum discharge of the main turbine due to optimization of the energy utilization.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.3.5 Unit Output and Generator Data
Over the entire head range and depending on the turbine discharge, the unit output delivered by the
generator terminal is subject to guarantee.

The generator shall have the following rated parameters:


− Rated power 6 MVA
− Rated voltage 11 kV
− Rated frequency 50 Hz
− Power factor 0.85
The output guarantee is met if the effectively measured output of the prototype is not less than the
guaranteed one at the rated head with rated discharge.

If the Contractor fails to achieve the guaranteed rated output and the maximum output by more than
the tolerance for measuring, then he shall be bound to modify the turbine design in order to attain
the guaranteed value.

If the guaranteed value cannot be achieved by means of modifications or if by mutual agreement


such modification is omitted, the Contractor shall pay to the Employer the penalty specified in the
Particular Conditions of Contract.

12.3.6 Unit Efficiency


The small turbine-generating unit shall be designed for high efficiencies over the entire head range
for a wide range of guide vane openings. The efficiency values in the entire operating range are
subject to guarantee.

12.3.7 Rated Speed

The rated speed of the turbine-generating unit shall be 1000 rpm, related to the rated grid frequency
of 50 Hz. The turbine shall be designed to operate properly for a grid frequency variation from 49 Hz
to 51 Hz.

12.3.8 Runaway Speed


Maximum steady state runaway speed is designated as the maximum possible speed of the turbine,
when operating under no-load of generator, except windage and friction losses, and is subject to
guarantee.

12.3.9 Speed and Pressure Rise


The Contractor shall guarantee the speed and pressure rises without utilization of tolerances.

Under the most unfavourable conditions, the maximum pressure occurred in the turbine spiral case
shall not exceed 2.1 MPa, and dangerous pressure drop in the draft tube shall not occur.

The maximum momentary speed shall be guaranteed considering all factors which might affect it.

12.3.10 Draft Tube Pressure Pulsations


Amplitude and frequency of the draft tube pressure pulsations resulting from turbine operation at
partial load are subject to guarantee.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The peak to peak of the draft tube pressure pulsation shall not exceed the following values:
− 80% to 100% of the maximum load at a net head: ≤ 1.5% of the corresponding net head
Less 80% of the maximum load at a net head: ≤ 3.5% of the corresponding net head

The frequency of the draft tube pressure pulsations shall have sufficient distance to the natural
frequency of the waterways and the turbine-generating units. The Contractor shall verify this
requirement by performing relevant calculations.

12.3.11 Unit Setting


The horizontal turbine-generating unit shall be installed on the Turbine Floor (EL.975.15). The final
setting represented by the unit shaft centreline elevation shall be selected by the Contractor.

The Bidder/ Contractor shall verify whether this setting is sufficient for a cavitation-free operation of
the turbine in the entire operation range or not. The highest elevation necessary for fulfilling the
condition “cavitation-pitting free” as defined in IEC 60609-1 shall be indicated in Section IV,
“Technical Data Sheets”.

12.3.12 Cavitation
Within the entire head range the turbine shall operate cavitation-free, if the turbine setting is not
higher than requested by the Contractor.

In addition, the Contractor shall guarantee that the material removal on the turbine runner caused
by cavitation for a period of 8000 operating hours from the date of the Preliminary Acceptance will
not exceed the amount given by the formula:
V = 20 D2 t/8000
Where: V = Permissible volume of metal in cm³ removed during "t" hours of operation
D = Outlet diameter of the turbine runner in m
t = Operation time in h

All cavities deeper on the runner shall not exceed 3 mm. Apart from those, IEC 60609 shall be
applied.

The Contractor shall be obliged to compensate to the Employer either by replacing the lost material
by welding or, if necessary, by replacing the runner by a new one, all at the Contractor's expense
and to the satisfaction of the Employer's Representative.

If during the guarantee period of 8000 h, repair of the lost material by welding and/or replacement of
a complete component by new one becomes necessary, the guarantee period will again be valid for
8000 h from the end of the complete repair work / replacement.

If the Contractor fails to reduce the cavitation up to acceptable level after 16000 operating hours, the
Employer shall have the right to reject the runner. The replacement has to be repeated until the
cavitation guarantee is fulfilled.

12.3.13 Cracking
Cracking is not permitted, neither on the runner nor on other parts of the turbine. Should cracking be
detected within the guarantee period. the Contractor shall do the necessary repair and take
measures in respect of preventing any new cracking. After finishing of all repair measures, the
guarantee period restarts.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.3.14 Vibration
The turbine-generating unit shall be designed and installed so that a smooth operation within the
entire specified operation area will be ensured and undue vibration of any turbine components and
of the civil work will not occur.

For vibration evaluation, ISO 7919-5 and ISO 10816-5 shall be applied. Vibration measured during
the operation of the turbine-generating unit shall be within the area “A’’ specified by the both ISO
standards.

12.3.15 Noise
Noise level caused by the turbine is subject to guarantee.

Noise levels measured at 1.5 m from the unit shaft shall not exceed 85 dB(A).

12.3.16 Head Losses and Leakage


The head losses of the turbine inlet and outlet valve shall be minimized. The Contractor shall
guarantee the maximum head losses caused by them,

The Contractor shall guarantee the maximum leakage through the seals of the turbine inlet and outlet
valve. In new condition, the leakage of the service seal shall not cause any movement of the rotating
part of the turbine-generating unit without applying the brake.

12.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

12.4.1 Turbine-Generating Unit


The scope and the requirements specified in Section VII of this Specification (Volume 2 and Volume
3M) for the relating components of the main turbine and main generator shall be applied accordingly,
where applicable. The main differences are described below.

The horizontal Francis-turbine shall be directly and rigidly connected to the generator. There may be
only one shaft for the turbine-generating unit. Two bearings shall be provided: a guide bearing and
a combined thrust and guide bearing. The regulating ring shall be moved by a servomotor operated
by pressured oil supplied by the turbine governor. The spiral case will be so arranged that the inlet
has the low position.

The draft tube steel liner shall extend to the downstream manifolds of Unit 3 and shall have a
minimum thickness of 12 mm. The maximum internal and maximum external pressure for designing
the draft tube of the main turbine shall be considered, too. The section next to the runner shall be of
stainless steel.

The generator shall be of air-cooled type and equipped with brushless exciter with rotating diodes.
The isolating class shall be F. The requirements specified by IEC standards shall be complied.

If required, a disk flywheel shall be provided. It shall be used for the mechanical brake.

If cooling water will be required for the operation of the small unit, it shall be supplied by the cooling
water system of the power station or alternatively taken from the headwater.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
If compressed air will be required, it shall be supplied by the compressed air system of the power
station.

12.4.2 Turbine Governor


The turbine governor shall be similar to that for the main turbine. The scope and the requirements
specified in Chapter 2 of this Specification for the main turbine governor shall be applied accordingly,
where applicable.

The digital governor shall be installed in a cubicle and allow speed control (PID), power-frequency
control (PI) and opening control (PID).

An oil pressure unit with piston type accumulator and sufficient nitrogen bottles shall be provided. It
shall supply the pressured oil for the turbine, the turbine inlet and outlet valve.

12.4.3 Turbine Inlet Valve


Upstream next to the turbine, an inlet valve of through-flow butterfly type shall be provided. It shall
have a service seal. A standard valve is preferred.

The scope and the requirements specified for the main inlet valve in Chapter 3 of this Specification
shall be applied accordingly, where applicable.

The design pressure of the inlet valve shall not be less than that for the turbine spiral case (2.1 MPa).
The latter shall be verified by the Contractor.

The nominal diameter of the inlet valve shall not be less than the inlet diameter of the turbine spiral
case to avoid discontinuous flow entering the turbine. Thus, it shall be finally selected by the turbine
supplier.

The interface between the extension pipe and the branch pipe of the steel lining is defined in
Chapter 0 of this Specifications. The extension pipe shall be provided to Site with minimum 1 m
allowance and adjusted after precise measurement at Site. It shall be flanged to the inlet valve body
and welded to the branch pipe. The welding shall be carried out by the Contractor of this Contract.

The valve will be closed by closing weight and opened by single acting oil cylinder. The necessary
pressured oil shall be supplied by the turbine governor.

The valve shall have a bypass.

12.4.4 Turbine Outlet Valve


The turbine outlet valve of butterfly type shall be arranged in the turbine draft tube, at an adequate
position on the Valve Floor (EL.971.25) with flanged connections. It shall have a service seal. A
standard valve is preferred.

The scope and the requirements specified for the main inlet valve in Chapter 3 of this Specification
shall be applied accordingly, where applicable.

The design pressure of the outlet valve shall not be less than the internal design pressure for the
turbine draft tube.

The nominal diameter of the outlet valve shall be selected by the Contractor according to the draft
tube layout.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The valve shall be closed by closing weight and opened by single acting oil cylinder. Alternatively,
the valve may be driven by electric motor connected to the safe AC-power supply. The manual
operated bypass may be omitted.

The dismantling pipe of the valve shall be arranged on the upstream side.

12.4.5 Electrical Equipment


If the supplier of the small unit would have standardised electrical equipment, which is perfectly
matched to the small unit, it shall be preferred. Otherwise, the electrical equipment shall be supplied
within the electrical equipment for the main units, to have uniform equipment and picture. The
Contractor shall do necessary coordination work.

All electric equipment, like generator protection system, MV- and LV-equipment, necessary for safe
operation of the turbine-generating unit shall be provided and comply with the requirements specified
in relating IEC standards and other international standards. The scope and the requirements
specified for the main units shall be applied accordingly, where applicable.

12.4.6 Unit Control System


A unit control system (UCS) shall be provided and installed in a standard cubicle. Interface and data
exchange between UCS and the computerised control system (CCS) shall be in accordance with
IEC standards.

The scope and the requirements specified for UCS of the main units shall be applied accordingly.

12.5 INSTRUMENTATION AND SAFETY DEVICES

The small unit and its auxiliary equipment shall be furnished with all instruments, control, etc.,
necessary for manual and automatic start-up, shut-down and supervision of the operation. All
conditions of importance for operation shall be monitored. On occurrence of a failure, an alarm signal
shall be given, and if dangerous operating condition occurs, normal or emergency shut-down of the
generating unit shall be initiated.

The requirements specified for the main turbine-generating unit shall be applied accordingly.

12.6 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling, adjustment
and maintenance of all turbine components, shall be included in the scope of supply, including all
auxiliary devices like lifting devices, wire rope slings, hand winches, rope tackles, etc.

12.7 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.7.1 General Spare Parts
The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

12.7.2 Special Spare Parts


Each of the following special spare parts shall be offered as Option:
− One spare runner with all parts for connecting to the shaft
− One set of stationary labyrinth ring
− two guide vanes with bearings and safety elements including the necessary fixing and sealing
elements
− One set of safety elements for the guide vane regulating mechanism
− One set of guide bearing
− One set of combined thrust and guide bearing
− One set of diodes
− One rectifier module
− One set of varistors
− One instrument of each type
− One control valve of each type
One set of all electronic circuit plug-in modular electronic cards, electronic relays, and other electric
replacement parts with its accessories.

One set is defined as the total quantity used for one turbine.

12.7.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

12.8 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

The requirements specified for the main turbine-generating unit shall be applied accordingly. The
small unit shall be assembled in the workshop as complete as possible.

12.9 INSTALLATION AND TESTS AT SITE

Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer in
due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with the IEC-standards (e.g.
IEC 60545, IEC 62006) as well as other reputed international and national standards. The
protocols/reports shall be included in the as-built documentation and handed over to the
Employer/Engineer.

The Contractor shall include all tools for installation and tests as well as all measuring devices in the
scope of supply for recording the necessary data during the commissioning.

The requirements specified for the main turbine-generating unit shall be applied accordingly.

12.10 PROTOTYPE EFFICIENCY TESTS (OPTION)

For verifying the unit efficiency of the prototype, a field acceptance test (Class B) specified by
IEC 62006 shall be offered as Option.

All equipment/devices and personal expenses necessary for carrying out the tests shall be included
in the scope of supply. All necessary provisions on the turbines shall be designed and constructed
without any additional cost.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 12-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 13: WATER LEVEL MEASURING DEVICES

Table of Contents

13. WATER LEVEL MEASURING DEVICES ....................................................................................... 1


13.1 GENERAL .......................................................................................................................................... 1
13.2 SCOPE OF WORK AND SUPPLY .................................................................................................... 1
13.3 DESIGN CRITERIA AND OPERATION CONDITIONS .................................................................... 2
13.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES ............................................................ 2
13.5 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 3
13.6 SPARE PARTS .................................................................................................................................. 3
13.6.1 General Spare Parts .................................................................................................................. 3
13.6.2 Special Spare Parts ................................................................................................................... 3
13.6.3 Recommended Spare Parts ...................................................................................................... 3
13.7 ASSEMBLY AND TESTS IN WORKSHOP ....................................................................................... 3
13.8 INSTALLATION AND TESTS AT SITE ............................................................................................. 3
13.8.1 General ...................................................................................................................................... 3
13.8.2 Installation, Measurement and Tests ......................................................................................... 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 13-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
13. WATER LEVEL MEASURING DEVICES

13.1 GENERAL

Devices shall be provided for measuring the water level in the


− head pond,
− surge tank, and
− tailrace outlet structure.

The locations of the head pond, surge tank and tailrace outlet structure are shown in the album of
Drawings of the Tender Documents.

13.2 SCOPE OF WORK AND SUPPLY

The scope of Work and Supply shall essentially include:

1) Three sets of equipment for measuring the water levels in


− head pond
− surge tank, and
− tailrace outlet structure
including cables and cable protecting pipe

2) Three sets of equipment for measuring the water levels in


− head pond
− surge tank, and
− tailrace outlet structure
with different measuring method as specified in 1), including cables and cable protecting pipe

3) One staff gauge for water level indication including foundation plates and numbers
4) Special tools and equipment for assembly and maintenance specified in this Chapter
5) Spare parts specified in this Chapter
6) Providing and removing of testing load

All mechanical and electrical equipment required shall be provided, including cables, cable
conduits and terminals. All equipment and auxiliaries necessary for installation, commissioning and
safe operation shall be included in the scope of Work and Supply of the Contractor.

The Contractor is responsible for all coordination works with the civil work contractor regarding the
location, installation and commissioning of the equipment, especially regarding the cable routes.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 13-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
13.3 DESIGN CRITERIA AND OPERATION CONDITIONS

Equipment for measuring the water levels with two different measuring methods shall be provided,
including all necessary auxiliaries. The measuring sensors shall be protected by stainless-steel
pipes due to stable and proper measurement. The data measured shall be used for the operation
of the turbine-generating units and the gates.

The measuring range shall be:


− Head pond EL.1140 – EL 1160
− Surge tank EL.1130 – EL.1180
− Outlet structure EL. 974 – EL.1004

The measured data (4 – 20 mA) shall be cabled to the related terminal boxes and then transferred
to the Computerized Control System (CCS) of the power station. All cables including protecting
pipes, terminal boxes and necessary auxiliaries shall be provided.

For the outlet structure, a water level staff gauge shall be provided and installed. It shall extend
from the bottom to an elevation above the maximum water level and consist of standard gauge
scales of durable plastic with subdivisions for every cm and intermediate divisions every 10 cm.
The standard gauge scales shall be firstly bolted to galvanized steel plates and then to the
concrete. For every two meters, elevation numbers of about 200 mm high shall be indicated.

13.4 MAIN COMPONENTS AND CONSTRUCTION FEATURES

The devices and instruments shall be of proven and sturdy design for the rough conditions
prevailing at or in the vicinity of the water passages. The precision of the instruments shall cope
with the relevant ISO standards.

The components of pressure measuring points, the measuring pipes and bleeder valves shall be of
stainless steel. The measuring points shall include replaceable orifice inserts in accordance with
IEC 60041. The supply shall include temporary cover plates attached to the flush mounted
measuring plates during installation and concrete works. The pipes shall be steadily rising up to the
bleeder valves in front of the instruments.

The sensors of the submersible pressure type shall contain a relative pressure cell, which
compensates the atmospheric pressure changes. The compensation shall be accomplished by the
vented sensor-bus cable. The measuring range and the accuracy shall be duly selected.

The level sensors shall be adequately protected against waves and other flow effects. The sensor
case shall be of stainless steel. The sensors shall be connected through a sensor bus to the
processing units. Each processing unit shall include two programmable analogue outputs, two
programmable limiting value outputs and one acceptance output. The processing units and sensor-
buses shall be provided with over-voltage protection.

The individual measuring sensor shall be wired to a terminal box (IP67) and then to the CCS.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 13-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
13.5 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the measuring devices and equipment, shall be included in the
scope of supply, including all auxiliary devices like lifting devices, wire rope slings, hand winches,
rope tackles, etc.

13.6 SPARE PARTS

For general requirements concerning spare parts, refer to GTS (Section VII Volume 2), Chapter 3.

13.6.1 General Spare Parts

The required general spare parts as specified in Subsection 3.2 of GTS shall be included in the
scope of supply.

13.6.2 Special Spare Parts

Each of the following special spare parts shall be offered as Option:


− One sensor of each type including transducer and cable

13.6.3 Recommended Spare Parts


The Contractor may offer additional spare parts in accordance with his experiences.

13.7 ASSEMBLY AND TESTS IN WORKSHOP

Assembly, inspections and tests in the workshop shall be performed in accordance with Section
VIII “General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. Additionally, the subsequent paragraphs shall be
observed.

13.8 INSTALLATION AND TESTS AT SITE

13.8.1 General
Installation, testing and commissioning at Site shall be performed in accordance with Section VIII
“General Conditions of Contract”, Section IX “Particular Conditions of Contract” and Section VII
Volume 2 “General Technical Specifications”. The Contractor shall inform the Employer/ Engineer
in due time about the tests to be carried out.

Both the installation and the tests shall be conducted in accordance with reputed international and
national standards. The protocols/reports shall be included in the as-built documentation and
handed over to the Employer/Engineer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 13-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The Contractor shall include all tools for installation and tests as well as all measuring devices in
the scope of supply for recording the necessary data during the commissioning.

13.8.2 Installation, Measurement and Tests


All permanent materials required for anchoring and supporting the embedded parts of the
powerhouse crane during concreting must be delivered and installed by the Contractor in due time.

All signals shall be verified to eliminate fault.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 13-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 14: HVAC SYSTEMS

Table of Contents

14. HVAC SYSTEMS, VENTILATION AND AIR CONDITIONING ......................................................... 1


14.1 GENERAL .......................................................................................................................................... 1
14.2 SCOPE OF WORKS .......................................................................................................................... 1
14.3 DESIGN & DESIGN DATA ................................................................................................................ 1
14.3.1 Outdoor Design Conditions ........................................................................................................ 1
14.3.2 Indoor Design Conditions .......................................................................................................... 1
14.3.3 Fresh Air Rates .......................................................................................................................... 2
14.3.4 Air Changes per Hour (ACR) ..................................................................................................... 3
14.3.5 System Requirements ............................................................................................................... 3
14.3.6 Air Distribution System .............................................................................................................. 4
14.4 CHILLED WATER SYSTEM .............................................................................................................. 4
14.4.1 Chiller Units General .................................................................................................................. 5
14.4.2 Chilled Water Distribution Grid .................................................................................................. 5
14.4.3 Chilled water piping & thermal insulation ................................................................................... 5
14.5 DRAWINGS AND DOCUMENTS ...................................................................................................... 6
14.5.1 Bid Drawings .............................................................................................................................. 6
14.5.2 Submission of Documents ......................................................................................................... 6
14.5.3 Subcontract Orders .................................................................................................................... 6
14.6 MATERIALS AND WORKMANSHIP ................................................................................................. 7
14.6.1 General ...................................................................................................................................... 7
14.6.2 Standards and Regulations ....................................................................................................... 7
14.6.3 Openings and Sealing of Wall or Ceiling Penetrations .............................................................. 7
14.7 PARTICULAR SYSTEM DESCRIPTION .......................................................................................... 7
14.7.1 General ...................................................................................................................................... 7

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
14.7.2 Powerhouse Cavern / Air Handling Unit 1 and 2 ....................................................................... 7
14.7.3 Powerhouse / Battery Room ...................................................................................................... 8
14.7.4 Powerhouse / LV Switchgear Room .......................................................................................... 8
14.7.5 Stairwell Pressurization System ................................................................................................ 8
14.7.6 Transformer Cavern / Transformer Unit Rooms ........................................................................ 8
14.7.7 Cable and Ventilation Gallery .................................................................................................... 8
14.7.8 Plant Operation Building ............................................................................................................ 9
14.7.9 Switchyard Operation Building ................................................................................................... 9
14.7.10 Dam Galleries ........................................................................................................................ 9
14.7.11 Diesel Generator Room ......................................................................................................... 9
14.8 TOOLS & DEVICES FOR ASSEMBLY & MAINTENANCE ............................................................ 10
14.9 SPARE PARTS ................................................................................................................................ 10
14.9.1 Recommended Spare Parts .................................................................................................... 10
14.10 ASSEMBLY AND TESTS IN THE WORKSHOP ......................................................................... 10
14.11 TESTS AT SITE ........................................................................................................................... 11
14.11.1 Commissioning Tests .......................................................................................................... 11
14.11.2 Trial Operation ..................................................................................................................... 11

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
14. HVAC SYSTEMS, VENTILATION AND AIR CONDITIONING

14.1 GENERAL

The Ventilation and Air-Conditioning system shall be installed in all rooms and areas of the project
according to the internal requirements. Some areas need to be air conditioned and some shall be
ventilated only. The different requirement are summarized in the following description.

14.2 SCOPE OF WORKS

The Scope of Works for the Ventilation and Air Conditioning System shall cover the complete
engineering, preparation of construction drawings, shop drawings, approval drawings,
procurement, manufacture, testing, transport, erection, installation, testing, commissioning and
completion of the heating, ventilation and air-conditioning systems (HVAC) including motor control
boards, switchgears, automatic control and associated cabling according to the requirements of the
Bid Documents.

14.3 DESIGN & DESIGN DATA

14.3.1 Outdoor Design Conditions

Design Condition in summer:


Air temperature 32°C DB
Relative humidity 35 %
Daily range 20 K (°C)
Design Condition in winter:
Air temperature +2 °C DB

14.3.2 Indoor Design Conditions

The maximum indoor design conditions shall be provided in different rooms as identified below:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Room / Area Maximum Condition
Powerhouse:
Machine Hall 30°C DB
Central Control Room 23°C / 40% r.h. * (summer), 20°C (winter)
Office rooms, conference rooms: 25°C /20°C DB (summer/winter)
Corridors, locker rooms, showers: 30°C DB
Toilet rooms temperature not controlled
Switchgear Rooms 30°C DB
Battery Room 25°C DB
Generator Floor 30°C DB
Cable Gallery 35°/40°C DB
Turbine Floor 30°C DB
Erection Bay, Workshops 30°C DB
Inspection/ Dewatering Gallery temperature not controlled
Cable Gallery up to 50°C DB
Operation Buildings:
Office rooms, exhibitions room,
telecommunication room, reception: 25°C /20°C DB (summer/winter)
Corridors, tea rooms: 30°C DB
Toilet rooms temp. not controlled in summer (in winter min.15 °C)

* Remarks:

− The HVAC systems shall be stand-alone controlled and supervised through central control
facilities

− For rooms such as computer room, electronic equipment room, control room etc., the design
room conditions specified by the equipment manufacturers shall be considered by the air-
conditioning system design if the requirements are more restrictive as specified above.

− The above table for Air Conditioning and Ventilation and the description for the Air Conditioning
and Ventilation for each room in the Technical Specification Civil Works are complementing
each other and in case of any difference in the interpretation the Contractor shall ask the
Consultant for clarification and the Consultant’s decision shall be final and binding.

14.3.3 Fresh Air Rates

The minimum fresh air rates for air-conditioned rooms and areas shall be provided upon the
following, whichever is greater:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Office rooms, 40 m³/hr per person or
conference room,
Equal to transfer air/exhaust air volume
launch room
All above + overpressure requirements
Control Rooms 40 m³/hr per person or
equal to transfer air/exhaust air volume
or
10% of supply air volume
All above + overpressure requirements
Workshops 40 m³/hr per person or
Equal to exhaust air volume
10% of supply air volume
All above + overpressure requirements

14.3.4 Air Changes per Hour (ACR)

Exhaust systems shall be designed upon heat removal requirement or based on the following
minimum air changes per hour, whichever is greater:

Toilets 6 ACR
Washrooms 6 ACR
Tea-kitchens 4 ACR
pump rooms 4 ACR
storage rooms 4 ACR
air-compressor rooms 4 ACR
technical rooms 4 ACR
water-treatment plants 4 ACR

14.3.5 System Requirements

− Where necessary, fire dampers and sound attenuators shall be provided to comply with the fire
compartmentation and sound level requirements.

− The outdoor air intake arrangements shall include a rain preventing louver.

− All systems, designed to remove internal heat from machinery, lighting, etc., shall be based on
the design temperatures and internal heat load. In absence of excessive internal heat, the
systems shall be designed on an appropriate air-exchange rate as specified above.

− The ventilation system in rooms containing a flammable or explosive material shall be


automatically stopped under emergency conditions.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Ventilation systems in rooms with automatic fire-extinguishing systems shall be stopped upon
fire alarm system via fire alarm panel and local ventilation control panel.

- The Ventilation and air-conditioning systems shall be designed to the rules of "Fire Services
Requirements for Buildings". The ducting system shall be equipped with fire dampers and
thermal or electro-thermal links. All the thermal insulation shall be incombustible and a fire-
retardant product.

- For rooms with automatic gas-extinguishing system, the fire dampers and HVAC units of the
affected room shall be controlled in the local control panel and the remote fire-alarm panel.
When the fire alarm is initiated, all the fire dampers shall be closed, and the HVAC unit (S)
shall be stopped instantly.

- Automatic control system and control panel shall be provided for the ventilation and air-
conditioning system. Audio-warning alarms and visible indication system of the air-conditioning
systems shall be installed in the Central Control Room and the local control panel. Local
control panel and power supply isolator for the air-conditioning system shall be provided.

- Location of welding areas in workshops or areas where special exhaust is needed shall be
selected as such that provision of individual exhaust air/make-up air can be provided in order
to limit the size of the A/C units.

14.3.6 Air Distribution System

The air-distribution systems shall be generally low-velocity systems with constant outside air rates.

The maximum air velocities in different applications shall be as follows:

Room, Equipment max. Velocity m/s


Air-conditioned rooms:
between 0.50 and 2.00 m height above floor level 0.25
In main air ducts 5–7
In main ventilation ducts 5–8
In branch ducts 2–5

For final design of the above-mentioned air flow velocities, the induction effects of the air
distribution and the maximum allowable sound pressure level shall be considered too.

14.4 CHILLED WATER SYSTEM

The chilled water system shall consist of the central chiller units and the chilled water distribution
network. The cooling water temperature even of the closed circuit will be nearly all time cold
enough to cool down the room temperatures. Therefore, the cooling water can pass the chillers in
a bypass for ecological and economic reasons. Only during extreme outside conditions, when the
cooling water temperature (Closed circuit) will be higher than 20 °C. For these seldom conditions

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
the chiller units shall be installed. By dividing the required capacity into two chiller units of the same
dimension, there is enough redundancy for reliable operation of the main plants.

14.4.1 Chiller Units General


The chiller shall be completely factory package including evaporator, condenser, sub-cooler, oil
separator, compressor, motor, control panel. The chiller shall be designed in order to allow easy
maintenance and easy cleaning of the condenser tube.

The refrigerant used shall be R 407 C or equivalent suitable with European environment rules. A
refrigerant side glass to be provided in order to aid in determining proper refrigerant charge.

The chiller must be operated in the full range from 15% to 100 % capacity. The unit shall be
suitable for floor installation with vibration isolation mounts. Each chiller shall be elastically
mounted and connected to piping via flexible bellows.

At full capacity, the chillers in operation shall share equally the cooling load. The arrangement of
the unit will consist of a parallel arrangement. The number of units will be determined in
accordance with the cooling load capacity repartition (2 units in operation). According to the
suitability of the central chiller system the Unit shall be integrated in the Control-system for an
automatic exchange in case the cooling water temperature increases a certain limit. This Control-
system shall as well put the Chiller Unit into operation periodically, change the three-way valve
from direct cooling water supply to cooling water supply of the chiller, to ensure the suitability of the
three-way valve (adjustable e.g. every 40 days for 24 hours).

The detailed designs will facilitate such as cleaning, servicing and maintenance. All similar
equipment shall be interchangeable as a whole and as regards its parts. All matters of the same
size shall be of one type supplied by one manufacturer.

Compressor:
The chiller shall be twin or multiple type compressors for optimized part-load efficiency and
minimized starting current.

Motor:
The electric motor shall be either cooled by fan or refrigerant (semi-hermetic type). The starting
current for the motor shall be maximum 5 times the nominal current.

14.4.2 Chilled Water Distribution Grid


The chiller units shall be centralized in the HVAC plant room. This room shall include the chilled
water pumps (3 x 50% Capacity) for the chilled water distribution network.

Centrifugal pumps with cast iron casing, impeller of copper bronze, shaft of stainless steel,
maintenance-free shaft seal, three-phase electric motor suitable for speed regulation, including
frequency converter, base plate and fixing bolts as chilled and condenser water circulation pump or
as make-up water pump.

Chilled water pumps: 2 chilled water circulation pumps and one stand-by shall be installed in the
HVAC Plant Room. The pumps shall be of centrifugal type (3 x 50% Capacity).

14.4.3 Chilled water piping & thermal insulation


The chilled water piping will be black steel for the main feeders and copper for the small diameter
up to the consumers. Black steel piping external painted with two (2) coats of anti-corrosion paint

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(Two different colors: E.g. Black and red). Any dirt, rust, scale, oil or grease and foreign matters
shall be removed before painting.

The connection to the consumers will be carried by flanges and counter flanges. The flanges may
be screw or bolted type. The piping arrangement will be done in order to limit any retention for
water and air. Air vent and water purges will be installed for easy maintenance.

The thermometer shall be installed using thermo-well on water returned of each AHU’s.

The support shall be installed in order to avoid any deformation due to thermal stress and water
hammer events.

All chilled water pipes, fittings and valves to be properly insulated using Armaflex material or
equivalent in order to minimize condensation and thermal losses. All pipe clips in all areas shall be
insulated from supporting structure.

14.5 DRAWINGS AND DOCUMENTS

14.5.1 Bid Drawings


The Bidder shall submit a draft piping and instrumentation diagram (P&ID). The Bidder shall also
provide outline drawings of the specified system components.

14.5.2 Submission of Documents


The Contractor shall submit, for the Engineer's approval, design calculation notes and pertinent
technical documents concerning the entire system. These documents shall include in particular:

- Final statement on definite water flow and air flow requirements and the corresponding sizing
of the equipment,

- Dimensional design calculations for the main components,

- Piping & Instrumentation Diagram (P&ID),

- Component List,

- Sequence chart of automatic control sequences, including automatic lead/lag control with
manual override,

- Draft operation and maintenance manual at least three months before the beginning of the
Site tests.

14.5.3 Subcontract Orders


Should some parts of the equipment be supplied by a subcontractor, the Contractor shall provide
the Engineer with references of similar works executed by the Subcontractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
14.6 MATERIALS AND WORKMANSHIP

14.6.1 General
The requirements outlined in Chapters 5 & 6 of the General Technical Specifications are also
applicable to the Ventilation and Air Conditioning System.

14.6.2 Standards and Regulations


The requirements outlined in Chapter 8 of the General Technical Specifications are also applicable
to the Ventilation and Air Conditioning System.

14.6.3 Openings and Sealing of Wall or Ceiling Penetrations


Normally all openings will be installed according to the civil work guide drawings of the Contractor.
But during execution some openings will be required to be chiselled out. This will be included in the
scope of work. All packing, sealing and insulation after the equipment installations, shall be
included as well.

14.7 PARTICULAR SYSTEM DESCRIPTION

14.7.1 General
The power house is partitioned into the powerhouse cavern and the transformer cavern. The
powerhouse cavern consists of Machine Hall Floor, Generator Floor, Turbine Floor and Valve
Floor.

A central air handling unit shall be provided in the related plant room of erection area to filter, cool
and dehumidify the outdoor air and supply the cooled fresh air to the identified rooms and also to
the air handling units related to each of the above mentioned blocks.

There are separate air handling units for the operation buildings.

The HVAC systems as described below, are also shown in the air flow diagrams and a chilled
water diagram. Any indicated data in the layout drawings and the diagrams have to be considered
as indicative only and have to be determined and confirmed by the contractor.

The particular systems required for the ventilation and air conditioning are described as follows:

14.7.2 Powerhouse Cavern / Air Handling Unit 1 and 2


In the Upper Floor level of the machine hall, there shall be two air handling units serving all levels
of the power house. They shall be connected to the central chilled water system by chilled water
pipe work. Fresh air will be taken through the main access tunnel.

The air handling units shall be equipped with filters, return air - centrifugal fan, chilled water cooling
coil and the supply-air centrifugal fan. The air distribution system shall constantly supply
air/return/fresh air flow. All supply air, return air, fresh air, transfer air, exhaust air and smoke
exhaust air ductworks shall be included.

A smoke exhaust system shall be provided for the Machine Hall comprising of two smoke exhaust
fans for the caverns mounted on the roof of the portal (CVG) Cable and Ventilation Gallery and

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
dedicated Make-up Air leading through the Main Access Tunnel to ensure a safe escape way at
the same time.

Any smoke lower than the machine hall can be taken out through the spherical valve shaft. Any
personnel in the power house cavern find a safe stairwell in a distance of not more than 35 m.

The emergency staircase 1 shall be pressurized by a system including outdoor air intake
arrangement, centrifugal supply air fan, and pressure relief arrangement. The system shall be
sized to obtain a minimum air velocity of 2 m/s across one open door.

14.7.3 Powerhouse / Battery Room


A battery room is provided on the Generator Floor, which shall be cooled and ventilated by transfer
air from the HVAC room. The exhaust system shall be acid resistant including ductwork and the
exhaust fan shall be located in the area of the ventilation tunnel, so that the entire duct inside the
caverns will be on the suction side of the fan. The pressure side of the ductwork shall be inside the
ventilation tunnel up to the louvre that separates the exhaust from the power cavern and the
exhaust from the transformer cavern.

14.7.4 Powerhouse / LV Switchgear Room


This room shall be connected to the central chilled water system by chilled water pipe work. Supply
air and chilled water will be distributed from the adjacent HVAC Plant Room.

In the LV Switchgear Room fan coil units shall be installed including filter, chilled water cooling
coils and a fan for cooling purposes since the internal load will be relatively high. This fan coil unit
(FCU) shall be room temperature controlled to keep the room temperatures within the limits.

14.7.5 Stairwell Pressurization System


The emergency staircases shall be pressurized by systems including outdoor air intake
arrangement, centrifugal supply air fans and pressure relief arrangement incl. adjustable gravity
shutters. The system shall be sized to obtain a minimum air velocity of 2 m/s through one open
door and it shall be started automatically in case of any fire alarm. The staircases serving the lower
levels of the powerhouse shall be equipped with such a Stairwell Pressurisation System, to ensure
a safe escape route from each fire zone in any level to the Main Access Tunnel and to the outside.
In case of any fire alarm the normal ventilation system shall be switched off automatically and the
stairwell pressurisation system shall start automatically at the same time.

14.7.6 Transformer Cavern / Transformer Unit Rooms


These tree rooms shall be connected to the central chilled water system by chilled water pipe work
to supply the fan coil units. These fan coil units (FCU) shall be room temperature controlled to keep
the room temperatures within the limits.

Additionally, they will be connected to the HVAC system for hygienic air exchanges.

14.7.7 Cable and Ventilation Gallery


Inside the Cable and Ventilation Gallery CVG there is one side separated only for cables. At the
portal close to the plant operation building there shall be a roof top exhaust fan including sound
attenuators that shall be operated to ensure safe maintenance conditions any personnel working
inside the gallery and to remove any heat losses that might be in the approx. 400 m long gallery.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The ventilation system of Cable Gallery shall consist of an exhaust air fan serving the entire gallery
and fire dampers at the air inlet in the powerhouse and in the transformer cavern. The air
temperature in this gallery shall be limited up to 40°C.

14.7.8 Plant Operation Building


Various rooms and areas of the plant operation building shall be air conditioned and ventilated as
follow:

− Offices, corridors, central control room and meeting rooms shall be air conditioned by fan coil
units including return air, filter, chilled-water cooling-coil and fan.
− Required fresh air shall be filtered and cooled in a central air handling unit for the operation
building, located in the middle of the operation building, and supply air to the rooms or areas
through insulated ductwork.
− The air handling unit shall be of 100% fresh air application and shall include pre-filter, final
filter, chilled-water cooling-coil, and the supply air centrifugal fan.
− This unit shall supply also the cooled air to the rooms which are not covered by fan coil units.
− The tea kitchens, stores and toilets shall be ventilated through transfer air from adjacent
areas and exhaust system including ductwork connected to the related fans located on the
roof of the operation building.

The fan coil units shall include also the condensate drain system including pipes and pumps, shall
be individually controlled and shall be connected to the central chilled water plant of the operation
building. This chiller plant shall work as a heat pump in winter as well and through the fan coils the
heat can be transferred to the different rooms.

14.7.9 Switchyard Operation Building


Three rooms are designed to be in the switchyard operation building and they shall be individually
equipped with spilt units to keep the room condition within the correct range. These rooms are very
small and will not be occupied by personnel for longer periods of time. Therefore, there is no
supply air system provided.

14.7.10 Dam Galleries


These galleries shall be ventilated by outside air from outside to the staircase and through access
galleries in three levels. The exhaust air shall be send to the outside through the open meshes at
the end of the galleries.

The internal rooms or dead-end areas shall be ventilated through individual supply, exhaust or
booster fans.

14.7.11 Diesel Generator Room


The diesel generator room shall be ventilated by outdoor air intake and wall mounted exhaust fan
in case the room as to be closed by solid doors.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
14.8 TOOLS & DEVICES FOR ASSEMBLY & MAINTENANCE

One complete set of all special tools, necessary for the assembly, disassembly and maintenance
of the HVAC Systems equipment.

14.9 SPARE PARTS

14.9.1 Recommended Spare Parts


Spare parts not specified above but recommended by the Contractor for a five (5) years operating
time shall be listed in separate Price Schedules of Recommended Spare Parts.

14.10 ASSEMBLY AND TESTS IN THE WORKSHOP

The Contractor shall prepare a table, listing all components to be tested and the tests to be
performed. The Engineer reserves the right to request additional tests if necessary.

Test certificates for materials and equipment shall be provided in triplicate to the Engineer. Shop
tests shall include the following:

− Insulation tests, operating tests, heating tests, load tests, etc. on electric motors, and other
electrical and mechanical components.

All plant shall be assembled for the inspection of functional tests. Exceptions may be permitted if
approved by the Engineer. All parts shall be correctly doweled and match-marked to facilitate
assembly at the Site. The Contractor shall give the Engineer notice in writing of the date and place
of inspection and testing not less than two weeks before the parts are ready and give the Engineer
full facilities for conducting or witnessing the tests. Three copies of the test reports shall be
provided to the Engineer.

At least the following components shall be assembled and presented to the Engineer:

− Pump sets.
− Multimedia filters
− Control valves
− Non-return valves
− Safety valves
− Local control board
− The tests shall include the following:
− Check of conformity with approved documents.
− Operation of electric motors, limit switches, etc.
− Hydraulic pressure test.
− Setting and calibration of safety valves.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− Seal leakage checks.

When the plant has passed the tests to the Engineer's satisfaction, he will confirm that it is
satisfactory, and that it can be disassembled, painted and packed for shipment.

14.11 TESTS AT SITE

14.11.1 Commissioning Tests


The Contractor shall conduct the following commissioning tests to ensure that the equipment has
been correctly installed, all necessary adjustments and settings been made, and that it is in sound
condition to operate. The site tests are subdivided in preliminary tests, operation and performance
tests.

a) Preliminary Tests
- Electrical check of correct wiring and cabling

- Testing and setting of pressure switches, pressure transmitters and limit switches

- Functional tests of the valves

b) Operation and Performance Tests


- Leakage test

- Final adjustment of pressure switches, indication instruments and interlocking devices.

- Air flow reports

- Pump performance tests

14.11.2 Trial Operation

After successful completion of all commissioning tests, the ventilation and air conditioning systems
shall be subject to a Trial Run. Trial Run Operation shall be carried out under the supervision and
responsibility of the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3M / 14-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND TRANSMISSION LINES

Section VI, ANNEXURE-1, Volume 3M

Mechanical Equipment
Particular Technical Specifications

CHAPTER 15: FIRE PROTECTION SYSTEMS

Table of Contents

15. FIRE PROTECTION SYSTEMS ............................................................................................ 1


15.1 GENERAL .......................................................................................................................................... 1
15.2 SCOPE OF WORKS .......................................................................................................................... 2
15.3 DESIGN AND DESIGN DATA ........................................................................................................... 3
15.4 DRAWINGS AND DOCUMENTS ...................................................................................................... 3
15.4.1 Tender Documents .................................................................................................................... 3
15.4.2 Submission of Documents ......................................................................................................... 3
15.5 MATERIALS AND WORKMANSHIP ................................................................................................. 4
15.5.1 General ...................................................................................................................................... 4
15.5.2 Standards and Regulations ....................................................................................................... 4
15.6 PARTICULAR REQUIREMENTS ...................................................................................................... 4
15.6.1 Survey of Systems ..................................................................................................................... 4
15.7 STRUCTURAL ELEMENTS FOR FIRE PROTECTION ................................................................... 6
15.8 FIRE DETECTION AND FIRE ALARM SYSTEMS ........................................................................... 9
15.9 FIREFIGHTING PUMP INSTALLATIONS ....................................................................................... 10
15.9.1 Fire Service Main ..................................................................................................................... 11
15.9.2 Outdoor Hydrants .................................................................................................................... 12
15.9.3 Standpipes and Indoor Hose Stations ..................................................................................... 12
15.9.4 Fixed Fire Extinguishing Systems............................................................................................ 12
15.9.5 Mobile Fire Extinguishers ........................................................................................................ 13
15.10 ANTI-CORROSIVE TREATMENT AND PAINT .......................................................................... 13
15.11 TOOLS & DEVICES FOR ASSEMBLY & MAINTENANCE ........................................................ 14
15.12 SPARE PARTS ............................................................................................................................ 14
15.12.1 General Spare Parts ............................................................................................................ 14

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
15.12.2 Special Spare Parts ............................................................................................................. 14
15.13 ASSEMBLY AND TESTS IN THE WORKSHOP ......................................................................... 14
15.14 TESTS AT SITE ........................................................................................................................... 16

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
15. FIRE PROTECTION SYSTEMS

15.1 GENERAL

This specification covers all fire protection installations, comprising structural fire protection and fire
resistance ratings for building structures, fire detection and fire alarm system and all other
firefighting installations, complete in every respect and suitable for satisfactory operation to offer
protection for all installations for the Hydropower Project.

This fire protection concept shall serve as a guideline for the design and the implementation of all
fire protection installations for the hydropower Project as required by the Contract and the
pertaining Technical Specifications, relevant local and international Codes and Standards as well
as the actual state-of-the-art for fire protection for hydroelectric generating plants.

The Civil Works and Hydro-mechanical Equipment Contractor’s scope of work for the fire
protection installations shall include all required fire rated equipment for doors, walls, ceilings,
gates and hatch covers. The Mechanical and Electrical Equipment this Contractor’s scope of work
shall include all other installations for fire and smoke detection and firefighting systems.

All fire protection installations shall be designed, installed and commissioned in accordance with
the international NFPA-Codes and Standards, mainly NFPA 850, Recommended Practice for Fire
Protection for Hydroelectric Generating Plants, latest Edition.

The design of buildings, civil structures and all fire protection installations shall also be in
accordance with local regulations and requirements from the authority having jurisdiction.

The fire protection installations shall be ready for operation before commissioning the first turbine-
generating unit.

All the fire protection installations shall be designed, supplied, installed and commissioned in such
a way to provide comprehensive fire protection for all buildings and areas of the Project.

These areas and installations are:

- Powerhouse Cavern

- Transformer Cavern

- Auxiliary Galleries

- Cable Galleries/Tunnels

The fire protection installations for these areas shall mainly comprise:

- Structural fire protection

- Fire detection and fire alarm systems

- Firefighting pumps

- Fire service main and outdoor hydrants

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Standpipes with indoor hose stations

- Water spray fixed systems

- Mobile fire extinguishers

- Installation material like supports, hangers, sleeves, seals, bulk heads, fire stops, electrical
cables etc. for the complete fire protection installations

- Spare parts and special tools.

15.2 SCOPE OF WORKS

The Works shall comprise the following as a minimum:

− Design

− Fire detection and fire alarm systems

− Firefighting pumps

− Fire service main and outdoor hydrants

− Standpipes with indoor hose stations

− Water spray fixed systems

− Fire extinguishers

− Installation material like supports, hangers, sleeves, seals, bulk heads, fire stops, electrical
cables etc. for the complete fire protection installations

− Consumables

− Tools and devices

− Spare parts

− Submission of documents

The Contractor shall add and include any other Works not listed above as so required to cover
and provide comprehensive fire protection for the entire Plant.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

15.3 DESIGN AND DESIGN DATA

The availability of firefighting water and the capacity of the firefighting pumps shall be suitable to
cover the water demand for fighting the maximum risk of the power plant, determined by the
demand for the largest fixed fire suppression system plus a parallel hose stream demand of not
less than 1,890 l/min.

Firefighting water shall be taken from the head water via 2 water supply pipes leading into the
clarified water header in the firefighting pump station located in the water treatment room on the
turbine floor in the powerhouse.

One (1) electric motor driven firefighting pump and one (1) electric motor driven stand-by
firefighting pump, each pump with a capacity of approx. 250 m³/h, shall take suction from the
clarified water header and supply firefighting water into a fire service main.

This fire service main shall be designed as a ring system to supply firefighting water to hydrants,
indoor hose stations and water spray fixed systems.

The delivery pressure of the firefighting pumps shall be such that the operating pressure at the
most remote outdoor hydrant or indoor hose station shall not be below 0.5 MPa while the largest
water based extinguishing system is under operation.

Under normal stand-by conditions, the fire service main, the hydrants, the hose stations and water
spray fixed systems shall be pressurized by one (1) jockey pump with a capacity of approx.
24 m³/h, which shall make up leakages and cover the demand for one (1) hose stations without the
need to start the firefighting pumps for such a small consumption.

A water/air pressure vessel shall be of ample size and shall compensate pressure fluctuations in
the fire service main system.

All water based extinguishing systems shall be connected and drained to the plant drainage
system. The fire protection installations shall be ready for operation before commissioning the first
turbine-generator unit. All systems shall be complete and functional in every respect according to
the relevant NFPA Codes and Standards, mentioned or not in this specification.

15.4 DRAWINGS AND DOCUMENTS

15.4.1 Tender Documents


The Tenderer shall submit with his Tender a draft piping and instrumentation diagram (P&ID) for
the firefighting water system with hydrants, hose stations and water spray fixed systems. The
Tenderer shall also provide outline drawings for the firefighting pumps, hose stations, deluge
valves and a brief description of the fire detection and fire alarm system.

15.4.2 Submission of Documents


In addition to the documents requested in Section VII Volume 2 General Technical Specifications,
(GTS) the Tenderer shall submit detailed piping and instrumentation diagrams (P&ID) for the
firefighting water distribution system with hydrants and hose stations and for each water spray
fixed system and a single line diagram for the fire detection and fire alarm system.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The draft Operation and Maintenance manual shall be submitted at least three months before
beginning of site tests.

15.4.3 Subcontract Orders

Should some parts of the equipment be supplied by a Subcontractor, the Contractor shall provide
the Engineer with references of the Subcontractor on similar works. Only a company well
experienced in the design and installation of fire protection systems will be accepted as
Subcontractor.

15.5 MATERIALS AND WORKMANSHIP

15.5.1 General
General requirements are outlined in Section VII Volume 2 General Technical Specifications of
these Tender Documents.

15.5.2 Standards and Regulations


All fire protection installations shall be designed, installed and commissioned in accordance with
the international NFPA-Codes and Standards, mainly NFPA 850, Recommended Practice for Fire
Protection for Hydroelectric Generating Plants, latest Edition.

The equipment / material to be supplied for the firefighting, detection and alarm installations shall
be approved by one of the following authorities:

− Factory Mutual Engineering Corporation (FM), U.S.A.

− Underwriter’s Laboratory (UL), U.S.A.

− VdS Schadenverhütung GmbH, Germany

− Loss Prevention Certification Board (LPCB), U.K.

The design of all fire protection installations shall also be in accordance with local regulations and
requirements from the authority having jurisdiction.

15.6 PARTICULAR REQUIREMENTS

15.6.1 Survey of Systems


The firefighting and fire detection systems to be provided are indicated in the following table as a
minimum. Number and location of the various installations and systems shall be determined by
the Contractor during detail design, subject to approval by the Employer/Engineer. The
Contractor shall, however, add and include any areas / items not listed in the table to cover fire
protection for the entire Plant.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
OVERVIEW OF FIRE PROTECTION SYSTEMS TO BE INSTALLED

BUILDING / AREA / FIREFIGHTING SYSTEMS FIRE DETECTION


EQUIPMENT TO SYSTEMS
BE PROTECTED

Powerhouse Cavern, Hose stations, Smoke beam detectors,


Machine Hall Dry powder and CO2 fire Manual fire alarm stations
extinguishers

Powerhouse Cavern, Hose stations, Smoke beam detectors


Generator Floors Dry powder and Smoke detectors,
CO2 fire extinguishers Manual fire alarm stations

Powerhouse Cavern, Hose stations, Smoke detectors,


Turbine Floors Dry powder fire Manual fire alarm stations
extinguishers

Offices Hose stations on each level Smoke detectors,


next to each staircase, Manual fire alarm stations
Dry powder fire
extinguishers

GIS Floor Hose stations on the Smoke detectors,


staircase Manual fire alarm stations

Workshop Building Outdoor hydrants, Smoke detectors,


Hose stations, Manual fire alarm stations
Dry powder fire
extinguishers

Generators Automatic and electrically Smoke and heat detectors,


interlocked water spray fixed Generator differential relay
systems (Generator disconnected
from system)

Transformer Bays, Hose stations, Smoke beam detectors,


Transformer Cavern Dry powder and CO2 fire Manual fire alarm stations
extinguishers

Transformers and Reactors Automatic water spray fixed Sprinkler head heat
systems (Transformer and detectors,
reactor disconnected from Buchholz relay
system)

Control, Computer, Relay CO2 fire extinguishers Smoke detectors


and Telecommunication
Rooms

LV and HV Switchgear CO2 fire extinguishers Smoke detectors


Rooms

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
BUILDING / AREA / FIREFIGHTING SYSTEMS FIRE DETECTION
EQUIPMENT TO SYSTEMS
BE PROTECTED

Cable Galleries, Cable Automatic water spray fixed Smoke detectors


Shafts and Cable systems
Spreading Rooms

HVAC Plant Rooms CO2 fire extinguishers Smoke detectors for the
plant rooms and duct smoke
detectors for the ventilation
ducts

Oil Storage and Oil Dry powder fire Smoke detectors


Treatment Plant Rooms extinguishers

Compressor, Chiller and Dry powder fire Smoke detectors


Pump Rooms extinguishers

Mechanical Workshop Dry powder fire Heat detectors


Rooms extinguishers

Electrical Workshop CO2 fire extinguishers Heat detectors


Rooms

Storage Rooms Dry powder fire Smoke detectors


extinguishers

Corridors and Lobbies Dry powder fire Smoke detectors,


extinguishers Manual fire alarm stations

15.7 STRUCTURAL ELEMENTS FOR FIRE PROTECTION

In order to avoid an uncontrolled spread of fire inside a building, which would result in a
considerable or total loss of the building and equipment, and to provide safe escape routes for the
personnel, the buildings shall be subdivided into various fire areas, also called fire zones,
separated by approved fire-resistant barriers and elements, such as fire walls, fire resistant
ceilings, doors, dampers and fire partitions.

Fire walls, ceilings and partitions shall have a fire resistance rate of not less than 2 hours.

Fire doors, gates and dampers installed in fire walls shall have a fire resistance rate of not less
than 1½ hours.

In principle, the following plants and rooms shall be designed as independent fire areas:

- Staircases

- Elevator shafts

- Control and computer rooms

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Telecommunication and relay rooms

- LV-, HV- and GIS-switchgear rooms

- Battery rooms

- Cable galleries and cable spreading rooms

- Vertical cable and pipe shafts

- HVAC plant rooms

- Oil storage and oil treatment plant rooms

- Compressor, chiller and pump rooms

- Firefighting pump room

- Workshops

- Storage rooms

Walls and doors at the boundaries of designated fire zones in the power house, transformer bays,
GIS hall, Central Control Room and Office Block shall also be provided as fire walls with fire doors
or fire gates.

The power house blocks and the erection bay block shall be separated from each other by fire
walls and fire doors on the turbine and generator floor levels.

The cable galleries and tunnels shall be separated according to the size of the power house
blocks, i.e. partitions shall be provided at least every 50 meters.

The location and extend of the various fire zones, fire walls and fire rated doors shall be shown on
relevant fire zone drawings.

Staircases, corridors, lobbies and any other escape routes shall be constructed fire resistant with
non-combustible materials only and shall be free from any combustible loads.

All penetrations for electrical cables or pipes in fire resistant walls or ceilings shall be sealed with
approved bulk heads.

All ventilation and air conditioning ducts penetrating fire resistant walls or ceilings shall be provided
with approved fire and / or smoke dampers, which shall be released via the fire detection and fire
alarm system.

Smoke exhaust shall be accomplished either by a combined air / smoke exhaust system or by a
separated smoke exhaust system.

All the ventilation, air conditioning and smoke exhaust ductwork shall be fire rated wherever
necessary.

Electrical cables in raised floors, suspended ceilings or any other inaccessible areas, for which
water spray systems cannot be provided, shall be protected with a fire-retardant coating.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The coating material shall remain flexible to allow in the future easy removal or addition of
individual cables, shall sustain moderate movement of cables and shall be mechanically tough to
withstand footsteps.

Tests regarding electrical derating, short circuit threshold, heat transients and resistivity against
termites, rats, bugs and other vermin shall be certified.

By these structural provisions, in case of fire in any fire area, heat and smoke shall be confined to
a single zone whereas all other areas of a building shall remain unaffected and in full service.

15.7.1 Cable Penetration Seals

For all cable penetrations, a uniform and international recognised sealing system shall be provided
consisting of board(s) of compacted mineral wool, plasticised filling material, fire retardant coating,
etc., as required and laid down in the test certificate for the sealing system, issued from an
independent approval institute.

Very small penetrations for single cables may be sealed only with approved plasticised filling
material. The sealing system shall be tight against fire, smoke and spray water, shall also be non-
ageing, non-hydroscopic and non-toxic, shall not contain any solvents or asbestos and shall not be
harmful to the environment. The fire retardant coating shall be applied on both sides of the sealing
board(s) as well as on both sides of the penetrating cables including cable trays, ladders and
supports, if any, to an extend as required by the test certificate.

Future laying of additional cables through the sealing system and back fitting must be possible with
easy means. Seals located in floors or any other walking areas shall be protected against footsteps
with suitable covers like chequered plates or gratings. For cable penetrations, which shall be
particularly gas- and/or water-tight, a special cable transit system shall be provided. This system
shall also be approved from an independent approval institute and the installation shall be as
required and laid down in the test certificate. Sealing of cable penetrations with ordinary mortar is
not acceptable.

A plate shall be attached on the wall or ceiling next to each cable penetration seal, identifying the
manufacturer and type of seal, approval certificate number, date of installation, etc. for the installed
sealing system. During construction works and for temporary use only, cable penetrations may be
sealed with approved non-combustible, flexible and fire resistant pillows.

15.7.2 Pipe Penetration Seals

All pipes, penetrating openings in walls or ceilings of fire rated boundaries, shall be sealed with fire
resistant constructions and materials, providing a fire resistance for a minimum of 1½ hours.

Pipes made of steel or any other non-combustible materials shall be wrapped with a thermal
insulation and the remaining spaces between the pipe and the penetration opening shall be filled
with fire resistant material. This construction shall also allow limited pipe movements. Only for
small or non moving pipes, fire resistant mortar may be used as filling material. The thermal
insulation shall be extended on both sides of the penetration for a minimum length of two times
(2 x) of pipe diameter.

For pipes made of combustible materials, a uniform and international recognised sealing system,
e.g. fire cut-off boxes, shall be installed as required and laid down in the test certificate for the
sealing system, issued from an independent approval institute.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
A plate shall be attached on the wall or ceiling next to each pipe penetration seal, identifying the
manufacturer and type of seal, approval certificate number, date of installation, etc. for the installed
sealing system.

15.7.3 Fire Retardant Coating

All control and power cables located in floors and escape routes or in vertical shafts, raised floors,
suspended ceilings, covered trenches, accessible trenches or in any other areas with a mass of
electrical cables and not protected by a fixed fire extinguishing system, such cables as well as their
trays, ladders and supports shall be coated with an approved fire retardant coating to cover the
combustible loads of cables and to prevent flame propagation along vertical and horizontal cable
ways. Such coating need not be applied only on approved special fire resistant cables with a
certified fire resistance rate of not less than 1½ hours.

The fire retardance of the coating shall be performed either by an intumescent or by a hydroscopic
action. In general, intumescent coatings shall be applied only in dry areas and hydroscopic
coatings are suitable for wet areas with high humidity. The coating material shall be a permanent
coating, unaffected by exposure to water, moisture or humidity, shall also be non-ageing and non-
toxic, shall not contain any solvents or asbestos and shall not be harmful to the environment.

The coating material shall remain flexible to allow in the future easy removal or addition of
individual cables, shall sustain moderate movement of cables and shall be mechanically tough to
withstand footsteps.

Tests regarding electrical de-rating, short circuit threshold, heat transients and resistivity against
termites, rats, bugs and other vermin shall be certified. Application of the coating shall be easily as
wet material by airless spray, trowel or brush, using conventional equipment and techniques.

The surfaces to be coated shall be dry, clean, smooth and free of any debris. Minimum dry film
thickness of the applied coat shall not be less than recommended by the manufacturer and as laid
down in the test certificate. After use, easy cleaning of the application equipment with clear water
shall be possible.

15.8 FIRE DETECTION AND FIRE ALARM SYSTEMS

A centralised, electronic-digital, programmable fire detection and fire alarm system shall be
provided for the powerhouse, transformer bays, auxiliary galleries, bus duct galleries, cable
galleries and supporting facilities.

Under the consideration of the scope of work and the requirements according to the Contract
Agreement of the Mechanical and Electrical Equipment the Fire Protection and Alarm System,
automatic and individual addressable fire detectors shall be installed in all rooms and areas as
listed above in the table OVERVIEW OF FIRE PROTECTION SYSTEMS TO BE INSTALLED and
in all other areas containing specific combustible loads or hazards.

Manual and individual addressable fire alarm stations (push buttons) shall be provided in corridors
and lobbies following the exit paths and at all emergency exits. The fire alarm stations shall be
coloured red and easy noticeable.

Push buttons for manual release of fixed fire extinguishing systems shall have the same design as
the manual fire alarm stations but coloured blue or yellow.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Automatic fire detectors shall be sensitive either to heat or smoke.

Heat detectors shall be combined fixed temperature / rate-of-rise type detectors with a fixed
temperature setting.

Smoke detectors shall be optical type.

Each automatic detector shall have continuous condition supervision by using pulsing, trend
evaluating or equivalent system techniques.

Actuation of any automatic or manual fire detection device shall be displayed on a main fire alarm
control panel, which shall be located in the central control room in the administration building.

Status information of the fire alarm system shall also be transmitted to the station computer
system.

The central fire alarm control panel shall be designed for 220 V AC primary voltage and 24 V DC
operating voltage for detection and alarm circuits. Back-up batteries shall be provided to operate
the detection and alarm circuits for a minimum of 24 hours.

Water spray fixed systems, fire doors, fire dampers and HVAC systems shall be released or shut
down as required and audible and visible alarms shall be actuated via the central fire alarm control
panel.

Sirens, horns or bells shall be provided as audible alarms inside all buildings. They shall have a
minimum noise level of 105 dB(A) in a distance of 1 m and shall be different in sound from any
other alarms installed in the area for other purposes.

Red flash lights shall be provided as visible alarms inside the buildings for the machine hall and for
all other areas with a very high noise level.

Red flash lights shall also be installed outside the buildings at the main entrances.

The cables for the fire detection and fire alarm circuits shall be marked as fire alarm cables and
laid in conduits.

Every fire alarm, release or shut down operation, short circuit, wire break or any other system
troubles shall be indicated and recorded on the central fire alarm control panel.

All control and power cables, penetrating openings in walls or ceilings of fire rated boundaries,
shall be sealed with an approved sealing system, consisting of fire resistant constructions and
materials, providing a fire resistance for a minimum of 1½ hours.

15.9 FIREFIGHTING PUMP INSTALLATIONS

Firefighting water shall be taken from the head water via 2 water supply pipes leading into the
firefighting pump station located in the power house.

Under the consideration of the scope of supply and the requirements according to this Contract
Agreement, firefighting pumps shall take suction from the tailrace water pipes behind the flap gates
and shall supply firefighting water through a fire service main to hydrants, indoor hose stations and
to water spray fixed systems.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The firefighting pumps shall consist mainly of the following equipment:

- One (1) electric motor driven fire pump unit (1 x 100%)

- One (1) electric motor driven stand-by fire pump unit (1 x 100%)

- One (1) electric motor driven jockey pump unit (1 x 100%).

The capacity of each fire pump unit shall cover the demand of the largest water extinguishing
system plus a hose stream demand of not less than 1,890 l/min (500 US gpm).

The delivery pressure of the firefighting pumps shall by such that the operating pressure at the
most remote outdoor hydrant or indoor hose station shall not be below 0.5 MPa while the largest
water based extinguishing system is under operation.

The jockey pump shall keep the fire service main under constant pressure, shall make up leakages
and cover minor consumptions.

The fire pump units shall be connected to the safe station power supply.

The firefighting pumps shall start automatically upon a pressure drop in the fire service main at
different and adjustable set points. Local manual and remote start of the fire pumps from the
central control room shall also be possible.

For each fire and jockey pump, the following remote indications shall be displayed in the central
control room:

- Pump in stand-by condition

- Pump in operation

- Pump failed discharge

The firefighting pumps shall be of the horizontal split-case type. Each pump shall have its own
controller and the pump units shall be complete with all accessories as per NFPA 20 requirements.
The materials for pumps, pipes, valves, etc. shall be suitable for the use of the cooling water.

15.9.1 Fire Service Main


A fire service main system shall be provided in accordance with the requirements of NFPA 24, to
serve outdoor hydrants, indoor hose stations and water spray fixed systems with firefighting water.

Firefighting water distribution in the powerhouse and transformer bays shall be in form of supply
rings. Isolating valves shall be provided for the various parts of the ring system in such a number
that sections of no more than 5 hose stations may be isolated for maintenance or repair works
whereas all other parts of the ring system will remain in full service.

The branch main to the supporting facilities shall be laid underground, shall made of polyethylene
PE 100, SDR 11, according to DIN 8074/8075 or the equivalent ISO 4427 Standard and the
internal diameter shall not be less than equivalent to DN 150.

The fire service main in the power house and up to the transformer bays and the administration
and service building shall be made of carbon steel pipes, outside heavily protected against

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
corrosion. Design pressure shall be 1.6 MPa and the diameter of the ring system shall not be less
than DN 150.

Branch connections from the fire service main systems shall serve outdoor hydrants, standpipes
and indoor hose stations and the water spray fixed systems for the various areas and equipment
as listed above in the table SURVEY OF FIRE PROTECTION SYSTEMS TO BE INSTALLED.

15.9.2 Outdoor Hydrants


Outdoor hydrants shall be provided along the transformer bays in all areas of the supporting
facilities and the distances between hydrants shall not exceed 75 meters.

The outdoor hydrants shall be of the wet barrel type with two (2) upper outlets DN 65 (21/2 ).
Each outlet shall have a hydrant valve DN 65 (21/2 ) and an instantaneous coupling with cap and
chain.

The coupling system (STORZ or British Standard) shall be compatible with the same system as
used by the public fire brigade in the area of the site.

The hydrants shall be designed for a working pressure of about 0.5 to 1.0 MPa and a design
pressure of 1.6 MPa.

Next to each outdoor hydrant, a weather resistant, properly ventilated and red painted fire hose
cabinet shall be provided, containing four (4) fire hoses DN 65 (21/2 ) with couplings and two (2)
jet/spray branch pipes.

15.9.3 Standpipes and Indoor Hose Stations


Standpipes shall be provided in the powerhouse and inside the administration and service building
to supply the firefighting water from the fire service mains to the indoor hose stations, also called
hose reels.

The standpipe and hose systems shall be in accordance with NFPA 14, providing a Class II
standpipe system for use primarily by the operating personnel or by the fire brigade.

The standpipe and hose systems shall be made of carbon steel pipes, outside heavily protected
against corrosion, and constantly pressurized from the fire service main.

Each indoor hose station shall be housed in a wall mounted or self-standing cabinet, which shall
contain a landing valve with reducer, instantaneous couplings, swivelling hose reel and one 30 m
long non-collapsible fire hose with readily attached branch pipe.

The indoor hose stations shall be provided on all floors and as listed above in the table SURVEY
OF FIRE PROTECTION SYSTEMS TO BE INSTALLED in such number and locations, that each
room or area on a floor can be reached by a hose stream.

15.9.4 Fixed Fire Extinguishing Systems


Under the consideration of the scope of supply and the requirements according to the Contract
Agreement, Mechanical and Electrical Equipment (Contract 2) automatic water spray fixed systems
shall be provided for the various areas and equipment as listed above in the table OVERVIEW OF
FIRE PROTECTION SYSTEMS TO BE INSTALLED.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The water spray fixed systems shall be designed, installed and tested in accordance with
NFPA 15.

Complete systems shall be provided with all components required for automatic operation,
normally released via the fire detection and fire alarm system. Manual release must also be
possible.

For the generators, transformers and reactors, the automatic operation of the water spray fixed
systems shall be electrically interlocked until the generators, transformers and reactors, will be
disconnected from the systems.

The automatic operation for opening the deluge valves for the spray systems shall be initiated
either by the detection of 2 heat or smoke detectors of 2 different detection lines (2 out of 2) or the
generator differential relays or Buchholz relays.

The signal from the fire detection and alarm system to the deluge valves for opening and allowing
water flow into the spray systems shall be interlocked and delayed by the generator protection
systems until the generators will be de-energised, de-excited and disconnected from the grid.

All pipework normally empty and downstream the deluge valves shall be made of seamless steel
and hot-dipped galvanised. The threaded ends of galvanised pipes, after installation, shall be
properly protected against corrosion.

Open spray nozzles shall be protected with plastic caps to prevent plugging and corrosion.

The systems shall be designed to discharge effective water spray from all nozzles within 30 s
following operation of the detection system.

An approved pressure gauge shall be installed at each deluge valve.

The deluge valve stations shall be located adjacent to but not inside the same fire area they shall
protect.

All deluge valve stations shall be skid mounted and pre-assembled in the manufacturer’s premises.

Adequate drainage for the area to be protected shall be arranged for safe disposal of escaping
flammable liquids and to prevent the spread of fire.

15.9.5 Mobile Fire Extinguishers


For initial firefighting, portable fire extinguishers with capacities of 6 kg chemical dry powder, for
rooms containing electrical equipment with capacities of 5 kg CO2, shall be provided and placed in
the rooms and buildings at strategically critical locations and next to exits.

In addition to the portable extinguishers, two mobile 30 kg CO2 and two mobile 50 kg dry powder
extinguishers, mounted on wheeled hand carts and furnished with 6 m hoses, shall be provided
and located in the machine hall of the power house.

Further equipment like fire blankets, first aid boxes and rescue tools shall also be provided.

15.10 ANTI-CORROSIVE TREATMENT AND PAINT

Relevant information is provided in Section VII Volume 2 General Technical Specifications.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
15.11 TOOLS & DEVICES FOR ASSEMBLY & MAINTENANCE

One complete set of all special tools shall be supplied as necessary for the assembly, disassembly
and maintenance of the fire protection systems.

15.12 SPARE PARTS

15.12.1 General Spare Parts


The Contractor shall supply two (2) sets of Wear and Tear items and one (1) set of customary
spare parts for "Identical Assemblies" as outlined in Section VII Volume 2 General Technical
Specifications. In addition, the following spare parts shall be provided.

15.12.2 Special Spare Parts

− Ten (10) automatic fire detectors of each type

− Five (5) manual fire alarm stations of each type

− Three (3) fire detector testing equipment

− One (1) set of wear and tear material for firefighting pumps and motors

− Two (2) pressure indicators of each type

− Two (2) pressure switches of each type

− Ten (10) water spray nozzles of each type

− Ten (10) fire hoses of each type

− Five (5) fire hose branch pipes of each type

− Hundred (100) liters fire retardant coating of each type.

15.12.3 Recommended Spare Parts

Spare parts not specified above, but recommended by the Contractor for a five (5) years operating
time, shall be listed in separate Price Schedules of Recommended Spare Parts.

15.13 ASSEMBLY AND TESTS IN THE WORKSHOP

The Contractor shall prepare a table, listing all components to be tested and the tests to be
performed. The Engineer reserves the right to request additional tests if necessary.

Test certificates for materials and equipment shall be provided in triplicate to the Engineer. Shop
tests shall include the following as applicable:

− Hydraulic pressure tests on all components under internal pressure. The test pressure shall
be 1.5 of the design pressure

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
− Performance tests on pumps

− Routine tests on purchased equipment

− Insulation tests, operating tests, heating tests, load tests, etc. on electric motors, and other
electrical and mechanical components.

All equipment shall be assembled for the inspection of functional tests. Exceptions may be
permitted if approved by the Engineer. All parts shall be correctly doweled and match-marked to
facilitate assembly at the Site. The Contractor shall give the Engineer notice in writing of the date
and place of inspection and testing not less than two weeks before the parts are ready, and give
the Engineer full facilities for conducting or witnessing the tests. Three copies of the test reports
shall be provided to the Engineer.

At least the following components shall be assembled and presented to the Engineer:

− Firefighting pump

− Deluge valves

− Non-return valves

− Safety valves

− Central fire alarm cubicle.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The tests shall include the following:

− Check of conformity with approved documents

− Performance test of firefighting pump verifying pump curves

− Strip-down test of firefighting pump

− Operation of electric motors, switches, etc.

− Hydraulic pressure test

− Setting and calibration of safety valves

− Seal leakage check

− Functional test of central fire alarm cubicle.

When the plant has passed the tests to the Engineer's satisfaction, he will confirm that it is
satisfactory, and that it can be disassembled, painted and packed for shipment.

15.14 TESTS AT SITE

15.14.1 Commissioning Tests

The Contractor shall conduct the following commissioning tests to ensure that the equipment has
been correctly installed, all necessary adjustments and settings been made, and that it is in sound
condition to operate. The site tests are subdivided in preliminary tests, and operation and
performance tests.

a) Preliminary Tests

− Electrical check of correct wiring and cabling

− Testing and setting of pressure switches, and pressure transmitters

− Measuring of insulation level on electrical parts

− Functional tests of the valves

b) Operation and Performance Tests

− Leakage test for fire service mains, standpipes, hydrants and hose stations

− Final adjustment of pressure switches, indication instruments and interlocking devices.

− Firefighting pump performance tests

− Fire detection and fire alarm system performance tests.

15.14.2 Trial Operation

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3M
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
After successful completion of all commissioning tests, the fire protection systems shall be subject
to a Trial Run. Trial Run Operation shall be carried out under the supervision and responsibility of
the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT PAGE VI-3M / 15-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES

SECTION VI, ANNEXURE-1, VOLUME 3E


PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

Table of Contents

CHAPTER 00 GENERAL REQUIREMENTS


CHAPTER 01 GENERATORS
CHAPTER 02 EXCITATION SYSTEMS
CHAPTER 03 GENERATOR MAIN CIRCUITS 11 KV
CHAPTER 04 MAIN TRANSFORMERS
CHAPTER 05 220 KV GAS INSULATED SWITCHGEAR
CHAPTER 06 220 KV CABLE SYSTEMS
CHAPTER 07 LV AC AUXILIARY SUPPLY SYSTEM
CHAPTER 08 AUXILIARY TRANSFORMERS
CHAPTER 09 DIESEL GENERATING UNITS
CHAPTER 10 DC AND UPS SYSTEMS
CHAPTER 11 ELECTRICAL PROTECTION SYSTEMS
CHAPTER 12 COMPUTERISED CONTROL SYSTEM
CHAPTER 13 COMMUNICATION SYSTEMS
CHAPTER 14 SECURITY SYSTEMS
CHAPTER 15 EARTHING AND LIGHTNING PROTECTION SYSTEMS
CHAPTER 16 MV AND LV CABLE SYSTEMS
CHAPTER 17 LIGHTING AND SMALL POWER INSTALLATIONS
CHAPTER 18 ELECTRICAL WORKSHOP

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 0: GENERAL REQUIREMENTS

Table of Contents

0. GENERAL REQUIREMENTS .................................................................................................. 1

01 EXTENT AND VALIDITY ................................................................................................................... 1


02 OPERATING CONDITIONS AND DESIGN PHILOSOPHY .............................................................. 1
03 ELECTRICAL CODES AND STANDARDS ....................................................................................... 2
0.4 COORDINATION OF CONTRACT INTERFACES ............................................................................ 2
0.5 EQUIPMENT SUPPORTS AND FOUNDATION INTERFACES ....................................................... 2

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 0-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

0. GENERAL REQUIREMENTS
01 EXTENT AND VALIDITY
(1) These Particular Technical Specifications shall be understood to amend, supplement or substitute
the provisions of the General Technical Specifications and both shall be retained to give reasonable
effect in forming an integral part of the Tender Documents. Therefore, these Particular Technical
Specifications shall be read in context with the General Technical Specifications for a good
understanding of the interrelated rules and principles and shall prevail in case of any contradiction.
(2) The scope of Electrical, I&C and associated equipment/work is specified in the following Chapters
and shall form the basis of the Contractor’s design. The scope of work shall comprise all required
studies, calculations, design, engineering, submission of drawings and documents, manufacturing,
supply, workshop testing, erection, site testing, commissioning, trial operation and training services,
notwithstanding that any details, accessories etc. required for the complete installation and
satisfactory operation of the plant are not specifically mentioned in these Technical Specifications or
on Tender Drawings; such details, accessories etc. shall be considered as included under the
Contract.
(3) Any portion of the works shown on the Tender Drawings and not mentioned or described in the
Technical Specifications and any portion of the Works described in the Technical Specifications and
not shown on the Tender Drawings will nevertheless be held to be included in the scope of work.
(4) The quantities and ratings of the equipment specified in the following chapters give only the minimum
requirements to be considered by the Tenderer. The actual quantities and ratings of the equipment
shall be elaborated based on the actual requirements with due consideration of the principles laid
down in the Tender Documents.
According to the nature of the Project, the Tenderer may propose other technical solutions and/or
performance data provided such proposals are not inferior to the specified requirements or offer
other technical or operational features.
Alternative proposals shall only be submitted in addition to the tender in compliance with the specified
requirements.

02 OPERATING CONDITIONS AND DESIGN PHILOSOPHY


(1) For the design and configuration of the various electrical systems the following operation and safety
philosophy shall be applied:
- Electrical consumers indispensable to maintain continuous and full load power production at the
generator terminals shall be fed (power supply and control voltage supply) from two independent
sources, alternately connected in case of failure of one.
- Different cable routes for redundant main- and control power supply cables shall be used wherever
the general layout and the available space will permit it.
- Emergency power supply from an independent and self supported source shall be provided and
distributed to all electrical consumers essential for safe shut-down of the plant.
- For fire fighting installations, the relevant codes of NFPA shall apply.
- Upon failure of an electrical protection device either a parallel back-up device or the next co-ordinated
device upstream of the fault shall clear the same.
- Destruction due to failure of one piece of equipment shall be limited to the same or the nearest
surrounding and shall not cause subsequent damage.
- Unless otherwise noted, the protection class of all equipment shall not be less than IP 42 according
to IEC standards.
- Measuring, monitoring and control equipment shall be provided for any component or group of
components to the extent necessary for proper surveillance and safe operation/shut-down under any
service conditions.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 0-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Detailed record of equipment failure shall be given locally with facilities for individual and grouped
remote signalisation.
- For prevailing ambient conditions reference is made to the General Technical Specification and
Project Information. Due consideration shall be taken to comply with the specified equipment ratings.
(2) The distribution of DC, normal and essential AC auxiliary supply (e.g. for space heaters, panel
lighting, control circuits, etc.) shall meet the following principles:
- Power supply cables shall be terminated in panels, boards, cubicles etc. at terminals of the switching
type if no other isolating facilities are provided.
- Wherever the power supply is looped through various locations, every such location shall be provided
with miniature circuit breakers (MCB) for selective fault clearance.
- DC power supply to important switchgear installations such as HV/MV/Main LV switchgear shall have
individual feeders directly connected to the related switchboard; subordinate services may be looped.
- Back-up DC power shall be provided for all important switchgear installations to keep the
signalisation operable in case of main supply failure.

03 ELECTRICAL CODES AND STANDARDS


(1) Regardless of any national standard which may be accepted or approved, the recommendations of
the International Electrotechnical Commission (IEC) shall be followed as "reference standards".
The Contract Documents shall be based on the reference standards, but the use of alternative
standards of recognised national standard associations may be considered.
(2) If the Technical Specifications conflict with any of the specified or approved standards, the Technical
Specification of the Tender Documents shall take precedence. In case of conflicts between
applicable standards covering the same material or equipment, the standard which provides the
higher quality and more suitable application shall prevail.

0.4 COORDINATION OF CONTRACT INTERFACES


(1) The Contractor shall be held responsible for coordinating his work and equipment with other
contractors involved in the project. In all instances where his work is affected by the work of other
contractors or influences the work of other contractors, the Contractor shall take the initiative in
obtaining or giving information regarding his work or equipment. The Contractor shall ask in writing
for all data and information needed from other contractors for the design and execution of the work
under this Contract.
(2) While the Contractor is submitting his own contractual drawings and other documents for information
and/or approval, he shall clearly mark all interface points with others together with complementary
technical information on the concerned document
(3) At site the Contractor shall organise and adapt his erection, testing and commissioning work in
compliance with the overall time schedule.
In fulfilment of this task, he shall submit data, sketches or other details as required at match lines
and is to take his own initiative for direct coordination of same with his counterparts. Moreover, he
shall give notice sufficiently advanced when works of others as precondition to his own work shall be
completed and to describe the extent of same.

0.5 EQUIPMENT SUPPORTS AND FOUNDATION INTERFACES


(1) The Contractor shall submit technical information, necessary for design and construction of supports,
foundations, cable trenches, embedded pipes, etc. for his equipment, structures and installations, to
satisfy interface requirements of others.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 0-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(2) The relevant civil works shall be carried by the C-1 contractor, excluding the civil works for
transmission lines gantry/towers.
(3) Final loads at support points shall be furnished. These shall include but not be limited to loads for
weight of the equipment, equivalent loads for dynamic effects arising from operation, start-up,
electrical fault conditions, live loads, wind loads and seismic loads. All loads shall be stated
individually, and load combinations highlighted.
(4) Drawings shall indicate vertical and horizontal tolerances that will be acceptable to the Contractor.
The constructions completed by others within these tolerances shall be verified by the Contractor
prior to accepting in writing and starting his own work.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 0-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 1: GENERATORS

Table of Contents

1. GENERATORS ....................................................................................................................... 1

1.1 SCOPE OF WORK.............................................................................................................................. 1


1.2 PRINCIPAL DESIGN FEATURES ...................................................................................................... 1
1.2.1 Main Characteristics .................................................................................................................... 1
1.2.2 Output and Efficiencies ................................................................................................................ 2
1.2.3 Reliability ...................................................................................................................................... 2
1.2.4 Insulation and Temperature Rise Limits ...................................................................................... 2
1.2.5 Short Circuit Withstand Capability ............................................................................................... 3
1.2.6 Wave Form and Poly-phase Symmetry ....................................................................................... 3
1.2.7 Stability and Performance ............................................................................................................ 3
1.2.8 Runaway Speed Withstand Capability ......................................................................................... 3
1.2.9 Synchronous Condenser Operation (no applicable) .................................................................... 3
1.3 DESIGN AND CONSTRUCTION REQUIREMENTS.......................................................................... 3
1.3.1 General ........................................................................................................................................ 3
1.3.2 Generator Housing ....................................................................................................................... 4
1.3.3 Stator............................................................................................................................................ 4
1.3.4 Rotor and Shaft ............................................................................................................................ 5
1.3.5 Sliprings and Slipring Compartment ............................................................................................ 7
1.3.6 Thrust and Guide Bearings .......................................................................................................... 7
1.3.7 Air Cooling System ...................................................................................................................... 8
1.3.8 Brake and Jacking System .......................................................................................................... 9
1.3.9 Anti-condensation Heating and Lighting .................................................................................... 10

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.3.10 Current Transformers ............................................................................................................. 11


1.4 MONITORING AND PROTECTION EQUIPMENT ........................................................................... 11
1.4.1 Instruments and Control Devices ............................................................................................... 11
1.4.2 Installation and Cabling .............................................................................................................. 13
1.4.3 Monitoring Systems ................................................................................................................... 14
1.5 FIRE FIGHTING SYSTEMS .............................................................................................................. 15
1.6 ACCESSORIES ................................................................................................................................ 15
1.7 SPARE PARTS ................................................................................................................................. 15
1.7.1 General Spare Parts .................................................................................................................. 15
1.7.2 Special Spare Parts ................................................................................................................... 16
1.7.3 Recommended Spare Parts....................................................................................................... 16
1.8 WORKSHOP ASSEMBLY AND TESTS ........................................................................................... 16
1.8.1 Material Tests............................................................................................................................. 16
1.8.2 Non-destructive Tests ................................................................................................................ 16
1.8.3 Dimensional Checks .................................................................................................................. 16
1.8.4 Workshop Assembly of Generator ............................................................................................. 16
1.8.5 Hydraulic Pressure Tests ........................................................................................................... 17
1.8.6 Electrical Tests ........................................................................................................................... 17
1.9 INSTALLATION ................................................................................................................................. 17
1.10 SITE TESTS .................................................................................................................................. 17
1.10.1 Pre-commissioning Works and Tests for each Generator ..................................................... 17
1.10.2 Erection and Commissioning Tests for each Generator ........................................................ 17
1.10.3 Acceptance Tests for one Generator ..................................................................................... 18
1.10.4 Type Tests for one Generator ................................................................................................ 18

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1. GENERATORS
1.1 SCOPE OF WORK
This Chapter specifies the requirements for the 3-phase synchronous generators with auxiliary systems. The
generators shall be installed in the generator pits built by the civil contractor.
The generators shall be directly coupled to Vertical Francis type turbines, specified under "Mechanical
Equipment".
The generators shall be totally enclosed, vertical salient-pole type, using air as the primary and water as the
secondary coolant. They shall be designed to run without undue noise or vibration over the full load range up
to the maximum continuous rating, within the specified limits of frequency and voltage variation. The
generators shall comply with the relevant IEC Standards.
The generators shall have a combined thrust and guide bearing above the rotor and a second guide bearing
below the rotor.
The scope of work shall comprise the following:
• Three generators
• Three sets of related auxiliary plant to provide complete, ready for service installations
• One set of special tools and appliances
• One set of special spare parts.

1.2 PRINCIPAL DESIGN FEATURES


1.2.1 Main Characteristics

- Number of units No. 3


- Type of construction IM8425/W41
- Rated output MVA 38
- Synchronous condenser operation not applicable
- Rated speed rpm 600
- Runaway speed rpm 1,100
- Direction of rotation clockwise, viewed from top
- Rated power factor 0.85
- Rated frequency Hz 50
- Rated voltage kV 11
- Rated range of voltage regulation % 5
- Range of frequency variation % 3
- Flywheel effect tm² 300 approx.
- Insulation class Rotor/Stator F/F
- Stator winding connection Star (Y)
- Protection class IP 44
- Cooling raw water temperature °C 16
- Cold-air temperature °C 40
- Short circuit ratio p.u. >1
- Transient reactance Xd’ To be determined by the manufacturer
- Subtransient reactance Xd” To be determined by the manufacturer

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.2.2 Output and Efficiencies

The continuous rating of the generators shall be 38 MVA, measured at the unit terminals at rated speed,
voltage and power factor. This rating shall be achieved with Class B temperature rise limits with one heat
exchanger out of service and shall be guaranteed without tolerance. The maximum continuous output within
Class F temperature rise with all heat exchangers operational shall be stated in the Tender.
Tenders shall include a generator capability diagram plotted for rated voltage and for the upper and lower limits
of the specified voltage range.
The Contractor shall guarantee the values of the generator output and weighted average efficiency.
The rated output of the generator shall be guaranteed within the specified limits of temperature rise at rated
power factor and at any voltage and frequency in the specified operating range.
The efficiencies of the generator shall be guaranteed at the specified rated output of 38 MVA with terminal
voltage of 11 kV and 0.85 power factor and specified temperature rise limits. Individual losses and the
efficiencies shall be determined according to IEC. The related bearing and static excitation equipment losses
shall be included in the generator losses. The method to determine the losses and efficiencies shall be
proposed in the Tender.
The guaranteed weighted average efficiency of the generator shall be computed with the following formula:
22 A + 22 B + 22 C+ 19 D + 12 E + 3 F
Eav = ---------------------------------------------------
100
A, B, C, D, E and F are the guaranteed efficiencies at loads of 100%, 90%, 80%, 70%, 60% and 50% of rated
output of the generator.
The evaluation of the efficiency will be as stated in the Specifications and the Particular Conditions of Contract.
The output and weighted average efficiency guarantees shall be verified with the output and efficiency obtained
from the field acceptance tests in accordance with the relevant IEC Standards.
Penalties and rejection limits for shortfall in output and efficiency are specified in the Particular Conditions of
Contract.

1.2.3 Reliability

The reliability indices shall be as follows:


- Availability factor: > 99.5%
- Mean time to failure (MTTF): 18,000 h
- Time interval between major overhauls: > 10 years.

1.2.4 Insulation and Temperature Rise Limits

The stator and rotor pole winding insulation shall be of epoxy type Class F.
The stator and rotor winding temperature rise, while delivering continuously 38 MVA, at any voltage and
frequency in the specified operating range shall not exceed the following temperature rises over the
temperature of the cooling air not exceeding 40°C:
- Stator 80°C
- Rotor 90°C
The cooling raw water temperature is expected not to exceed 16°C.
The Contractor shall guarantee the above temperature rise limits and suitable means for their measurement
shall be provided in the stator and rotor.
The maximum temperature rise, measured by embedded temperature detectors, of any part of the stator core
not in contact with insulated windings, including the clamping and flux-shielding arrangements, shall not

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

exceed the permitted temperature rise for parts in contact with insulated windings by more than 10°C at
maximum continuous rated load and at lagging and leading power factors.

1.2.5 Short Circuit Withstand Capability


The generator shall withstand a three-phase short circuit at the generator terminals when operating at rated
output and power factor at 105% rated voltage.

1.2.6 Wave Form and Poly-phase Symmetry


The wave form of the emf between terminals of the generator on open circuit shall be practically sinusoidal.
The wave form shall be accepted as practically sinusoidal if none of its instantaneous values vary from
instantaneous value of the same phase of the fundamental wave (50 Hz) by more than 5% of the peak value
of the fundamental wave.
The poly-phase voltage system of each generator shall be practically symmetrical. The poly-phase voltage
system is considered as practically symmetrical if neither the negative sequence nor the zero-sequence
component exceeds 5% of the positive sequence component.
Measures shall be taken to eliminate harmonics from voltage wave which may cause inductive interference
with communication circuits or resonance in the transmission system. The telephonic harmonic factor shall not
exceed 1.5%.
The calculated no-load harmonics in the voltage wave form shall be furnished in the Tender.

1.2.7 Stability and Performance


The generators shall operate satisfactorily in parallel with each other, with other units connected to the grid
and in isolated systems. The generators shall operate on sudden application or loss of maximum load and
during momentary short circuits and sustained earth faults without causing any abnormal vibration or resonant
conditions.
The generators shall be capable of operating continuously on an unbalanced system with none of the phase
currents exceeding the rated current and under fault conditions with the product of (I2/In)² and the time(t) in
seconds not exceeding 40.

1.2.8 Runaway Speed Withstand Capability


The generator shall be designed and constructed to safely withstand, without incurring damage, the maximum
runaway speed of the turbine for a period of 5 minutes, with cooling water flow available.
The runaway speed test shall be considered successful, if after applying the test speed for 2 minutes no
damage is apparent.
After this test the generator shall withstand the high voltage test at 80% of the dielectric test voltage.

1.2.9 Synchronous Condenser Operation (no applicable)


The generators shall be suitable for continuous synchronous condenser operation with inductive and
capacitive loads. The related systems shall be designed for the simultaneous condenser operation of two units.

1.3 DESIGN AND CONSTRUCTION REQUIREMENTS


1.3.1 General
The generators shall be capable of safely withstanding maximum stresses during normal operation, runaway-
speed conditions, two-phase and three-phase short-circuit conditions, single-phase earth fault, 120° out-of-
phase synchronisation, magnetic unbalance at nominal speed with 50% of the poles short circuited, brake
application, etc. Seismic forces shall also be taken into consideration for design of the generators.
The unit stresses under any operating condition shall comply with requirements of the GTS.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The thrust bearing shall support the generator loads, the maximum hydraulic thrust loads and weights of the
turbine rotating parts.
The generator foundations and housing will be a concrete structure provided by the civil contractor as per the
Contractor’s requirements. Necessary sole plates, dowels, fixing materials, etc. required for erection of stator
and brackets shall be supplied by the Contractor. The sole plates shall be interchangeable and shall be located
at the same level for all units and suitably machined for use at site with minimum amount of work.
The doors to the generator pit and necessary grated walkways and stairs in the generator pit shall be provided
by the Contractor.
The construction of the generator shall be such that the rotor poles, stator bars and generator air / water heat
exchangers can be removed without disassembly of the upper bearing bracket.
The design of the thrust bearing housing shall provide easy access to the bearing pads. Openings with
removable covers shall be provided for this purpose. The thrust bearing pads and the thrust faces shall be
reached and inspected through windows, after emptying the bearing oil, removal of heat exchangers and with
the rotor jacked up.
Large and heavy components shall be sectionalised with consideration of the transport limits.
The stator frame, core and winding shall either be supplied in factory assembled condition to the maximum
extent possible within the transport limits or assembled at site. The stator joints shall not be near the phase
terminals. The stator assembly and testing can also be performed in the generator pit.
The rotor construction shall facilitate the replacing the rotor poles. The poles shall be interchangeable. The
rotor shall be supplied in the maximum possible assembled condition.
The design of the generator shall consider the assembly and disassembly using the powerhouse crane.
Necessary lifting beams shall be provided under this Contract. The Contractor shall co-ordinate with the crane
contractor the capacity and lifting details of the crane.

1.3.2 Generator Housing


The concrete housing for the generator shall be air tight. The Contractor shall supply a fabricated steel top
cover which shall be provided with tapped holes or equivalent for lifting. To prevent damage to the threads,
the tapped holes shall be provided with threaded plugs.
Suitable platforms, walkways, stairs, handrails and inspection door in generator housing shall be provided for
inspection and maintenance of bearings, slip rings, heat exchangers etc. The housing shall be equipped with
one steel door with locks operative from inside the housing. All platforms, walkways and stairs shall have safe
non-slip surfaces. Suitable covers shall be provided between the turbine and generator.
(1) The top cover shall have access openings to facilitate removal of the air/water heat exchangers during
operation of the unit.
(2) Any kind of metal housing or enclosure shall be constructed of rigid steel profiles, heavy sheet metal,
and sound-absorbing and flame-resistant filler material to achieve protection class IP 44.
(3) The lower steel cover shall have a hinged hatch in a location to enable convenient access to the
generator bearings and brakes. Latches operable from both sides shall secure the hatch. A suitable
ladder shall be provided.
(4) Access doors to the generator pit shall be included, fitted with door limit switches to prevent operation
of the deluge system or to give alarm unless the doors are fully closed.
(5) Both the upper and lower cover shall be strong enough to support the weight of men working and the
upper cover shall carry the additional weight of minor generator components during erection or
dismantling. The minimum live load shall be 5 kN/m².
(6) All concrete surfaces forming part of the closed air circuit shall be adequately painted prior to erection
to positively prevent concrete dust during erection and later operation.

1.3.3 Stator
(1) Stator Frame

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The stator frame shall be made of a welded plate steel structure suitably ribbed for rigidity and shall be of
robust design to withstand maximum forces acting on it under the worst combination of operation stresses.
The segments shall have bolted flange faces for jointing at site or shall be prepared for proper welding. The
frame shall have suitable openings for mounting the generator air/water heat exchangers. The stator frame
shall have robust foundation plates rigidly attached to the frame for mounting and bolting on the sole
plates/foundations.
The Contractor shall furnish stator base plates, anchor bolts, nuts and liners necessary for stator installation
in the concrete pit. If necessary, suitable steel ladders shall be provided to facilitate inspection.
(2) Stator Core
The stator core of laminated construction shall be of high grade non-ageing cold rolled silicon steel. After
punching the core laminations shall be coated on both sides with insulation varnish of Class F type to minimise
eddy current losses. Core lamination sheets with a loss coefficient of not more than 1.1 W/kg at 1 T and 50 Hz
shall be used.
The core-laminations shall be adequately dovetailed or keyed to the stator frame and shall be clamped to
provide evenly distributed permanent pressure and preventing vibration and noise during operation. The stator
core shall be stacked at site with overlapped core laminations.
Factory finished stator core segments can alternatively be considered.
The stator core design shall facilitate the flow of cooling air into and through ducts with minimum friction and
noise.
(3) Stator Winding
The stator winding shall be of bar type, insulated throughout with Class F insulation. The insulation shall be
fire resistant. The bars shall have suitable transposition in the slot portion to reduce the eddy current loss. The
winding shall be given low resistance treatment in the slot portion and graded where the winding bars leave
the slot. This shall ensure an essentially corona free winding at rated voltage.
The stator windings shall be star (Y) connected, having a suitable number of parallel paths per phase. Three
line terminations and three neutral terminations shall be brought out of the generator housing at a suitable
location. The windings shall be adequately braced to withstand any movement caused by forces caused by
short circuit at the terminals.
The main and neutral terminals shall be brought out from the generator pit and shall be suitable for flexible
connection to 3-phase bus ducts. The terminals shall have sealed non-magnetic metal barriers to prevent air
exchange between the generator housing and the surrounding area.
The terminals shall be clearly designated, and the phase sequence marked.
Inside the generator pit the line and neutral side connections shall be adequately protected.
The winding design shall minimise the circulating current losses. The end connections of the windings shall
be rigidly supported and braced to prevent vibration or displacement in case of short circuits.
The neutral side conductors of the stator windings shall be connected with enclosed bus bars to current
transformers and the neutral earthing equipment.

1.3.4 Rotor and Shaft


(1) General
The rotor shall comprise the hub, spider, rim and the poles with their windings. The design and construction of
the rotor shall be in accordance with best modern practice. The rotor shall be with rim ventilation. The factor
of safety at runaway speed based on the yield points of the materials shall not be less than 1.5 and shall be
stated in the Tender.
The rotor shall be designed for assembly on the erection bay of the powerhouse. All necessary construction
equipment and suitable rotor erection pedestal shall be provided by the Contractor.
(2) Rotor Hub and Rim
The rotor hub shall be made of the best quality cast carbon steel or welded steel. The shaft extension shall be
made of the best quality forged steel properly heat treated.
The hub shall be of ample size to operate at all speeds, including maximum runaway speed, excessive
vibration or distortion and shall be able to withstand short circuit and other stresses without any damage. The

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

hub shall have a hole of not less about 300 mm bored axially through the entire length sufficiently smooth to
permit inspection of the metal in the interior of the hub and possible handling of the turbine runner by use of
the powerhouse crane.
The rotor hub shall be accurately machined.
The rotor hub shall have a matching integral flange for coupling to the shaft flange by means of pre-stressed
bolts in compliance with the coupling standard IEEE Std 810-1987 (R2001) "Hydraulic Turbine and Generator
Integrally Forged Shaft Couplings and Shaft Run-out Tolerances" and IEEE Std 1095 - 1989 “Guide for
Installation of Vertical Generators/Motors for Hydroelectric Application”
The rotor rim shall be constructed of flat steel plates stacked overlapped at site. Fixing and clamping of these
laminations shall have a tight fit between spider arms and rim which will be maintained up to an overspeed at
full load rejection (governor in service) plus 5%.
“Floating rim design” with a tight fit rim up to 115 % nominal speed will be acceptable, providing the
manufacturer can proof a 10 years construction track record for this type of design.
The pole pieces shall fit to the rim by accurately machined or die-punched dovetails matching similar slots in
the rotor rim and secured in place by means of tapered keys. The keys shall be locked in place on both sides
of the rim such as to positively prevent loosening of same under all operating conditions. The pole pieces shall
be removable with the rotor in place.
An appropriate number, adequately sized radial ducts shall be provided in the rotor rim to pass through the
cooling air for cooling of stator by the fan action of rotor.
The rotor shall be provided with a suitable brake ring. The wearing surface of the brake ring shall be made in
segments which shall be easily removable and renewable.
(3) Shaft
The generator shaft shall be made of high quality forged steel properly heat-treated. It shall be of ample size
to operate safely in continuation with the turbine shaft at any speed up to the maximum runaway speed without
detrimental vibration and distortion and shall be free from injurious flaws and imperfections.
A forged thrust block with thrust collar shall be provided separately, mounted to the shaft with slight shrink fit
and fixed to the shaft by a lock ring.
The face of the coupling shall be compatible with the turbine shaft flange. All coupling bolts, nuts and nut
guards for coupling, conforming to the a. m. standard, shall be in the scope of the turbine contractor.
The responsibility for proper alignment of the generator and the turbine shaft at site shall be the responsibility
of the turbine and the generator contractor. The turbine contractor shall deliver the necessary
information/template of the shaft to the Contractor for matching the turbine shaft and the generator coupling
flange.
The Contractor shall submit data, computation and analysis for critical speed and shaft diameter to the
Engineer for approval. The critical speed of the shaft shall be sufficiently higher (not less than 20%) than the
runaway speed. The turbine contractor will furnish all the turbine data necessary for such computation, if so
required by the Engineer.
The shaft shall be flanged at both ends to couple with the rotor hub and turbine shaft, respectively. Provisions
shall be made for mounting the sensor for the speed signal device (toothed wheel) for the speed governor to
be furnished by the turbine contractor.
(4) Poles and Field Winding
The poles shall be built of thin steel laminations bolted under high pressure with sturdy end pieces. Dovetails
shall be provided to fit with corresponding slots of the rotor rim.
The pole winding inter-turn insulation shall be Class F with operating temperature rises limited to Class B and
shall be of special epoxy impregnated mica/synthetic paper and insulation of glass laminates.
The rotor winding shall withstand all electrical, thermal and mechanical stresses shall be imposed during
normal operation or by the specified maximum runaway speed of the turbine.
The field coils shall be adequately braced to withstand the stresses due to both short circuit current and
centrifugal forces. The connections from field coils to the collector rings shall be suitably braced to prevent
damage due to vibrations or other mechanical forces.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

A damper winding of the manufacturer standard type shall be provided to improve stability under fault
conditions, to reduce distortion under conditions of single-phase faults and to allow flow of the specified inverse
current.
The damping rings shall consist of hard drawn copper with silver-plated contact surfaces.
All connections between coils and the leads to the slip-rings shall be highly flexible, specially insulated and
supported to prevent vibration and wear. Bolted joints or other approved means of locking shall be used for
these connections.
Means for measurement of the field winding temperature shall be provided on the rotor.
It shall be possible to remove and replace a pole without withdrawing the rotor. All necessary tools and devices
for this procedure shall be provided.

1.3.5 Sliprings and Slipring Compartment


(1) The slip rings shall be made of stainless steel and shall have helical grooved surface. They shall be
well insulated with epoxy glass insulation and designed for use with carbon brushes. The slip rings
shall be spaced sufficiently apart or separated from each other by a barrier to prevent any accidental
short circuit. The slip rings shall be easily accessible for inspection during operation and for
maintenance. The brushes shall consist of carbon graphite and copper blocks placed in a massive
ring. The arrangement and length of the field leads shall enable to reverse the connections to the
slip-rings without removing and dismantling the field leads or collector rings. Suitable carbon dust
collectors and exhaust systems shall be provided to prevent escape of carbon dust to the generator.
Field leads from the collector rings to the field breaker cubicle shall be routed in suitable ducts.
(2) The slip rings shall be of the self-ventilated type and accommodated in a separate compartment
above the top cover of the generator provided with suitable access doors and windows for easy
inspection. Easy replaceable filters shall be provided at the air inlets and outlets to ensure that no
carbon dust is released to the powerhouse.
(3) The brush gear shall be designed to enable normal operation for a minimum of six months without
replacement of brushes. Easy access shall be provided to the brush gear so that brush pressures
can be adjusted, or brushes renewed conveniently.
(4) The compartment shall be fitted with lighting and temperature monitoring.

1.3.6 Thrust and Guide Bearings


(1) The generator shall have a combined thrust/guide bearing located above the rotor and a guide
bearing located below the rotor.
(2) The thrust bearings shall be of a self oil circulation, segment, rigid or hydraulically supported type,
with Babbitt metal lined pads and shall have sufficient capacity to support the total weight of the
rotating parts of the unit together with unbalanced hydraulic thrust of the turbine runner under all
conditions of operation (starting, normal and emergency stopping, continuous rating and runaway
conditions).
The thrust bearing shall be mounted on a bracket, supported on the concrete structure.
(3) The guide bearings shall be of oil-immersed, self circulation, segment type. The bearing segment
shall be lined with Babbitt metal which shall be cast or plated so that it will not separate from the
base metal.
(4) The bearing design shall consider the following bearing metal temperature limits for rated output
condition:
- Maximum permissible operating metal temperature: 70°C.
- Alarm temperature: 75°C
- Trip temperature: 80°C.
The proposed bearing temperatures shall be indicated in the Tender.
(5) The bearings shall safely operate without any damage at the following conditions:
- Continuous operation at any speed from 80% to 110% of rated speed.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

- Operation for a period of at least 5 min under maximum runaway conditions with cooling water
flowing.
- Operation for a period of at least 15 min at maximum allowed load and rated speed without
cooling water, followed by safe shut-down.
(6) The thrust and guide bearings shall be of the self-lubricated type with external oil/water heat
exchangers. The design of the heat exchangers shall be based on a cooling raw water temperature
not exceeding 16°C.
The cooling system shall be complete with cooling water pipes, fittings, valves, flow indicating
devices, flow relays and all other accessories. All internal pipes shall terminate with a flange and
shut-off valve outside the generator pit for connection with the plant cooling water system.
Cooling water in open circuits will be provided under "Mechanical Equipment".
Baffles and guides shall be provided in the oil reservoirs to assist correct oil distribution and to
prevent splashing. The bearings shall be fitted with oil mist exhaust systems with oil separators which
allow the cleaned air to be released into the powerhouse. Provisions shall be included to prevent oil
vapour from entering the generator. The oil reservoirs shall have suitably protected sight gauges for
visual inspection of the oil level.
The tubes of the oil/water heat exchangers shall be of Cupro-Nickel and shall have adequate capacity
to allow for some 10% blocking of cooler tubes.
(7) The guide bearing shall be adequately insulated to prevent any harmful circulating currents passing
through the bearing surfaces. This insulation shall be arranged to break the possible path of such
currents in not less than two (2) places in series so that positive test for ground currents can readily
be made. Continuous monitoring of shaft current shall be provided, and contacts shall be available
for alarm and automatic shut down of unit in case of excessive shaft currents. In case circulating
currents are detected during the defects notification period, the Contractor shall take necessary
action at his own expense, to rectify the defect. A suitable shaft earth brush shall be provided,
supported by the bearing housing to bypass harmful currents from damaging bearing pads.
(8) Complete self-contained lubricating systems including oil reservoir, strainer, oil piping, valves, oil
pumps and necessary appurtenances shall be provided. The oil reservoirs shall have oil level
gauges. Inlet and outlet oil piping adjacent to each bearing oil reservoir shall be provided with valves
and hose connections of the flexible metallic type.
The thrust bearing shall have a high-pressure oil injection system for injecting oil to the bearing
surfaces during starting and stopping of the unit. The bearing and lubrication system shall also allow
the safe start and stop of the unit without pressurised oil.
The high-pressure oil injection system shall be equipped with redundant AC / DC high pressure oil
injection pumps. Special consideration shall be given to the power supply of these pumps.
The same type of oil shall be used for electrical and mechanical equipment.

1.3.7 Air Cooling System


(1) The air/water heat-exchangers shall be of the frame-mounted type with heat-exchanger tubes made
of Cupro-Nickel alloy. The cooling system shall be complete with heat-exchanger, cooling water
pipes, fittings, valves, flow indicating devices, flow relays and all other accessories. All internal piping
shall be terminated at flanges outside the generator pit for connection with plant cooling water
system. The Contractor shall co-ordinate the interfaces with the plant cooling water system and shall
inform the turbine contractor on the required water flows. The surface air heat exchangers shall have
sufficient capacity to maintain an air temperature not exceeding 40°C at the outlet of the heat
exchangers with a water inlet temperature of 16°C when one cooler is out of service and the unit is
operating at rated conditions. The proposed number, the normal working pressure, pressure drop,
and temperature rise in the heat exchangers shall be indicated and supported by calculations. The
pressure drop across each heat-exchanger shall be limited to 0.05 MPa. Connections shall be
provided at the bottom of the air/water heat exchangers to facilitate complete drainage. The heat
exchangers shall be designed for at least 0.7 MPa nominal pressure.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(2) Air vents with drain pipes shall be provided at the top to prevent air locks in the air/water heat
exchangers. Lifting lugs shall be provided to facilitate the removal of any heat-exchanger through the
top of the generator cover. Each heat-exchanger shall be provided with a pocket for inserting
thermometer at the discharge side. The cooling water pipes inside the pit shall be suitably coated
and insulated to prevent damages due to condensation water.
The circulation of the cooling air shall be accomplished by means of rotor rim ventilation.
(3) Necessary plates shall be provided for the closing the space vacated by the heat-exchanger removed
for overhaul. Each air/water heat exchanger shall have adequate capacity to allow for 10% blocking
of the air/water heat exchanger tubes. Tubes shall be interchangeable and shall be connected to the
mild steel water boxes by ferrule connections. All air/water heat exchangers shall be tested at
1.5 times the nominal pressure for sixty (60) min.

1.3.8 Brake and Jacking System


(1) Mechanical Braking System
Pneumatically operated mechanical braking system shall be provided for stopping the unit under normal as
well as under emergency conditions. The brakes shall be applied at 25% of the nominal speed.
When the unit is at determined speed, the mechanical braking system shall be automatically activated. Manual
operation of the mechanical braking system shall also be provided from the brake control panel and the UCB.
The total braking time from rated speed to complete stand still for normal and emergency shut down shall be
indicated.
The brake shoes shall be provided with suitable, non-asbestos easily replaceable brake lining.
The brake shoes shall operate on a polished circular steel brake ring bolted to the bottom of the rotor rim.
Compressed air with a pressure of 0.5 to 0.7 MPa for operation of the brakes shall be provided by the station
compressed air system. Each unit shall be provided with an air receiver of requisite capacity equipped with
pressure gauges, piping and all fittings required for braking of the unit terminated with valves at the generator
pit. The Contractor shall coordinate his air demand with the contractor for mechanical equipment.
Each brake cylinder shall be provided with a limit switch with auxiliary contacts to provide starting interlocks
and "ON"/"OFF" indication on the UCB. A pressure switch shall also be provided for starting interlock. The
brake liner thickness monitoring with alarm contacts shall be provided.
The brake system shall be operated locally, from the UCB and the CCS.

(2) Jacking System


The brake cylinders shall be designed to serve as hydraulic jacks to lift the generator rotor to an adequate
height to facilitate removal and adjustment of bearing pads. Provision shall be made for mechanically locking
the rotor in the raised position for an extended period. A limit switch for operation of an indicating lamp shall
be provided to indicate when the maximum permissible raised position of the rotor is reached. Mechanical
indication shall also be provided.
For jacking, one (1) portable 3-phase, 50 Hz, 400 V AC motor/manually operated high pressure oil pump along
with pressure gauge on the discharge side of the pump, an oil level sight gauge for oil reservoir, necessary
piping and fittings shall be provided common for all units. Flexible hoses with standard quick couplings shall
be provided for the connection between oil pump and the brake control panel.
The Contractor shall furnish brake dust exhaust systems, all necessary piping connections, valves, control
switches, interlocks etc. to make the braking and jacking systems complete in all respects. The control system
shall be suitable to work with the automatic unit control and the CCS.

(3) Electrical Braking System


a. General
For each generator an electrical brake system shall be installed in order to reduce the run-out time during
normal stop. The electrical braking system shall include a separate excitation transformer including a transfer
system in the excitation system enabling the feed of excitation AC current to be taken either from the normal
Excitation transformer or the braking excitation transformer, a 3-phase short-circuiting breaker or fast closing

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

dis-connector and a logic control device. The power supply to the braking excitation transformers shall be from
the AC distribution board.
The control device can be included as a function of the normal AVR.
Excitation current shall be supplied by the normal excitation circuit.
Reliable electrical interlocks shall be provided between the braking circuit breaker and the generator/motor
circuit breaker.
b. Operating Requirements
Electric brake shall be initiated by normal stop and by stop with mechanical faults. Electrical brakes shall not
be initiated by electrical faults.
Electrical braking shall be activated as soon as turbine system is closed, the generator circuit breaker and the
field breaker in open position. It will disconnected as soon as the mechanical brakes are activated.
Stator current during braking shall be controlled in order to achieve an optimum run out sequence, taking into
consideration possible adverse effects, such as excess heating of the windings, saturation of current
measuring transformers and burning of brushes. In any case, the stator current shall not exceed 1.05 times
rated current.
A separate and independent system for shut-off of the field current shall be included. The system shall be
time-delayed in order to ensure that the field current is zero after braking.
A local “Auto-Manual” control switch shall be provided for the electric braking system and it shall be able to be
locked in the Auto or Manual positions, respectively.
A manual operation device for maintenance and adjustment shall be provided.
The Contractor shall provide a detail description of the electric braking system, indicating the technical
conditions and proposed operation parameters including the stator current (A) during applying the brake and
the max. Temperature rise of the stator winding after braking, and speed vs. Time curve of the electric braking
c. Technical requirements for equipment
i. Braking excitation transformer
The braking transformer is assumed to be supplied from the station 400 V distribution system. Otherwise, the
technical requirement for the excitation transformer clause 2.3.1 is also valid for the braking excitation
transformer. The braking excitation transformer should be rated to allow at least two braking sequences in
succession.
ii. Braking short-circuiting breaker/fast acting dis-connector
The technical requirements for the braking short-circuit breaker are specified in Section 3.3 Generator Circuit
Breaker assemblies.
The short circuit device shall be connected to the phase insulated bus bar between the generator and the
generator circuit breaker. The device shall be mounted inside a cubicle.

1.3.9 Anti-condensation Heating and Lighting


Suitable, evenly distributed space heaters shall be provided to prevent condensation of moisture on the
windings during shut down period. The heaters of various sections shall be connected to form a balanced
three-phase load. A suitable space heater and lighting terminal cabinet shall be provided at a convenient
location for connection to the 3-phase, 50 Hz, 400 V AC supply. ON/OFF control devices shall be provided for
the heaters for automatically maintaining sufficient temperature difference between generator pit and outside
air. The heater control gear shall be mounted in a panel to be located outside the generator enclosure.
An adequate number of fluorescent lighting fixtures shall be fitted to provide general lighting inside generator
housing and the slipring compartment. A minimum of four socket outlets for small electric tools and two
extension lights shall be provided within the generator housing. The cabling shall be neatly arranged and
connected to a terminal box for single phase, 50 Hz, 230 V AC supply.
The units shall be fitted with a beacon light for indicating unit operation/stop.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.3.10 Current Transformers


Current transformers shall be installed at the line and neutral side of the generator specified in the Section
"Busduct Systems". The arrangement of these current transformers shall be coordinated between the relevant
trades.

1.4 MONITORING AND PROTECTION EQUIPMENT


1.4.1 Instruments and Control Devices
The generator shall be provided with instruments, control devices and switches as necessary for operation
with high degree of safety, reliability and continuity of service. A list of instruments, which shall be furnished
for each generator, providing local and remote indication is given below. The Contractor shall consider these
items in his scope and shall also include any additional item not included in the list but necessary for reliable
operation and safety of the personnel and the equipment.

Parameters Type of Device Pieces per Unit Remarks

Temperature

(1) Stator winding RTD 12

(2) Stator core RTD 6+6 6 in tooth area

(3) Air cooler/air in RTD 1/2 of the air coolers Alarm and trip
(4) Air cooler/air out 2xRTD 1/2 of the air coolers Alarm and trip
(5) Air cooler cooling RTD 1 at common supply pipe
water in

(6) Air cooler cooling RTD 1 at common discharge


water out pipe

(7) Thrust bearing


2xRTD 1/2 the of thrust pads Alarm and trip
pads
(8) Guide bearing pads 2xRTD 1/2 the of guide pads Alarm and trip
(9) Guide bearing oil
RTD 2
reservoir
(10) Thrust bearing oil
RTD 2
reservoir
Pressure
(1) Air cooler, cooling
PG 1
water inlet
(2) Air cooler, cooling
PG 1
water outlet
(3) Oil cooler GB
PG 1
cooling water inlet
(4) Oil cooler GB
PG 1
cooling water outlet

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Parameters Type of Device Pieces per Unit Remarks

(5) Oil cooler TB


PG 1
cooling water inlet
(6) Oil cooler TB
PG 1
cooling water outlet
(7) Brake system
PG 1 Alarm
compressed air supply
(8) Portable oil pump Common for 3 units
PG 1
for jacking system

Level
(1) Oil in guide bearing Sight Gauge 1
oil reservoir
Level Relay 1. for low and high levels With contacts
(2) Oil in thrust bearing Sight Gauge 1 With contacts
oil reservoir
Level Relay 1
(3) Oil in portable Sight gauge 1
jacking system pump.

Flow
(1) Water inlet to Flow indicator One for each heat
generator air/water exchanger
heat exchangers
(2) Water inlet to thrust Flow relay 1 Alarm
bearing water/oil heat
exchangers
(3) Water inlet to guide Flow relay 1 Alarm
bearing water/oil heat
exchangers

Status Indications
Generator Brakes
Indicating lamps 2 On brake panel
“ON/OFF”
Generator heater
Indicating lamps 2 On local panel
“ON/OFF”

Other Items
(1) Water in guide
Moisture detector 1 Alarm
bearing reservoir

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Parameters Type of Device Pieces per Unit Remarks

(2) Water in thrust


Moisture detector 1 Alarm
bearing oil reservoir
(3) Fire in generator Thermostats 4 Alarm and trip

(4) Bearing insulation


Shaft current detector 1 Alarm
failure
(5) Vibration in
Vibration detector 2 Alarm and trip
generator
(6) Brakes ON/OFF 1 on each brake cylinder
Limit switches Interlock contacts
indication and 1 on the shaft end
(7) Partial discharge 1 portable for four units
measuring equipment

RTD Resistance Temperature Detector


PG Pressure Gauge

Notes:

(1) The location, quantity and type of indication and control instruments given above are tentative. Based
on his experience the Contractor shall propose adaptations which may enhance the reliability.
(2) RTD's only shall be used for any temperature measuring or monitoring. An agreed number of RTD’s
shall be used for the temperature display and monitoring of the set limits in the UCB. Adequate
transducers shall be installed in a convenient location.
(3) Other RTD's shall communicate with the micro-processor-based temperature monitoring system.
(4) The final selection of the RTD’s to be used for the individual applications shall be done at the detailed
design stage.
The RTDs shall be embedded in the stator winding and stator core, ventilation air circuit, cooling
water for air and oil heat exchangers, bearings pads and oil reservoirs.
The moisture detector for detecting any leakage of cooling water into the bearing oil shall have
electrical contacts for alarm annunciation.
The cooling water supply and discharge pipes for the generator air and bearing oil heat exchangers
shall have necessary pressure gauges, thermometers, flow relays and pressure switches etc.
All instruments, signalling devices, sensors, sensing elements shall be of the best quality and make.
Their makes shall be subject to the approval by the Employer/Engineer. The Contractor shall furnish
complete technical data of these items to the Employer/Engineer for approval.

1.4.2 Installation and Cabling


(1) Generator Instrument Board
A generator instrument board preferably mounted on the generator concrete housing shall be supplied on
which all generator related temperatures shall be indicated. On agreement with the Employer this instrument
board could be deleted, and the temperatures displayed on the UCB only.
(2) Terminal Boxes, Control Wiring and Conduits
The Contractor shall supply terminal boxes to be located outside the generator pit, for connection of control
and secondary leads from the generator equipment and auxiliaries located in the generator enclosure. All
leads including control and indications shall be wired to this terminal box.
All internal wiring and conduits for control, relaying, fire protection, internal illumination and other systems shall
be brought out to terminal boxes and shall be suitably labelled.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(3) Cabling
The following control, auxiliary power cables and wiring shall be provided:
- All control and power wiring within the generator housing for the speed signal device connections,
thermostats, flow meters, RTD’s, all alarms, and control and metering circuits associated with the
generator.
- Cables between the generator and the gauge board.
- All 230 V AC wiring, lighting fixtures and convenient outlets within the generator housing.
- All conduit and/or cable trays required for conductors and cables within the generator housing.
- A cable marshalling box with disconnecting links to terminate all cables leading to the exterior of the
generator pit.
- All cables shall be of the flame-retardant type according to IEC.
(4) Miscellaneous Piping, Tubing, Valves
All internal piping and valves for the following functions shall be included:
- Cooling water inlet, outlet and drain for generator air and oil heat exchangers.
- Oil fill, drain and treatment connections at the bearings.
- Piping for brakes and jacks.
For cooling water inlet and return from the generator, piping of required size shall be provided with manually
operated valves and required instrumentation. These pipes shall be terminated at convenient points outside
the generator with flanges, gaskets & bolts. Piping system beyond the termination flanges shall be part of the
cooling water system included in the mechanical equipment.
The piping shall be of galvanised steel of requisite class and standards. The valves shall be of steel,
bronze/brass as per proven practice.
All tubing required for connections on and between generators to instruments shall be of adequate size and
material.
Any other piping and valves forming internal part of the generator and not specifically listed shall also be the
responsibility of the Contractor.

1.4.3 Monitoring Systems


The generators shall be provided with the following monitoring devices:
(1) Creep detector
A suitable creep detection device with manual/automatic reset facility will be provided by the turbine contractor
to give an alarm and initiate application of brakes on detection of creep running of the generator. The creep
detector will be automatically disengaged during normal starting of the units to avoid false alarm. The
Contractor shall co-ordinate with the turbine contractor in this respect.
(2) Vibration detectors
Two vibration detectors (displacement type) shall be installed on the upper and lower bearing bracket, at right
angles to each other.
One vibration detector shall be installed on thrust bearing support.
These vibration detectors shall form an integral part of the vibration monitoring system specified under CCS.
(3) Moisture detector
Solid state type instruments based on the resistance principle with probe immersed in the thrust and guide
bearing oil reservoirs shall be provided to give signal to an indicating unit or relay after sensing the presence
of moisture in the bearing oil reservoirs.
(4) Partial discharge monitoring system
For continuous monitoring of the behaviour of the stator winding insulation system, partial discharges resulting
from high electrical fields or from current chopping due to bar vibrations shall be measured. A measuring
system for measuring the amount and frequency of partial discharges together with equipment for analysing
the data shall be supplied. The monitor with its control accessories shall be portable and common for all
generators.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(5) Shaft current detector


A suitable type of shaft current detector with alarm contacts shall be provided. The shaft current detector shall
consist of shaft current transformer and relay unit. The relay unit shall have testing switch and alarm indication.
(6) Air Gap Monitoring System
A suitable type of Air Gap Monitoring System shall be provided.

1.5 FIRE FIGHTING SYSTEMS


The generators shall either be equipped with “De Luge water-spray fire-fighting systems” or “Total flooding
clean agent extinguishing systems”, provided with the "Fire Protection Systems".
The systems shall be coordinated with the generator layout. The generator design shall consider the
application of this type of fire-fighting system.

1.6 ACCESSORIES
For initial installation, maintenance and repair the following accessories shall be provided:
(1) One set of wrenches for thrust bearing adjustment, thrust jacks for rotor rim, gauges for measuring
gap between stator and rotor
(2) Supports for rotor assembly
(3) Device for handling rotor hub and rotor spider including slings
(4) Set of devices for assembly and compression of the rotor rim
(5) Device for withdrawal of the rotor pole wedges
(6) Device for handling and suspension of poles
(7) Device for tilting stator section
(8) Device for stator section transfer
(9) Device for lifting, removal and installation of slip rings
(10) Wrenches/hydraulic device for tightening shaft coupling bolts
(11) Shaft extension and/or lifting beam for lifting and handling rotor
(12) Arm for rotor shape checking
(13) Device for terminating and insulating of stator winding bars
(14) Device for removal of thrust bearing oil heat exchangers
(15) Device for removal of thrust bearing pads and intermediate supports
(16) Device for removal of guide bearing segments
(17) Device for lifting and lowering the oil reservoirs
(18) Expansion joint/device for cooler pipes
(19) Device for removal and installation of brakes
(20) Set of eye-bolts.
The Contractor shall amend above list according to his experience to guarantee that all required special tools
and appliances are included.

1.7 SPARE PARTS


1.7.1 General Spare Parts
Reference is made to the General Technical Specifications.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.7.2 Special Spare Parts


The special spare parts listed below shall be included in the Tender for four (4) generators.
• Stator bars complete with accessories % 30 of a complete set
• Pole assembled with windings No. 3
• Thrust bearing pads sets 2
• Guide bearing pads sets 2
• Brushes for slip rings % 20 of a complete set
• Brush holder % 10 of a complete set
• Brake shoes % 20 of a complete set
• Gaskets for brake cylinders set 1
• Air/water heat exchangers No. 2
• Gasket for air coolers % 20 of a complete set
• Bearing oil coolers No. 2 of each type
• Pole fixing wedges % 10 of a complete set
• Damper buses % 10 of a complete set
• Pole connection buses % 10 of a complete set
• RTD of all types % 20 of a complete set
Set means all items for one generating unit.

1.7.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.

1.8 WORKSHOP ASSEMBLY AND TESTS


Assembly, inspections and tests in the workshop shall be performed in accordance with the GTS, the certified
QC plan, applicable standards and the following requirements:
1.8.1 Material Tests
The materials to be used for the stator, rotor, thrust and guide bearings and important stress carrying parts
shall be tested for mechanical properties and chemical composition. The test certificates shall be submitted.
1.8.2 Non-destructive Tests
Important welded parts, castings and forgings shall be examined by radiographic, ultrasonic, liquid penetration,
magnetic particle or other suitable methods. The test reports shall be submitted.
1.8.3 Dimensional Checks
The following dimensions and data shall be measured or checked and recorded:
- Main dimensions including concentricity and flatness deviation of each component.
- Thrust bearing runner surface flatness and roughness.
1.8.4 Workshop Assembly of Generator
Part assemblies of generators to the feasible extent according to manufacturer’s standard shall be done in the
workshop.
All assembled components shall be properly match-marked and/or doweled, including temporary doweling
where necessary for final reaming at site, to ensure accurate re-assembly and alignment.
The Contractor shall furnish the dowel pins including temporary dowel pins and the reamers to be used for
final reaming at site.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

1.8.5 Hydraulic Pressure Tests


All components and devices subject to lubricating oil pressure, compressed air pressure and cooling water
pressure shall be shop tested at a pressure of 150% design maximum operating pressure for a period of
120 min.
1.8.6 Electrical Tests
The following minimum electrical tests shall be conducted:
(1) HV test on all stator bars at 3 times rated voltage
(2) Tan delta or PD tests on all stator bars in steps up to 1.5 rated voltage
(3) Accelerated life test at increased voltage and temperatures for two randomly selected bars
(4) Corona extinguishing voltage tests on bars
(5) Inter-turn tests on field coils including impedance and voltage tests
(6) HV tests on individual field coils assembled on poles
(7) Insulation resistance test for stator and rotor windings
(8) Measurement of resistance of rotor poles and stator coils
(9) Test for accuracy of each RTD
(10) Additional tests required for judging the generator and auxiliary systems performance.

1.9 INSTALLATION
The installation shall be performed in accordance with the GTS, the approved erection program and the
following requirements.
The embedded parts of the generator shall be embedded in the first or second stage concrete as applicable.
All permanent materials required for anchoring and supporting the embedded parts during concreting shall be
delivered in accordance with the civil works program. All metal surfaces that are to be embedded in concrete
shall be free from loose rust, loose mill scale, oil, or any other foreign matters.
All parts shall be thoroughly cleaned of rust and protective coatings; all burrs and nicks shall be removed. Sub-
assemblies shall be carefully fitted together. When required, parts shall be placed temporarily, removed for
further fitting or correction before final placing. Before final assembly, all mating machined surfaces shall be
cleaned and coated with a rust preventive compound.

1.10 SITE TESTS


The site tests shall be carried in accordance with the approved QC plan, the GTS and the following
requirements.
1.10.1 Pre-commissioning Works and Tests for each Generator
(1) Measurements of air gap
(2) Check of the shaft alignment
(3) Drying of stator winding (if required)
(4) Rotor balancing
(5) Verification of erection quality
(6) Adjustment of assemblies and mechanisms of the auxiliary equipment.

1.10.2 Erection and Commissioning Tests for each Generator


(1) Stator core heating and loss tests on stator core and complete stator
(2) Measuring of stator and rotor winding insulation resistance and RTD resistance in cold state
(3) Measuring of stator and rotor winding insulation resistance before and after HV test

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(4) High voltage tests of stator and rotor winding (AC Tests)
(5) Measuring of pole coils impedance for check of turn to turn insulation
(6) Measuring of voltage between the shaft ends
(7) Checking of phase sequence
(8) Determination of no-load and short circuit characteristics
(9) Load rejection tests at 100%, 80%, 60% of rated output, measurement of speed and pressure rises
(simultaneously with turbine regulation guarantee test)
(10) Vibration measuring
(11) Heat run tests
(12) Tests of braking system
(13) Field current determination at rated output and pf at 105% rated voltage
(14) Hydrostatic pressure testing of air and oil cooling system
(15) Calibration and accuracy test of RTD's
(16) Calibration testing of various relays
(17) Voltage drop and polarity of field coils
(18) Measurement of partial discharge
(19) Corona inception voltage tests (verification by means of a “Daylight Camera”)
(20) Auto start and stop tests
(21) Synchronising
(22) Quick and emergency shut-down tests.
The following test shall also be carried out:
Primary current injection test of all protection/measuring/alarm devices, CT, wiring, etc. with the generator
main terminals short circuited (up to 110% of rated generator current).

1.10.3 Acceptance Tests for one Generator


(1) Generator output tests
(2) Measurements of losses and determination of efficiency
(3) Measurement of bracket and stator vibrations.

1.10.4 Type Tests for one Generator


(1) Determination of no-load and short circuit characteristics
(2) Determination of time constants T'do, T'd, Ta
(3) Determination of transient reactance X'd
(4) Determination of saturated and non-saturated reactances Xd, Xq
(5) Determination of sub-transient reactances X"d, X"q
(6) Determination of negative sequence reactance X2
(7) Determination of U-type characteristic at pf=0
(8) Oscillography recording of phase and line voltage curves at no load and U=Un
(9) Determination of short circuit ratio
(10) Determination of rotor flywheel effect GD2
(11) Determination of field current at nominal power with nominal and 105% voltage
(12) Determination of voltage rise at load rejection
(13) Runaway speed tests (at the Employer's request)
(14) Deformation measurement at the brackets in static condition and under load
(15) Short circuit withstand test

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(16) Excess current tests


(17) Test of voltage wave-form deviation from sinusoidal
(18) Determination of bearing leakage current.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 1-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 2: EXCITATION SYSTEMS


Table of Contents

2. EXCITATION SYSTEMS ......................................................................................................... 1

2.1 SCOPE OF WORK ............................................................................................................................ 1


2.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
2.2.1 General Requirements............................................................................................................... 1
2.2.2 Main Characteristics .................................................................................................................. 2
2.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 3
2.3.1 Excitation Transformer............................................................................................................... 3
2.3.2 Rectifier Assembly ..................................................................................................................... 3
2.3.3 Field Circuit Breaker and Field Discharge Equipment ............................................................... 4
2.3.4 Voltage Regulators .................................................................................................................... 4
2.3.5 Control and Protection Equipment ............................................................................................. 5
2.3.6 Current Transformers ................................................................................................................ 6
2.3.7 Electrical Braking System .......................................................................................................... 6
2.3.8 Cubicles ..................................................................................................................................... 6
2.4 SPARE PARTS.................................................................................................................................. 6
2.4.1 General Spare Parts .................................................................................................................. 6
2.4.2 Special Spare Parts ................................................................................................................... 6
2.4.3 Recommended Spare Parts ...................................................................................................... 7
2.5 WORKSHOP TESTS ......................................................................................................................... 7
2.5.1 General ...................................................................................................................................... 7

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

2.5.2 Equipment Tests ........................................................................................................................ 7


2.5.3 Performance Tests .................................................................................................................... 7
2.6 SITE TESTS ...................................................................................................................................... 7

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

2. EXCITATION SYSTEMS
2.1 SCOPE OF WORK
This Chapter covers the detailed requirements for the excitation systems for three synchronous, hydraulic
turbine driven generators, comprising excitation transformers, rectifier assemblies, field circuit breakers, field
flashing and field suppression equipment, automatic voltage regulators, electrical braking, protection and
control devices.
The scope of work shall comprise the following:
• Three sets of excitation systems with excitation and braking transformers
• Three sets of related auxiliary plant to provide ready for service, reliable installations
• One set of special spare parts
• One laptop for testing, commissioning and setting of parameters.

2.2 PRINCIPAL DESIGN FEATURES


2.2.1 General Requirements
The excitation systems with the related parameters, performances, scope and methods of testing the
excitation system components shall be in conformity with respective IEC, IEEE or other approved Standards.
The excitation system shall be of the static type consisting of a 3 phase AC exciter and rotating diode
rectifier bridge mounted in the generator shaft extension based on the latest technology and requiring
minimum maintenance.
The equipment shall be installed in metal clad cubicles providing easy access for installation, inspection,
maintenance, repair and adjustment.
The proposed system shall be a standard product of a competent manufacturer with proven, reliable
operation record.
The rectifier assemblies shall be directly fed from the excitation transformer connected to the generator main
circuit by means of bus ducts or cables.
The excitation equipment shall be designed for supplying without exceeding the continuous rating, ample
excitation for the generator operating at its maximum capability at rated frequency, rated power factor and at
105% rated voltage.
Separate current and voltage transducers shall be provided in the excitation cubicles to transmit the
generator and excitation current/voltage values to the Central Control Room (CCR).
The excitation systems shall be suitable for the following operation modes:
- Generator operation, over and under excited
- Joint control
- Electrical braking of the unit.
Excitation system shall ensure both independent and combined control for voltage regulation, VAR control
for reactive power sharing and should operate to provide steady state stability during all possible conditions
of normal operation as well as provide transient stability during fault condition. Excitation system shall also
ensure provisions for providing damping at power system frequencies associated with local and intertie
modes of oscillation.
The excitation control system shall be suitable for operation of starting, synchronize, and stopping of the
generators. The control features shall include Local/Remote/Manual/Automatic control of the systems from

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

the excitation control cubicle, the UCB and the CCR. The data exchange shall be via bus system with
interface to the Central Control System (CCS).
The excitation systems shall include the following features and functions:
- Local, remote, manual and automatic control modes
- AVR 1 and 2 with manual FCR
- Reactive power/power factor control
- Joint control with equalising of stator reactive currents
- Power system stabiliser
- Stator and rotor current limiter
- Excitation and impulse current limiter
- U/f control and limiter
- Under excitation limiter
- Voltage regulation maintaining the voltage within the specified limits at all permissible
load conditions
- Voltage adjustment for synchronising
- Impulse blocking in case of overcurrent in the excitation transformer secondary circuit
- Separate impulse control modules for auto and manual control
- Follow-up regulation for auto/manual channels to guarantee smooth change-over
- Field winding temperature measuring system
- Digital type set point adjusting devices
- Redundant power supply for the regulator and control modules
- Transducers for current and voltage measurements
- Monitoring and protection devices
- Interface to CCS.

2.2.2 Main Characteristics


The main characteristics of the excitation system shall be the following:
- Ceiling excitation voltage at Urated p.u. 2.0

- Ceiling excitation current p.u. 2.0


- Forcing duration, voltage/current s 30/10
- Excitation system voltage response time during
forcing not more than s 0.05
- Accuracy of the voltage related to
the set static characteristic % 0.5
- Nominal voltage of AC auxiliary supply system V 400
- Nominal voltage of DC auxiliary supply system V 110

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

2.3 DESIGN AND CONSTRUCTION REQUIREMENTS


2.3.1 Excitation Transformer
The excitation transformers shall be of the indoor dry type with natural cooling. The insulation level shall
correspond to the generator main circuit equipment.
The main characteristics of the excitation transformer shall be the following:
- Number of units No. 3
- Type 3-phase, cast resin
- Location Indoor, powerhouse
- Rated output kVA by Tenderer
- Primary voltage kV 11
- Rated frequency Hz 50
- Impulse withstand voltages:
Power frequency kV 38
Lightning kV 95
- Vector group by Tenderer
- Insulation class HV/LV F/F
- Type of HV termination Busduct or cable
- Type of LV termination Cable
- Maximum temperature rise K 90
- Maximum ambient temperature °C 50
- Enclosure protection class IP 23
- Cooling type AN
The transformer shall be accommodated in a sheet steel cubicle and shall include all necessary equipment
for connecting the primary side to 3-phase ducts or XLPE cables and for connecting the secondary side to
the excitation cubicle.
The transformer shall be supplied with all terminations, temperature monitoring devices and accessories.
The braking transformers shall be of similar design. The power supply for the braking mode shall be derived
from the LV AC auxiliary supply system.
Following the operation sequences, an automatic change-over between the transformers shall take place.

2.3.2 Rectifier Assembly


The rectifier assembly shall consist of two or more parallel connected fully controlled three phase thyristor
bridges.
The rectifier assembly shall meet the following requirements:
- The rectifier assembly shall consist of two individual bridges (2x100%) fulfilling the n-1 criterion.
The system shall supply the nominal excitation current at rated generator conditions with one
bridge out of service. The thyristor bridges shall be 50% loaded. Each thyristor bridge with
pertinent auxiliary equipment shall be installed in a separate cubicle
- The thyristor bridges shall be fitted with monitored fast acting fuses. The thyristors and thyristor
fuses shall be mounted on modules designed for individual isolating, easy removal and

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

replacement. The connections to the modules or assemblies shall be bolted. The failure of
thyristors shall initiate an alarm signal
- Current-limiting fuses shall be provided in each thyristor circuit to isolate the circuit and to protect
other thyristors and their fuses from damage if a thyristor fails
- Each thyristor bridge shall be equipped with temperature monitoring devices
- The components of the thyristor bridges shall be interchangeable. Replacement of individual
components shall be possible without disturbance of adjacent equipment
- For cooling the rectifiers, each cubicle shall be provided with a fan, related control and monitoring
devices. The air intake openings shall be fitted with appropriate screens and simply replaceable
filter mats.
- An automatic generator field flashing system shall be provided taking the power supply from the
AC and DC auxiliary supply systems, respectively
- The DC leads between the field breaker and the brush-gear shall consist of insulated copper bars
and single core cables, adequately routed and fixed
- LV cabling and wiring of control equipment shall be shielded and isolated from AC and DC power
circuits.

2.3.3 Field Circuit Breaker and Field Discharge Equipment


The field circuit breaker shall be an air circuit breaker suitable for use in DC circuits. The breaker’s operating
mechanism shall be electrically and mechanically trip-free. The field breaker shall be provided for local and
remote operation. The breaker shall be rated for the maximum continuous current of the circuit under any of
the specified operating conditions of the generator and shall also interrupt the field circuit successfully under
maximum possible short circuit and voltage conditions. The contacts shall be readily accessible for
inspection and replacement.
The field breaker shall be provided with a mechanical position indicator and auxiliary contacts of NO and NC
type as necessary for control and indicating purposes.
In case of normal or emergency shutdown, the field shall be rapidly suppressed and discharged by means of
fully automatic field discharge equipment. The field discharge equipment shall comprise a discharge circuit
breaker, a non-linear discharge resistor and control modules for the simultaneous change over of the
thyristor sets from the converter to the inverter mode.

2.3.4 Voltage Regulators


The excitation equipment shall be provided with a system for manual and automatic voltage regulation,
excitation control and indication.
The excitation system shall be controlled by two automatic voltage regulators (AVR) with integrated manual
field current regulation (FCR). One regulator shall be in operation and the other one shall be maintained in
"hot stand-by". The stand-by regulator shall be actuated automatically in case the service AVR fails.
In case AVR1 and 2 fail, the system shall automatically change to the manual control and maintain the actual
status. Returning to the automatic mode shall be carried out manually.
Each AVR system shall be equipped with related CT and VT.
The automatic voltage regulators (AVR) shall be of the digital type regulator with microprocessor-based
control, functional modules including self-diagnostic functions.
Follow-up control shall be provided to guarantee a smooth change-over between the different control
channels.
The AVR shall regulate automatically, accurate and rapidly the generator voltage to a set value by detecting
the three-phase voltage signal from the generator terminals.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The AVR shall maintain the generator voltage under steady-state load conditions without hunting within
0.5 % for any load condition within the capability of the generator.
The excitation system complete with AVR shall be capable of:
- Automatic start-up of the unit to be connected to the power system by automatic or manual
synchronisation
- Securing stable operation at no-load running of generators
- Generator operation on the system within the power output from zero to rated capacity
- Forcing of excitation with per unit current value
- Field suppression at normal and emergency shut-down
- Maintaining the pre-set excitation current
- Limiting the maximum and minimum rotor current
- Limiting the excitation current sustained overload
- Maintaining the set point voltage to an accuracy of  0.5%
- Equalising of stator reactive currents with generators operating in parallel.
The range of the automatic voltage regulating and setting device shall be from 80% to 110% of the rated
voltage with the generator connected to the network or in the no-load operation condition.
AVR setting adjustment shall be possible:
- From the excitation cubicles
- Remotely from the UCB and the CCR.
The excitation system shall be designed mainly for automatic regulation mode. In case of AVR failure the
system shall switch over to the manual mode.
For this purpose, each AVR shall include a manual field current control channel (FCR). The manual voltage
adjusting device shall allow the adjustment between zero and 110% of the generator voltage which will be
necessary for primary current injection and other generator tests.

2.3.5 Control and Protection Equipment


The voltage regulating, and excitation control equipment shall be suitable for local, remote, manual and
automatic control. Adequate computer-based control systems shall be installed to provide a good overview
and to guarantee a reliable and effortless operation of the systems.
The voltage regulating and excitation control equipment shall be capable to communicate with the unit
controller. All data interchange shall be via communication bus with appropriate interfaces to the CCS.
All information shall be displayed on the screen installed in the cubicle and transmitted to the UCB and CCR.
The display can either be of the touch screen type or a monitor with keyboard.
Interfaces for the CCS and the commissioning tool shall be provided.
The system shall be suitable for “tele diagnostic”.
Field winding temperature measuring systems with local and remote indication in the UCB and CCR shall be
provided.
The excitation equipment shall be provided with at least the following protection features:
- Limitation of excitation current and forcing level
- Stator current limiter
- Transformer overcurrent and temperature protection

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

- Loss of field protection


- Overcurrent and short-circuit protection for the thyristors, conduction monitoring
- Temperature monitoring of thyristors and excitation cubicles
- Over and Undervoltage protection for thyristors and field windings
- Additional protection devices proposed by the Tenderer shall be listed in the price list.
2.3.6 Current Transformers
For the excitation transformers, current transformers of the dry synthetic resin type with separate secondary
cores for metering and for protection shall be installed.

2.3.7 Electrical Braking System


The excitation systems shall be fitted with all hard and software necessary for fully functioning systems for
manual and automatic operation of:
- Electrical braking of the unit
The braking transformer shall be fed by the LV AC auxiliary supply system. The change over between the
excitation and braking transformer shall be automatic.

2.3.8 Cubicles
The excitation equipment shall be accommodated in a cubicle assembly consisting of:
- Field breaker and field discharge cubicles
- Rectifier cubicles
- AVR and excitation control cubicles
- Braking cubicle
- Excitation transformer cubicle.
The proposed arrangement and location of the excitation cubicles is shown on the Tender Drawings.

2.4 SPARE PARTS


2.4.1 General Spare Parts
Reference is made to the General Technical Specifications.

2.4.2 Special Spare Parts


The special spare parts specified hereafter are in addition to those mentioned in the General Technical
Specification.
• One complete AVR
• One lot of electronic cards relevant to the AVR, comprising one piece of each type
• One set of electronic modules for the control of the thyristor circuits
• One complete fan with control devices for the rectifier cubicles
• Two complete fan motors
• One set of thyristors comprising one third of the total quantity required for one bridge
• 100% of thyristor fuses, comprising the total quantity for one installation

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

• One complete field breaker


• Two sets of field breaker power contacts, each set comprising the total number of replacement part
for one unit
• Two sets of field breaker operating coils.

2.4.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.

2.5 WORKSHOP TESTS


2.5.1 General
All tests shall be in accordance with the applicable Standards and Recommendations. The factory tests shall
include but not be limited to those listed below for all main and auxiliary parts of the excitation equipment,
which shall be fully assembled at the workshop.

2.5.2 Equipment Tests


The equipment of the excitation system shall be subjected at least the following tests:
- Routine tests of the excitation power transformer performed according to IEC
- After assembly in the factory, the excitation equipment shall be given a one-minute test to ground
at an AC rms voltage of 10 times the rated load voltage
- All other electrical parts, such as regulators and similar devices, shall be tested individually in
accordance with applicable IEC, ANSI or IEEE Standards
- Production and routine tests shall be made in accordance with the IEC, ANSI or IEEE Standards.
Individual tests of such parts will not be required, however, certified test reports covering each part
shall be submitted
- Operational checks of all breakers and other devices such as sensors, transducers, alarm and
protective devices shall be performed.
2.5.3 Performance Tests
One set of the excitation and voltage regulating equipment shall be subject to a full series of performance
tests using a simulated generator analogue model, representing the characteristics of the actual generator.
Alternatively, the Contractor may use an approved analogue simulation model for the generator, the
excitation and voltage regulating systems. In this case, the characteristics, data, etc., of the excitation and
voltage regulation systems used for the model shall be those measured during the factory tests of said
equipment, unless otherwise agreed by the Employer/Engineer. All tests shall be recorded, and a test report
shall be issued by the Contractor.

2.6 SITE TESTS


After installation of the excitation equipment and during the testing and commissioning of the generators, the
excitation system shall be tested to verify the operation of all control equipment and power circuits of the
excitation system. During the initial operation of the generators, full functional tests shall be performed on the
excitation equipment.
It shall be noted that provisional excitation power supply may be required during the start-up and testing
period. Appropriate arrangements shall be made by the Contractor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 2-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 3: GENERATOR MAIN CIRCUITS

Table of Contents

3. GENERATOR MAIN CIRCUITS............................................................................................... 1

3.1 SCOPE OF WORK ............................................................................................................................ 1


3.2 BUSDUCT SYSTEMS ....................................................................................................................... 1
3.2.1 General ...................................................................................................................................... 1
3.2.2 Main Characteristics .................................................................................................................. 1
3.2.3 Design and Construction Requirements .................................................................................... 2
3.3 GENERATOR VOLTAGE SWITCHGEAR ........................................................................................ 3
3.3.1 General ...................................................................................................................................... 3
3.3.2 Main Characteristics .................................................................................................................. 4
3.3.3 Design and Construction Requirements .................................................................................... 5
3.4 BRAKING SWITCH CUBICLE ........................................................................................................... 8
3.4.1 General ...................................................................................................................................... 8
3.4.2 Main Characteristics .................................................................................................................. 8
3.4.3 Design and Construction Requirements .................................................................................... 8
3.5 GENERATOR NEUTRAL EARTHING CUBICLES ........................................................................... 8
3.5.1 General ...................................................................................................................................... 8
3.5.2 Main Characteristics .................................................................................................................. 9
3.5.3 Design and Construction Requirements .................................................................................... 9
3.6 SPARE PARTS .................................................................................................................................. 9
3.6.1 General Spare Parts .................................................................................................................. 9
3.6.2 Special Spare Parts ................................................................................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

3.6.3 Recommended Spare Parts .................................................................................................... 11


3.7 WORKSHOP TESTS ....................................................................................................................... 11
3.7.1 Busduct Systems ..................................................................................................................... 11
3.7.2 Generator Voltage Switchgear................................................................................................. 11
3.7.3 Braking Switch Cubicle ............................................................................................................ 12
3.7.4 Generator Neutral Earthing Cubicles ....................................................................................... 12
3.8 SITE TESTS .................................................................................................................................... 12
3.8.1 General .................................................................................................................................... 12
3.8.2 Busduct Systems ..................................................................................................................... 12
3.8.3 Generator Voltage Switchgear................................................................................................. 13
3.8.4 Braking Switch Cubicle ............................................................................................................ 13
3.8.5 Generator Neutral Earthing Cubicles ....................................................................................... 13

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

3. GENERATOR MAIN CIRCUITS


3.1 SCOPE OF WORK

For connecting the generators with the main transformers and to provide feeders for the excitation and
station service transformers, busduct systems, generator circuit breakers and utility type 11 kV switchgear
assemblies shall be installed.
Braking switch cubicles shall be installed for Units 1, 2 & 3.
Neutral earthing cubicles shall be provided for the generator neutral points.
The generator main circuit configuration with basic data is shown on the single-line diagrams. The typical
equipment arrangement is shown on the Tender Drawings.
The scope of work shall comprise the following:
• Three sets of 3-phase air-insulated busduct systems
• Three 11 kV generator voltage switchgears including GCBs
• One 11 kV GCB for the Small HP Unit mounted in the generator voltage switchgear Unit 3
• Three braking switch cubicles
• Three generator neutral earthing cubicles
• One set of special tools and appliances
• One set of special spare parts.

3.2 BUSDUCT SYSTEMS


3.2.1 General

The busduct systems for the main circuits connecting the generator line terminals with the generator circuit
breaker and the MT LV terminals shall be of the 3-phase, segregated, air insulated type. The excitation and
station service transformers shall be connected by busducts or copper bars and single core XLPE type
cables.
3-phase, non-segregated, air insulated type, with insulated phase conductors will also be acceptable.
Due consideration shall be given to the routing and space requirements.

3.2.2 Main Characteristics

The busduct systems shall have the following main characteristics:


- Nominal system voltage kV 11
- Rated voltage kV 17.5
- Rated frequency Hz 50
- Rated short-time withstand current (3s) kA rms 50
- Rated peak withstand current kA peak 100
- Rated current A 2,500
- Lightning impulse withstand voltage kV rms 95
- Power frequency withstand voltage kV rms 38

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

- Protection class IP 65
- Cooling AN
- Installation Indoor

3.2.3 Design and Construction Requirements

(1) The continuous current carrying capacity shall be based on the maximum generator current and
the following permissible temperatures:
- Enclosure (inaccessible surfaces) 80C
- Enclosure (accessible surfaces) 65C
- Conductor and joints (inaccessible surfaces) 105C
The generated heat shall be emitted by natural radiation and convection. Forced air cooling shall
not be applied.
(2) The current density of conductors shall be such that the temperature rise of conductors and joints
does not exceed the above figures. The continuous current rating of the main busbars and tie
branches shall comply with the design rating of the pertinent main components including a 10%
safety margin.
(3) The busducts shall withstand without damage and deterioration the electromechanical and thermal
stresses imposed to the complete system by the asymmetrical short circuit current and the mean
symmetrical fault current as determined by the feeder sources assuming a three-phase fault at the
end of any of the tie branches. The system short-time current rating shall be based on 3 s fault
duration.
(4) The cross section of all enclosures shall withstand the thermal stresses of a double-pole earth fault
current (I"k2 = 3/2 I"k3) for a duration of 3 s not exceeding a metal temperature of 150C.
(5) The electrical design and mechanical construction shall consider electrical surges, dynamic and
thermal stresses under the prevailing normal and transient operating conditions. Suitable means of
expansion shall be provided to absorb the thermal dilatation and contraction of the conductor and
enclosure and to facilitate the alignment of the busducts. Vibrations occurring on generators and
transformers shall not be transferred to the busduct system.
(6) The conductors shall be of single or multi-piece pure aluminium bars (99.5%Al) arranged in
approved shape with high inertia moment. Construction joints shall be welded at site under inert
gas atmosphere.
(7) The busduct design shall feature three phase conductors in a rectangular enclosure, provided with
segregations between the phase conductors. The enclosure shall be a rigid, self-supporting
structure, made of aluminium or galvanised sheet steel. To ensure perfect tightness, the sections
shall have flanges with gaskets, which shall be bolted together at site. Inspection openings shall be
arranged at all locations where inspection and maintenance work shall be carried out.
(8) Bolts, nuts, washers and other fittings for bolted joints shall be of heat-resistant, corrosion proof
materials with guaranteed properties, suitably fixed and not loosening under thermal stresses. The
connection surfaces shall be tinned, or silver plated. The connections with generator, transformer
and switchgear terminals shall be carried out with isolating links and standard type flexible
connection pieces (laminated or braided) of appropriate cross-section.
(9) Insulators may be of cast resin or porcelain type. The strength of insulators shall safely withstand
all forces imposed under normal operation and short-circuit conditions. Fixing of the insulators at
the conductor and phase enclosure shall consider the thermal expansions due to temperature
differences.
(10) The three-phase busducts shall be earthed at the generator and transformer end. All supporting
points shall be isolated from earth. Measures shall be taken to minimise the losses in the
enclosures and conductors.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(11) To avoid the ingress of dust and humidity and to preserve the dielectric strength of the insulating
air a pressure of approx. 0.5 to 2 kPa shall be maintained in the busduct enclosures.
Dry, clean air shall be fed into the enclosures. The air shall be supplied by the station compressed
air system.
Air supply systems comprising air receivers, filters, air dryers, pressure controlled automatic supply
valves and pressure monitoring devices shall be installed.
(12) If necessary the generator line and the main transformer LV terminations shall be provided with an
overall enclosure to facilitate access and ventilation.
(13) Openings in floors and walls shall be closed after busduct installation. The design of the closure
shall be appropriate for the individual locations (e. g. fire zone, indoor/outdoor, watertight).
(14) For generator and protection testing an easy to install short circuit bridge shall be provided.
(15) Current transformers
The current transformers shall have single ratio measuring and protection cores. The current
transformers shall be installed within the enclosure or in separate cubicles. The current
transformers shall have the specified lightning impulse and power frequency withstand voltage
levels.
(16) Supporting structures
The supporting structures for the busduct systems shall be sturdy aluminium or galvanised steel
constructions. The design shall consider all applicable static loads and dynamic forces. Sliding and
fixed busduct supports shall be provided as required. Bolts, nuts and related fittings shall be of
stainless steel.
Stray currents in the supporting members due to magnetic fields shall be minimised.

3.3 GENERATOR VOLTAGE SWITCHGEAR


3.3.1 General

Each generating unit shall be equipped with a generator voltage switchgear of the type-tested, metal
enclosed, utility type switchgear, equipped with single busbar and withdrawable SF6 or vacuum circuit
breakers.
The generator voltage switchgear shall comprise the following equipment:
- Generator circuit breaker installed in the unit 1, 2 and 3 switchgears
- Generator circuit-breaker for the Small HP Unit, installed in unit 3 switchgear
- Riser and busduct termination cubicles with excitation transformer branch-off
- Earthing switches at both sides of the GCB
- Current transformers at both sides of the GCB
- Voltage transformers at the generator and MT side

- Surge arrester and capacitor at MT side

- SST feeder circuit-breaker with CT installed in unit 1 & 2 switchgears.


The excitation and station service transformers shall be connected to the switchgear with busducts and
single core XLPE type cables, respectively.
The generator voltage switchgear shall be installed on the generator floor.
The three-phase GCB shall be suitable for switching generator circuits under normal and emergency
conditions. The GCB shall be of the SF6 or vacuum type.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The generator voltage switchgear shall be natural air cooled and suitable for indoor installation.

3.3.2 Main Characteristics

(1) General

- Type Metal-clad, indoor

- Nominal system voltage kV 11

- Rated voltage kV 17.5

- Rated frequency Hz 50

- Rated power frequency withstand voltage:

- To earth kV rms 38

- Across open contacts kV rms 45


- Lightning impulse withstand voltages:
- To earth kV peak 95
- Across open contacts kV peak 110

- Rated normal current of bus A 2,500

- Rated short-time withstand current (3 s) kA rms 50

- Rated peak withstand current kA peak 100

- Cooling AN

- Installation Indoor

- Protection class IP 42

(2) Circuit breaker


- Type SF6 or Vacuum, draw - out
- Rated current GCB / SST CB A 2,500/400/400
- Rated short circuit breaking current kA rms 50
- Rated short-time withstand current (3s) kA rms 50
- Rated peak withstand current kA peak 100
Operating mechanism:
- Type Motor spring charge
- Operating voltage V DC 110
- Number of tripping coils No. 2
- Number of closing coils No. 1

(3) Earthing switch


- Rated short-time withstand current (3s) kA rms 50

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

- Rated peak withstand current kA peak 100


- Motor drive operating voltage V AC 400/230

(4) Surge arrester


- Type Metal-oxide
- Rated discharge current, 8/20 ms kA 20
- Impulse withstand current, 4/10 ms kA 100

(5) Capacitor
- Type PCB free
- Capacitance nF By Tenderer

3.3.3 Design and Construction Requirements


(1) Switchboard Design
- The equipment shall be designed to facilitate transport, installation, operation, inspection,
maintenance and repairs. Easy access to all components shall be considered
- The switchgear shall be the type tested standard product of a competent manufacturer
- Reliability, continuity of supply and safety for the operation personnel shall have the priority. All
operation sequences shall be carried out with the switchgear completely closed
- All equipment shall be suitable for satisfactory operation at the prevailing site conditions
- The switchboards shall be of the self-supporting free-standing, flush fronted design with the
following individual, sheet steel segregated compartments:
- Circuit breaker compartment provided with shutters to the busbar section
- Busbar compartment
- Cable and measuring transformer compartment
- Control and measuring compartment (LV section).
All faults occurring in any of the individual sections shall be restricted to that area, and, except for
bus faults, shall not cause shut-down of any other unit of the board other than the faulty unit itself.
Insulating barriers, bus supports, moulded covers, etc. shall be of non-hygroscopic, non-
inflammable synthetic resin or other approved material. Pressure relief devices shall prevent
destruction or deformation of the relevant cubicle. Pressure relief devices shall be provided in such
a way as to minimise the risk to personnel. All doors to which this requirement applies shall be
fitted with interlocks to prevent the switchgear being operated while they are open and to prevent
them being opened while the switchgear is in service.
- The switchboards shall have the protection class IP 42. IP 2X is required for internal segregation
and IP 4X between cubicles.
- The busbar arrangement shall allow extension at either end. Expansion joints shall be provided as
required. Cast resin bushing type partitions shall be provided at each junction between adjacent
cubicles.
- Cable termination compartments shall be suitable for cables entering from the bottom or top. They
shall also accommodate the measuring transformers and surge arresters.
- The switchboards shall be provided with lockable doors, screens and guards to prevent accidental
contact to live parts. All cubicles shall be sufficiently ventilated to ensure an adequate movement of
air through the units, particularly when out of service.
- Switchgear shall preferably be designed to maintain appropriate temperature and level of insulation
without air conditioning.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(2) Circuit Breakers


The circuit breakers shall be manufactured and tested in accordance with IEC. The GCB shall be
suitable for switching generator circuits under normal and emergency conditions.
(I) The three-phase circuit breakers (GCB, CB) shall be of the SF6-gas or vacuum type equipped with
motor charged spring storage operating mechanism. Normal operation shall be carried out by
electrical local/ remote control. Manual spring charging and CO control shall be provided.
The charging time for the spring charged mechanisms shall be 25 s approx. The spring shall be
automatically re-charged immediately after the switching device has been closed.
Mechanical position indication shall be available.
(II) The CB unit shall be complete with high integrity operating and isolating mechanisms, primary and
secondary disconnecting devices, auxiliary contacts, manual tripping facilities, operations counter,
mechanical position indicator, control wiring, auxiliary relays and contactors as required. The SF6
type CB shall be fitted with gas pressure monitoring and low-pressure alarm.
(III) The duty cycle shall be O - 0.3 s - CO - 15 s - CO
(IV) The circuit breakers shall be electrically and mechanically trip-free. Antipumping devices shall prevent
pumping while the closing circuit remains energised and the breaker fails to latch or be tripped during
closing due to the operation of a protection device.
(V) Circuit breaker control circuits shall be fed from the DC auxiliary supply system. All electrical closing
and tripping devices shall be suitable for operation at voltages between 110% and 80% of the rated
control voltage.
(VI) Circuit breakers shall be of the withdrawable type and have self-aligning fixed contacts for the power
circuits and plugs with sockets or other suitable devices of the automatic connection type for the
control circuits.
(VII) The CB unit shall be positively locked in the service and in the test position before it is released for
complete withdrawal. A mechanical interlock shall be provided to prevent withdrawal of the unit
unless the power circuit has been interrupted. The test position shall permit local/remote tripping and
local closing of the relevant circuit breaker with the power contacts not energized.
(VIII) The following accessories shall be provided:
- Trip coil supervision
- CO cycle counter
- Auxiliary switches for position and trip indications as required
- The circuit breakers shall be furnished with all standard accessories, special tools and devices
for drawing out and transporting the CB unit.

(3) Earthing Switches


(I) Earthing switches shall be suitable for earthing cable circuits. They shall be manually operated and
interlocked with the circuit breaker in such a manner that they can be switched on only if the circuit
breaker is withdrawn. Inserting the circuit breaker shall not be possible if the earthing switch is
closed.
(II) The feeders shall be equipped with earthing switches as shown on the single line diagrams. In the
closed position they shall be capable to withstand the maximum fault current.
(III) Busbar earthing shall be preferably by means of earthing switches. If this solution is not feasible the
use of portable earthing devices with voltage checking device may be considered.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(4) Current Transformers


The current transformers shall be of the cast resin single phase type, manufactured and tested in
accordance with latest revision of the relevant IEC Publications.
Type, number and rating shall comply with actual requirements of the measuring and protection systems.

(5) Voltage Transformers


The voltage transformers shall be of the cast resin single phase type, manufactured and tested in
accordance with latest revision of the relevant IEC Publications.
Type, number and rating shall comply with actual requirements of the measuring and protection systems.

(6) Surge limiting devices


Surge arresters and other surge limiting devices shall be installed in the switchgear to ensure reliable
protection of the 11 kV equipment connected to the switchgear.
Description and characteristics of proposed arresters and other surge limiting devices shall be submitted with
the Tender.
The surge protection of the equipment and surge arrester parameters shall be in accordance with the IEC
Publications.
Zinc oxide surge arrester and surge capacitors shall be installed at the main transformer side to protect the
generator against external overvoltage.

(7) Control, Measuring and Protection


(I) CB units shall be equipped with multipurpose control and protection systems. The systems shall be
based on logic, programmable control units with display, HMI and bus interface to the CCS. The
equipment shall be readily accessible installed in the LV compartment.
(II) The control of the feeders shall be local or remote from the CCS.
(III) Interlocking shall be programmable according to the requirements of the overall control concept.
(IV) All alarms and indications shall be signalised at the individual cubicle. All information shall be
available for individual or grouped transmission to the CCS.
(V) The following information shall be considered in the switchgear control concept but not being limited
to:
- Remote/Local, Auto/Manual control mode indication
- Position indication of circuit breaker, disconnecting and earthing switches
- CB truck service and test position
- CB trip circuit failure
- Electrical protection “alarm and trip”
- Bus under-voltage
- AC/DC auxiliary voltage failure
- MCB trip.
(VI) The following protection features shall be realised in the control unit:
- Instantaneous overcurrent protection (50/50 N)
- Time delayed overcurrent protection (51/51 N)
- Station service transformer differential protection (87 ST)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

- Undervoltage protection (27)


(VII) The requirements for generator/MT protection, specified in the Chapter “Electrical Protection
Systems” shall apply.
(VIII) Numerical multifunction instruments shall be installed, providing the following measurements:
- Voltage
- Current
- Frequency
- Active and reactive power
- kWh metering
(IX) Multifunction measuring features can also be integrated in the control units. Due regard shall be
given to the CT/VT circuits and the measuring accuracy.

3.4 BRAKING SWITCH CUBICLE


3.4.1 General

The generating units shall be equipped with dynamic braking systems. For short-circuiting the stator winding
after de-excitation of the unit, braking switches shall be installed for each unit.

3.4.2 Main Characteristics

- Rated current A 2,500


- Rated short-time withstand current (3s) kA rms 50
- Rated peak withstand current kA peak 100
- Motor drive operating voltage V AC 400/230
- Rated making current kA rms By Tenderer

3.4.3 Design and Construction Requirements

The braking switches shall be three-pole, motor operated load-break switches or circuit breakers, suitable for
short-circuiting the stator winding after de-excitation of the unit. The control sequence and the termination
point of the braking switches shall be based on the Contractor’s experience.
The motor operated LBS/CB and related ancillary equipment shall be installed in metal-clad cubicles.
The arrangement of the braking switch cubicles shall facilitate the connection to the busduct system.
The braking switch shall be suitable for local manual and remote control via the CCS. Position indication at
the cubicle shall be provided.

3.5 GENERATOR NEUTRAL EARTHING CUBICLES


3.5.1 General

The generator neutral points shall be earthed by means of resistor loaded earthing transformers.
All related equipment shall be accommodated in a metal enclosed cubicle, which shall be installed close to
the generator pit on the generator floor.
The dimensioning of the equipment shall be based on IEEE Std C37 and 62. A short-time withstand rating
for 60 s shall be considered.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

3.5.2 Main Characteristics


(1) Earthing transformer:
- Type Dry type cast resin, indoor
- Insulation class F
- Rating By Tenderer
- Rated short-time duty s 60
- Primary voltage kV 11
- Rated frequency Hz 50
- Power frequency withstand voltage kV rms 38
- Lightning withstand impulse voltage kV peak 95
- Secondary voltage By Tenderer
- Type of cooling AN

(2) Earthing resistor:


- Type Metal grid
- Resistance By Tenderer
- Rated short-time duty s 60

3.5.3 Design and Construction Requirements

The neutral earthing cubicles shall be equipped as follows:


- One single-phase, dry type transformer with adequate voltage ratio and rating. The insulation class
of the primary side shall match with the generator phase to ground voltage and the rating shall suit
the requirements of the loading resistor.
- One loading resistor with an insulation level of 600 V and a current rating corresponding to a
primary current equal to the capacitive current of the undisturbed system but not exceeding 10 A.
- One sheet metal cubicle of IP 42 protection class with space heaters and hinged, lockable front
doors.
- One cable connection between generator neutral point and the primary side of the earthing
transformer. The cable voltage rating shall be following the transformer primary voltage.

3.6 SPARE PARTS


3.6.1 General Spare Parts
Reference is made to the General Technical Specifications.

3.6.2 Special Spare Parts


(1) Busduct Systems
• One set of insulators comprising four each type
• One set of gaskets and seals comprising 50% of each type
• One set of bolts, nuts and washers comprising 10% of the total quantity

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

• One current transformer of each type


• One set of flexible connection pieces comprising three pieces of each type
• One set of spare parts for the busbar pressurisation system including valves, gaskets, filters,
gauges, breathers and control gear
• One surge arrester
• One set of breather refill comprising 50% of the total quantity used.

(2) Generator Voltage Switchgear


GCB Assembly
• One complete operating mechanism for circuit-breaker
• One operating mechanism for disconnecting switch
• One operating mechanism for earthing switch
• One operating mechanism for braking switch
• Three circuit breaker poles
• Three sets of CB main and auxiliary contacts
• One set of ES contacts
• Two tripping coils
• Two closing coils
• One set of gas monitoring devices complete with all necessary fittings, gaskets and switches
• One set of current transformers
• One set of voltage transformers
• One set of surge arresters and capacitors.

SST Feeder Switchgear


• One complete circuit breaker with all accessories
• Three sets of CB main and auxiliary contacts
• Two tripping coils
• Two closing coils
• One earthing switch
• One set of measuring transformers of each type
• One control and protection device
• One multi-function measuring device.

(3) Braking Switch Cubicle

• One set of BS contacts


• One operating mechanism

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(4) Generator Neutral Earthing Cubicles


• One earthing transformer
• One loading resistor
• One set of measuring transformers

3.6.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.
3.7 WORKSHOP TESTS
3.7.1 Busduct Systems
(1) Type tests
The following type tests shall have been performed and recorded. The relevant TT certificates shall be
submitted including the following information:
- Power frequency voltage withstand test
- Lightning impulse voltage withstand test
- Measurement of conductor/enclosure temperatures at rated current
- Test of thermal and electro-dynamic stability
- Determination of total losses.

(2) Routine tests


- Visual inspection, check of dimensions and nameplate data
- Inspection and test of welded connections
- Inspection and test of painting
- Power frequency voltage withstand test

3.7.2 Generator Voltage Switchgear

(1) Type tests


The type tests shall have been performed and recorded in compliance with the related Standards. The
relevant TT certificates shall be submitted.

(2) Routine tests


- Visual inspection and check of nameplate data
- Power frequency voltage withstand-test of main circuit and enclosure
- Resistance measurement of the current path
- Mechanical tests of all switching devices
- Determinations of operating times
- Testing of control, protection, measuring and interlocking circuits.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

3.7.3 Braking Switch Cubicle

(1) Type tests


The type tests shall have been performed and recorded in compliance with the related Standards. The
relevant TT certificates shall be submitted.

(2) Routine tests


- Visual inspection and check of nameplate data
- Power frequency voltage withstand-test of main circuit and enclosure
- Resistance measurement of the current path
- Mechanical tests of all switching devices
- Determinations of operating times
- Testing of control, protection, measuring and interlocking circuits.

3.7.4 Generator Neutral Earthing Cubicles

(1) Type tests


The type tests of the components shall have been performed and recorded in compliance with the related
Standards.

(2) Routine tests


- Visual inspection and check of nameplate data
- Measurement of insulation resistance
- Power frequency voltage withstand test
- Testing of control and protection circuits.

3.8 SITE TESTS


3.8.1 General

The site tests shall be carried out in accordance with the approved QC plan and related Standards. As a
minimum requirement the following tests shall be performed at site.

3.8.2 Busduct Systems

- Visual inspection
- Measurement of insulation resistance
- Busbar tightness test and test of pressurising system
- Resistance measurement of conductors at ambient and service temperature
- Check of the bolted joints by means of “thermo-paper or paint”, or other approved method. The
tests shall be carried during load tests of the generating unit.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

3.8.3 Generator Voltage Switchgear

- Visual inspection
- Measurement of insulation resistance
- Function and operation tests of all switching devices
- Testing of control, protection, measuring and interlocking circuits.
- Primary injection test.

3.8.4 Braking Switch Cubicle

- Visual inspection
- Measurement of insulation resistance
- Function and operation tests of all switching devices
- Testing of control, protection and interlocking circuits.

3.8.5 Generator Neutral Earthing Cubicles

- Visual inspection
- Measurement of insulation resistance.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 3-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT
CHAPTER 4: MAIN TRANSFORMERS

Table of Contents

4. MAIN TRANSFORMERS ................................................................................................ 1

4.1 SCOPE OF WORK ............................................................................................................. 1


4.2 PRINCIPAL DESIGN FEATURES ...................................................................................... 1
4.2.1 Main Characteristics............................................................................................................ 1
4.2.2 Guaranteed Values and Penalties ...................................................................................... 1
4.2.3 General Requirements ........................................................................................................ 2
4.3 DESIGN AND CONSTRUCTION REQUIREMENTS ......................................................... 3
4.3.1 Windings ............................................................................................................................. 3
4.3.2 Magnetic Core ..................................................................................................................... 4
4.3.3 Transformer Tank ................................................................................................................ 4
4.3.4 Terminals ............................................................................................................................ 6
4.3.5 Current Transformers .......................................................................................................... 8
4.3.6 Cooling ................................................................................................................................ 8
4.3.7 Cooling System Control ...................................................................................................... 9
4.3.8 Off-circuit Tap Changers ..................................................................................................... 9
4.3.9 Transformer Oil ................................................................................................................. 10
4.3.10 Oil Conservator ................................................................................................................. 10
4.3.11 Piping and Valves ............................................................................................................. 10
4.3.12 Measuring and Monitoring Equipment .............................................................................. 11
4.3.13 Local Control Cubicles and Marshalling Cabinets, Wiring and Conduits .......................... 12
4.3.14 Name Plates and Other Designation Plates ..................................................................... 13
4.4 DRAWINGS AND DOCUMENTS ..................................................................................... 14
4.5 SPARE PARTS, SPECIAL TOOLS AND APPLIANCES .................................................. 14

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.5.1 General Spare Parts ......................................................................................................... 14
4.5.2 Special Spare Parts .......................................................................................................... 14
4.5.3 Recommended Spare Parts .............................................................................................. 15
4.5.4 Vacuum Oil Treatment Plant ............................................................................................. 15
4.5.5 Under-Ceiling Crane ......................................................................................................... 15
4.6 WORKSHOP TESTS ........................................................................................................ 15
4.6.1 Routine Tests .................................................................................................................... 16
4.6.2 Type Tests and Special Tests ........................................................................................... 17
4.6.3 Tests of Transformer Tank and Accessories .................................................................... 18
4.7 SITE TESTS ...................................................................................................................... 18
4.8 PAINTING ......................................................................................................................... 18
4.8.1 External Surfaces .............................................................................................................. 18
4.8.2 Internal Surfaces ............................................................................................................... 19
4.9 TRANSPORT .................................................................................................................... 19
4.10 IMPACT RECORDERS..................................................................................................... 20

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

4. MAIN TRANSFORMERS
4.1 SCOPE OF WORK
To raise the generator voltage to the grid transmission voltage each generating unit shall be connected to
three - phase main transformers 220/11 kV (MT).
The MT units shall be installed in transformer bays, arranged in the TC.
The MT shall be equipped with DELUGE type water spray fire-fighting systems, provided under "Fire Protection
Systems”
The scope of work shall comprise the following:
• Three sets of three - phase main transformers
• Three sets of related auxiliary plant to provide complete, ready-for-service installations
• One set of special tools and appliances
• One set of special spare parts

4.2 PRINCIPAL DESIGN FEATURES


4.2.1 Main Characteristics
- Number of units No. 3
- Type three - phase, oil-immersed, outdoor
- ODWF / OFWF rating MT1 & 2 / MT3 MVA 40 / 44
- ONAN rating MT1 & 2 / MT3 MVA by Tenderer
- Rated voltage:
- - HV kV 230
- - LV kV 11
- Voltage variation % ± 2 x 2.5
- Tap changer Off-circuit
- Rated frequency Hz 50
- Vector group YNd11
- Impedance voltage % 10
- Rated LI withstand voltage
- HV kV 1050
- LV kV 95
- Cooling method ODWF / OFWF
- Ambient temperature °C 40
- HV terminations XLPE cable
- LV terminations Busducts

4.2.2 Guaranteed Values and Penalties


The guaranteed values tendered by the Contractor in the Technical Data Sheets shall be strictly observed by both
the Contractor and the Employer.
For the guarantee data not mentioned hereinafter tolerances in accordance with IEC 60076 and IEC 60289 shall
apply.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(1) Losses
If the no-load losses of a power transformer exceed the guaranteed value, an amount of USD 6,500.00 per kW
for each full kW more than the guaranteed value will be deducted from the Contract Price.
If the load losses (plus auxiliary power losses) of a power transformer exceed the value guaranteed, an amount
of USD 3,000.00 per kW for each full kW more than the guaranteed value will be deducted from the Contract Price.
Values of 0.5 kW and above will be rounded up to the next full kW.

(2) Rated Power and Output


If the temperature rise test carried out on any transformer should show that the temperature rise is exceeding the
guaranteed values, the rated power and output of the transformer at specified operation conditions will be down-
rated to such a degree as to obtain the guaranteed temperature rise. For each kVA of the actual transformer rating
below the guaranteed rated power and output, an amount of USD 30.00 will be deducted from the Contract Price
for the tested transformer and all transformers of the same design, unless the Contractor gives evidence at his
own expense, that those transformers fulfil the guaranteed values.

(3) Rejection
The Employer shall have the right to reject any transformer if the actual values are in excess of the guaranteed
values by more than the margins specified hereunder (including the tolerances):

- No-load losses + 15%


- Load losses + 10%
- Total losses + 10%
- Temperature rise limit + 1.0 K
For all other values the margins stated in the IEC Standards are applicable, unless specified otherwise in this
Specification.
Supplementary standards are the international Standards ISO, the German Standards DIN and VDE; the British
Standards BS or their subsequent EURONORM, the American Standards or specific national standards in the
above-mentioned sequence, if there are no relevant IEC Standards existing and/or if explicitly asked for in these
Tender Documents.
All kind of neutral-earthing devices shall be designed with full consideration of at least the minimum design
requirements as specified in IEEE Std 32, in addition to the applicable IEC Standards.
The Tenderer shall submit with his Tender a list of similar transformers and reactors already delivered by the
proposed manufacturer. Supply records of similar ratings of transformers for the last 15 years shall be submitted
in detail with the Tender. The Tenderer shall submit with his Tender valid certificates proving that the proposed
manufacturers are certified by ISO 9001. Manufacturers not having sufficient experience in manufacturing and
testing of similar transformers and/or reactors like those specified and/or not being certified by ISO 9001 will not
be accepted.
Contractors are held responsible to carry out the erection and pre-commissioning work for all types of power
transformers and reactors under supervision of the transformer/reactor manufacturer according to the
manufacturer's instruction.

4.2.3 General Requirements


The design of the power transformers shall be based on the following conditions and requirements:
- The design of the transformers shall be based on the site and service conditions; ambient temperature:
maximum 40oC, average of the hottest month 30oC, yearly average 20oC
- The maximum permissible temperature-rise of the transformer oil (top oil) shall not exceed 45K; the
average temperature rise of the winding shall be limited to 55K, and the winding hot spot temperature
rise shall not exceed 68K. For the thermal evaluation of heat-run tests the hot spot factor (H) for power
transformers with “core form type” core shall be 1.5, and 1.7 for power transformers with “shell type”
core. This shall be applicable to all kinds of cooling and for all tap changer settings.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- The transformers shall be capable of operating continuously within the specified temperature rise limits
at their rated power at 10% over- or under-excited operation. This is applicable for all kinds of cooling at
all tap changer settings and under all specified site and installation conditions independent of the cooling
method.
- The hottest spot temperature at 115% excitation and for long-time emergency loading duties as per
IEC 60076-7 shall not exceed 130°C at 30°C ambient temperature under thermal steady state
conditions. This is applicable to all types of transformers independent of the cooling method.
- The transformers, completely assembled with bushings, cable boxes and/or flange connections, etc.
shall be designed and constructed to withstand without damages the effects of short circuits as per
IEC 60076-5 for at least 3 s at rated conditions and after all loading conditions as specified in IEC 60076-
7.
- The transformers shall be designed with particular regard to the suppression of harmonic voltages to
eliminate wave form distortion and from any possibility of high frequency disturbances reaching such a
magnitude to cause interference with communication circuits.
- Built-in short circuit limiting reactors, if any, shall not be installed in a separate tank attached to the main
tank.
- Neutral points shall be brought out by suitable means and shall be earthed.
- The open delta of stabilising winding, if any, shall be brought out by outdoor bushings and shall be
shortened and earthed by solid copper bars rigidly supported and fixed.

4.3 DESIGN AND CONSTRUCTION REQUIREMENTS


4.3.1 Windings
All transformer windings for LI: 350 kV / AC: 140 kV and below shall have uniform insulation. Transformer windings
designed for higher insulation levels may have non-uniform insulation. In these cases the rated AC insulation level
for neutral points shall be at least 185 kV but not less than required for performance of induced ACSD withstand
voltage tests at full test levels as per the table below (whichever is higher).
Due to the possibility of high transferred over-voltages all medium voltage windings for power transformers having
HV windings of Um=100 kV and above shall be designed for not less than LI: 125 kV / AC: 50 kV. None of the
windings shall be designed for less than LI: 75 kV / AC: 28 kV.
Values for insulation and test levels shall be obtained from the related Standards and the TDS.
Built-in series reactors, if provided, are only permitted to be connected in-line with the leads to the entrances of
delta-connected tertiary windings, and they shall be designed and arranged with attention to keep all transferred
over-voltages as low as possible and to avoid serious resonances. Built-in neutral earthing reactors will not be
accepted.
All windings and their leads shall be designed and arranged to withstand all kinds of transferred over-voltages.
Protective capacitors shall not be provided for any of the windings. Non-linear Zn O protective elements in any
winding other than regulation windings will not be accepted.
Windings shall be of best modern design with conductors having constant cross-section along the entire winding.
Electrolytic copper of a high conductivity and insulation material of high quality shall be used.
The insulation material of windings and connections shall be free from insulation compounds subject to softening,
shrinking or collapsing during service. None of the materials shall disintegrate, carbonise or become brittle under
the action of hot oil under all specified load conditions.
The use of any kind of wood for insulation parts subject to test voltage stresses of LI: 550 kV and/or AC: 230 kV
and above across the insulation material is not acceptable, and the Contractor/Manufacturer is held fully
responsible for all selected insulation materials.
The coils shall be capable of withstanding movement and distortion caused by all operating conditions as specified
in IEC 60076-7. Adequate barriers shall be provided between windings and core and between the windings. All
leads or bars from the windings to the terminal boxes and bushings shall be rigidly supported. Stresses on coils
and connections shall be avoided.
To increase the capability of the transformers of withstanding the stresses under short-circuit conditions modern
technology in design and construction shall be applied (e.g. low current densities, pre-drying and pre-compressing
of the windings before mounting to the core, etc.).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Unless explicitly agreed otherwise, regulation windings shall consist of a coarse and a fine regulation winding.
Regulation windings for delta connected windings shall be provided in mid-winding connection only.
The impedance voltages on extreme tappings shall not deviate from those for principal tappings by a percentage
of more than two third of the difference in percentage tapping factor between the concerned tappings and the
principal tappings. The transformers shall have the highest losses at the highest current taps, i.e. lowest voltage
taps.

4.3.2 Magnetic Core


The magnetic core shall be of the “core-form type” made of laminations without burrs of non-ageing, cold-rolled,
grain-oriented, silicon steel of high permeability (Hi-B-type; W17/50: max. 1.05 W/kg).
The maximum magnetic flux density in the limbs and yokes of the core shall not exceed 1.65 T at rated voltage
and frequency, unless specified otherwise in the Technical Data Sheets. Each lamination shall be insulated with
high quality insulation coating.
By application of most modern design and construction and the step-lap core-stacking method for the joints of
limbs and yokes the no-load losses and the hot spot temperature in the magnetic core as well as the noise level
shall be kept as low as possible
The core and the clamping plates shall form a rigid unit structure which shall maintain its form and position under
the severe stresses encountered during shipment, installation and short circuits. Care shall also be taken to secure
uniformly distributed mechanical pressure over all the laminations to prevent setting of the core and to limit noise
and vibrations to a minimum.
To prevent closed magnetic circuit via the tank, the core top main clamping structure shall not be connected to the
tank cover. The magnetic core shall be earthed to the tank cover at one point only by removable links in an
appropriate terminal box, installed in an accessible position on the tank cover. The disconnection of the link shall
enable the testing of the insulation between the core and transformer tank at voltages up to 2.5 kV for checking
deteriorations during service.
Magnetic circuits with an insulated sectional construction shall be provided with a separate link for each individual
section. Where oil ducts or insulating barriers parallel to the plane of the laminations divide the magnetic circuit
into two or more electrically separated parts, the ducts or barriers shall be bridged, and the magnetic circuit shall
not be regarded as being of sectional construction.
The main earthing connections shall have a cross-section of not less than 70 mm2 Cu but connections inserted
between laminations may have cross-sections reduced to a minimum of 16 mm2.

4.3.3 Transformer Tank


The transformer tank shall be of the original upper flange type with bolted on reinforced cover. The transformer
tank shall have rectangular shape. Any kind of bell type tanks (e.g. modified with upper flange and cover and/or
lower flanges welded/bolted to tank bottom etc.) or similar arrangements are not acceptable.
The completely assembled tank shall be fully vacuum proof. The construction shall be of mild steel and shall be
of sufficient strength and rigidity to withstand moving, shipping and handling without any de-formation. All seams
and joints shall be welded both inside and outside to secure strong, leak-proof joints. Any kind of laminated tank
covers are not acceptable.
Tank stiffeners shall be provided as required, and these shall be designed to avoid water penetration. Tank
stiffeners other than used as skid base underneath the tank bottom shall not be of “H”- or “T”- profiles, and they
shall not be provided with drillings for any kind of fixing material.
The tank bottom shall be of one plane and shall be a heavy rigid base structure. The four tank walls shall be plane
and of one piece each and shall be welded directly to the tank bottom without steps and without any additional
welded and/or bolted flanges. In case of self-supporting tank bottom without heavy steel cross beams the bottom-
plate shall have a minimum thickness of 30 mm. Laminated tank bottom will not be accepted.
The completely assembled transformer shall be oil and gas tight and shall be capable of withstanding without
damage, under service conditions, the forces arising under pressure conditions of at least 100 kPa and/or
exceeding 25% over the maximum operating pressure, resulting from the system of oil preservation used
(whatever is higher).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The design of the complete tank shall not show any external pockets in which water can accumulate and no
internal pockets in which oil can remain when draining the tank and/or in which air can be trapped when filling the
tank.
Wherever possible, the transformer tank and its accessories shall be designed without pockets in which gas may
collect. The tank cover shall be designed accordingly. Where pockets cannot be avoided, pipes shall be provided
to vent any gas into the main expansion pipe.
Vent pipes shall have a minimum inside diameter of 25 mm. Both ends of the tank cover shall be connected to the
main expansion pipe.
All connections bolted to the tank shall be fitted with suitable gas and oil resistant gaskets made of such a material
that no serious deterioration occurs under service conditions. All gaskets shall be of closed design (without open
ends) and shall be of one piece only. Rubber gaskets used for flange connections of the various oil compartments
shall be laid in grooves or in groove-equivalent retainers on both sides of the gaskets throughout their total length.
Care shall be taken to secure uniformly distributed mechanical pressure over the gaskets and retainers throughout
the total length.
Gaskets of neoprene and/or such material which can be easily damaged by over-pressing (e.g. any kind of
impregnated/bonded or other kind of cork) are not acceptable for any of the equipment. Use of hemp as gasket
material is also prohibited.
The transformers shall be equipped with manholes and hand-holes of suitable size to facilitate installation and
maintenance of tap changers, current transformers, bushings etc. Manholes for tap changers shall be sized
minimum 800 mm in height and 350 mm in width and shall be arranged in a convenient working height. All
openings in the cover of the transformer tank for bushings, manholes and terminal boxes shall be provided with
adequate flanges. Covers for inspection openings, hand-holes etc. located on the tank cover shall be provided
with adequate gas stoppers. All inspection covers etc. shall be provided with two lifting handles. It shall be possible
to completely remove any bushing without removing the tank cover.
The tank cover and all covers for mounting, cleaning, manholes, hand-holes and inspection openings on the tank
shall be earthed by suitable earthing conductors of the flexible type having a minimum cross section of 95 mm2.
Appropriate earthing studs with nuts and washers made of stainless steel shall be provided.
To prevent tank deformation during operation approved spring-loaded pressure relief devices shall be mounted
with approved elbow turrets to the tank cover for rapid release of any pressure that might be generated within the
tank and cause damage to the equipment. The devices shall operate at a static pressure which shall be less than
the test pressure on tank. The nominal operating pressure of the devices shall be 70 kPa. The related elbow turrets
shall be connected by vent pipes to the Buchholz relay.
The following moving and handling facilities shall be provided for each transformer:
• Four jacking pads for lifting and lowering the transformers, completely filled with oil by means of hydraulic
jacks
• Lugs for lifting the complete transformer
• Eyes for lifting the core, coils, tank and/or tank cover
• Bi-directional wheels with blocking facilities.
• Valves for oil sampling (top and bottom) with suitable adapters of R ¾" male thread fitted with screwed
cap for direct connection of oil sampling facilities shall be provided and shall be arranged diagonally on
one tank wall at a convenient working height.
• Oil filter connection facilities, drain and filter valves, air venting plugs, piping, etc. in accordance with the
usual international quantities and design. Drain and filter valves shall have adapters with R 1 ½" male
thread fitted with screwed cap.
• Two earthing terminals of adequate size capable of carrying for 5 s the full LV short circuit current of the
transformer shall be provided and installed diagonally at the bottom of the transformer tank. Bolts and
washers shall be made of stainless steel.
• Eight hydraulic jacks to be used for all transformers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.3.4 Terminals
(1) General
All bushings shall have at least the same insulation level as the related windings and/or neutral. For all terminals
of windings undergoing switching impulse tests the clearances in air between life parts shall exceed those specified
in IEC 60076-3 by at least 5%.
Each of the bushings shall be designed for a rated current corresponding at least to the current for long-time
emergency loading of the transformers as specified in IEC 60076-7.
Support insulators shall be of top quality electrical grade porcelain of a uniform shade of brown or of cast resin. All
insulators shall have the same minimum creepage distances as the related bushings, and the creepage distances
of cable sealing ends shall be co-ordinated accordingly.
All main flange connections, cable boxes and related covers etc. shall be earthed by suitable earthing conductors
of the flexible type each having a cross section of minimum 95 mm2.
In case of different Contractors/Suppliers for transformers and HV connections all parties shall co-operate to
ensure a proper and complete interfaces, i.e. the Contractor/Supplier for the transformers shall provide the
specified bushings and/or connection boxes and fittings at the transformer side and/or the complete sealed cable
terminating boxes including the stress cones and all parts for proper connection of the sealing ends and suitable
flanges with oil/SF6 bushings (double-flange bushings) for GIS-type surge arresters, if required.
The Contractor/Supplier for cables, switchgear and all other connections shall provide the complete pot heads and
cable sealing ends, bus-duct and/or SF6 connection boxes including metallic bellows (if required), surge arresters,
adapter pieces and all other equipment required for proper completion and function of the related work.
The transformer Contractor/Supplier shall be responsible for the oil-tightness of the equipment.
(2) Bushings
Outdoor bushings shall be provided as required. Uncovered bushings other than those to be solidly earthed
shall be designed for areas with a very heavily polluted atmosphere and shall be equipped with adjustable
protective gaps. They shall correspond to IEC 60137, shall be free from defects and shall be thoroughly
vitrified. Creepage distances shall be corrected by the Contractor/Manufacturer in accordance with IEC 60815
dependent on the bushing diameter.
Insulators shall correspond to IEC 60815 and shall be of top quality electrical grade porcelain, homogenous
and non-porous, and shall be in one piece. If insulators are composed of several parts jointed by synthetic
resin, this shall be brought to the attention of the Employer/Engineer. The glaze shall be of uniform brown
shade, completely covering all exposed parts of the insulator. The insulation shall in no way be dependant on
the glaze.
Bushings for power windings of Um= 72.5 kV and above shall be of the epoxy resin impregnated paper condenser
type equipped with test tap at the bushing flange. Oil impregnated paper condenser bushings are only
acceptable in cases where no comparable epoxy resin impregnated paper condenser bushings of the ceramic
type are on the market at all. Bushings for windings below Um= 72.5 kV shall be preferably oil-filled as per DIN
Standard or equivalent equipped with rigidly fixed solid gas stoppers (subject to approval). DIN equivalent bushings
for power windings insulated for Um= 36 kV and above shall be provided with metallised lower part.
All bushings shall be designed for long-time storage in a horizontal position. All bushings shall be designed for the
highest over-current that can flow through the windings.
The bushings shall be arranged on turrets in such a manner, that removal of the same is possible without lowering
of the oil to such a level where the windings are exposed to the atmosphere. Bushings up to Um= 52 kV shall be
arranged in an upright position.
Bushing turrets with removable flanged-on covers on the bushing side shall be provided for all bushings.
Removable bushing turrets bolted to appropriate flanges on the tank cover are also acceptable. Common bushing
turrets of an approved design may be provided for bushings up to Um= 52 kV. Common bushing turrets shall be
provided with two vent plugs each to be arranged at an approved location. Removable bushing turrets shall be
provided with four adequate lifting lugs each. All bushing turrets shall be equipped with vent pipes on their highest
points which shall be connected to the main expansion pipe to route any gas collection through the Buchholz relay.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(3) Cable Termination Boxes
(a) Oil-filled terminal boxes
Oil-filled terminal boxes shall be of the single-phase type equipped with oil-/oil-bushings (single-flange bushings)
of the epoxy-resin impregnated paper condenser type shall be provided for cable connections of Um= 72.5 kV and
above. They shall be designed for connection of vertically arranged single-core XLPE cables. All bushings shall
be designed for operation and storage in a horizontal position without any restriction. The bushings shall be
arranged in such a manner as to avoid any mechanical stress on the same, e.g. cable boxes shall not be fixed to
the bushing flanges.
The cable boxes shall be fully vacuum proof and shall be mounted on turrets to the tank cover in such a manner
that removal of oil-/oil-bushings is possible without lowering the oil to such a level where the windings are exposed
to the atmosphere. All bushing turrets shall be mounted in an upright position. Angled bushing turrets are not
acceptable.
Where required, the cable boxes shall also be designed for direct connection of GIS-type surge arresters and the
related flanges with oil-/SF6-bushings (double-flange bushings as specified below) have to be provided
accordingly.
The oil level in the terminal boxes shall be maintained from the main conservator tank by means of a connection
to the highest points of the chambers, and these connections shall be controlled by suitable shut-off valves of an
approved type. In addition separate shut-off valves one each for draining and one each for filtering and draining
shall be provided for each of the cable boxes.
Connections between the cable boxes and to the conservator shall be made by means of pipes of not less than
25 mm but not more than 50 mm inside diameter, so that any gas leaving the chamber passes through a twin-
float Buchholz relay.
Spring loaded pressure relief devices shall be installed individually for each cable box in such a manner as to
avoid pockets wherein gas may collect. The nominal operation pressure of the devices shall be 55 kPa.
For individual cable and transformer testing the isolation of the equipment shall be possible.

b) Air-filled cable connecting boxes


Air-filled cable connecting boxes (protection class IP 55) shall contain the winding ends and the neutral of cable
connected power windings up to Um= 52 kV of three-phase units. They shall be mounted on bushing turrets on
the tank cover and shall be equipped with outdoor bushings as above with creepage distances of not less than
20 mm/kV. The cable boxes shall be suitable for connections of single-core power cables with outdoor sealing
ends. Insulation level and design of the terminal boxes shall be coordinated with that of the related bushings. The
clearances between live parts of bushings and against ground shall fully comply with IEC 60076-3.
All air-filled cable termination boxes shall contain internally supported cable termination bus-bars connected to the
bushings via removable links in such a manner that any mechanical stresses on the bushings will be avoided, and
to allow testing of the connected power cables after removal of the links. Gland plates shall be of stainless steel.
The cable boxes shall be equipped with metal-oxide surge arresters (equivalent to ABB type POLIM®-H), which
have to be included in the transformer supplies. They shall be provided with a polymeric housing of silicone which
shall be of an explosion and shatter-resistant design. They shall correspond with line discharge class 4 in
accordance with IEC 60099-4. The design data have to be properly coordinated with all actual requirements.
The cable termination boxes shall also be equipped with metal cable glands and shall accommodate the cable
sealing ends. The power cables shall be led out vertically downwards or in an angle not exceeding 45° downwards
from the vertical position.
A suitable manhole for checking of the bushings shall be provided at a location easily accessible from tank cover.
Appropriate earthing studs with bolts and washers made of stainless steel for earthing of the cable sheaths shall
be provided inside and outside of the cable box in accordance with the actual requirements.
Ingress of dust and formation of condensate in the termination boxes shall be prevented. A silicagel breather of
min. 2 kg silicagel filling capacity shall be connected to each terminal box via an approved isolating valve.

c) Air insulated busduct terminal boxes


Where specified, air insulated terminal boxes suitable for the connection by busducts shall be provided on the LV
side.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The transformer supplier/manufacturer shall co-ordinate with the bus-duct supplier/ manufacturer the requirements
for the mechanical and electrical transition from the busduct to the transformer termination box.
As far as the bus-duct connection is concerned the scope of work for the transformer supplier/manufacturer shall
be limited to the termination box provided with suitable flanges and gaskets (as determined by the bus-duct
supplier/ manufacturer) and the terminals of the bushings including busbars, if required. Suitable earthing studs
with bolts and washers made of stainless steel shall be provided as required by the bus-duct supplier.

The supply of the busduct supplier/manufacturer shall include the transition from bus-duct housing to the
transformer terminal box and the electrical connections (by braided links) between the bus-duct conductors and
the transformer bushings. The bus-duct enclosures and conductor terminations shall not transfer any forces on
the terminal box or the bushings of the transformer.
The terminal boxes shall accommodate outdoor bushings and have protection class IP 55. Access openings shall
be foreseen for checking of the bushings as well as for making and checking of the electrical terminations.
Ingress of dust and formation of condensate in the termination boxes shall be prevented. A silicagel breather of
min. 2 kg silicagel filling capacity shall be connected to each terminal box via an isolation valve.

4.3.5 Current Transformers


Current transformers shall be installed in suitable bushing turrets and shall be arranged and connected in such a
manner that easy removal of the same is possible without cutting or removal of any insulation material of the leads
to the bushings required. All concerned bushing turrets shall be equipped with appropriate current transformer
termination boxes for direct connection of the related CT’s.
The technical data shall be co-ordinated with the protection requirements and the related switchgear CT's. If the
requirements of protection show that a higher rated output and/or ratio than specified is necessary, the Contractor
shall provide the current transformers for the required ratings without extra price. The excitation curves of the
current transformers shall be available at the latest two months after Contract award, and shall be submitted to
the Supplier of the protection system for approval and afterwards to the Employer/Engineer also for approval.
Each of the bushings shall be designed for such a rated current as to cover all loading conditions of the
transformers as specified in IEC 60076-7 without any restriction.
Where built-in current transformers are provided, the related bushings and cable terminal boxes etc. shall be
arranged to be removed without interfering with the pertinent current transformer. Removal of any CT shall be
possible without lowering of the oil to such a level that the windings are exposed to the atmosphere.

4.3.6 Cooling
The MT shall be equipped with redundant OFWF / ODWF cooling systems, each capable of meeting the
requirements for full load operation.
The design of the cooling circuits shall consider the different rating of the MT1 & 2 and MT3, respectively.
The transformer cooling systems shall allow the continuous operation within the specified temperature rise limits
at full name plate rating with 10 % over- or under-excitation.
The cooling water supply circuits with an adequate number of circulating pumps is specified with the
mechanical equipment. Open cooling water circuits will be provided for each MT with manual regulating and
shut-off valves. The MT cooling water circuits shall be connected to these manual regulating valves.
The transformer cooling systems shall include the oil circulating pumps, heat exchangers, piping, valves,
thermometers, pressure gauges, water flow meter, etc.
(1) 2x100% motor driven oil-circulating pumps of the glandless, submerged type with all ancillary
equipment shall be provided. The removal of pump and motor from the oil circuit shall be possible
without lowering the oil level or to shutdown of the transformer. Shut-off valves shall be provided in
inlet and supply lines.
(2) Upon failure of any service pump the corresponding standby pump shall automatically be started to
take over the duty without reducing the load of the transformer.
(3) 2x100% water/oil heat exchangers shall be directly attached to the transformers or installed
separately in the transformer bays. The design, selection of the materials and construction of the

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
heat exchangers and related ancillaries shall suit the specified water quality and operating
conditions. The heat exchanger gradient shall not exceed 5K.
(4) The design and construction of the water/oil heat exchangers shall safely prevent the penetration of
cooling water into the oil circuit at all system pressures. This may be achieved by means of double
wall tubes and tube sheets with the intersection used as drain for both the oil and cooling water or
by any other equivalent solution.
The oil pressure shall be higher than the water pressure.
The heat exchangers, all related equipment and piping shall be designed for PN10. The general
arrangement of the cooling system shall facilitate service and maintenance.
The oil/water heat exchangers shall be fitted with the following:
• Manual shut-off valves shall be provided in all supply and return lines as well as at each point of
connection to the transformer tank.
• Removable blanking plates to permit the blanking-off of the main oil connection for each heat
exchanger.
• A drain valve at the lowest point of each heat exchanger.
• The heat exchanger water / oil inlet and outlet temperatures shall be measured and monitored with
RTD temperature sensors.
• Oil and water flow indicators with switches and signalling contacts.
• Venting valves.
• Leakage oil shall be collected and released to the oil sump.

4.3.7 Cooling System Control

The systems shall be suitable for local manual and local/remote automatic control. Manual/Auto and Local/Remote
selector switches shall be provided.
An interface to the CCS shall be provided and all relevant information shall be transmitted to the UCB and CCS.
The power supply shall feature redundant feeders fitted with circuit breakers and automatic change-over
devices. The redundant control voltage supply shall include DC/DC converters with automatic change-over.
The power and control circuitry shall be installed in the MT Local Control Cubicles (LCC) and/or Marshalling
Cabinets.
The following alarms shall be provided:
- Auxiliary supply - auto change-over
- Auxiliary power feeder 1 and 2 supply failure
- Control voltage failure
- Cooling water flow low
- Oil circulating pump 1 / 2 failure for each pump
The following status signals shall be included:
- Pump 1 / 2 start
- Cooling system on automatic control
- Cooling system on manual / remote control.

4.3.8 Off-circuit Tap Changers


Off-circuit tap changers (NLTC) shall be provided on the HV winding of the MT. The NLTC shall be
equipped with manual operating mechanism. To facilitate the operation a hand wheel shall be
mounted at convenient working height on the sidewall of the tank. The operating mechanism shall
be provided with a position indicator, a stop-notch for every position and a locking device to prevent
undue operation. An interlock shall allow off-circuit operation only.
The transformers shall provide rated load at any tapping. The voltage regulation range shall not be
less than ±5% with 2.5 % taps.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

4.3.9 Transformer Oil


The insulation oil shall be new inhibited naphthenic based mineral oil with anti-oxidant (phenol) additives and shall
have properties to avoid formation of copper sulphide under continuous heavy loading conditions even without
passivator additives.
It shall be hydro-treated and already laboratory treated and shall have properties complying with IEC 60296 –
2003, with aging properties meeting Special Applications as specified in this Standard. However, the properties
such as the typical kinematic viscosity shall not exceed 10 mm²/s at 40°C. The typical dielectric dissipation factor
at 90°C shall not exceed 0.001 after laboratory treatment as above. The flash point shall not be less than 140°C.
Insulation oil used for all power transformers and shunt reactors shall be of the same oil manufacturer and type.
For a more efficient detection of corrosive sulphur, the oil shall have also passed a test in accordance with ASTM
D 1275, method B.
Acceptable oils are all inhibited oil types make NYNAS and inhibited oil Petro China Petro 45X.
The Contractor is held responsible to prove the dryness (water content in ppm, top and bottom) and all other
properties of the oil before utilisation. The dissolved gases in oil, the water content in ppm and the dielectric
strength of the insulation oil shall also be tested at site during commissioning.

4.3.10 Oil Conservator


The arrangement of the conservator vessels shall not obstruct the electrical connections to the transformer. It shall
have sufficient capacity to allow for oil expansion from 0°C to 120°C. Conservator vessels shall be sealed against
each other and shall not be located directly on (along) the tank cover (subject to approval).
Main tank conservator vessels shall be connected to the tank cover. Magnetic type oil level indicators showing the
full level range shall be fitted, being clearly marked with the normal level at 30°C.
The conservator vessels shall be fully vacuum proof and designed in such a way that they can be completely
drained by means of drain valves. Shut-off slide valves shall be provided directly at the conservators for all oil
piping connected to the conservators in addition to drain and other valves etc. to be mounted at a convenient
working height. Conservator vessels shall be furnished with cleaning openings with covers fitted with two lifting
lugs.
Each conservator vessel shall be fitted with two parallel breathers in which only orange silica-gel (transparent clear
when wet) has been filled as a dehydrating agent. The containers for the dehydrating agent and the oil trap shall
not be of transparent plastics. The parallel breathers shall be connected to the air-expansion pipes via approved
two-position three-way valves with captive screwed caps. A universal spanner for removing of the cap and
operation of the valve shall be fitted to the tank by a fly-nut on a rigidly fixed bolt of stainless steel at an accessible
position in a convenient floor height.
In view of excessive humidity breathers shall be larger in size and shall be provided with oil trap. The silica-gel
filling capacity of each breather shall be 4.5 kg.
The silica-gel breathers as well as all filling and draining devices shall be rigidly fastened at an accessible position
in a convenient working height. All breathers shall be rigidly fixed to the tank by appropriate mounting brackets at
their lower ends (subject to approval).

4.3.11 Piping and Valves


Isolation valves shall be provided at the conservator to cut off the supply and to drain the conservator. All piping
required for the connection/filling of the various parts of the transformers as well as the valves required for oil
sampling, draining, filtering, connection of the radiators, drain and vent plugs, etc. are to be included. All piping
shall be rigidly supported. The inner diameter of piping shall not be less than 25 mm. All piping on the tank cover
shall be provided with suitable flanges for removal for transport.
Two position three-way cocks of 25 mm inside diameter shall be provided to control the breathers in such a manner
that any one of the two parallel breathers is in service while the other breather is in stand-by position. Any other
position shall be mechanically interlocked. All three-way valves shall have captive screwed caps. Combined
spanners for removing the caps and operation of the valves shall be delivered as mandatory tools.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
All valves for draining, oil sampling, filling, filtering, vacuum application and vacuum equalising shall be mounted
at a convenient working height and shall be equipped with approved rigid padlocking facilities provided with a
master key system.
All isolation valves and shut-off valves other than butterfly valves for radiators shall be proper slide valves, i.e.
globe and/or gate valves with hand-wheels and position indicators. Ball-type valves are not allowed. All flanges to
which the valves shall be connected shall be welded leak-proof to the transformer tank and piping etc.
All drain and filter valves shall have adapters with 1½" male thread fitted with screwed cap.
Oil sampling valves on tank shall have the same with ¾" male thread. In addition, one adapter 1½" and ¾" for oil
sampling and two suitable adapters (including oil sampling hoses) for all types of oil-sampling valves shall be
delivered for each transformer as mandatory tools.

4.3.12 Measuring and Monitoring Equipment


The equipment of this item shall be wired up to terminal blocks in the LCC. The complete wiring shall be of highly
flexible stranded copper and shall be furnished with approved slip-over ferrules at both ends.
All equipment installed in control and marshalling cabinets shall be designed for a cubicle inside temperature of at
least 70°C.
Thermometers and thermostats shall be provided with contact units adjustable to scale and easily accessible when
removing the lid. All monitoring equipment arranged outside the cabinet(s) shall be of protection class IP 55.
Thermometers and oil level indicators shall be make MR/MESSKO or equivalent. Face plates of thermometers
and oil level indicators shall be of laminated security glass. No face plates of transparent plastics shall be provided
for any of these indicators.
Thermometers shall be arranged in an approved manner under corrosion-proof covers close to the control kiosk.
Capillaries shall be properly protected throughout the total length by flexible, strong galvanised steel conduits with
special oil resistant thermoplastic cover, suitable for temperatures up to at least 115°C. To avoid damages at the
connection points of capillary tubes to temperature detectors all heads of these sensors shall be completely
covered. Thermometer pockets shall be arranged as close as possible to the active part.
The following standard accessories shall be provided for each power transformer unit:
• One twin-float Buchholz relay (EMB) for transformer the tank with metal gas sampling device (EMB) with
sight-glass, to be operated from the ground at convenient working height. The gas sampling device shall
be protected from unauthorised operation by suitable hinged cover provided with padlocking facilities.
The pipes connecting the Buchholz relay shall have slide valves on the conservator and tank side (easily
accessible from tank cover) to enable dismantling of the relay without oil leakage. Small piping from
Buchholz relay to gas sampling and testing devices shall be covered throughout the total length by
flexible, galvanised steel conduits with special oil resistant thermoplastic cover, suitable for temperatures
up to at least 115°C.
• One pressure relief device of spring-loaded type (MR/MESSKO) with metal pin-type operation indicator
and trip contact installed in metal housing of protection class IP65 for the transformer tank. The micro-
switch of the device shall be suitable wired up to a metal cable terminal box of protection class IP 55
with terminals suitable to receive crimped flexible conductors with a cross-section up to 2.5 mm2
• Two dial type thermometers for top oil temperature (MR/MESSKO – System Tracy) with radial type main
and maximum pointer, remote indicator (PT 100), and four adjustable contacts for oil temperature alarm
and trip (at 95°C and 105°C) and switching OFF the cooling groups (at 65°C and 55°C). The range of
temperature indicating shall be from -20°C to 140°C. In addition, one transducer 4 - 20 mA output
(MR/MESSKO - PtMU), with individual MCB, for remote temperature indication shall be provided in the
control cabinet.
• One thermal replica to be connected to each power winding via current transformer (for auto-
transformers an additional CT is required in the lead to the primary terminal to give a true image of the
temperature in the common/secondary winding). These current transformers shall have accuracy of 3%
max.; the rated primary current shall correspond to the rated current of the related transformer winding.
The effective resulting rated secondary current shall be 2 A. Matching units between current
transformers and thermal replicas shall not be provided.
• One dial type thermometer (MR/MESSKO – System Tracy) with radial type maximum pointer and
heating coil in thermometer pocket in tank cover for each thermal replica with two remote indicators
(PT100) and four adjustable contacts for winding hot spot temperature alarm and trip (at 115°C and

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
130°C) and switching ON the cooling groups (at 75°C and 85°C). The range of temperature indicating
shall be from 0°C to 160°C. In addition, one signal conditioner with 4 to 20 mA output (MR/MESSKO -
PtMU) with individual MCB, for remote temperature indication shall be provided in the control cabinet.
• One magnetic type oil level indicator (MR/MESSKO) with adjustable alarm contacts (minimum and
maximum oil level) for each main conservator vessel.
• Online bushing monitoring system shall be provisioned to monitors the health of transformer’s bushing
which are responsible for carrying high-voltage electricity into and out of the transformer. This system
continuously measure the leakage current of the bushings and calculate the change in the bushing
power factor and bushing capacitance. Respective sensors shall be connected with the plant SCADA
system by using suitable and latest connection methodology. The bushing sensor also shall provide
three levels of electrical protection against an open circuit condition. Typically, a defect will develop in
one or more bushings and as they deteriorate, there will be changes in bushing leakage current and
phase angles. This shall cause an imbalance in phase current and shall be detected by the monitor. The
monitor of the imbalance, tan delta (Power factor), capacitance, and the rate of change shall indicate
the severity of the fault in the bushing. Then the monitor shall continuously take measurement and
provide a warning or alarms on key parameters.
• Similarly, partial discharge of the Main transformer shall be provisioned to be monitored online and must
be integrated into the SCADA system. The technology used shall be the latest and as per standard
industry practice.

4.3.13 Local Control Cubicles and Marshalling Cabinets, Wiring and Conduits
Rigid weather-proof Local Control Cubicles (LCC) and Marshalling cabinets, protection class IP 65, shall be
provided for each transformer for the accommodation of the electrical control and automatic transfer equipment,
alarm and trip circuits of the measuring and monitoring equipment. The minimum size of LCC shall be 800 mm in
width and 1,600 mm in height; marshalling cabinets shall be 400 mm in width and 600 mm in height. Gland plates
with suitable glands of brass and/or fittings for the entrance of multi-core cables and/or conduit wiring shall be
installed at the bottom. They shall be sealed or plugged during transport.
LCC and marshalling cabinets shall be mounted to the transformer tank in a convenient working height.
Front doors of LCC and marshalling cabinets shall be provided with locking devices for stopping of the front door.
No electrical equipment shall be installed on the front door of these cabinets. Front doors shall be equipped with
smooth action locking bars and with padlocking facilities integrated in door handle. In case of an inner door being
provided, this door shall be hinged at the side opposite to the hinges of the outer door. A rigid pocket for storing
the concerned circuit diagrams shall be securely fixed on the inner side of the front door, besides a plate showing
all circuit connections and terminal blocks.
To prevent impermissible temperature-rise within the cabinets caused by sun radiation, they shall be protected by
additional stainless sheet steel around the cabinet and the front door, rigidly fixed at a certain distance, not
exceeding 20 mm. Suitable ventilation labyrinths shall be provided at the side walls around the cabinet and to the
front door inside the cabinets.
The electrical feeders shall be equipped MCCB and under-voltage voltage relays. Control circuits shall be
protected by adequate MCB with alarm contacts suitably wired and integrated in the overall alarm system of the
plant. Fuses will not be accepted. MCCB, MCB and load-break switches shall be mounted in an easily accessible
position at a convenient working height.
Labels of synthetic or of aluminium foil with black letters on clear background shall be provided for all instruments,
relays, control switches, push-buttons, lamps, breakers etc. Sticker paper labels are not acceptable.
The complete wiring shall be of highly flexible stranded copper and furnished with slip-over ferrules at both ends.
Wiring shall have crimped termination. The minimum cross section of wiring other than for control and monitoring
circuits shall be 2.5 mm2. None of the wiring shall have cross section less than 1.5 mm2.
All equipment installed in the cabinets shall be designed for a cubicle inside temperature of at least 70°C.
LCC and marshalling cabinets shall be equipped with thermostatically controlled heating elements to prevent
condensation and moisture.
A socket outlet LV AC 10 A for local use shall be provided.
Standard terminals shall be of single insertion type with isolating facilities (Phoenix or equivalent) and test
connectors and shall be suitable for connection of flexible conductors from 1 mm2 up to a cross-section of at least
6 mm2. Terminals for incoming power supply cables shall be suitable for connection of conductors with cross-

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
sections from 2.5 mm2 up to 35 mm2. Polycarbonate terminals are not acceptable. Termination of two conductors
at one terminal point shall be made by suitable bridges and links of the terminal. Minimum 10% spare terminals,
but not less than four spare terminals of each type shall be provided on each terminal block.
All wiring to motors, alarm and trip devices shall include an insulated PE conductor ("green/yellow") of the same
cross-section as the line conductor. Suitable earthing conductors of the flexible type shall be provided for all
earthing connections of the control and marshalling cabinets with the transformer tank as well as for protection
earth connections between control/marshalling cabinets and related doors. The cross-section shall not be less
than 10 mm2.
Electrical connections between electrical equipment, instruments, accessories and the LCC shall be enclosed
throughout the total length in metal raceways of corrosion-proof material or conduit. The wiring/cabling shall be
amply sized and shall be safely fixed by non-corrosive metal clamping devices to the transformer to prevent
mechanical damage or vibrations.
Flexible, heavy galvanised steel conduits with special oil resistant thermoplastic cover, (suitable for temperatures
up to at least 115°C) may be provided throughout the total length for all cabling/wiring other than laid in completely
closed metal channels and/or solid steel conduits. Open cabling shall not be provided. Uncovered flexible steel
conduits laid directly on tank cover shall not exceed a length of 500 mm. All flexible steel conduits shall be rigidly
fixed in an approved manner by ties of stainless steel throughout their total length in uniform distances not
exceeding 500 mm. Any kind of plastic bands and strips are not acceptable.
The steel armouring of cables is not considered to provide adequate protection and is thus not acceptable.
All cabling and wiring to fan motors, oil pumps, measuring and monitoring devices etc. shall be designed for a
conductor temperature of not less than 120°C.

4.3.14 Name Plates and Other Designation Plates


Plates made of corrosion-proof material rigidly supported shall be supplied as specified hereinafter. Plates
arranged outside LCC and marshalling cabinets shall be of polished stainless steel of top quality only, such as
V4A, INOX A4 or equivalent Cr-Ni-Mo-Ti alloyed stainless steel in accordance with EN 1.4571 and/or ASTM 316Ti
(background clear, engraving black, 2 mm thick, depth of engraving 0.5 mm). Plates arranged inside control and
marshalling shall be of polished stainless steel, such as V2A, INOX A2 or equivalent Cr-Ni alloyed stainless steel
in accordance with EN 1.4501 and/or ASTM 304. All plates other than those located on the tank cover shall be
clearly legible from ground level.
The following plates shall be provided:
- A rating plate in accordance with IEC 60076. This plate shall indicate the LI and AC withstand voltage
levels for all windings and in addition the switching impulse level for windings of Um = 245 kV and above.
- A connection diagram showing in detail the internal connections and the voltage vector relationship of
the several windings and a plan view of the transformer giving the correct physical relationship of the
terminals.
- A loading plan plate showing transport dimensions and masses. This plate shall also warn the erection
staff, not to remove any cover before filling the tank with oil to such a level where the windings are not
exposed to the atmosphere.
- A plate showing the location and function of all valves and air release cocks, plugs and all monitoring
equipment in the plan view and in the different elevations of the transformer. This plate shall also warn
the operator to refer to maintenance instructions before applying vacuum treatment and not to operate
vacuum application and vacuum equalising valves after oil filling under vacuum.
- Identification plates, alpha-numerically numbered in accordance with the relevant standards, for all fans,
marshalling cabinets, breathers, valves including butterfly valves, cocks, accessories etc. (minimum
size: 105 mm x 50 mm). The function (description) of the related devices shall be clearly indicated on
these plates. The alpha-numeric numbers on the identification plates shall be clearly legible from the
floor level.
- A diagram plate indicating the exact oil quantity required in the conservators above minimum level
dependent on the oil temperature
- Plates showing all control, measuring and monitoring circuits and terminal blocks. These plates shall be
rigidly fixed at the inner side of the front door of the concerned marshalling cabinet.
- Plates showing the control circuits of the NLTC.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

4.4 DRAWINGS AND DOCUMENTS


As a minimum requirement the following drawings and documents shall be submitted for approval:
- Technical data sheets
- Outline and dimension drawing with part list
- Detailed layout of HV and LV terminations
- Bushings
- Outline of cooling system
- Specification of the insulation oil
- Earthing and insulation of core
- LCC and marshalling cabinet layout
- Circuit diagram for control and monitoring equipment
- Mechanical protection of auxiliary wiring and capillaries
- Outline drawing and list of numbered plates and their fixing
- Rating and connection diagram plates
- Loading plan plate
- Plate for arrangement of valves and accessories
- Plate for auxiliary wiring
- Construction of globe and gate valves
- Locking facilities and accessories for valves
- Painting procedure
- Transport and storage instructions
- Factory test schedules and test procedures
- Commissioning test procedure and report
- Operation and maintenance manual including test reports.

4.5 SPARE PARTS, SPECIAL TOOLS AND APPLIANCES


4.5.1 General Spare Parts
Reference is made to General Technical Specification.

4.5.2 Special Spare Parts


Two sets of the spare parts specified below shall be supplied in addition to those mentioned in the General
Technical Specification:
• One LV/Neutral bushing of each type
• One HV bushing of each type
• Two thermometers of each type
• One oil level gauge of each type
• One gas detecting relay
• One gas sampling device
• One pressure relieve device
• Two valves of each type
• Two drain and vent-plugs of each type
• Two of each type of MCB, auxiliary relay, contactor, heater, lamp, push button
• Two complete sets of all seals and gaskets (except main cover gasket)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
• Two silica-gel breathers of each size
• One oil/water heat exchanger
• One pump complete of each type
• Two pump motors
• Two each of flow switches and Pt 100.

4.5.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.

4.5.4 Vacuum Oil Treatment Plant


A mobile oil treatment plant comprising oil pumps, filter packs, strainers, electrical heaters, vacuum pumps,
valves, pipes, measuring, control and supervisory equipment for automatic operation shall be provided. The
plant shall include a 20 m heavy duty rubber extension cable with power socket compatible with the standard
socket outlets 400/230 V and two reinforced rubber hoses of 10 m length each.
The plant shall have the following main characteristics:
- Capacity l/h 4,000
- Supply voltage V 400/230
- Vacuum Pa 150
- Removal of solid matters m 1
- Reduction of dissolved moisture ppm 5
- Reduction of gas content % volume 0.5

4.5.5 Under-Ceiling Crane


For convenience of installation/maintenance work, an under-ceiling crane shall be provided and installed. The
crane shall have 1 t rated capacity and 3.8 m span. A standard product of a world-wide well-known crane
manufacturer shall be used.
The lifting and crane travel mechanism shall be electrically driven. All crane mechanisms shall be controlled
from the floor by means of a remote-control station. The final design and the manufacturer shall be approved by
the Client.

4.6 WORKSHOP TESTS


Each transformer shall be subjected to inspections and witness tests to be performed at the manufacturer's
premises and test shop (recognised and certified at least by ISO 9001) to verify the conformity with the guaranteed
and other design data.
Prior to the tests (at the latest six weeks before testing) the Contractor shall submit a detailed test program
including detailed test connections for all dielectric tests and data of test equipment used for impulse tests for
approval.
Detailed test schedules separately for each unit showing working-day-wise when each of the witness tests will be
carried out (max.10 h per working day, and at day time, but not exceeding 48 h per week) shall be submitted for
approval along with the test program.
In addition to the specified witness tests the measurements of the voltage ratio, check of vector group, the
measurement of the insulation resistance core against ground (R60) and the measurements of the winding
resistances (phase-wise as below), as well as the measurement of no-load losses shall be carried out by the
Contractor/Manufacturer internally prior to the acceptance tests, and their results shall be presented to the
Employer/Engineer during pre-test meeting prior to the witness tests. Presentation of such internal test reports is
considered for information only and shall not release the Contractor/Manufacturer from his obligation to repeat

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
the same tests as witness tests.
Successful witness type and routine tests shall be performed on one unit of each type before application of routine
tests on any other unit of the same type. During all applicable witness tests the applied test frequency shall be
supervised and to be stated in the test reports.
The transformers shall be completely assembled in every respect. All tests shall be performed with all original
bushings installed.
The tests shall be performed in accordance with the IEC Standards supplemented by this Specification.
All instruments shall be arranged at convenient working height.
The following tests shall be performed in the presence of the Employer/ Engineer:

4.6.1 Routine Tests


- Measurement of voltage ratio at all tap positions (after dielectric tests)
- Check of vector group by voltmeter method (after dielectric tests)
- Measurement of winding resistances of all phases (phase to neutral, where applicable) and at all tap
positions (after dielectric tests)
- Measurement of no-load losses and current from 90% to approx. 120% of rated voltage or vice versa in
5% intervals, at rated frequency. A respective magnetising current curve from 90% to 120% shall be
added to the test report.
- Measurement of load losses and impedance voltages / short-circuit impedances at rated frequency at
principal tap position(s) and all extreme positions (after dielectric tests).
- Switching impulse test for HV windings of Um = 245 kV and above (before lightning impulse tests).
- Lightning impulse test. The following test sequence shall be applied:
One reduced level full impulse
One reduced level chopped impulse (1st phase only)
One full level full impulse
One reduced level chopped impulse
Two full level chopped impulses
Two full level full impulses
The peak value of chopped impulse shall be at least 1.1 times the amplitude of full impulse. Additional
reduced full impulses for reference may be required by the Employer/ Engineer in case of non-linear
elements being provided in regulation windings and/or in NLTC. Neutral points of the windings under
test shall not be earthed through resistors other than a measuring shunt. The best achievable impulse-
shape shall be applied by serial and/or parallel connection of the required number of stages of the
impulse generator (having a total energy of not less than 80 kJ for tests on medium size power
transformers and minimum 160 kJ for testing of large power transformers) which can be applied to the
test object by any required combination of parallel and/or serial connection of all available stages of the
impulse generator without any restriction. With regard to the wave-shape wider tolerances may be
accepted as per IEC 60076-3 and IEC 60076-7. The test voltages shall be measured with appropriate
voltage dividers and shall be clearly indicated by peak-voltmeters and/or in oscillographic or digital
records.
- Separate-source AC withstand voltage test in accordance with IEC 60076-3, clause 11 (including
measurement of charging current) after impulse tests. The peak value of voltage shall be measured
during this test.
- Induced AC voltage withstand tests
In accordance with IEC 60076-3, sub-clause 12.2 for transformers having uniformly insulated windings
only (for three-phase windings with symmetrical three-phase voltages induced in the three winding
phases)
In accordance with IEC 60076-3, sub-clause 12.3 for transformers having non-uniformly insulated HV
windings up to Um = 170 kV.
Monitoring of partial discharges for all windings of Um = 100 kV and above during tests as per IEC 60076-
3, sub-clause 12.2 and/or 12.3. This test is mandatory independent of the country of manufacture.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Measurement of partial discharges, in accordance with IEC 60076-3, sub-clause 12.4 for all
transformers with windings of Um = 245 kV and above at all transformer windings of Um = 100 kV and
above
The peak value of the induced test voltage shall be measured during all induced AC voltage withstand
tests. Partial discharge monitoring (after separate source over-voltage tests) and partial discharge
measurements shall be performed at a test area and under test conditions where the background noise
and/or any other disturbances will not exceed 100 pC (at day time as above). Partial discharge tests
according to IEC 60076-3 sub-clause 12.4 shall be performed after successful completion of all other
dielectric tests.
- Measurement of the capacitance and insulation power factor at min. 10 kV. The tan delta values at 20°C
shall not exceed 0.5%.
- Measurement of insulation resistance (R15, R60, R600) at 5000 V DC. The polarisation index R 10min.:
R 1min. shall not be less than 1.1.
- Measurement of the insulation resistance (R60) between the core and tank at 2500 V DC
- Measurement of ratio and polarity check of current transformers
- Measurement of the harmonic content of no-load current at 90%, 100%, 110% and 115% of rated
voltage at rated frequency (after no-load test)
- Determination of efficiencies at 125%, 100%, 75%, 50% and 25% load at power factor 1.0 and 0.8
(documentation only)
- Measurement of the cooling losses at rated supply voltage and frequency and check of rotation direction
of fans
- Calibration and current injection test (45 min) on hot spot indicators based on results of heat run tests
for 10% under-excitation conditions
- Operation tests of NLTC
- Measurement of zero-sequence impedance (at rated frequency) at principal tap(s) and all extremes,
where applicable (three-phase units only)
- Applied over-voltage test at 2,000 V AC, 60 s on wiring, control and supervisory equipment (on motors
1,000 V AC plus 2 x Un, and 500 V AC on PT 100)

4.6.2 Type Tests and Special Tests


- Induced AC voltage withstand test in accordance with IEC 60076-3, sub-clause 12.3 (and 12.2 where
applicable) for transformers having non-uniformly insulated HV windings above Um = 245 kV and
monitoring of partial discharges for all windings of Um = 100 kV and above. This test is mandatory
independent of the country of the manufacturer.
- Measurement of the acoustic sound pressure level at rated voltage and frequency
- Dissolved gas-in-oil analysis by chromatography prior to dielectric tests, after completion of dielectric
tests and after each of the heat-run tests (check of test reports only)
- Steady state temperature rise tests at every cooling method and for the specified loading conditions at
the highest current taps of the windings under test and with the highest applicable total losses to be
applied. In case of auto-transformers the winding temperature rises shall be determined in the applicable
highest current taps for both, the common and the series winding (i.e. for both, step-down and step-up
operation). During the heat-run tests the top and bottom oil shall be measured directly in the oil-flow in
radiators headers by approved screwed-in temperature sensors at a minimum of two of their inlets and
outlets each connected directly to the transformer tank (in case of common headers on each inlet and
outlet of the common headers). Location of all measuring points, including those for measurements of
ambient air temperature, is subject to approval. In case of measurements of top oil temperatures taken
in pockets (if approved) the concerned top oil temperature readings taken during heat-run tests shall be
corrected by +2 K. Measurements on radiator and/or tank walls etc. are not acceptable. If the average
oil temperature should exceed 75° during heat-run tests the applicable load losses and all test results
are to be corrected accordingly. Forced cooling equipment has to be operated with the specified rated
frequency during all of the applicable heat-run tests, and the frequency applied to the forced cooling
equipment has to be supervised during the concerned temperature rise tests. The oil used for the type
tests shall have the same or higher kinematic viscosity as the final oil used for the operation at site.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

4.6.3 Tests of Transformer Tank and Accessories


Prior to the acceptance tests, the Contractor/Manufacturer shall submit the following test certificates as a minimum
requirement:
- Vacuum test on tank and all other oil-filled compartments (to be applied at 0.15 kPa for at least 5 h)
- Pressure test on tank and all oil-filled compartments at min. 100 kPa measured on tank bottom for at
least 24 h
- Insulating oil used during factory tests and at site
- Bushings
- Current transformers
- Buchholz relays
- Tap changers and related equipment
- Core losses of laminations (W 15/50 and W 17/50)

4.7 SITE TESTS


As a minimum requirement the following tests shall be performed at site:
- Visual inspections of the completed installations
- Measurement of the excitation current with low voltage (AC 3-phase) when the transformer is completely
de-magnetised
- Oil tightness test on tank at 30 kPa over oil level, 24 h
- Measurement of voltage ratio at all tap positions
- Check of vector group by voltmeter method
- Measurement of winding resistances at all tap positions
- Measurement of insulation resistance (R15, R60, R600) at 5,000 V DC. The polarisation index R10min:
R1min shall not be less than 1.1.
- Measurement of the insulation resistance (R60) between the core and tank at 2,000 V DC
- Measurement of the insulation resistances on auxiliary wiring at 1,000 V DC
- Measurement of the dielectric strength of the insulation oil
- Re-calibration and current injection test on winding temperature indicators (45 min)
- Functional test on cooling plant, including check of rotation direction of motors
- Functional tests on control and supervisory equipment
- Functional tests on NLTC equipment

4.8 PAINTING
4.8.1 External Surfaces
(Transformer Tank, Covers, Control Cabinets, Cooling Equipment, Access Ladders)
All steel surfaces of solid type transformer tanks, conservators, cable boxes, etc. shall be sand-blasted in
accordance with DIN 55928, Part 4 (equivalent to SIS 055900), and all surfaces of radiators and corrugated tank
walls shall be thoroughly cleaned of rust, scale, grease and dirt and other foreign matter and all imperfections shall
be removed by means of approved methods.
Then either solvent based or water-based painting systems shall be applied complying with the requirements as
specified below.
Transformer tanks, conservators, cable end boxes and radiators
- One primer coat
- Two component epoxy zinc-phosphate or

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Two-component epoxy zinc-dust m 80
- One intermediate coat of two-component epoxy micaceous iron oxide m 100
- One top coat of two-component polyurethane m 40
- Minimum total coating thickness (dry-film, incl. tolerances) m 220

If any hot-dip galvanised steel parts will be provided, e.g. for access ladders etc., the same painting methods as
above shall be applied, however, instead of a primer coat as specified above one adhesive base coat shall be
applied. In this case, the minimum thickness of the galvanising shall be 55 m. A two-component epoxy zinc-dust
coat instead of hot dip galvanising is preferred.
In case of any kind of aluminium and/or ordinary stainless steel (Cr-Ni alloyed only) the primer coat as above may
be omitted, and the minimum thickness of the “intermediate” coat and of the top coat as specified above shall be
at least 50 m each (total min.100 m).
The final coat of painting shall be non-porous and of homogeneous quality and shall be of a uniform shade of
colour code RAL 7032 (pebble-grey) or as agreed with the Employer / Engineer. For NLTC equipment and
sub-supplier’s accessories only, the colour code as per manufacturer’s standard may also be accepted,
providing that a two-component epoxy based prime coat (minimum thickness 80 m) and a two-component
polyurethane based top coat (minimum thickness 80 m) will be applied. The total dry-film thickness shall not
be less than 160 m.
Mechanical damage of painting shall be repaired at site with the original type of painting as above.

4.8.2 Internal Surfaces


(Transformer tank, core steel plates, etc.)
Inside the transformer vessel, sand-blasting shall be performed in accordance with DIN 55928 Part 4
(equivalent to SIS 055900). After that, an oil and gas resistant insulating coating shall be applied to all steel
surfaces in contact with oil or gas (e.g. tank, cover, core steel plates, etc.).
The minimum dry-film thickness shall be 35 m. The applicable colour code shall be RAL 9010 (white) or
equivalent.

4.9 TRANSPORT
The core and coils shall be completely dried before shipment and shall be assembled with the transformer tank.
To facilitate safe handling and shipping of the main transformers, as many external accessories as possible,
including the bushings, shall be removed and replaced with special shipping covers. Transport of completely
assembled power transformers is not acceptable.
Butterfly valves and/or other isolating valves mounted directly on the tank, as well as bushing turrets, shall not be
removed for transport to avoid ingress of humidity during installation at site. All the parts dismantled for shipment
shall be fitted again only after filling the tank with oil to such a level where windings will not be exposed to the
atmosphere.
Bushings, radiators and other accessories which may be affected by moisture shall be moisture-proof packed in
seaworthy packing. Packing material, including oil drums, shall not be returned.
As far as practicable the main transformers shall be supplied and shipped with their initial oil filling in the main
tank.
If the transportation of the main transformers with oil filling is not practicable, they shall be despatched with
automatic pressure controlled dry nitrogen or dried air filling. During transport, each transformer shall be equipped
with devices maintaining a constant pressure in the equipment by topping-up with suitable automatic facilities from
reserve bottles. In this case, drained oil of at least the same quality as used during factory tests shall be delivered
in drums or containers in a sufficient quantity to refill the transformers and to replenish losses during subsequent
processing at site.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.10 IMPACT RECORDERS
Electronic impact recorders with electronic data storage, capable of indicating all horizontal and vertical impacts,
shall be rigidly attached to each transformer.
Provisions shall be made to ensure that these indicators are sealed and will be fully functional without interruption
of the recording during the entire period of shipment, including loading and unloading. The Employer shall receive
clearly indicated data after breaking the seal.
Instructions for interpretation of the recorded data and a user manual for the equipment shall be provided prior to
shipment.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 4-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 5: 220 KV GAS INSULATED SWITCHGEAR & TOY

Table of Contents

5. 220 KV GAS INSULATED SWITCHGEAR (GIS) & TOY.......................................................... 1

5.1 SCOPE OF WORK ........................................................................................................................ 1


5.2 PRINCIPAL DESIGN FEATURES ................................................................................................. 1
5.2.1 General Requirements............................................................................................................... 1
5.2.2 Main Characteristics .................................................................................................................. 2
5.2.3 Main Components ...................................................................................................................... 3
5.3 DESIGN AND CONSTRUCTION REQUIREMENTS .................................................................... 3
5.3.1 Enclosures and Gas Systems ................................................................................................... 3
5.3.2 Circuit Breakers ......................................................................................................................... 6
5.3.3 Disconnecting Switches ............................................................................................................. 9
5.3.4 Maintenance Earthing Switches .............................................................................................. 10
5.3.5 High Speed Earthing Switches ................................................................................................ 11
5.3.6 Current Transformers .............................................................................................................. 12
5.3.7 Voltage Transformers .............................................................................................................. 13
5.3.8 Surge Arresters ........................................................................................................................ 14
5.3.9 HV - Connections ..................................................................................................................... 14
5.3.10 Take off-Yard (TOY) ................................................................................................................ 15
5.3.11 Local Control Cubicles ............................................................................................................. 15
5.3.12 PD Monitoring System ............................................................................................................. 17
5.4 SPARE PARTS, SPECIAL TOOLS AND APPLIANCES ............................................................. 18
5.4.1 General Spare Parts ................................................................................................................ 18
5.4.2 Special Spare Parts ................................................................................................................. 18

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.4.3 Recommended Spare Parts .................................................................................................... 18
5.4.4 Tools and Appliances .............................................................................................................. 18
5.4.5 GIS Bridge Crane .................................................................................................................... 19
5.4.6 Electric – Hydraulic Work Platform .......................................................................................... 19
5.4.7 Transport ................................................................................................................................. 19
5.5 WORKSHOP TESTS ................................................................................................................... 19
5.5.1 General .................................................................................................................................... 19
5.5.2 Type Tests ............................................................................................................................... 19
5.5.3 Routine Production Tests ........................................................................................................ 20
5.6 SITE TESTS ................................................................................................................................ 22
5.6.1 Inspections, Verifications and Tests ........................................................................................ 23
5.6.2 Functional Test of the GIS, Control and Protection Systems .................................................. 24
5.6.3 TOY Site Tests ........................................................................................................................ 24

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

5. 220 KV GAS INSULATED SWITCHGEAR (GIS) & TOY


5.1 SCOPE OF WORK
The generating units/MT shall be connected to a 220 kV GIS. Four cable/transmission line feeders shall be
provided for connecting the TK V HEP to the UTK-KHIMTI Double Circuit TL by means of a LILO arrangement.
The switchgear shall be of the gas insulated, metal enclosed type with double busbar arrangement. It shall
comprise single-phase isolated switching devices and 3-phase enclosed main busbars. The GIS with the
related LCC shall be installed in a ventilated, purpose-built GIS room located at the upper floor of the TC.
220 kV Take-off-Yards (TOY) with termination gantries shall be arranged as shown on the Tender Drawings.
Four cable systems shall connect the GIS with the TOY and be connected to the TL circuits.
The configuration and the basic arrangement are shown on the single-line diagrams and layout drawings,
respectively.
The scope of work shall comprise the following:
• Three generator / MT feeder bays with LCC
• Four transmission line feeder bays with LCC
• One bus coupler bay with LCC
• One measuring and busbar earthing bay
• Two sets of 220 kV switchgear with related equipment and installations for the TOY1 & 2
• One set of related auxiliary plant to provide ready for service installations
• One set of special tools and appliances
• One set of special spare parts.
• Optional:
- One on-line PD monitoring system
- One generator / MT feeder bay factory assembled for workshop tests.

5.2 PRINCIPAL DESIGN FEATURES


5.2.1 General Requirements

(1) The GIS shall be the type tested standard product of a competent manufacturer with proven track
record.
(2) The GIS shall be of modular design and factory assembled to shipping units of appropriate
dimensions and weight. Future extensions shall be easily accomplished by adding extra feeder bays
without dismantling any major parts of the existing equipment. Components and assemblies shall be
of standard manufacture and interchangeable.
Each switchgear component shall be sectionalised in modular form to enable disconnection from the
system for replacement or maintenance without loss of pressure in adjacent modules or long
shutdowns. Busbar compartments shall be sectionalised into appropriate lengths as can be handled
by the crane or erection personnel. In addition to the position signalling by auxiliary contacts, each
switch shall have a directly coupled mechanical position indicator.
The various switchgear components shall be preassembled in the Contractor's factory to the largest
modular units compatible with the limitations of shipping and installation capabilities. The overall
layout of the GIS and associated equipment shall provide a compact arrangement facilitating
installation and assembly with adequate access to any operational area for inspection and
maintenance.
Ladders, platforms and gratings necessary for maintenance and operation of the equipment shall be
included if the equipment is not easily accessible from the ground level.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Suitable means of expansion shall be provided in the metal enclosures to compensate thermal
expansion and contraction of the SF6 equipment and to facilitate the alignment of the switchgear
assembly.
(3) For the site assembly of factory tested shipping units, only bolted and sealed flange connections
shall be used. Field welding of enclosures is not acceptable.
Complete feeder bay assembly in the factory for testing purpose and disassembly for shipping is not
required. The factory assembly and testing of one feeder bay shall be quoted as an option.
Bolted connections shall be used to facilitate installation and maintenance. Welding of pieces to form
the modules shall be performed in the Contractor's works as required.
All insulators used in the GIS shall meet or exceed the electrical requirements of the specified
components and shall be compatible with the compressed gas insulation and the decomposition
products of the gas when exposed to electric arcs. Insulators associated with specified components
shall be interchangeable wherever possible.
(4) The flanged connections shall have gas seals between the flange surfaces. For outdoor application,
suitable means shall be used to protect the gas seal from environmental impacts. Connections
including bolts and nuts shall be adequately protected from corrosion and easily accessible with the
proper tools.
(5) The assembled equipment shall be capable of withstanding electrical, mechanical and thermal
ratings of the specified system. All joints and connections shall be suitable to withstand the forces of
expansion, contraction, vibration and specified seismicity without deformation, malfunction and
leakage.
(6) Optimised arrangements shall be proposed to reduce installation time, provide ease of operation,
minimise maintenance and repair costs and facilitate future extensions.
Metal enclosures shall be designed for maximum shielding to minimise electromagnetic forces
caused by short-circuits. The noise emissions of the switchgear shall be kept to an approved
minimum level.

5.2.2 Main Characteristics

The equipment shall have the following main characteristics:


- Type Single phase gas insulated
- Installation Indoor
- Nominal system voltage kV 220
- Rated voltage kV 245
- Rated frequency Hz 50
- Rated power frequency withstand voltages kV 460
- Rated lightning impulse withstand voltage kV peak 1,050
- Rated switching impulse withstand voltage kV peak 850
- Rated current of busbar A 2,000
- Rated current of feeder A 2,000
- Rated short time withstand current (3 s) kA rms 40
- Rated peak withstand current kA peak 100
- Partial discharge level at 1.5 x U/3 pC <5
- Enclosure Material Al/Al alloy
- Conductor Material Al/Al alloy
- Protection class of enclosure IP 65
- Protection class of operating mechanism IP 54

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.2.3 Main Components

The various feeder bays shall include but not be limited to the following equipment:
1. Circuit breakers
2. Disconnecting switches
3. Maintenance earthing switches
4. High speed earthing switches
5. Current transformers
6. Voltage transformers
7. Busducts, connection elements and related fittings
8. Cable sealing end enclosures
9. Surge arresters
10. Earthing system with connections to the station earthing grid
11. Auxiliary material and hardware to complete the GIS installation
12. Supporting structures
13. Local control cubicles with bay control units and CCS interface

5.3 DESIGN AND CONSTRUCTION REQUIREMENTS


5.3.1 Enclosures and Gas Systems
(1) Switchgear Enclosures
The enclosures for the GIS modules shall be made of Aluminium or Aluminium alloy. The Contractor shall state
the material used for his design. All flanges shall be directly bolted together with good metallic contact.
Insulators or insulating material between flanges shall be avoided to get the best electrical connection between
the different enclosure modules. Flange connections via external cross-bonding are not allowed. Enclosures
shall withstand normal and transient pressure in operation. They shall be designed and manufactured
according to the related standards to guarantee safety and reliability of material, construction, welding
technology and testing. The gas-filled enclosures shall comply with the applicable ASME/EN pressure vessel
codes.
(2) Sectionalising
The switchgear shall be sectionalised, with gas tight barriers between sections or compartments. The sections
shall be designed:
- To minimise operational shut down when the gas pressure is reduced due to leakage or for maintenance
purposes
- To minimise the quantity of gas that must be evacuated and refilled before and after maintaining any
item of equipment.
Each section shall be provided with necessary valves to allow evacuation and filling of gas without evacuation
of any other section. To reduce the probability of leaks, pipe connections between gas compartments shall be
avoided.
The proposed gas system shall be described in the tender. External fixtures shall be of non-corrosive material
and be capped where required.
For gas monitoring and maintenance, the GIS shall be divided into the following individual monitored
compartments:
- Circuit breaker

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Busbar/line side disconnecting and earthing switch
- CT and VT
- Surge arrester
- Busduct sections and modular connection pieces
- Outdoor bushing
(3) Support and Barrier Insulators
Support insulators shall be used to maintain the conductors and enclosure in correct position.
To isolate gas compartments, gas tight barrier insulators shall be used. Non-gas tight insulators which allow
the gas pressure to equalise shall be used for the other applications.
The insulators shall be manufactured from high quality epoxy resin, free from voids. The design shall reduce
the electrical stress on the insulators to a minimum. The mechanical strength shall be adequate to ensure the
conductor clearances in case of a short circuit.
The barrier insulators sealing to the conductor and the enclosure wall shall withstand the maximum pressure
difference that could occur across the barrier, i.e. maximum operating pressure at one side and vacuum on
the other side.
During the manufacturing, routine tests shall be carried in compliance with the related IEC Standards.

(4) Busducts, Expansion Joints and Flexible Connections


The components of the GIS shall be connected by three-phase busduct systems and standard type connection
modules. The enclosures shall be connected by means of bolted joints with appropriate gaskets. The bus
conductors shall be connected with silver plated plug-in contacts. The bus system shall be capable to withstand
the mechanical and thermal stresses due to short circuit currents, thermal expansion and contraction created
by temperature variations.
The number and location of expansion joints or flexible connections shall be determined by the manufacturer.
It shall be ensured that the complete installation will not be subject to expansion stresses which could lead to
distortion or failure of any piece of the SF6 equipment, support structures or foundations.
Thermal expansion / contraction and vibrations shall not affect the safe operation of the GIS.
Expansion joints, flexible connections and adjustable mountings shall be provided to compensate reasonable
manufacturing and construction tolerances in the civil structures and associated equipment to which the GIS
will be connected. Unreasonably excessive accuracy shall not be required when installing such equipment and
constructing the associated buildings, foundations or support structures.

(5) Cleaning and Finishing of Surfaces


The finishing of interior surfaces of the GIS enclosures shall facilitate cleaning and inspection. Any paint or
coating shall not deteriorate when exposed to the SF6 gas and arc products, etc., that may be present in the
enclosures.
The coating shall not contain any substances, which could contaminate the SF6 gas or affect the insulating
properties.
The equipment shall be manufactured and assembled at the manufacturer's works under conditions of the
utmost cleanliness. Prior to factory tests and packing for shipment, interior surfaces, insulators, barriers etc.,
shall be thoroughly cleaned.
For exterior surfaces the manufacturer’s painting system shall be applied, presuming it is suitable for the
prevailing site conditions. The finishing coat is subject to approval.

(6) Gas System


The GIS shall be furnished with sufficient Sulphur Hexa-fluoride (SF6) gas to pressurise the complete system
in a sequential procedure, one zone or compartment at a time, to the rated density. An extra 10% of the total
gas quantity shall be supplied as reserve.
The following maximum water content shall be maintained during guarantee period:
- CB  50 ppm
- Others  75 ppm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
During commissioning, the dew point of the SF6 gas shall be recorded.
The gas loss of the GIS shall be in no case higher than 0.5% per year. Clear instructions shall be provided by
the Contractor for the handling, recycling and treatment of new and used SF6 gas. Shipping units may be filled
with N2 for transportation and filled with SF6 at site.

(7) Gas Seals


All gas seals shall be designed to ensure that leakage rates are kept to an absolute minimum under all
pressure, temperature, rated current and fault conditions. All gas seals located in the flanges of the equipment
enclosures shall be of the O-ring type.

(8) SF6 Gas Density and Pressure, Pressure Relief


The rated pressure of the SF6 insulating gas in the GIS equipment shall be as low as possible while meeting
the requirements for electrical insulation at given dimensions, to reduce the effects of leaks and to ensure that
no gas liquefying can occur at the lowest ambient temperature. The initial gas pressure or density at the time
of filling the equipment shall consider a 10% margin above the allowable operating pressure to enable the GIS
to be safely operated for a reasonably long period before replenishing is necessary.
Automatic pressure relief devices shall be provided to avoid the bursting of the enclosure. The pressure relief
shall be by means of bursting disc systems with a pre-set opening pressure. Deflection devices shall be
installed to ensure that personnel will not be endangered.

(9) SF6 Gas Supply and Quality


The scope shall include the supply of the SF6 gas necessary for filling and commissioning of the complete GIS
installation including the necessary evacuating and filling procedures to connect the HV cables to the cable
sealing end compartments.
The GIS shall be designed for the use with commercial SF6 gas. The SF6 gas supplied as part of the contract
shall comply with the requirements of IEC 60376 as a minimum. The environmental compatibility/poison
inspection certificates shall be delivered with the gas.

(10) Gas Monitoring System


Temperature-compensated gas density monitoring devices shall be provided for each gas compartment. Pipe
connections between the various gas compartments and centralised measuring devices shall be avoided. The
devices shall provide continuous and automatic monitoring of the gas density.
The SF6 gas monitoring system shall have two alarm settings:
- Early warning, when the gas density is approaching a low level
- Alarm stage, when the gas density is reaching the minimum insulation level, initiating the blocking of
the circuit breaker tripping and closing circuits.
All pipes and fittings shall be made of copper or stainless steel.

(11) SF6 Gas Handling and Treatment


For filling and evacuating the SF6 gas into and from the GIS equipment and to carry out the required
maintenance work, a standard type gas handling plant with all necessary accessories such as hoses,
couplings, valves, etc. shall be provided.
The details of the proposed filling and evacuating procedures including the description of the gas handling
plant shall be provided.
Under normal operating conditions, it shall not be necessary to treat the SF6 gas between major overhauls.
Self sealing vacuum couplings shall be provided on all gas compartments to facilitate filling and replenishing.
All gas compartments shall be fitted with efficient filters, absorbing and drying agents which shall at least be
effective for the time between major overhauls.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(12) Support Structures
All structures (supports, ladders, catwalks, platforms) necessary for the support and fixing, operation,
inspection and maintenance of the GIS equipment shall be provided. The design shall consider access to all
equipment of the GIS. It shall be possible to move around the GIS with the gas handling plant and gas
cylinders.
The specified stresses for outdoor equipment like wind, earthquake and thermal expansion due to rated current
and sun radiation shall be considered. Appropriate surface treatment for all parts especially when installed
outdoor shall be considered. The structures shall be of hot-dipped galvanised steel or aluminium.

(13) Future Extension


It shall be possible to extend the switchgear by adding future feeders with at least one of the busbar systems
and the existing feeders remaining in service. The Tenderer shall demonstrate the suitability of the switchgear
for this purpose.

(14) Repair
In case of any internal fault in the busbars, circuit breaker or other equipment, repair works shall be possible
without shutting down the complete GIS.
Any failure shall be immediately indicated by the monitoring systems with clear description of the nature and
the location of the failure. Generally. failures shall have impact on the directly related devices only and the
other part of the GIS shall remain in normal operation.

(15) Earthing of the GIS


The Contractor shall provide the earthing and potential gradient control system for the GIS assembly. The
systems shall be connected to the station earthing grid by at least two conductors.
Earthing conductors shall be copper bars or cables as suitable for the purpose.

5.3.2 Circuit Breakers


(1) General
The GIS circuit breakers (CB) shall comply with the following general requirements and the relevant IEC
Standards.
CB shall be of the SF6 gas insulated, single-phase type with the specified ratings.
The CB with operating mechanism shall be completely factory assembled, adjusted and tested. The CB shall
include a suitable operating mechanism to assure proper opening and closing and shall permit checking of the
adjustments and opening characteristics. The mechanisms shall include redundant trip coils. The mechanisms
shall be capable of re-closing within the range specified in the applicable standards. The CB shall be re-strike-
free.
The operating principle of the breakers shall ensure minimised dynamic forces reacting on the civil structures.

(2) Main Characteristics


- Nominal system voltage kV 220
- Rated voltage kV 245
- Rated frequency Hz 50
- Rated power frequency withstand voltages kV 460
- Rated lightning impulse withstand voltage kV peak 1,050
- Rated switching impulse withstand voltage kV peak 850
- Rated withstand voltage across open contacts:
- Rated power frequency withstand voltages kV 530
- Rated lightning impulse withstand voltage kV peak 1,200

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Rated switching impulse withstand voltage kV peak 945
- Rated current A 2,000
- Rated short-time withstand current (3 s) kA rms 40
- Rated peak withstand current kA peak 63
- Rated short circuit breaking current kA rms 40
- Rated making withstand current kA peak 100
- Rated breaking time ms < 40
- Rated opening time ms < 20
- Rated closing time ms < 55
- Rated cable and line charging breaking current A By Tenderer
- Number of breaks per pole No. 2/1
- Operating sequence O - 0.3 s - CO - 60 s - CO
- Operating mechanism:
- Number per CB No. 3
- Type motor or hydraulic-spring charge
- Control voltage V DC 110
- Number of trip coils No. 2
- Number of closing coils No. 1
- Number of CO operations before overhaul:
- Mechanical at no load No. 5,000
- At rated current CO No. 5,000
- At rated short circuit current No. 20

(3) Breaking Capacity


The total breaking time from energising of the trip coil at rated control voltage to final arc extinction shall be as
short as possible.
The CB shall be capable of breaking all currents from zero up to the specified maximum fault current in
accordance with the relevant IEC Standards. Official test reports shall be submitted with the tender as evidence
that the offered CB meets the specific rating.

(4) Auto-Reclosing
If auto reclosing is required, the CBs shall be capable of tripping and reclosing according to the specified duty
cycle.
The drive shall have sufficient stored energy for completing OCO cycle with the auxiliary power switched off.

(5) Closing and Tripping Devices


The CBs shall be equipped with one closing and two tripping coils which shall safely operate at voltages
between 110% and 85% of the nominal control voltage measured at the device terminals.
The trip coils shall be monitored for electrical continuity. The monitoring shall be operative when the CB is
open and closed. The relays shall identify the faulty circuit and shall provide local and remote signalling.
The output relays shall have sufficient delay to prevent transient operation during breaker operation or due to
fault clearing in the DC auxiliary supply system.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(6) Operating Mechanism


One operating mechanism shall be provided for each single-phase CB.
Pneumatic operating mechanisms are not acceptable.
Hydraulically or motor charged spring operated mechanisms shall be provided complete with all control
equipment. For reliable operation they shall need auxiliary power supply only.
Low stored operating energy shall be detected by suitable methods and depending on the status of the spring
in any phase, the following operations shall be initiated:
1. Start pump or spring charge motor
2. Blocking of auto-reclosing if stored operating energy is insufficient to complete an O-C-O operation
3. Blocking of closing if stored operating energy is insufficient to complete a C-O operation
4. Block of tripping if stored operating energy is insufficient to complete an O operation
Phase discrepancy monitoring devices shall be provided. In the event of one or two phases failing to complete
a closing or tripping operation all three phases shall be tripped after a time delay adjustable in the range of 1-
3 s and an alarm initiated.
Manual mechanical emergency tripping devices shall be provided in the operating mechanism.

(7) Circuit Breaker Drive Control


The Tenderer may offer drive mechanisms equipped with sensors for determination of the switching situation,
drive energy, etc. and with actuators for execution of switching commands and pump/motor operation. These
sensors and actuators shall be connected to a digital process interface which shall be mounted in the drive
mechanism.
The process interface shall be equipped with comprehensive self-monitoring functions to improve the
availability. Signals from the CB shall be pre-processed before transmitted to the bay control unit via fibre-optic
link. The process interface shall be redundant.
All switching commands shall be issued through the process interface. For the transmission of the signals from
the CB drive mechanism to the LCC and to the protection devices, hard wiring is not required. Only a direct
back-up trip circuit shall be hard wired.
Trip and close circuit supervision shall be provided to continuously supervise the integrity of each of the CB
circuits in either the open or close position of the breaker.
An alarm shall be sent to the control system in case of:
- Loss of DC auxiliary voltage or MCB trip
- Open trip circuit
- Disruption in the CB tripping devices

(8) Position Indicating Devices


If no electronic drive control is available, auxiliary switches for switch position indication and monitoring shall
be offered. In this case, hard wiring to the LCC may be allowed.
Position indicators shall be provided, to clearly indicate the opened or closed position of the CB.
The CO operations performed shall be recorded together with the current data. The operation data shall be
retrievable with the CCS for monitoring and prognosis purposes.

(9) Anti Pumping


The circuit-breaker mechanisms shall be provided with anti pumping devices to prevent pumping when the
closing circuit remains energised and should the CB either fail to latch, or be tripped by a protection device
during closing.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(10) Controlled Switching
The specified system studies shall be carried out to determine the location and characteristics of the surge
arrester and to define the necessary switching devices. The switching devices shall of the “POINT ON WAVE”
type employing state of the art technology.

5.3.3 Disconnecting Switches


(1) General
The GIS disconnecting switches (DS) shall comply with the following general requirements and the relevant
IEC Standards.
The DS shall be three-pole motor operated no-load break type.
DS shall be interlocked to prevent the earthing switch from closing on an energised bus section.
The main contacts shall either be silver plated or shall have silver inserts. The DS shall open or close only by
motor-drive or manual operation. The DS contacts shall not move due to gravity or other reasons, even in the
case of any failure.
Inspection windows/optical ports shall be provided for each pole to permit visual inspection of the DS contact
position. External mechanical position indicators shall be provided.

(2) Main Characteristics


- Nominal system voltage kV 220
- Rated voltage kV 245
- Rated withstand voltage across open contacts:
- Rated power frequency withstand voltages kV 530
- Rated lightning impulse withstand voltage kV peak 1,200
- Rated switching impulse withstand voltage kV peak 945
- Rated frequency Hz 50
- Rated current A 2000
- Rated capacitive breaking current A By Tenderer
- Rated short-time withstand current (3 s) kA rms 40
- Operating mechanism:
- Number No. 1/3
- Type Motor
- Control voltage V DC 110
- Number of CO operations before overhaul No. 10,000

(3) Operating Mechanism


Operating mechanisms shall be provided with mechanical or electrical devices which close and open the three
phases of the DS simultaneously. The mechanisms shall be fitted with electrical motors and shall be suitable
for Local/Remote and Manual/Automatic operation.
For maintenance and emergency situations manual operation shall be possible. Levers or hand cranks shall
be provided. Manual operation shall be prevented if the interlocking system does not allow the operation of the
DS. The auxiliary voltage shall be disconnected from the motor when the DS is operated manually.
The mechanisms shall be suitable for locking in the open and closed position.
Electronic drive control or adequate auxiliary switches for DS position monitoring shall be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.3.4 Maintenance Earthing Switches
(1) General
The GIS maintenance earthing switches (ES) shall comply with the following general requirements and the
relevant IEC Standards.
The ES shall be three-pole motor operated no-load break type.
ES shall be interlocked to prevent the earthing switch from closing on an energised bus section.
The main contacts shall either be silver plated or shall have silver inserts. The ES shall open or close only by
motor-drive or manual operation. The ES contacts shall not move due to gravity or other reasons, even in the
case of any failure.
Inspection windows/optical ports shall be provided for each pole to permit visual inspection of the ES contact
position. External mechanical position indicators shall be provided.

(2) Main Characteristics


- Nominal system voltage kV 220
- Rated voltage kV 245
- Rated withstand voltage across open contacts:
- Rated power frequency withstand voltages kV 530
- Rated lightning impulse withstand voltage kV peak 1,200
- Rated switching impulse withstand voltage kV peak 945
- Rated frequency Hz 50
- Rated current A 2,000
- Rated capacitive breaking current A By Tenderer
- Rated short time withstand current (3 s) kA rms 40
- Operating mechanism:
- Number No. 1/3
- Type Motor
- Control voltage V DC 110
- Number of CO operations before overhaul No. 10,000

(3) Operating Mechanism


Operating mechanisms shall be provided with mechanical or electrical devices which close and open the three
phases of the ES simultaneously. The mechanisms shall be fitted with electrical motors and shall be suitable
for Local/Remote and Manual/Automatic operation.
For maintenance and emergency situations manual operation shall be possible. Levers or hand cranks shall
be provided. Manual operation shall be prevented if the interlocking system does not allow the operation of the
ES. The auxiliary voltage shall be disconnected from the motor when the ES is operated manually.
The mechanisms shall be suitable for locking in the open and closed position.
Electronic drive control or adequate auxiliary switches for ES position monitoring shall be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.3.5 High Speed Earthing Switches
(1) General
The GIS high speed earthing switches (HES) shall comply with the following general requirements and the
relevant IEC Standards.
HES shall be provided for busbar, cable and transmission line feeder earthing.
The HES shall have adequate inductive and capacitive switching capability. The HES shall withstand the full
making current.
HES shall be single - or three-pole operated with motor charged spring closing mechanism and motor operated
opening mechanism.
HES shall be electrically interlocked to prevent the HES from closing on an energised bus section.
The main contacts shall either be silver plated or shall have silver inserts. The HES shall open or close only
by motor-drive or manual operation. The HES contacts shall not move due to gravity or other reasons, even in
the case of any failure.
Inspection windows/optical ports shall be provided for each pole to permit visual inspection of the HES contact
position. External mechanical position indicators shall be provided.

(2) Main Characteristics


- Nominal system voltage kV 220
- Rated voltage kV 245
- Rated withstand voltage across open contacts:
- Rated power frequency withstand voltages kV 530
- Rated lightning impulse withstand voltage kV peak 1,200
- Rated switching impulse withstand voltage kV peak 995
- Rated frequency Hz 50
- Rated capacitive making current A/kV By Tenderer
- Rated inductive making current A/kV By Tenderer
- Rated short time withstand current (3 s) kA rms 40
- Rated short circuit making current kA peak 63
- Rated opening time s 4
- Rated closing time s 0.05
- Operating mechanism:
- Number No. 1/3
- Type for closing Motor spring charge
- Type for opening Motor
- Control voltage V DC 110
- Number of CO operations before overhaul:
- Mechanical at no load No. 1,000
- At short circuit making current No. 2

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(3) Operating Mechanism
Operating mechanisms shall be provided with mechanical or electrical devices which close and open the three
phases of the HES simultaneously. The mechanisms shall be fitted with electrical motors and shall be suitable
for Local/Remote and Manual/Automatic operation.
For maintenance and emergency situations manual operation shall be possible. Levers or hand cranks shall
be provided. Manual operation shall be prevented if the interlocking system does not allow the operation of the
HES. The auxiliary voltage shall be disconnected from the motor when the HES are operated manually.
The mechanisms shall be suitable for locking in the open and closed position.
Electronic drive control or adequate auxiliary switches for HES position monitoring shall be provided.

5.3.6 Current Transformers


(1) General
The GIS current transformers (CT) shall comply with the following general requirements and the relevant IEC
Standards.
CT shall be of the single-phase, multi core, SF6 gas insulated type suitable for installation as integral part of
the GIS, accommodated in gas insulated independent compartments.
CT with the ring type secondary windings arranged around the GIS enclosure are also acceptable. The
windings for this alternative shall be insulated and mechanically protected by moulded epoxy resin. The busbar
flanges at either side of the CT installation shall be insulated to interrupt the return current induced in the
busbar enclosure. This isolated busbar portion shall be bridged by braided conductors to ensure electrical
continuity.
Separate CT cores shall be used for measuring and protection. For protection cores, class 5P20 is generally
acceptable and considered as the minimum requirement. The final selection of the type and ratings shall be
based on approved short-circuit/stability/CT calculations for the protection schemes.
CT with multiple ratio secondary windings shall be clearly designated with the terminal connection required for
each ratio. They shall be clearly indicated on the appropriate diagrams and drawings.
For outgoing feeders the Contractor shall make sure that the CT characteristics match the data of the remote
end of the relevant feeder.
CT primary injection tests shall be possible on the fully assembled switchgear. Testing of the CT during the
service life of the switchgear shall be possible without interruption of the adjacent circuit.

(2) Main Characteristics


- Nominal system voltage kV 220
- Rated voltage kV 245
- Rated frequency Hz 50
- Rated power frequency withstand voltages kV 460
- Rated lightning impulse withstand voltage kV peak 1,050
- Rated switching impulse withstand voltage kV peak 850
- Rated short time withstand current (3 s) kA rms 40
- Core number per phase: No. *
- Accuracy:
- Metering core 0.2
- Protection core 5P20
- Ratings:
- Winding ratio A *
- Rated current A 2,000

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Rated burden VA *
Note: * According to actual requirements

(3) Revenue metering


The CT cores for revenue metering shall be calibrated for the specified accuracy. An accuracy test shall be
carried out and documented accordingly.

5.3.7 Voltage Transformers


(1) General
The GIS voltage transformers (VT) shall comply with the following general requirements and the relevant IEC
Standards.
The VT shall be of the single-phase SF6 gas insulated, electromagnetic type and accommodated in metal
enclosures suitable for the installation as integral part of the GIS. The high voltage terminals shall be suitable
for direct connection to the GIS busbars. Separate VT shall be used for measuring and protection purposes.
The VT shall have two secondary windings with accuracy class 0.5 and 3P respectively. The ratings shall be
as per approved VT calculations. The rated voltage factor shall be 1.2 continuous and 1.9 for 30 s.
The VT shall include suitable means for preventing ferro-resonance.
The secondary leads shall be connected to terminals in a terminal box mounted on the VT enclosure. The
secondary circuits shall be provided with monitored MCB installed in the LCC.

(2) Main Characteristics


- Nominal voltage kV 220
- Rated voltage kV 245
- Rated frequency Hz 50
- Rated lightning impulse withstand voltage kV peak 1,050
- Rated switching impulse withstand voltage kV peak 850
- Rated power frequency withstand voltage:
- Primary winding kV 460
- Secondary winding kV 3
- Primary winding kV 245/3
- Secondary windings V 110/3
- Tap at the secondary windings (if required) V 110/3
- Core number per phase: No. *
- Accuracy:
- Metering winding 0.5
- Protection winding 0.5+3P
- Rated burden VA *

Note: * According to actual requirements

(3) Revenue metering


The VT cores for revenue metering shall be calibrated for the specified accuracy. An accuracy test shall be
carried out and documented accordingly.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

5.3.8 Surge Arresters


(1) General
The GIS surge arresters (SA) shall comply with the following general requirements and the relevant IEC
Standards.
The SA shall be of the metal-oxide, gapless type enclosed in gas insulated compartments.
The SA shall incorporate pressure relief devices to prevent shattering of the blocks/or housing, following
prolonged current flow or internal flashover. The SA shall be designed to ensure satisfactory operation under
the prevailing site and system operating conditions.
The SA shall safely drain the dynamic currents caused by impulse waves and shall withstand sudden voltage
variations in the network.
Surge counters shall be provided for each SA pole, located in positions convenient for inspection. Surge
counters shall be of the electro-mechanical type actuated by the discharge current passing through the SA.
The metal housing of the SA shall be connected to the metal enclosure of the GIS with bolted joints so that the
SA housing is earthed through the GIS enclosure.
Special covers shall be provided to enable the pressurising and dielectric testing of the GIS after removal of
the SA.
The definite location and characteristics of the SA shall be based on the approved insulation coordination and
overvoltage studies.

(2) Main Characteristics


- Nominal voltage kV 220
- Rated voltage kV 245
- Rated frequency Hz 50
- Rated lightning impulse withstand voltage kV peak 1,050
- Rated power frequency withstand voltage kV rms 460
- Rated voltage kV rms 198
- Maximum continuous operating voltage kV rms 156
- TOV capability:
- 1s kV rms 225
- 10 s kV rms 213
- Nominal discharge current kA peak 20
- Creepage distance mm/kV 35

5.3.9 HV - Connections
(1) General
The HV connections between the GIS and the MT shall be carried out with single core XLPE type cables.
The design of the cable termination modules shall comply with the requirements of the related cable sealing
ends provided with the cables. The limit of work shall be following the IEC Standard interface definition.
The HV connections between the GIS and the Take-off-Yard/Transmission Line (TOY and TL) shall be carried
out with single core XLPE type cables.
Easy accessible, removable links and provisions for fitting the test bushing/termination shall be included to
enable the individual HV testing of the MT, the cables and the GIS.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(2) MT connections
The main transformers shall be connected to the GIS feeder bays by single core, XLPE type cable systems.
The routing of the cables is shown on the tender layout drawings.
The GIS MT feeder bays shall be equipped with:
- Surge arresters
- SF6 insulated cable termination modules
- Removable test links.

(3) Transmission line connection – Take-off Yard


The GIS TL feeder bays shall comprise the following:
- Removable test links
- SF6 insulated cable termination modules
- Surge arresters (as per insulation coordination requirements)

(4) Interface Definition


The Contractor shall co-ordinate the interfaces between the GIS, the HV cable systems, the MT and the
transmission lines.

5.3.10 Take off-Yard (TOY)


(1) General
The 220 kV Double Circuit TL UTK-KHIMTI shall terminate at the TOY1 (in) & TOY2 (out), respectively. Four
HV cable systems shall connect TOY1 & TOY2 to the GIS feeder bays. The TOY1&2 shall be arranged
adjacent to the CVT portal on the concrete platforms provided by the civil contractor. TOY1&2 will be connected
to the CVT by a cable gallery.
The layout and the cable routing are shown on the Tender Drawings.
(2) Transmission line connections – Take-off Yard
The TOY1&2 installations shall comprise the following:
- Outdoor cable sealing ends; reference is made in Chapter 6
- Window type CT
- Disconnecting and earthing switch
- Surge arresters with surge counter
- Take-off gantry and supporting structures, made of galvanised steel; heights shall be coordinated
with the dead-end towers
- Termination with the transmission line conductors
- Termination of OPGW to termination box and Optical Distribution Frame (ODF)
- LCC kiosk to accommodate auxiliary power supply and control equipment.
The outdoor equipment shall be the standard product of a reputed manufacturer, appropriate for the severe
environmental site conditions.

5.3.11 Local Control Cubicles


(1) General
Each GIS bay shall be equipped with a Local Control Cubicle (LCC) installed opposite to the related bay. The
LCC shall include the programmable microprocessor-based bay control unit (BCU) with display/HMI, digital
and analogue terminals, key selector switches, interface switches for communication with other LCC and the
CCS, redundant DC auxiliary supply units with MCB for each circuit, auxiliary contactors, relays and terminal
blocks.
Based on the detailed design and the adopted technology, protection devices may be accommodated in the
LCC.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The LCC system shall control all bay related functions, like command sequences, bay switch control and
interlocking, data acquisition, signal processing and command outputs for the corresponding bays.
The BCU shall incorporate an HMI with touch screen for local control, graphic display, alarm, event and
measurement display.

(2) Interlocking
The switchgear shall be interlocked to guarantee safe operation and to avoid any hazards to personnel or
equipment.
Each operation command shall be checked by a free programmable interlocking logic. If the command is
authorised it shall be executed, otherwise it shall be rejected, and a message sent to the BCU and the CCS.
The interlocking shall be programmed with due consideration of the requirements of the individual bay and the
complete GIS assembly.
The scheme shall consider the status of busbar disconnecting switches, bus coupler and bus earthing
switches, etc. located in other bays. The information shall be transferred to the corresponding BCU by fibre-
optic inter-bay bus. Hardwired interlocking schemes will not be accepted.
The Contractor shall present his proven interlocking concept by means of interlocking lists and logic diagrams,
subject to approval.

(3) Control Features


The following devices and control features shall be available in the LCC:
- Control of all switching devices
- Synchro-check relays in CB control circuits
- Pole discrepancy monitoring
- Blocking of mal-operations
- Position monitoring of all switching devices
- Operation counting for all switching devices
- Monitoring of gas density
- Monitoring of auxiliary supply voltages
- Alarm and event display
- Graphic display of:
- Single line diagrams with actual status of switching devices
- Schematic diagram of the gas system with densities
- Alarms and events
- Push buttons for CB On/Off and Emergency Off control.

(4) Measurement
MT and TL LCC shall be equipped with Numerical Multifunction Instruments.
Redundant revenue metering shall be installed in the following LCC:
- TL 1 & 2 incoming
- Generator/MT 1, 2 & 3 outgoing
- TL 1 & 2 outgoing
The revenue meters, CTs and VTs shall be in full compliance with the NEA regulations and the Power
Purchase Agreement.
The following measured or calculated values shall be displayed on the screen:
- Voltage
- Current
- Frequency

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Power factor
- Active and reactive power
- Active and reactive energy
It shall be possible to set upper and lower limits; an alarm shall be given in case the limits are exceeded.
The measurements collected by the bay data processing unit shall be transferred cyclically or on change to
the CCS.

(5) Signalling
The BCU shall feature an integrated human machine interface (HMI), which shall support quick and clear
reading of the status of the switchgear and the general alarm conditions. The HMI shall feature a touch-screen
of appropriate size.
It shall be possible to retrieve a menu with bay related error messages and events; both the internal ones from
the BCU self-supervision and the external one’s from the switchgear supervision. The list shall be in sequence
of occurrence.
The BCU shall provide clear and easy accessible information on the general operation condition of the BCU
itself and the switchgear of the bay.

(6) Supervision
The BCU shall provide permanent and comprehensive self-supervision of its hard - and software. Any fault
shall be reported immediately with time of occurrence, location and possible nature of the fault.
The BCU shall have fault tolerance functions with self healing properties.
Furthermore, the BCU shall continuously supervise the process interfaces and the GIS. There shall be
immediate signalling of any faults.
The BCU shall include run-time supervision for all switching commands with free programmable time
characteristics. If the time is exceeded without the switching device reaching the defined position, the
command shall be reset, and an error message indicated, locally and in the CCS.
(7) Interfaces
The BCU shall have serial bus-interfaces for the connection of the redundant CCS process and inter-bay bus.
The bus systems shall work with standard communication protocols in accordance with the IEC Standards.

(8) Control cubicle layout


The LCC shall be freestanding sheet metal cubicles of standard design.
The BCU shall be mounted in the LCC at convenient working height. A key-operated Local/Remote selector
switch shall be installed beside the BCU or as integral part of it.
An alarm lamp with acknowledgement push button shall be arranged in the top section of the LCC. Any fault
shall actuate this lamp.
The front door shall be lockable and shall be fitted with a window providing a clear view of the interior, especially
of the screen.
The connections between the LCC and the GIS bay shall be carried out with fibre-optic bus and/or
prefabricated multi-core cables with plug terminations at both ends.
Adequate space shall be allocated for the installation of the POW controllers and protection devices.
Special attention shall be drawn to the surge protection and the electromagnetic compatibility of the equipment.
DC auxiliary supply modules, fed by redundant sources, shall be provided.

5.3.12 PD Monitoring System


To detect insulation faults which may damage the GIS, the equipment shall be continuously monitored by an
online partial discharge detection and monitoring system. A detailed proposal shall be submitted by the
Tenderer.
The gas compartments shall be equipped with PD sensors, appropriately positioned inside the metal
enclosures.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The PD analysing system shall submit all relevant information to the CCS.

5.4 SPARE PARTS, SPECIAL TOOLS AND APPLIANCES


5.4.1 General Spare Parts
Reference is made to the General Technical Specifications.

5.4.2 Special Spare Parts


The following special spare parts shall be quoted by the Tenderer and included in the total tender price:
• One complete CB interrupter unit with operating mechanism
• Two closing coils
• Two tripping coils
• One complete DS/ES with operating mechanism
• One complete HES with operating mechanism
• One CT of each type
• One VT of each type
• One SF6 Surge arrester
• One SF6/Air bushing
• Two sets of CB main and auxiliary contacts
• Two sets of DS/ES main and auxiliary contacts
• Two sets of HES main and auxiliary contacts of each type
• Five supporting and barrier insulators of each type
• Three sets of SF6 gaskets/O-rings of each type
• Two driving motors of each type
• Ten filters of each type
• Five sets of bursting discs with accessories
• Five gas density monitoring devices of each type.
TOY
• One outdoor DS/ES
• One motor drive for DS/ES
• One set of contacts for DS/ES
• Three CTs
• One SA with surge counter
• One set of insulators.

5.4.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payement Schedule Section VII but not
included in the total price.
5.4.4 Tools and Appliances
• Two gas leakage detectors
• One dew point measuring set
• One gas analyser
• One standard digital pressure gauge

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
• One density measuring device
• One gas handling unit with a complete set of accessories (gas tank, cylinder rack, replenishing
fittings, etc.)
• One set of special lifting and handling appliances required for normal operation
• One set of special tools for operation, maintenance and overhauling
• One set of protection appliances for OM personnel.

5.4.5 GIS Bridge Crane


To facilitate erection and maintenance of the GIS, the plant room shall be equipped with a bridge crane of
adequate span, lifting height and lifting capacity.
The crane shall consist of a bridge, crane travel and lifting mechanism. The lifting and crane travel mechanism
shall be electrically driven. All crane mechanisms shall be controlled from the floor by means of a remote-
control station. The crane track shall be made of H-beams and fixed to the ceiling or to track support brackets.
The details shall be coordinated with the civil contractor.

5.4.6 Electric – Hydraulic Work Platform


To provide access to all GIS components for inspection, maintenance and repair a battery powered hydraulic
work platform (so called cherry picker) shall be provided.
The work platform shall comprise a battery powered undercarriage, battery charging station, an appropriate
boom with platform/basket and wireless control gear.
The equipment shall be the standard product of a competent manufacturer, certified by the relevant authorities.

5.4.7 Transport
Electronic transport monitoring devices of an approved type (impact recorders with electronic data storage),
capable of recording the maximum horizontal and vertical impacts shall be rigidly attached to each GIS
shipping unit.
It shall be ensured that the recorders are sealed and reliably working during the entire period of loading,
unloading and shipment and that correct data will be obtained after breaking the seal.
A user manual for the equipment and instructions for the interpretation of recorded data shall be provided prior
to shipment.

5.5 WORKSHOP TESTS


5.5.1 General
The Contractor shall have established a comprehensive and effective quality control (QC) system applicable
to all groups of companies for engineering, design, manufacturing and installation in close relation to QC
standard ISO 9001, representing the highest level of quality control system.
The equipment shall be designed, manufactured and assembled according to IEC and ISO Standards. All
manufacturing phases of the main equipment shall be carried out under the guidelines and control of a standard
inspection plan.
The Tenderer shall confirm the application of a certified QC system.

5.5.2 Type Tests


All equipment proposed according to this specification shall be type tested at typical units in accordance with
the relevant IEC Standards. Type test certificates shall be submitted with the Tender.
The following type tests shall have been performed:
(1) Continuous current carrying, and temperature rise test

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(2) Current path resistance measurement
(3) Making and breaking capability test
(4) Short-time current test and peak current test
(5) Rated withstand voltage tests:
- Power frequency
- Lightning impulse
- Switching impulse.
(6) Rated withstand voltage tests across open contacts:
- Power frequency
- Lightning impulse
- Switching impulse.
(7) Partial discharge test
(8) EMC test
(9) Radio interference test
(10) Test to prove the protection class
(11) Mechanical endurance test
(12) Pressure tests, strength of enclosures.

5.5.3 Routine Production Tests


Production tests shall be made either during component assembly, and/or on the complete shipping unit
assembly. Test reports shall be supplied within 4 weeks after the tests have been completed.
The following routine tests shall be performed on each unit:
(1) Pressure test
Pressure tests shall be performed on all individual enclosures.
(2) Gas leakage test
Gas leakage tests shall be performed on all modules after assembly.
(3) Circuit breakers
• Mechanical operation tests
(I) Operation with specified minimum and maximum control voltage; visual checks of closing and
opening operations (five each).
(II) Time test for "C","CO" and "O-CO” Measurement of closing and opening time. The measurement
shall be carried out at rated stored operating energy and at minimum stored operating energy (at
CO block).
(III) Operating test of magnetic release: Visual check of magnetic release at minimum supply voltage
(70% of rated voltage).
(IV) Operating test of pump motor/spring charge motor: Visual check of motors at minimum supply
voltage (85% of rated voltage).
(V) Hydraulic leak test: Visual check of hydraulic system.
• Resistance measurement of the main circuit: The measurement per phase shall be carried out with
a current of  200 A DC.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
• Check of auxiliary and control circuits: Power frequency withstand test on control and auxiliary
circuits. The test voltage shall be 2,000 V for 1 min.

(4) Disconnecting and earthing switches


• Mechanical operating tests
- Visual check of fifty operating cycles at rated supply voltage
- Visual check of ten operating cycles at specified maximum voltage
- Visual check of ten operating cycles at specified minimum voltage

• Resistance measurement of the main circuit: The measurement per phase shall be carried out with
a current of  200 A DC.
• Check of auxiliary and control circuits: Power frequency withstand test on control and auxiliary
circuits. The test voltage shall be 2,000 V for 1 min.
(5) Current transformers
- Power frequency withstand tests on secondary windings
- Power frequency withstand tests between windings
- Power-frequency withstand voltage test on primary winding and measurement of partial discharges
- Induced overvoltage withstand test
- Accuracy test
- Verification of terminal markings
(6) Voltage transformers
- Power frequency withstand tests on secondary windings
- Power frequency withstand tests between windings
- Measurement of partial discharges (150% of rated max. phase voltage)
- Accuracy test
- Verification of terminal markings
(7) Surge arresters
- Residual voltage tests (discharge voltage)
- Reference voltage measurement
- Tightness test
- Steady PD measurement
- Power loss and grading current measurement.
(8) Tests on transport units
- GIS modules or components shall be assembled in the factory to transport units. The size of the
transport units shall be as large as practical for shipment to the site and handling during installation.
Dielectric tests of assembly units without support or barrier insulators are not necessary.
The following tests shall be carried out on each transport unit:
- Power frequency withstand voltage test of the main circuit: The test voltage shall be in accordance
with IEC Standards. For these tests, all gas compartments shall be filled with SF6 gas at minimum

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
operation pressure
- Partial discharge measurement
- Resistance measurement of the main circuit, carried out for each phase with a current of  200 A DC.
The measured value shall not exceed the calculated figure of the maximum voltage drop of the single
modules and the connection units
- Gas leakage test: The test units shall be filled at rated SF6 pressure and all flanges, bolted joints
and gas fittings shall be checked with a gas leakage detector.
(9) Control and protection system
The tests of the equipment shall be in accordance with QC plan and the relevant IEC Standards.
The tests shall mainly include the following:
- Factory assembly tests according to the manufacturers QC plan
- Factory Routine Tests according to the IEC Standards
- Factory Acceptance Test - System tests prior to delivery according to the FAT procedures.

(10) Factory Acceptance Tests


In addition to the routine tests described above, Factory Acceptance Tests (FAT) shall be carried out on one
representative feeder bay or other selected equipment. These tests shall be performed in the presence of the
Employer/Engineer:
- Visual check of the material according to layout drawings
- Power frequency withstand voltage test of the main circuit: The tests shall be carried out with 100%
of the AC test voltage for 1 min
- Partial discharge measurement
- Resistance measuring of the main circuit
- Dielectric test of auxiliary and control circuits (random test on selected equipment)
- Check of all nameplate data
- Mechanical operation tests:
- CB (electrical operation)
- DS/ES/HES (electrical and manual operation)
- Gas leakage test of selected shipping units
- Visual inspection, dielectric and functional tests of one selected LCC
- Preparation of the test report.

Optional:
The FAT of one completely assembled MT feeder bay shall be quoted optionally.

5.6 SITE TESTS


The completely installed GIS assembly and the TOY shall be tested in compliance with the QC plan, the
relevant IEC Standards and the requirements specified in the following.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Test results and test conditions like ambient temperature, gas pressure, dew point etc. shall be documented
and the results compared with the relevant test instructions and factory test reports. A final site test report shall
be submitted to the Employer/Engineer within 4 weeks after the tests have been concluded.

5.6.1 Inspections, Verifications and Tests

(1) Visual Inspections and Verifications


The following shall be inspected and verified:
- Conformity of the assembly with the manufacturer's drawings and instructions
- Tightening of all pipe joints, bolts and terminal connections
- Wiring check of all control circuits, CT and VT circuits
- Primary injection tests
- Dielectric test of all control circuits
- Functional tests of interlocking systems
- Correct function of the control, measuring and protection equipment, cubicle space heater and
lighting
- Testing of GIS earthing system
- Check of density monitoring devices
- Check of rated values of SF6 gas pressure and density
- Auxiliary supply voltages
- Mechanical operation tests of CB, DS, ES, HES:
- O-CO operation, 10 times.
- At maximum control voltage: O-CO operation, 3 times
- At minimum control voltage: O-CO operation, 3 times
2) SF6 Gas Leakage Test
The following parts shall be checked with an SF6 gas leakage detector:

- Each flange connection installed at site


- Each gas coupling
- Each bursting disc.

(3) DC Resistance Measurement of the Main Circuits


The measurements shall be carried out per phase at defined measuring points with a current of  200 A DC.
The values shall be recorded and compared with the results of the factory routine tests.

(4) Measurement of Moisture Content


The moisture test (dew point measuring) shall be made on > 10% of the SF6 gas compartments approx. 3 to
4 weeks after gas filling. The moisture content shall be within the specified limits.

(5) Power Frequency Withstand Voltage Test and PD Measurement


After concluding the installation of the GIS assembly and filling with SF6 gas at rated density, the GIS shall be
tested at 80% of the specified test voltage and the PD measured.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The test duration shall be 1 min. During these tests, the high voltage connections like overhead lines, HV
cables and transformer connections shall be disconnected. These tests shall be performed by means of special
HV testing equipment connected to the GIS.
The special testing equipment and test adapters shall be supplied by the manufacturer. Each test switching
condition and the connection point of the test transformer shall be documented in a copy of the single line
diagram.

5.6.2 Functional Test of the GIS, Control and Protection Systems

All equipment shall be tested for correct and reliable operation according to the QC plan, the documents and
the IEC Standards. Trip and alarm testing shall be carried out by simulating the actual fault and alarm
conditions. All tests shall be carried out in close cooperation with the related systems, such as auxiliary supply
systems, protection and CCS.

5.6.3 TOY Site Tests


All equipment shall be tested for correct and reliable operation according to the QC plan, the documents and
the IEC Standards. The following tests shall be carried out:

- Visual inspection
- Measurement of insulation resistance
- Power frequency withstand voltage test
- Dielectric test of all control circuits
- Function and operation tests of all switching devices
- Testing of control, protection, measuring and interlocking circuits
- Primary injection test.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 5-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 6: 220 KV CABLE SYSTEM

Table of Contents

6. 220 KV CABLE SYSTEMS ...................................................................................................... 1

6.1 SCOPE OF WORK ............................................................................................................................ 1


6.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
6.2.1 General Requirements............................................................................................................... 1
6.2.2 Main Characteristics .................................................................................................................. 1
6.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 2
6.3.1 XLPE Cables ............................................................................................................................. 2
6.3.2 Cable Sealing Ends ................................................................................................................... 3
6.3.3 Accessories ............................................................................................................................... 4
6.3.4 Cable Installation ....................................................................................................................... 4
6.4 SPARE PARTS.................................................................................................................................. 4
6.4.1 General Spare Parts .................................................................................................................. 4
6.4.2 Special Spare Parts ................................................................................................................... 4
6.4.3 Recommended Spares .............................................................................................................. 4
6.5 WORKSHOP TESTS ......................................................................................................................... 4
6.5.1 Routine tests .............................................................................................................................. 5
6.5.2 Sample tests .............................................................................................................................. 5
6.6 SITE TESTS ...................................................................................................................................... 5

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 6-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

6. 220 KV CABLE SYSTEMS


6.1 SCOPE OF WORK

The connection of the MT with the GIS MT feeder bays, as well as the connection of the GIS TL feeder bays
with the TOY/TL, shall be carried out with 220 kV XLPE type single-core cable systems.
The routing of the cables is shown on the Tender Drawings.
The scope of work shall comprise the following:
• Three sets of three-phase cable systems between the MT and the GIS MT feeder bays
• Three sets of GIS cable sealing ends
• Three sets of transformer cable sealing ends
• Four sets of three-phase cable systems between the GIS TL feeder bays and the TOY1&2
• Four sets of GIS cable sealing ends
• Four sets of outdoor cable sealing ends for the TOY
• Seven sets of the related auxiliary plants to provide complete, ready for service installations
• One set of special spare parts.

6.2 PRINCIPAL DESIGN FEATURES


6.2.1 General Requirements

(1) The 220 kV cables and accessories shall be the standard product of a reputed manufacturer with a
proven track record. The construction of the cables shall be in compliance with the specified
requirements and the related ICEA and IEC Standards.
(2) The single core, XLPE insulated cables shall be longitudinal and radial watertight, suitable for
installation in air, ground, on cable trays and ladders, and in cable ducts and pipes.
(3) The maximum continuous current carrying capacity of each cable system shall be based on the
maximum loading at site conditions. The resulting load reduction factors are subject to approval.
The conductor cross-sections shall be adequate to carry the fault currents at specified conditions
without deterioration of the dielectric properties.
(4) The maximum admissible conductor temperatures for continuous and transient fault conditions
shall be as follows:
- For PVC insulation C 70/160
- For XLPE insulation C 90/250

6.2.2 Main Characteristics

The equipment shall have the following main characteristics:


- Type designation 2XS(FL)2Y
- Nominal system voltage kV 220
- Rated voltage kV 245
- Rated frequency Hz 50
- Rated power frequency withstand voltage kV 460

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 6-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Rated lightning impulse withstand voltage kV peak 1,050
- Rated switching impulse withstand voltage kV peak 850
- Rated continuous capacity per system:
- Link between MT and GIS MVA 44
- Link between GIS and TOY MVA 540/660
- Rated short-time withstand current (1 s) kA rms 40
- Rated peak withstand current kA peak 100
- Conductor material Copper
- Conductor cross section By Tenderer
- Insulation material XLPE
- Maximum conductor temperature:
- At rated conditions °C 90
- During short circuit 1 s °C 250

6.3 DESIGN AND CONSTRUCTION REQUIREMENTS


6.3.1 XLPE Cables

The construction of the cables shall generally consider the following:

(1) Conductor, conductor shielding


The circular shaped conductor shall be made of annealed, round copper strands of high electrical
conductivity.
The conductor shielding shall consist of a semi-conductive layer directly extruded on the bare conductor
shielding. This shielding shall be uniform without voids and completely bonded to the inner surface of the
insulation.

(2) Insulation, insulation shielding


The cable insulation shall be of dry cured, cross-linked polyethylene (XLPE).
The average insulation thickness shall not be less than the values specified in the ICEA Standard.
The minimum thickness shall not be less than 90% of the above values.
The conductor insulation with the inner and outer shielding shall be extruded in one process to achieve
optimum bonding between the different layers.

(3) Metallic screen, watertight embedding


Over the insulation shielding a copper screen shall be applied, embedded in swelling material which expands
when in contact with water, thus preventing the longitudinal propagation of water.
The cross section of the copper screen shall suit the short circuit conditions.

(4) Aluminium tape, outer sheath


For mechanical protection the cable shall be provided with an outer sheath consisting of an aluminium tape
layer firmly bonding with the polyethylene (PE) sheath extruded over it.
The aluminium tape layer shall prevent any penetration of water or radial vapour diffusion.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 6-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The PE of the outer cable sheath shall be heat stabilised, flame retardant, vermin and rodent proof.
The average thickness of the sheath shall not be less than the value specified in the ICEA Standards. The
minimum thickness shall not be less than 80% of this value.
The physical properties shall not get affected by immersion into water, exposure to solar radiation, chemicals
or fuels.
All above mentioned materials shall not be toxic or harmful to personnel.

6.3.2 Cable Sealing Ends

(1) General
The cable sealing ends shall be suitable for connecting the cables to the GIS, HV terminals of the MT and to
the transmission line at the TOY.
The cable sealing ends shall have the same electrical characteristics as the cables and shall not limit the
transmission capacity of the cable systems.
Removable links or other means shall be provided to enable the individual testing of the cables, GIS and MT.
Seals shall be perfectly tight to avoid the permeation of different insulation materials.
The limits of work shall be in compliance with the IEC Standard interface definition.
The cable terminations shall be suitable for vertical, horizontal or inclined installation. They shall not be affected
by vibrations caused by the connected equipment.
Dry-type cable sealing ends shall preferably be provided.
Where oil immersed cable sealing ends are used, special attention shall be paid to the convenience of
inspection and maintenance.

(2) Transformer Sealing Ends


For connecting the XLPE cables to the main transformers, transformer sealing ends comprising epoxy
insulators and silicone rubber/elastomer stress cones shall be provided. All fittings and terminations shall be
corrosion proof.
Based on the insulation coordination study it might be necessary to arrange surge arresters beside the
sealing ends.

(3) GIS Sealing Ends


For connecting the XLPE cables to the GIS feeder bays, GIS sealing ends comprising epoxy insulators and
silicone rubber/elastomer stress cones shall be provided. All fittings and terminations shall be corrosion
proof.

(4) Outdoor Sealing Ends


For connecting the GIS with the transmission lines, cable connections shall be included.
For these connections outdoor sealing ends shall be provided. The sealing ends shall be a standard product of
proven design. The insulators shall be of the composite type with self-cleaning properties.
The sealing ends shall be mounted on supporting structures, constructed of galvanized steel. The arrangement
shall be coordinated with the related outdoor HV equipment.
The insulators, supporting structures, and fittings shall be suitable for the ambient site conditions. Fittings and
terminations shall be corrosion-proof.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 6-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6.3.3 Accessories

To provide ready-for-service cable systems the scope of work shall include the necessary supporting, fixing
and installation materials, generally comprising the following:
- Support structures, cable trays and ladders
- Cable clamps for single core and trefoil installation, cable saddles, spacers, made of Al or
fiberglass reinforced polyamide
- Bonding and earthing boxes made of stainless steel, with disconnecting links and surge arresters
- Earthing conductors.

6.3.4 Cable Installation

Generally, the cable routing shall be as shown on the Tender Drawings. The Contractor shall finally select
the most suitable cable routes, coordinated with all other installations.
The installation of the cables shall be in accordance with the installation instructions and approved layout
drawings.
According to the actual requirements, the cable systems shall be arranged in flat or trefoil formation.
The XLPE cables shall be installed with due consideration of the permissible bending radii and pulling forces,
to be specified by the Contractor.
The bonding and earthing principles for the cable systems shall be defined during the detailed design.
For the cable routing and installation, special attention shall be paid to the requirements for fire zones, fire
protection, materials, etc.

6.4 SPARE PARTS


6.4.1 General Spare Parts

Reference is made to the General Technical Specifications.

6.4.2 Special Spare Parts

• One complete MT sealing end


• One complete GIS sealing end
• One complete outdoor sealing end
• One complete straight-through joint and repair kit.

6.4.3 Recommended Spares


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payement Schedule Section VII but not
included in the total price.

6.5 WORKSHOP TESTS

The scope of tests shall be based on the Contractors certified standard QC plan and the relevant IEC
Standards. At least the following tests shall be performed:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 6-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6.5.1 Routine tests

Routine tests shall be carried out on each manufactured cable length.

- Measurement of conductor resistance

- Capacitance test

- AC voltage withstand test

- Partial discharge test

- DC voltage test of outer sheath.


Routine tests shall be carried out on all prefabricated accessories (e.g. insulators, stress cones).

- AC voltage withstand test

- Partial discharge test.

6.5.2 Sample tests

Samples of cables shall be subjected to the following tests:

- Measurement of diameters

- Conductor examination and resistance test

- Measurement of insulation thickness

- Measurement of bedding and outer sheath thickness

- Measurement of metallic sheath thickness

- Hot set test of XLPE insulation

- Cold bending test

- Capacitance and loss angle tests (tan delta)

- Armouring resistance tests

- Lightning impulse voltage test

- AC voltage withstand test

- Water penetration test.

6.6 SITE TESTS

The site tests shall comprise the following:

- Visual inspection of completely installed cable systems

- DC voltage test of outer sheath

- Insulation resistance test

- AC voltage withstand test.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 6-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 7: LV AC AUXILIARY SUPPLY SYSTEMS

Table of Contents

7. LV AC AUXILIARY SUPPLY SYSTEMS.................................................................................. 1

7.1 SCOPE OF WORK ............................................................................................................................ 1


7.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
7.2.1 General Requirements ............................................................................................................... 1
7.2.2 Main Characteristics .................................................................................................................. 2
7.2.3 Feeder Allocation ....................................................................................................................... 2
7.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 3
7.3.1 Main Switchboards, Distribution Boards, MCC .......................................................................... 3
7.3.2 Controls, Interlocks and Alarms ................................................................................................. 4
7.3.3 Air Circuit Breakers .................................................................................................................... 5
7.3.4 Switchgear Components ............................................................................................................ 5
7.3.5 Typical Feeders ......................................................................................................................... 5
7.3.6 LV Busducts ............................................................................................................................... 7
7.4 SPARE PARTS .................................................................................................................................. 7
7.4.1 General Spare Parts .................................................................................................................. 7
7.4.2 Special Spare Parts ................................................................................................................... 7
7.4.3 Recommended Spare Parts ...................................................................................................... 7
7.5 WORKSHOP TESTS ......................................................................................................................... 8
7.5.1 Type Tests ................................................................................................................................. 8
7.5.2 Routine Tests ............................................................................................................................. 8
7.6 SITE TESTS ...................................................................................................................................... 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

7. LV AC AUXILIARY SUPPLY SYSTEMS


7.1 SCOPE OF WORK

The power plant shall be provided with a reliable, easy to operate and maintain AC auxiliary supply system,
consisting of 11 kV switchgear, station service transformers, LV main switchboard, LV distribution boards,
diesel generating unit and LV cable systems. In this Chapter the requirements for the LV switchgear are
specified; the requirements for the other equipment are specified in the relevant Sections.
The scope of work shall comprise the following:
• One 11 kV switchgear, installed in the TVB
• One LV main switchboard for the PC
• Three sets of LV busduct systems
• Three unit MCC
• One unit MCC for the small hydropower unit
• One distribution board for the TC
• One distribution board for the GIS room
• Two distribution boards for E&M workshops
• One distribution board for the TVB
• One distribution board for the OB
• One distribution board for the Valve Chamber
• One distribution board for the Outlet Structure
• One lot of sub-distribution boards
• One lot of related equipment to provide complete, ready for service installations
• One set of special spare parts.

7.2 PRINCIPAL DESIGN FEATURES

7.2.1 General Requirements

(1) The basic system configuration of the AC auxiliary supply system is shown on the single line
diagrams. The system shall be fed by two station service transformers (SST), each rated for 100%
of the total auxiliary load. The SST1&2 shall be connected to the 11 kV generator voltage
switchgear of units 1&2; SST3 shall be connected to the 11 kV switchgear installed in the TVB. The
LV side shall feed the related bus section of the LV main switchboard. A DG unit shall supply the
essential consumers in case of power failure.
(2) The 11 kV switchgear installed in the TVB shall consist of six cubicles arranged and equipped as
shown on the single line diagrams and Tender Layout Drawings. The technical features and
characteristics shall follow the requirements specified in Chapter 3, Generator Voltage Switchgear.
(3) The Contractor shall determine the actual fault levels. The specified fault levels shall be adapted
accordingly and the switchgear selected in accordance with the Contractors standard products.
(4) The nominal current ratings of the switchgear for incoming feeders, tie breakers and outgoing
feeders shall be selected in accordance with the nominal rating of the feeding source or with the
busbar rating of the distribution board to be fed. The current rating of busbars shall be selected in
accordance with the current rating of the relevant incoming feeder or tie breaker whichever rating is

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
higher, considering a maximum temperature rise of 45°C. The neutral and PE bars shall be rated
as the main busbar.
(5) The types of motor starters shall be minimised and selected according to the IEC utilisation
categories, each type suitable for a range of motor ratings.
(6) The derating of the equipment shall be done considering 40°C as rated ambient temperature.
Generally, a safety factor of 1.1 shall be applied for the design of all components.
(7) The switchboards shall be equipped with the necessary number of feeders of type and rating as
per actual requirements. The principle system configuration is shown in the single-line diagrams.

7.2.2 Main Characteristics

- Nominal system voltage V 400/230


- Rated voltage V 690
- Rated insulation voltage V 1,000
- Rated frequency Hz 50
- Rated current A 400 to 2,000
- Power frequency withstand voltage V rms 2,500
- Rated short-time withstand current (1 s) kA rms 40
- Rated peak withstand current kA peak 100
- Installation Indoor
- Protection class IP 42

7.2.3 Feeder Allocation

For defining the number and type of feeders to be provided in the switchboards, the following shall be
considered:
(1) Switchboards and feeders for electrical and mechanical equipment included in this Contract shall
be provided as specified and according to the Contractor’s experience;
(2) The following mechanical equipment shall have Local Control Cubicles, provided by the relevant
manufacturer:
- Cooling water system
- Drainage system
- Dewatering system
- Compressed air system
- HVAC systems
- Fire protection systems
- Potable water system
- Sewage treatment plant

(3) For a.m. LCC feeders shall be provided from the normal and essential busbar of the main
switchboard.
(4) The Hydromechanical Equipment shall have LCC, included in Contract C-1.
(5) The following hydromechanical LCC shall be supplied by the main switchboard:
- Flap gate LCC at the SPW Terminal Structure 25 kW

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
For convenience, the power supply for this area shall be taken from UTK HEP.
- Butterfly valve LCC at the Valve Chamber 25 kW
The VC power supply shall be taken from TVB LV distribution board. The feeder shall
comprise a 400 V cable/overhead line feeder up to the portal of the VC access tunnel and a
cable from the OHL terminal tower to the VC distribution board. The OHL design shall
comply with the NEA Standards.
- Fixed-wheel gate LCC at the Outlet Structure 25 kW
The OS power supply shall be taken from TVB LV distribution board. The cable feeder shall
be routed along the access road.
(6) Normal and essential power supply shall be provided as required.

7.3 DESIGN AND CONSTRUCTION REQUIREMENTS

7.3.1 Main Switchboards, Distribution Boards, MCC

(1) The switchboards shall be of a self-supporting, free-standing, flush-fronted design. They shall be
the standard, type-tested product of a competent manufacturer with a proven track record. As far
as possible the same type of switchgear shall be used in the power plant.
(2) The switchboards shall be equipped with air circuit breakers (ACB), moulded case circuit breakers
(MCCB), miniature circuit breakers (MCB), load break switches (LBS) and motor starters.
Equipment with ratings 400 A and above shall be of the draw-out type provided with appropriate
sliding supports and trucks for handling the switchgear.
Motor starters shall be mounted on draw-out modules fitted with main and control circuit plug
connections.
(3) The individual cubicles shall be divided into compartments fully isolated from each other,
comprising:
- Circuit breaker and motor starter compartment
- Busbar compartment
- Compartment for control and protection devices
- Power and control cable compartment.
Special arrangements shall be made for the connection of the LV busducts coming from the SST.
(4) Any fault occurring in the individual compartments shall be limited to that area, and except for
busbar faults, shall not cause the shut-down of any other equipment. Insulating barriers, bus
supports, moulded covers, etc. shall be of non-hygroscopic, non-inflammable synthetic resin or
other approved material. Pressure relief devices shall ensure that over pressures occurring during
switching operations do not cause any destruction or deformation of the switchgear.
(5) The busbar systems shall consist of 3 phases (L1/L2/L3), neutral (N) and protective earth (PE).
The busbars shall be made of fully insulated copper bars, arranged horizontally or vertically. All
busbar connections shall be silver plated, adequately bolted and shrouded with insulation
materials.
(6) Shutters shall be provided which automatically cover bus bars, cable terminations and contacts
whenever withdrawable units are removed; IP 30 shall be maintained.
The safety shutters shall be automatically opened and closed by action of the withdrawable unit. A
positive drive to the shutters shall be provided in both directions. They shall be lockable in the
closed position.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(7) Cable access shall be possible from top or bottom. The connection of control cables to each
compartment shall be carried out with terminals or reliable plug-socket combinations positively
fixed by springs or screws.
Power cables shall be terminated to terminal blocks or to adequately support auxiliary busbars
provided with the ACB, MCCB, etc. to avoid any stress transfer from the cable to the switchgear.
No external cable connection boxes shall be permitted.
(8) The switchboards shall be equipped with all necessary power and control elements such as circuit
breakers, motor starters, auxiliary switches, contactors, devices for indication, protection, metering,
control and interlocking. Manual control elements and local instruments shall be arranged in the
lockable front doors.
(9) Power supply for important switchboards and MCC shall comprise two incoming feeders with
automatic transfer devices, connected to the normal and essential busbar.
The DC auxiliary supply circuits required in the various locations may be mounted in the related AC
switchboards, suitably segregated from the AC circuits.

7.3.2 Controls, Interlocks and Alarms

(1) The switchboards shall comprise hard-and software for the realisation of the electrical interlocks,
auto-transfer and manual ON/OFF operations for incoming feeders and tie breakers. Station or
cubicle process units with CCS interface shall be provided. The equipment shall be installed in the
relevant switchboard compartment.
For motor starters, defined ON/OFF signals comprising all necessary process interlocks shall be
received from the CCS or from the programmable, self contained station/cubicle control units and
interposing relays.
(2) The basic interlocking and control functions shall be as follows:
- All incoming feeders of a distribution board or a section of such board shall be mechanically or
electrically interlocked against each other or against the tie breaker, so that each distribution board
or section can be fed by one power source only.
- Paralleling of two feeders or bus sections of the same switchboard, which are fed from the same
power source shall be possible for a few seconds. In such case, one of the two feeder breakers or
the tie breaker shall subsequently be switched off (manual operation) or the circuit breaker which
had not finally carried out parallel operation shall trip after a preset period (automatic operation).
- Wherever dual power supply to a switchboard is provided, arrangements shall be made that at
voltage failure detected by the busbar voltage monitoring relay (27) the standby power source will
automatically be connected in the shortest possible time unless the reason for the power loss was
overcurrent.
Such auto-transfer function may also be initiated manually in which case break before make
operation of the concerned circuit breakers is required if the switchboard is fed from different power
sources. Hence, each breaker combination shall be equipped with a key operated selector switch
MANUAL/AUTO/OFF.
- At loss of the busbar voltage detected by the voltage monitoring relay (27), a trip signal shall be
given to the feeder circuit breaker originally in service. Such signal shall not prevent auto-
changeover to a standby power source.
(3) All draw-out units shall be provided with electrical and mechanical interlocks to prevent incorrect
operation and to provide safety for the operation personnel. External interlocks specified for
operational reasons shall be considered.
Opening of cubicle doors and covers shall only be possible after disconnecting of the supply to
exposed live parts.
(4) Control circuits shall be protected with MCB and separated for trip, alarm and signalisation circuits.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(5) All alarms relevant to a feeder shall be displayed at the individual panel/ compartment. The alarms
of the entire switchgear shall initiate a group alarm displayed on the common local alarm tableau
provided with lamp test facilities or with an alarm lamp provided at the upper part of the
switchboard front panel. The following group alarms shall be provided:
- CB trip
- Electrical protection alarm/trip
- Control voltage failure
- Bus voltage ON/OFF.

7.3.3 Air Circuit Breakers

(1) The air circuit breakers (ACB) shall be of the withdrawable type, equipped with adjustable
electromagnetic instantaneous and thermal overcurrent protection. Alternatively, the Contractor
shall propose solid-state protection devices with CT. The overcurrent trip shall consist of two
independent systems with adjustable pick-up current and time.
(2) The following standard features shall be provided:
- Safety shutter for primary contacts
- Locking device
- Test jumpers to allow OC test on the removed breaker
- Anti-pumping control with OFF preference
- Trip coil supervision
- Operation counter
- Auxiliary switches for position/trip indication
- Operation/Service truck.

7.3.4 Switchgear Components

Reference is made to the GTS regarding the following components:


- MCCB
- MCB
- Contactors and thermal overcurrent release
- Motor starters
- Switchboard control elements
- Local push button stations
- Small wiring.

7.3.5 Typical Feeders

The switchboard configurations shall be based on the single line diagrams. The number, type and rating of
the feeders shall be in accordance with the actual requirements.
The typical feeders shall be equipped as follows:
(1) Incoming feeders for main switchboards with ratings according to actual requirements, comprising
the following equipment:
- One ACB for electrical local/remote control

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Three CT
- Three VT
- One numerical multifunction instrument
- One measuring transducer
- One set of control and protection devices
- Interface to the CCS.

(2) Tie breakers with ratings according to actual requirements, comprising the following equipment:
- One ACB for electrical local/remote control
- One set of control and protection devices
- Interface to the CCS.

(3) Incoming feeders for distribution boards and MCC with ratings according to actual requirements,
comprising the following equipment:
- One ACB/MCCB for electrical local/remote control for normal and essential feeder
- One automatic transfer device
- Three CT
- Three VT
- One numerical multifunction instrument
- One measuring transducer
- One set of control and protection devices
- Interface to the CCS.

(4) Outgoing feeders, with ratings according to actual requirements, comprising the following
equipment:
- One MCCB for manual control
- Indicating lamps - On, Off, Trip
.
(5) Motor starters with ratings according to IEC utilisation categories and actual requirements,
comprising the following equipment:
- One MCCB for manual operation
- One power contactor and reverse power contactor, as applicable
- One soft starter (SFC), as applicable
- One adjustable thermal overload (49) and phase failure protection (46), thermal overcurrent
release, as applicable
- One current transformer, one ammeter and one current transducer, as applicable
- One set of control devices
- Interface to the CCS.
Note: As appropriate and required motor starters shall be fitted with frequency converters.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7.3.6 LV Busducts

(1) The connections between the station service transformer LV terminals and the Main Switchboard
incoming feeders shall be carried out with busducts
(2) The constructions of the LV busducts shall safely withstand the thermal and dynamic stresses
under normal operation and fault conditions. Provisions shall be made for thermal expansion of
conductors and enclosures;
(3) The LV busducts shall be the standard product of a well reputed manufacturer. The busducts shall
be of the self-supporting type with Al or Cu conductors. Phase conductors shall be fully enclosed in
fire resistant, self extinguishing insulation material of approved insulation class;
(4) Bolts, nuts and washers at bolted joints shall be of heat resistant material suitably fixed and not
getting loose under thermal stresses. All bolted joints shall be tinned or silver plated;
(5) Metal enclosure shall be of Al with protection class IP 42, suitable for indoor installation.

7.4 SPARE PARTS

7.4.1 General Spare Parts


Reference is made to the General Technical Specifications.

7.4.2 Special Spare Parts

• One ACB of each type


• One lot of wear and tear parts for each type of ACB
• One motor drive for each type of ACB
• One automatic transfer device for incoming feeders
• Two MCCB of each type
• Five MCB of each type
• Two complete motor feeders of each type mounted on draw-out modules
• Two power contactors of each type
• Five sets of replacement contacts for power contactors of each type
• Two power contactor coils of each type
• Two overcurrent release devices for power contactors of each type
• One CT of each type
• One numerical multifunction instrument of each type
• One protection relay of each type.

7.4.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7.5 WORKSHOP TESTS

7.5.1 Type Tests

If acceptable type test certificates cannot be provided, the following type tests shall be carried out:
- Tests to verify the mechanical protection class
- Tests to verify the switchboard thermal and short-circuit capability according to the IEC Standards.

7.5.2 Routine Tests

- Measurement of insulation resistance


- Applied power frequency high voltage test
- Check of control functions and interlocks
- Loop test of instrument/control/alarm circuits
- Test of relay functions.

7.6 SITE TESTS

- Visual inspection of the completed installations


- Measurement of insulation resistance
- Test of control functions and interlocks
- Loop check of instrument/control/alarm circuits
- Test of protection relay functions with actual settings.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 7-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 8: AUXILIARY TRANSFORMERS


Table of Contents

8. AUXILIARY TRANSFORMERS ...............................................................................................1

8.1 SCOPE OF WORK .............................................................................................................................1


8.2 PRINCIPAL DESIGN FEATURES .....................................................................................................1
8.2.1 Main Characteristics ...................................................................................................................1
8.2.2 General Requirements ...............................................................................................................2
8.3 DESIGN AND CONSTRUCTION REQUIREMENTS .........................................................................3
8.3.1 Windings .....................................................................................................................................3
8.3.2 Magnetic Core ............................................................................................................................3
8.3.3 Structure .....................................................................................................................................3
8.3.4 Terminals ....................................................................................................................................3
8.3.5 Cooling ........................................................................................................................................3
8.3.6 Sheet Steel Enclosure ................................................................................................................4
8.3.7 Off-Circuit Tap Changing Equipment..........................................................................................4
8.3.8 Temperature Monitoring .............................................................................................................4
8.3.9 Name Plates and Other Designation Plates ...............................................................................4
8.4 DRAWINGS AND DOCUMENTS .......................................................................................................4
8.5 SPARE PARTS ..................................................................................................................................4
8.5.1 General Spare Parts ...................................................................................................................4
8.5.2 Special Spare Parts ....................................................................................................................5
8.5.3 Recommended Spare Parts .......................................................................................................5
8.6 WORKSHOP TESTS ..........................................................................................................................5

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 8-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

8.6.1 Routine Tests..............................................................................................................................5


8.6.2 Type Tests ..................................................................................................................................5
8.7 SITE TESTS .......................................................................................................................................6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 8-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

8. AUXILIARY TRANSFORMERS
8.1 SCOPE OF WORK

The station auxiliary supply system shall be fed by three station service transformers (SST), each rated for
100% of the auxiliary load. The TVB shall be supplied by one distribution transformer and one isolating
transformer.
The HV side of the transformers shall be connected to the generator voltage switchgear of unit 1 & 2 and to
the 11 kV switchgear located in the TVB. The LV side shall be connected to the relevant feeders of the LV
main switchboard
The transformers shall be fitted with sheet steel enclosures and installed adjacent to the LV switchboards.
The system configuration is shown on the single-line diagrams.
The scope of work shall comprise the following:
• Three station service transformers 1,000 kVA
• Three sets of auxiliary plant to provide complete, ready-for-service installations
• One distribution transformer 400 kVA installed in the TVB
• One distribution transformer 400 kVA installed in the permanent camps electrical building
• One isolating transformer1250 kVA installed in the TVB
• One distribution transformer 250 kVA installed the workshop
• Two sets of auxiliary plant to provide complete, ready-for-service installations
• One set of special spare parts

8.2 PRINCIPAL DESIGN FEATURES


8.2.1 Main Characteristics
(1) Station service transformers

- Number of units No. 3


- Type 3-phase, cast resin
- Location Indoor, PC
- Rated output kVA 1,000
- Voltage ratio kV 11/0.415
- Rated frequency Hz 50
- Impulse withstand voltages:
Power frequency kV 38
Lightning kV 95
- Impedance voltage % 6
- Vector group Dyn5
- Insulation class HV/LV F/F
- Voltage adjustment, off circuit % + 2x2.5
- Type of HV termination Cable
- Type of LV termination Busduct or cable

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 8-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

- Maximum temperature rise K 90


- Maximum ambient temperature °C 50
- Enclosure protection class IP 23
- Type of cooling AN

(2) Distribution & isolating transformers


- Number of units No. 1 / 1 / 1/1
- Type 3-phase, cast resin, indoor
- Location TVB/TVB
/workshop/CAMPS
- Rated output kVA 400/400/250 & 1250
- Voltage ratio kV 11/0.415 & 11/11
- Rated frequency Hz 50
- Impulse withstand voltages:
Power frequency kV 38
Lightning kV 95
- Impedance voltage % 6
- Vector group Dyn5 & Yy0
- Voltage adjustment, off circuit % + 2x2.5
- Insulation class HV/LV F/F
- Voltage adjustment % Cable
- Type of LV termination Cable
- Maximum temperature rise K 90
- Maximum ambient temperature °C 50
- Enclosure protection class IP 23
- Type of cooling AN

8.2.2 General Requirements

The mechanical and electrical design of the transformers shall be based on the following conditions and
requirements:
(1) The transformer ratings are preliminary and shall be adapted to the actual power demand, based
on the approved power balance calculation.
(2) The design shall be based on site and service conditions as specified. An ambient temperature of
50°C shall be considered.
(3) The maximum permissible temperature rise of the transformer windings shall be selected by the
transformer manufacturer in accordance with the thermal classes of the insulation as specified and
shall be indicated in the Tender.
(4) The transformers shall be operating continuously at any tap position within the temperature rise
limit.
(5) The transformers shall be capable of withstanding external short circuits for at least 3 s.
(6) Neutral points shall be brought out and solidly earthed.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 8-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

8.3 DESIGN AND CONSTRUCTION REQUIREMENTS


8.3.1 Windings

The HV windings of the station service transformers shall be insulated for at least LI: 95 kV and AC: 38 kV.
The windings shall be made of high conductivity copper. To keep the inter-turn stresses to minimum, foil-
windings shall be provided.
The insulation material shall be based on an epoxy-resin / powdered quartz mixture to make the windings
maintenance-free, humidity-resistant and tropicalised as well as fire-resistant and self-extinguishing.
The thermal class of insulation in accordance with IEC 60076-11 (IEC 60085) shall be 155 (F) for all windings,
and the average winding temperature rise limit shall not exceed 90 K.
The coils shall be capable of withstanding movement and distortion caused by all operating conditions.
Adequate barriers shall be provided between windings and core as well as between high voltage and low voltage
windings.
All leads or bars from the windings to the termination points shall be rigidly supported. Stresses on coils and
connections shall be avoided.

8.3.2 Magnetic Core

The magnetic core shall be made of laminations of non-ageing, cold-rolled, grain-oriented, silicon steel of high
permeability without burrs. Each lamination shall be insulated with high quality insulation coating.
The core and its clamping plates shall form a rigid unit structure which shall maintain its form and position under
the severe stresses encountered during shipment, installation and short circuits.
Care shall be taken to secure uniformly distributed mechanical pressure over all the laminations to prevent
setting of the core and to limit noise and vibrations to a minimum.
The maximum magnetic flux density in the limbs and yokes of the core shall not exceed 1.7 T at rated voltage
and frequency.

8.3.3 Structure

The structure shall consist of suitable C-profiles rigidly fixed to the upper and lower yoke of the core and steel
beams at the bottom as mounting base. Two earthing terminals of adequate size shall be installed, located
diagonally at the lower frame.
Four lifting lugs shall be provided on the upper frame
Bi-directional flat wheels with blocking facilities shall be provided. Appropriate metal/rubber support elements
shall be installed underneath the rollers to avoid noise and vibration to be transferred to the surrounding.

8.3.4 Terminals

The HV terminals shall be provided for busduct or cable termination as required.


The LV windings shall be equipped with terminal link strips and cable angle brackets at the top or bottom, as
required.
All necessary bi-metallic and other parts required for suitable termination of all conductors shall be provided.
Appropriate auxiliary busbar systems at the LV terminals shall be provided as required.

8.3.5 Cooling

The transformer shall be of the air natural cooled type (AN).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 8-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

8.3.6 Sheet Steel Enclosure

The transformers shall be installed in rigid corrosion-proof protective housing of protection class IP 23, fitted with
doors of suitable size for installation and removal of the transformers. The housings shall be designed and
ventilated in such a manner that the specified rated power of the transformer is not reduced.
The housing shall be anchored to the floor, not attached to the transformer in any way, to prevent transmission
of vibrations and noise.

8.3.7 Off-Circuit Tap Changing Equipment

The off-circuit tap changing equipment shall comprise suitable terminal links to allow the transformer to be
matched to the prevailing system conditions.

8.3.8 Temperature Monitoring

To protect the transformer against overheating a temperature monitoring system with alarm and trip contacts
shall be provided and connected to the temperature sensors placed in the LV windings.
An MCB shall be provided for the control voltage supply of alarm and trip circuits. The control voltage shall not
be taken from the secondary side of the transformer.

8.3.9 Name Plates and Other Designation Plates

The following plates made of engraved polished stainless steel shall be supplied (subject to approval):
- Rating plate in accordance with IEC
- Diagram plate showing in an approved manner the connections and a planned view of the transformer
giving the correct physical relationship of the terminals.

8.4 DRAWINGS AND DOCUMENTS

The following drawings and documents shall be submitted for approval as a minimum requirement:
- Technical Data Sheets
- Transformer Outline Drawing with Part List
- Outline and Arrangement Drawing of Enclosures
- Circuit Diagrams for Auxiliary Wiring
- Rating Plate and Connection Diagram
- Painting Procedure for Transformer and Enclosures
- Factory Test Procedure
- Factory Test Report (submitted after witness tests)
- Commissioning Test Procedure and Report
- Operation and Maintenance Manual

8.5 SPARE PARTS


8.5.1 General Spare Parts
Reference is made to the General Technical Specifications.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 8-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

8.5.2 Special Spare Parts

The specified special spare parts are in addition to those to be provided in compliance with the General
Technical Specification.
▪ One set of measuring and monitoring equipment.

8.5.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.
8.6 WORKSHOP TESTS

Each transformer shall be subjected to inspections and witness tests to be performed at the manufacturer's
premises and test shop, recognised and certified by ISO 9001, to verify the conformity of the equipment with the
guaranteed and other design data.
The transformers shall be completely assembled.
The tests shall be performed in accordance with the IEC Standards supplemented by these specifications.
The Contractor shall submit a detailed test program for approval in due time, prior to the tests (at the latest three
months before testing). Detailed test schedules separately for each unit showing day-wise when each of the
witness tests will be carried out (max. 10 h per working day) shall be submitted for approval along with the test
program.
The following tests shall be performed in the presence of the Employer/Engineer:

8.6.1 Routine Tests

- Measurement of voltage ratio at all tap positions


- Check of vector group by voltmeter method
- Measurement of winding resistance at all tap positions
- Measurement of impedance voltage at principal and extreme taps
(reference temperatures in accordance with IEC 60076-11)
- Measurement of no-load losses
- Measurement of load losses at principal and extreme taps
- Measurement of insulation resistance at 2,500 V DC
- Separate source over-voltage withstand test
- Induced over-voltage withstand test
- Measurement of partial discharge
- Applied over-voltage test at 2,000 V AC, 60 s on wiring and supervisory equipment.

8.6.2 Type Tests

- Lightning impulse test on HV windings. The test voltages shall be measured with appropriate voltage
dividers and shall be clearly indicated by peak-voltmeters and/or in oscillographic or digital records.
- Steady state temperature rise test. Transformers to be finally installed in a protective housing at site
shall be installed in this housing during test and in final original arrangement during temperature rise
test, and at least three temperature sensors for measurement the ambient air temperature shall be
distributed in an approved distance around this housing.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 8-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

8.7 SITE TESTS

The following site tests shall be performed as the minimum requirement:


- Visual inspection of the completed installations
- Measurement of voltage ratio at all tap positions
- Check of vector group by voltmeter method
- Measurement of winding resistance at principal and extreme taps
- Measurement of insulation resistance
- Measurement of the insulation resistances on auxiliary wiring at 1,000 V DC
- Functional test of supervisory equipment.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 8-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 9: DIESEL GENERATING UNIT

Table of Contents

9. DIESEL GENERATING UNIT .................................................................................................. 1

9.1 SCOPE OF WORK ............................................................................................................................ 1


9.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
9.2.1 Diesel Engine ............................................................................................................................. 1
9.2.2 Generator ................................................................................................................................... 2
9.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 2
9.3.1 Base Frame ............................................................................................................................... 2
9.3.2 Starting System.......................................................................................................................... 3
9.3.3 Automatic Start Mode “Service” ................................................................................................. 3
9.3.4 Manual Start Mode “Service” ..................................................................................................... 3
9.3.5 Manual Start Mode “Test” .......................................................................................................... 3
9.4 REQUIREMENTS FOR THE DIESEL ENGINE ................................................................................ 4
9.4.1 Type and Rating ........................................................................................................................ 4
9.4.2 Governor .................................................................................................................................... 4
9.4.3 Lubrication System .................................................................................................................... 4
9.4.4 Cooling System .......................................................................................................................... 4
9.4.5 Fuel System ............................................................................................................................... 4
9.4.6 Exhaust system.......................................................................................................................... 5
9.4.7 Air Intake and Outlet .................................................................................................................. 5
9.5 REQUIREMENTS FOR THE GENERATOR ..................................................................................... 5
9.5.1 Type and Rating ........................................................................................................................ 5
9.5.2 Stator ......................................................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.5.3 Rotor .......................................................................................................................................... 6
9.5.4 Excitation System ...................................................................................................................... 6
9.6 CONTROL AND PROTECTION EQUIPMENT ................................................................................. 7
9.7 SPARE PARTS AND TOOLS ............................................................................................................ 7
9.7.1 General Spare Parts .................................................................................................................. 7
9.7.2 Special Spare parts ................................................................................................................... 7
9.7.3 Recommended Spare parts ....................................................................................................... 8
9.7.4 Tools and Appliances ................................................................................................................ 8
9.7.5 Mono Rail Lifting Device ............................................................................................................ 8
9.8 WORKSHOP TESTS ......................................................................................................................... 8
9.8.1 Diesel engine ............................................................................................................................. 9
9.8.2 Generator ................................................................................................................................... 9
9.8.3 Control and protection equipment ............................................................................................. 9
9.9 SITE TESTS ...................................................................................................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

9. DIESEL GENERATING UNIT


9.1 SCOPE OF WORK

This Chapter specifies the requirements for the diesel engine driven generating unit (DGU) complete with all
auxiliary equipment. The DGU shall be mounted in enclosed and ventilated purpose-built engine room which
shall contain the complete installations, including the day tank, cooling system, control equipment, starting
battery and battery charger.
The Scope of Work shall comprise the following:

• One Diesel Generating Unit, rated 1250 kVA, 11 kV, 1,500 rpm at TVB

• One Diesel Generating Unit, rated 400 kVA, 0.4 kV, 1,500 rpm at Permanent Camp

• One set each of the related auxiliary plant to provide complete, ready for service installations

• One mono rail lifting device for the plant room

• One set each of special tools and devices

• One set each of special spare parts.

9.2 PRINCIPAL DESIGN FEATURES

(1) The DGU shall mainly serve for the power supply of selected essential feeders during complete
black-out and/or complete shut-down of the plant.
(2) The DGU shall be suitable for isolated operation, or parallel operation with the station auxiliary supply
system.
(3) The DGU shall be connected to the LV auxiliary supply systems as shown on the single line
diagrams.
(4) The DGU shall be completely self-sufficient, i.e. not depending on any external auxiliary source.
(5) The DGU rating shall be suitable for supplying the essential consumers of the entire plant.
The equipment shall have the following main characteristics:

9.2.1 Diesel Engine

- Type Diesel 4-stroke


- Rated output kV 320 & 1000
- Rated speed rpm 1,500
- Cooling system Closed water circuit, radiator with fan
- Fuel supply By gravity, fuel supply pump
- Fuel Commercial diesel
- Starting system Electric
24 V DC, battery and charger
- Fuel system
- Day tank capacity l 1,000
- Storage tank capacity (5 days operation) l 10,000 approx.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.2.2 Generator

- Type 3-phase, synchronous,


directly coupled to diesel engine
- Design Horizontal
- Cooling Air-cooled
- Rated output kVA 400 & 1250
- Rated voltage kV 0.4 /0. 23 & 11
- Rated frequency Hz 50
- Voltage regulation ±% 5
- Rated speed rpm 1,500
- Power Factor 0.8
- Insulation Class F
- Protection class IP42
- Excitation System Brushless with rotating diodes,
self regulating

Note: During the detailed design the unit rating shall be adapted to the actual requirements without price
impact.

9.3 DESIGN AND CONSTRUCTION REQUIREMENTS

The DGU shall be complete, self-contained, independent unit including all auxiliary equipment and controls
as specified and required for proper and satisfactory operation.
The DGU shall be a standard product of a competent manufacturer, factory assembled and tested.
The offered engine model shall be one from the existing regular production range used by the supplier.
The auxiliary plant of the unit shall include, but not limited to, starting systems, fuel and lubrication systems,
cooling systems, exhaust system, air, fuel, oil and exhaust piping, control and protection equipment and
cabinets, etc.
The various components of the DGU shall form a completely self-contained plant.
The mechanical performance for the complete range of operation of the engine shall be demonstrated in a
workshop test. Reference list and performance curves of power versus speed, specific fuel consumption,
efficiency, etc. shall be submitted with the Tender.
The unit shall be free from injurious vibrations, dangerous torsions and critical speed.

9.3.1 Base Frame

The diesel engine and direct coupled generator shall be mounted on a robust, stress relieved, fabricated
steel base frame. The diesel engine and generator shall be accurately aligned on the base frame before
workshop tests and despatch to site.
The bearing arrangement and method of coupling of the engine and of the generator shall be the proven
standard design of the manufacturer.
Anti-vibration mountings shall be provided on the fabricated steel base frame. These shall be designed to
minimise the transmission of vibrations to the engine room floor slab without excessive amplitude of
movement of any part of the generating unit. Mountings containing rubber shall be fully protected against
contamination by oil leakage from the engine.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Flexible connections shall be provided for all exhaust, water, air, fuel and oil piping that leave the engine to
prevent the transmission of vibration and the fracture of the piping due to movement of the unit. The choice
of connections and their installation shall be such as to give long life under normal operating conditions of
the unit.

9.3.2 Starting System

The starting system shall consist of electric motor starters and 24 V batteries with battery chargers.
Two sets of batteries of the Lead/Acid type with a total capacity sufficient to maintain cranking speed through
a 4-minute cycle of 15 s crank followed by 15 s rest for 6 consecutive cycles shall be provided. Each battery
set shall have the capacity for 3 consecutive cycles.
One battery with charger shall be provided for control and common auxiliaries.
The batteries shall be installed in a heavy gauge sheet steel cabinet with adequate ventilation.
The battery cabinets shall be mounted 300 mm above floor or skid.
The batteries shall be furnished in a dry condition with electrolyte liquid in separate containers. Electrolyte
shall be added at the time the engine is put into service and batteries given a commissioning charge.
The battery chargers shall have duplicated infeed from the station auxiliary supply system.
The DGU shall be starting promptly at 8°C ambient temperature and shall also be capable of carrying the full
rated load within 30 s after receiving a starting signal. The starting systems shall be capable of successive
starts without the need to recharge the batteries.

9.3.3 Automatic Start Mode “Service”

DGU in SERVICE
The selector switches “Automatic/Manual” and “Service/Test/Off” shall be provided in the LCC.
Following a loss of normal station auxiliary supply, the SERVICE DGU shall start automatically and be
brought to nominal speed and voltage on receiving a signal from the main monitoring devices. All
accessories required for starting and completing the sequence of operation for the above purpose shall be
provided.
Immediately after the DGU reached rated speed and rated voltage, voltage and frequency monitoring
devices located in the LCC shall send a command for closing the generator circuit breaker.
The loading of the DGU shall be realised with the CCS in the CCR.

9.3.4 Manual Start Mode “Service”

DGU
Selector switch in “Manual/Service”.
The operation scheme shall be same as the auto mode detailed above except that the starting command
shall be given manually with push button/touch screen either from the LCC CCR.

9.3.5 Manual Start Mode “Test”

DGU SERVICE
Selector switch in “Manual/Test”.
The operation scheme shall be same as that of manual start into service mode, except that the closing
command for the generator circuit breaker shall not be given automatically.
To allow paralleling of the DGU with the station auxiliary supply system, manual and automatic synchronising
equipment shall be provided. The minimum testing load shall be 50% of the nominal load.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.4 REQUIREMENTS FOR THE DIESEL ENGINE
9.4.1 Type and Rating

The diesel engine shall be a four-stroke machine of modern design operated on commercial grade diesel
fuel locally available.
The diesel engine shall be of the general purpose, stationary, solid injection, internal combustion, compression
ignition and exhaust gas super charged type.
The DGU continuous rating and the diesel engine output shall be stated in accordance with the data sheets
and relevant IEC Standards. The diesel engine shall deliver the rated output at the rated speed at specified
site condition with no negative tolerance. The DGU heat rate shall not exceed the guaranteed heat rate by
more than 4%.
The engine shall be suitable for continuous operation with rated generator output. The engine shall have
sufficient power output to operate the generator at 10% overload for one hour within twelve hours operation.

9.4.2 Governor

The governor shall maintain operating conditions specified herein. The frequency shall not vary more than
1% under any condition at generator loads from 0% to 100%. Speed droop shall be adjustable during
operation from zero to 5%. For regular engine load test runs the governor shall maintain stable parallel
operation without power oscillations.

9.4.3 Lubrication System


Engine lubrication shall be by means of an integral engine-driven pump. The pump shall have a coarse
strainer on the suction side and a duplex 'full flow' fine filter on the delivery side. The system shall be
complete with changeover cock incorporating pressure by-passes to facilitate oil flow to the engine should
the filter become blocked.

The Contractor shall ensure that the lubricating oil system capacity will be sufficient to enable the engine to
run continuously for 12 hours at any load without replenishment.

If priming of the lubrication system is an essential part of the starting sequence of the unit, a suitable priming
pump shall be provided. The priming pump control shall be linked to both the automatic and manual starting
systems to ensure that the set cannot be started without first being primed.

9.4.4 Cooling System


The engine cooling shall provide efficient cooling under all specified climatic conditions.

The engine may be either water or air cooled. Where water cooling is employed, a sectional radiator shall be
mounted on the base frame and shall be arranged to cool the engine jacket water, lubricating oil, and change
air as appropriate. Thermostatic control of the jacket water and lubricating oil shall be provided. Circulation of
cooling water through the engine and radiator shall be by means of an engine-driven pump. Hose
connections shall be provided on all water circuits to enable the systems to be drained for maintenance.

The cooling fans shall be directly driven by the engine and the warm air shall be ducted to suitable openings
in the generator room wall fitted with motorised louvres. The duct shall incorporate a flexible section to
prevent the transmission of vibration from the engine.

9.4.5 Fuel System

Fuel systems shall be provided, mainly consisting of:


(1) One fuel storage tank of approved construction, in compliance with the relevant standards, suitable
to store fuel for 120 hours continuous operation of the unit at nominal conditions. The tank shall be of

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
horizontal cylindrical, double skin type, fabricated from steel plate and supplied complete with
mounting saddles, inspection manhole, access ladder, fill pipe and cap, level indicator, delivery,
overflow, vent and drain pipes. The tank shall be installed underground or in a room on suitable
foundations as appropriate
(2) The day tank shall be of welded construction, with access for inspection and maintenance, suitably
mounted on the floor or wall brackets
(3) Fuel transfer system including electric and manual transfer pumps, piping, filters and fittings
(4) Supervisory and protective devices
(5) Water and sediment trap with clean out drain
(6) Shaft driven fuel feed pump with pressure relief valve
(7) Fuel feed pump suction strainer and discharge filter with replaceable cartridges.
The system shall be complete with supply and return connections to the engine fuel system, fill,
vent, drain and overflow lines, filters, level indication and level switches for alarm and transfer
pump control.
The fuel system shall include all automatic valves to shut-down the DGU on command by the
control system.

9.4.6 Exhaust system

The engine shall be efficiently silenced with exhaust silencers complete with interconnecting pipe and
fittings. The design of the silencers shall be such that exhaust noise shall not exceed 80 dB (A) at the
exhaust pipe outside the building. Anti-vibration supports shall be used for the complete exhaust system and
shall be arranged to allow for expansion of the exhaust system by the inclusion of expansion bellows.
The complete system, including brackets, shall be galvanised, and shall be insulated within the building. The
standard of insulation shall be such as to limit the surface temperature to a maximum of 60°C the insulation
shall be protected by aluminium sheet cladding.

9.4.7 Air Intake and Outlet

The engine combustion air intake shall be directly from the generator room. Cleanable air filters, selected for
their suitability for the site environment, shall be fitted to the intakes.
The provision of air to the engine room shall be by means of openings left in the wall fitted with insect
screens, motorised louvres and sand traps. If this provision is considered inadequate by the Contractor,
alternative arrangements may be proposed.
The warm air shall be ducted to suitable openings in the generator room wall fitted with motorised louvres.
The duct shall incorporate a flexible section to prevent the transmission of vibration from the engine.

9.5 REQUIREMENTS FOR THE GENERATOR


9.5.1 Type and Rating

The generator shall be of the 3-phase, synchronous, self-ventilated, brush-less type complying with
IEC 60034. It shall be directly coupled to and share a common base frame with the prime mover. The degree
of protection for the generator and exciter shall be not less than IP 42. The generator shall be complete with
all necessary ancillaries, cooling fans, excitation and voltage regulating equipment. The generator rating
shall be as specified.
The voltage dip when starting the largest motor or load shall not exceed 15% at the motor terminals. The
values of the synchronous, transient, and sub-transient reactances shall be guaranteed.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The critical speed of the combined engine/generator shaft system shall exceed twice the overspeed test
value.

9.5.2 Stator

The stator core shall consist of high permeability, low loss steel stampings, tightly clamped and securely
located within the machine casing.
The generator shall be star connected and the windings shall consist of electrolytic copper conductors
insulated throughout with at least Class F materials.
The windings shall be effectively braced to withstand the maximum forces arising from any short circuit that
may occur at the stator winding terminals. Any material that is liable to shrink in service shall not be used for
bracing, packing or wedging. The ventilating circuit shall be designed to avoid hot-spots.
After complete assembly of stator and windings they shall be vacuum impregnated and cured.
The phase connections shall terminate in a cable box which shall be free from vibration. The connection from
the generator to the cable box shall allow for the mounting and connection of the relevant current
transformers.
The generator star point shall be solidly connected to the main earthing system, and provision shall be made
for the mounting and connection of neutral current transformers for the protection of the generator windings.
The Contractor shall ensure that the generating unit can adequately operate in parallel with the solidly
earthed 400 V station auxiliary supply system.
All current transformers, including the associated primary connections and secondary circuit terminal blocks,
required for the metering, instrumentation and protection specified, or for excitation circuit compounding or
compensation, together with the generator neutral earthing connection shall be supplied and accommodated
within a substantial dust-proof sheet steel enclosure.
Low-temperature anti-condensation heaters shall be fitted in the stator casing. They shall be rated to
maintain the windings in a dry condition during extended periods of standstill and shall be wired out to a
terminal box on the base frame. The heaters shall be operated by a 230 V single phase supply.
.
9.5.3 Rotor

The rotor shaft and hub shall be forged steel preferably in one piece. The rotor poles shall be constructed of
steel laminations, keyed and securely fixed to the rotor hub and fitted with interconnected damper windings.
The field winding shall consist of electrolytic copper conductors insulated throughout with Class F materials.
They shall be fully insulated at all positions of support and shall be securely located against movement due
to thermal and rotational cycling and the forces arising during over-speed testing, transient over-speeds in
service and normal operation.
Where a separate exciter is provided, the exciter rotor shall be mounted on the extended main shaft at the
free end of the generator.
The generators including AC exciter shall withstand an overspeed of 20% and a critical speed which is not
less than overspeed in an emergency condition without incurring any mechanical damage. The rotor shall
remain in electrical balance for all speeds up to120% rated speed.

9.5.4 Excitation System

The generator shall be furnished with a rotating, brush-less exciter.


The excitation system shall be of the best modern design. The core and poles of the exciter shall be made of
high permeability low loss steel stampings tightly clamped and secured to minimise magnetic noise. The
characteristics of the exciter shall comply with the operational requirements of the generator in matching the
required loading conditions.
Continuously acting, automatic excitation control equipment, responsive to the generator line to line voltage
and loading conditions, shall be provided to maintain the generator voltage within ± 2% of the rated voltage

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
in any steady-state operation between no load and full load. The AVR shall cover 95% to 105% of the rated
voltage under rated load and power factor.
Preference will be given to equipment based wholly on static state/digital devices. The generator shall safely
operate at 10% overload for one hour within twelve hours operation.

9.6 CONTROL AND PROTECTION EQUIPMENT

The LCC shall comprise a programmable control system with a display screen and keyboard (alternatively
touch screen) providing all control, supervising and protection functions. The system shall comply with the
following requirements:
(1) Manual/automatic local and remote start-stop control; manual and automatic synchronising
(2) Load test features for periodical trial run of the unit, synchronised with the station auxiliary supply
system
(3) Interface with computerised control system (CCS)
(4) Protection and safety devices, alarm annunciation, emergency stop push button
(5) Measuring and metering devices.
The control cubicles shall be free standing with front access, metal enclosed, with hinged doors, protection
class IP 43. Power and control equipment shall be segregated inside the panel as far as practicable.
The control cubicles shall be suitably located to allow good overview for operation.
The control systems of the DGU shall be self-sustained for completely independent operation; thus the
auxiliary power supply shall be received from the DGU DC system.

A warning sign shall be mounted in a conspicuous place saying the following:

DANGER!
ENGINE MAY START AT ANY TIME!
DO NOT ATTEMPT MAINTENANCE OF ANY ENGINE
IN REMOTE CONTROL MODE.

9.7 SPARE PARTS AND TOOLS


9.7.1 General Spare Parts
Reference is made to the General Technical Specifications.

9.7.2 Special Spare parts


The special spare parts specified in the following are in addition to those to be provided in compliance with
the General Technical Specification:

(1) Diesel Engine Spare Parts


• One set of bearings
• One set fuel pump gaskets
• One turbo charger repair kit
• One set of injection nozzles
• One repair kit for water pump

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
• Two thermostats, including seals and gaskets
• Two starter coils
• Four san belts
• Two belts for water pump
• Five gaskets for valve cover
• Ten fuel filters
• Ten oil filters
• Ten by-pass filters
• Ten water filters
• One Injection pump
• One set of cylinder liners
• Two pistons with rings
• Two rocker arms.

(2) Generator Spar Parts


• One set of bearings
• One voltage regulator
• One set of diodes
• One rectifier module
• One set of varistors.

9.7.3 Recommended Spare parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VIIbut not
included in the total price.
9.7.4 Tools and Appliances
The manufacturer's standard set of tools and devices required to carry out all maintenance and normal
overhaul of the diesel engine and associated systems shall be provided.

9.7.5 Mono Rail Lifting Device

To facilitate erection and maintenance of the DGU, the plant room shall be fitted with a mono rail lifting
device of adequate lifting height and capacity.
The crane shall consist of a bridge, crane travel and lifting mechanism. The lifting and crane travel
mechanism shall be electrically driven. All crane mechanisms shall be controlled from the floor by means of
a pendent push-button station. The crane track shall be made of H-beams and fixed to the ceiling or to track
support brackets. The details shall be coordinated with the civil contractor.

9.8 WORKSHOP TESTS

The complete DGU assembled in the workshop shall be subject to type and routine tests in compliance with
the related standards and the technical specifications.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The following shop tests shall be performed:

9.8.1 Diesel engine

- General inspection, dimension check


- Starting test
- Load test
- Over speed test
- Governor test
- Check of safety stop device.

9.8.2 Generator

- General inspection, dimension check


- Winding resistance measurement of armature and field
- Polarity of the field coils
- No-load saturation test
- Temperature rise test
- Over speed test
- Vibration measurement
- Efficiency calculation
- Insulation resistance measurement of field coils
- Insulation resistance measurement of armature coils, before and after the HV test, including
polarisation index measurements
- Dielectric test
- Air gap measurement by gauge
- Measurement of dielectric loss angle (power factor)
- Functional test of the excitation system.

9.8.3 Control and protection equipment

- General inspection
- Insulation resistance measurement
- Dielectric test
- Functional test.

9.9 SITE TESTS

The following field tests shall be performed:


- General inspection
- Insulation resistance measurement

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Dielectric test
- Measurement of dielectric loss angle (power factor)
- Sequence and operation test
- Trial operation for 12 hours.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 9-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT
CHAPTER 10: DC AND UPS SYSTEMS
Table of Contents

10. DC AND UPS SYSTEMS...................................................................................................... 1

10.1 SCOPE OF WORK ............................................................................................................................ 1


10.1.1 Powerhouse Cavern (PC) .......................................................................................................... 1
10.1.2 Operation Building (OB) ............................................................................................................. 1
10.1.3 Common .................................................................................................................................... 1
10.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
10.2.1 General Requirements ............................................................................................................... 1
10.2.2 Storage Batteries ....................................................................................................................... 2
10.2.3 Battery Chargers ........................................................................................................................ 2
10.2.4 Inverters ..................................................................................................................................... 2
10.2.5 Switchboards ............................................................................................................................. 3
10.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 3
10.3.1 Storage Batteries ....................................................................................................................... 3
10.3.2 Battery Chargers ........................................................................................................................ 4
10.3.3 UPS Systems ............................................................................................................................. 5
10.3.4 Switchboards ............................................................................................................................. 6
10.4 SPARE PARTS .................................................................................................................................. 6
10.4.1 General Spare Parts .................................................................................................................. 6
10.4.2 Special Spare Parts ................................................................................................................... 7
10.4.3 Recommended Spare Parts ...................................................................................................... 7
10.4.4 Special Tools and Appliances.................................................................................................... 7
10.5 WORKSHOP TESTS ......................................................................................................................... 8
10.6 SITE TESTS ...................................................................................................................................... 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

10. DC AND UPS SYSTEMS


10.1 SCOPE OF WORK

For the safe and reliable operation of the control, protection and communication systems, 110 V DC and
230 V AC UPS systems shall be provided in the Powerhouse Cavern and Operation Building.
The scope of work shall comprise the following:

10.1.1 Powerhouse Cavern (PC)

• Two battery chargers 400 V AC/110 V DC


• Two lead acid batteries 110 V and 800 Ah approx.
• Two DC main switchboards
• One lot of DC sub-distribution boards
• One UPS system, 110 V DC / 400/230 V AC, 50 Hz, 20 kVA
• One UPS switchboard.

10.1.2 Operation Building (OB)

• Two battery chargers 400 V AC/110 V DC


• Two lead acid batteries 110 V and 300 Ah approx.
• Two DC main switchboards
• One lot of DC sub-distribution boards
• One UPS system, 110 V DC / 400/230 V AC, 50 Hz, 20 kVA
• One UPS switchboard.

10.1.3 Common

• One lot of related equipment to provide complete, ready for service installations;
• One sets of special tools and appliances;
• One set of special spare parts.

10.2 PRINCIPAL DESIGN FEATURES


10.2.1 General Requirements

(1) The basic system configuration of the DC auxiliary supply systems is shown on the single line
diagrams. The systems shall be supplied by battery chargers and batteries, each rated for 100% of
the total auxiliary load. The DC equipment shall be installed in purpose-built equipment rooms. The
locations and tentative layouts are shown on the Tender Drawings.
(2) The ratings of batteries, battery chargers and inverters are not finally selected and shall be adapted
in accordance with the approved power balances. These power balance calculations shall be
elaborated by the Contractor at the construction design stage, based on the data of the selected
equipment.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(3) Adequate measures shall be taken in the DC auxiliary supply systems to maintain the voltage at
the main switchboard busbars between 0.85 and 1.15 p.u. rated voltage at all rectifier and battery
operating conditions.
(4) The Contractor shall determine the actual fault levels. The specified fault levels shall be adapted
accordingly, and the switchgear selected in accordance with the Contractors standard products.
(5) Equipment which requires a voltage other than the system voltage shall be supplied by redundant
DC/DC converters.

10.2.2 Storage Batteries

The main characteristics of the storage batteries shall be the following:


- Type Lead acid
- Rated voltage V DC 110
- Rated capacity 10 h discharge PC/OB Ah 800 / 300
- Nominal voltage V/Cell 2.0
- Trickle charging voltage (floating) V/Cell 2.2
- End voltage after 10 h discharge at rated current V/Cell 1.8
- Maximum self discharge rate at 40°C %/month <5
- DC system Isolated, L+/L-/PE

10.2.3 Battery Chargers

The main characteristics of the battery chargers shall be the following:


- Charging mode I/U constant characteristic
- Nominal input voltage V AC 400/230
- Rated output voltage V DC 110 approx.
- Rated output current PC/OB A DC By Tenderer
- Initial and boost charging, adjustable V/cell 2.4
- Float charging operation V/cell 2.23
- Recharging from 1.8 V/cell to rated capacity h 12 max.
- Protection class IP 41

10.2.4 Inverters

The main characteristics of the inverters shall be the following:


- Rated input/ output voltage V DC/V AC 110/230
- Rated output kVA 20
- Permissible variation of the input voltage p.u. 0.8 - 1.15
- AC voltage stability (steady state) % ±1
- AC voltage waveform Sinusoidal
- Harmonic voltage distortion (linear load) % <5
- Voltage recovery time ms <4
- Static switch response time ms <5

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Frequency Hz 50
- Frequency variation, maximum % ±1
- Power factor range, minimum 0.8 - 1.0
- Noise level, minimum dB (A) 60
- Permissible overload, minimum for 1 /10 min % 50/25
- Protection class IP 41

10.2.5 Switchboards

The main characteristics of the DC and UPS switchboards shall be the following:
(1) DC switchboards
- Nominal system voltage V DC 110
- Rated voltage V 690
- Rated insulation voltage V 1,000
- Power frequency withstand voltage V rms 2,500
- Rated short time withstand current (1 s) kA rms 20
- Rated peak withstand current kA peak 50
- Installation Indoor
- Protection class IP 42

(2) UPS switchboards


- Nominal system voltage V 400/230
- Rated voltage V 690
- Rated insulation voltage V 1,000
- Power frequency withstand voltage V rms 2,500
- Rated short time withstand current (1 s) kA rms 20
- Rated peak withstand current kA peak 50
- Installation Indoor
- Protection class IP 42

10.3 DESIGN AND CONSTRUCTION REQUIREMENTS

10.3.1 Storage Batteries

(1) The storage batteries shall be of the high performance, low-maintenance lead-acid type, suitable to
operate satisfactorily at all prevailing conditions. Each cell shall be enclosed in a high strength,
translucent, heat and impact resistant plastic container. The top cover shall be provided with
removable labyrinth plugs which enable the measurement of the electrolyte density and the venting
of gas but preventing the emission of acid sprays and minimising the evaporation. A completely
sealed type of battery will be preferred if a service life of 15 years can be guaranteed.
(2) Between the positive and negative plates sufficient clearance shall be provided to permit free
release of gas bubbles and undisturbed circulation of the electrolyte, thus preventing the formation
of short-circuiting sludge bridges between the plates. The insulation between plates shall consist of

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
micro-porous separators. The plates shall be of the large surface type (OPzS, GroE or Gro) to
ensure a minimum service life of 15 years.
(3) The containers shall be filled with electrolyte up to the level mark. For testing, the specific density
at fully charged battery shall be between 1.21 and 1.24, corrected to 20°C. Inspection of the
electrolyte level shall be possible at closed battery.
(4) The individual cells shall be arranged in single rows of single or double tiers mounted on
impregnated, painted wooden step type racks or on steel racks specially coated for the purpose.
The clearance to ground shall be approx. 250 mm and the upper tier shall be at convenient working
height.
(5) The connection of cells shall have a clear polarity mark and all fittings and connecting members
shall be corrosion-resistant material. All cell terminals shall be of lead alloy or lead alloy reinforced
with copper core inserts equipped with acid resisting connecting bolts and nuts.
(6) The number of battery cells shall be selected in compliance with the specified rectifier charging
rates and the minimum and maximum permissible system voltages. Voltage drop calculations shall
verify the typical voltage profile, cable length and cross sections.
(7) Each battery shall be protected by a circuit breaker installed outside the battery room. The cables
between the battery, circuit breaker and switchboard shall be single core type. The connections to
the batteries shall be carried out with highly flexible cables only. Group connections shall be made
with rigid copper bars or copper pipes fully insulated over the entire length.
(8) Each battery shall be supplied with the necessary accessories to guarantee reliable and safe
operation of the system.
(9) Cell monitoring systems shall be provided.

10.3.2 Battery Chargers

(1) Heavy duty, natural or forced air-cooled charging rectifiers with fully controlled, 6-pulse thyristor
bridges shall be provided to supply the initial charging, boost charging, float charging and the total
power demand of all connected electrical consumers and any other full rate charging that may be
required for the specified lead acid batteries.
(2) The battery chargers shall be suitable for parallel operation (50 % load-sharing) and for operation
with disconnected batteries.
An approved system shall be employed to avoid excessive voltages during fast rate charging. The
bus voltage shall be maintained within the specified limits at all operating conditions.
(3) The feeding transformers shall be of the dry type with taps at the primary windings. The rectifiers
shall be of the silicon semi-conductor type with smoothing chokes provided to decrease the voltage
ripple factor to not more than 5% rms. The floating voltage, equalising charge voltage and current
limiting device shall be solid state controlled.
(4) The design shall prevent the battery charger output from hunting or oscillating when operating at
any load within its rating and from becoming a load on the battery due to a loss of AC power or an
internal failure.
The noise level shall not exceed 60 dB (A).
(5) Surge protection devices shall be provided to protect the charger from damage due to voltage
transients in the AC or DC system. Rapid charging after restoring an AC supply failure shall be
initiated manually or automatically with a full-rate current of adjustable duration.
(6) The battery chargers shall comprise digital, microprocessor control units providing the following
feature:
- Control of the power circuits
- Control of the thyristors
- Monitoring and self-diagnostic function

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Display of AC/ DC voltage and current
- Indication of charging mode and alarms
- Voltage, low discharge and earth-fault monitoring
- Treatment of measuring values, status and alarm signals
- Interface to CCS.
(7) Cubicles shall be floor mounted, self supporting type with hinged front and rear doors, protection
Class IP 41.

10.3.3 UPS Systems

(1) DC/ AC inverters shall employ fully static elements such as single or three-phase transistor
inverters or diodes with pulse width modulation. By suitable bias control signals, the direct current
shall be chopped into a series of rectangular pulses passed through a filter (leakage inductance
and capacitor) to obtain a sinusoidal voltage with low content of higher harmonics. By varying the
pulse width of the chopped DC blocks, the AC output voltage shall be kept constant in a wide
range despite varying the DC input voltage on the AC load (pulse-width modulation principle).
Other control principles shall also be acceptable if providing the same results; they shall be subject
to approval of the Employer/Engineer.
The static inverters shall be of the natural air-cooled type.
The normal power source to the inverter shall be DC from the DC auxiliary supply system.
(2) Besides the normal DC power source, every inverter shall be equipped with a stand-by feeder
connected to the AC mains with a matching and de-coupling transformer and a static bypass
switch (SBS) for uninterrupted load transfer. The modes of stand-by feeder operation shall be:
- Stand-by Operation
The load is fed by the AC stand-by feeder. The inverter is neither connected to the DC nor to
the AC side.
- Test Operation
The load is fed by the AC stand-by feeder. The inverter is connected to the DC system. It
shall be possible to manually initiate automatic load transfer from the stand-by feeder to the
inverter and vice versa without AC voltage interruption.
- Normal Operation
The load is fed by the inverter. Upon loss of the inverter output, the AC load shall be
automatically transferred by the SBS without AC voltage interruption to the stand-by feeder.
In the event of automatic transfer of the load to the bypass circuit and subsequent restoration
of the inverter output quantities within the permissible tolerances, automatic retransfer to the
inverter shall be carried out. Manual transfer shall also be possible.
(3) Dependent on the mode of operation the inverter frequency shall be controlled either by the AC
mains or by an oscillator (frequency generator) which shall be part of the inverter. The inverter
frequency control shall automatically match frequency and time phase of the inverter output voltage
to the standby voltage within the permissible limits at any instant prior to load transfer. A lock-out
circuit shall be included to prevent automatic transfer to the stand-by AC power supply if alternate
source voltage is not available.
(4) The inverter AC output circuit shall be short-circuit proof, i.e. the commutation circuit shall be
designed that the thyristor stack fuses are not blowing at short-circuit conditions. After the transient
inrush, the short-circuit current shall be limited to a maximum of 4 times the rated AC current. The
inverter shall continue to automatically provide reduced voltage during short-circuit or overload
condition and to raise it automatically upon its removal.
(5) An input filter shall be provided to avoid noise feedback from the inverter into the DC input. This
filter shall also prevent voltage surges from the battery disturbing the inverter.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
When de-energised, the inverter as well as the standby source shall withstand without trip the
transient inrush current.
(6) The UPS systems shall comprise digital, microprocessor control units providing the following
feature:
- Control of the power circuits
- Control of the thyristors
- Monitoring and self-diagnostic function
- Display of AC/ DC voltage and current, frequency
- Indication of operation mode and alarms
- Treatment of measuring values, status and alarm signals
- Interface to CCS.
(7) Cubicles shall be floor mounted, self supporting type with hinged front and rear doors, protection
Class IP 41.

10.3.4 Switchboards

(1) General
The requirements specified for the LV AC switchboards in Chapter 7 shall be applicable.

(2) DC Switchboards
The incoming feeders and tie breakers of the DC main switchboards shall be equipped with motor operated
circuit breakers.
The feeder cubicles shall comprise voltage and current measurement, voltage and earth fault monitoring
devices and measuring transducers.
The outgoing feeders shall be equipped with manually operated MCCB and MCB, provided with monitoring
contacts.
A CCS interface shall be included for control, status indications, alarms and measuring values.
Sub-distribution boards shall be provided in accordance with the design requirements. Each sub-distribution
board shall be equipped with two incoming feeders. The change-over from supply 1 to supply 2 shall take
place in the sub-distribution boards.
DC auxiliary supply circuits may also be installed in separate compartments of LV AC switchboards and
MCC.
(3) UPS Switchboards
UPS systems shall feed their related switchboard. The switchboards shall be equipped with all necessary
circuit breakers, contactors, load-break switches, MCB, measuring instruments (V/A/Hz), transducers,
voltage monitoring devices and interface to the CCS.
The control of the systems shall guarantee safe AC supply at all operating conditions.

10.4 SPARE PARTS


10.4.1 General Spare Parts
Reference is made to the General Technical Specifications.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
10.4.2 Special Spare Parts

(1) Batteries
• One battery cell of each type
• 100 l electrolyte
• Five cell connectors and fixings of each type.
(2) Battery Chargers
• One battery charger power module of each type
• One battery charger control module
• One set of printed cards for battery charger of each type.
(3) UPS
• One UPS power module
• One UPS control module
• One set of printed cards for UPS.
(4) Switchboards
• One ACB of each type
• One lot of wear and tear parts for each type of ACB
• Two MCCB of each type
• Five MCB of each type
• Two power contactors of each type
• Five sets of replacement contacts for power contactors of each type
• Two power contactor coils of each type
• Two voltage monitoring devices
• One protection relay of each type.

10.4.3 Recommended Spare Parts

The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.
10.4.4 Special Tools and Appliances
Each battery room shall be equipped with the following special tools and devices:
• One plastic filler bottle 10 l for distilled water
• One plastic funnel
• One syringe electrolyte tester
• One thermometer
• One cell test voltmeter -3/0/+3 V
• One protection kit (pair of gloves, glasses, apron)
• One eyewash facility
• One wall mounted operation instruction plate.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
10.5 WORKSHOP TESTS

The workshop tests shall be carried in compliance with the certified QC plan and the IEC Standards. The
tests shall comprise the following:
- Check of nameplate data
- Capacity test
- Function tests
- Ripple measurement
- Accuracy check of voltage output at various loads
- Insulation resistance tests.

10.6 SITE TESTS

The site tests shall be carried in compliance with the approved QC plan and the IEC Standards. The tests
shall comprise the following:
- Inspection of the completed installations
- Insulation resistance test
- Verification of electrolyte levels
- Verification of the arrangement of the systems/accessories with the approved drawings
- Measurement of Ah-capacity of each battery system
- Measurement of cell voltage, electrolyte temperature and density
- Charging/ discharging test
- Functional tests of the complete systems.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 10-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 11: ELECTRICAL PROTECTION SYSTEMS


Table of Contents

11. ELECTRICAL PROTECTION SYSTEMS ............................................................................. 1

11.1 SCOPE OF WORK ............................................................................................................................ 1


11.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
11.2.1 General ...................................................................................................................................... 1
11.2.2 Protection Devices ..................................................................................................................... 2
11.2.3 Interfaces ................................................................................................................................... 3
11.2.4 Test Facilities ............................................................................................................................. 3
11.2.5 Trip Circuits ................................................................................................................................ 4
11.2.6 Auxiliary Power Supply .............................................................................................................. 4
11.2.7 Protection Cubicles .................................................................................................................... 4
11.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 5
11.3.1 Generator, Main Transformer and HV Cable Protection Systems ............................................ 5
11.3.2 Small HP Unit 4 ......................................................................................................................... 6
11.3.3 GIS and Transmission Line Protection Systems ....................................................................... 7
11.3.4 Protection Systems for Auxiliary Supply Systems ..................................................................... 8
11.4 PROTECTION DEVICES .................................................................................................................. 8
11.4.1 Underimpedance Protection (21G) ............................................................................................ 8
11.4.2 Line Distance Protection (21) .................................................................................................... 9
11.4.3 Overinduction Protection (24G/MT) ......................................................................................... 10
11.4.4 Synchro Check Relay (25) ....................................................................................................... 10
11.4.5 Undervoltage Protection (27) ................................................................................................... 11
11.4.6 Reverse Power Protection (32) ............................................................................................... 11
11.4.7 Loss of Excitation Protection (40) ............................................................................................ 11

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11.4.8 Generator Negative Phase Sequence Protection (46) ............................................................ 11
11.4.9 Generator Over-Load Protection (49R/49S) ............................................................................ 11
11.4.10 Breaker Failure Protection (50BF) ....................................................................................... 12
11.4.11 Overcurrent Protection (50/51) ............................................................................................ 12
11.4.12 Stator Thermal Overload Protection (51) ............................................................................. 13
11.4.13 Time- Delayed Overcurrent Protection (51MT) ................................................................... 13
11.4.14 Overcurrent Earth-Fault Protection (51N)............................................................................ 13
11.4.15 Overload Protection for SST (51ST) .................................................................................... 13
11.4.16 Overvoltage Protection (59) ................................................................................................. 13
11.4.17 Voltage Balance Relay (60) ................................................................................................. 13
11.4.18 Earth Fault Protection (64)................................................................................................... 14
11.4.19 Rotor Earth-Fault Protection (64R) ...................................................................................... 14
11.4.20 100% Stator Earth Fault Protection (64S) ........................................................................... 14
11.4.21 Out of Step Protection (78) .................................................................................................. 14
11.4.22 Automatic Reclosing Relay (79) .......................................................................................... 15
11.4.23 Over/Under Frequency Protection (81) ............................................................................... 15
11.4.24 Tele-Protection Signalling Device (85) ................................................................................ 16
11.4.25 Generator Differential Protection (87G) ............................................................................... 16
11.4.26 Transformers Differential Protection (87MT) ....................................................................... 16
11.4.27 Restricted Earth-Fault Protection (87N-MT) ........................................................................ 16
11.4.28 HV Cable Differential Protection (87C) ................................................................................ 17
11.4.29 Busbar Protection (87BB) .................................................................................................... 17
11.5 SPARE PARTS................................................................................................................................ 18
11.5.1 General Spare Parts ................................................................................................................ 18
11.5.2 Special Spare Parts ................................................................................................................. 18
11.5.3 Recommended Spare Parts .................................................................................................... 18
11.5.4 Special Tools and Appliances ................................................................................................. 18
11.6 WORKSHOP TESTS ....................................................................................................................... 18
11.6.1 Type Tests ............................................................................................................................... 18
11.6.2 Routine Tests ........................................................................................................................... 19
11.7 SITE TESTS .................................................................................................................................... 19

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

11. ELECTRICAL PROTECTION SYSTEMS


11.1 SCOPE OF WORK

Protection systems shall be provided to isolate faulty systems in the shortest time technically possible, to
limit damage and to maintain healthy systems in stable operating conditions. The systems shall feature a
high degree of selectivity and discrimination between faulty and healthy circuits. The protective relays shall
be of the high speed, numerical type arranged in protection cubicles including all ancillary devices such as
interposing transformers, relays, test facilities and power supply units. The protection systems shall be
grouped to provide main and back-up protection features.
The scope of work shall include the following protection equipment:
• Three sets of unit protection systems to provide the complete range of electrical protection for the
generators, busduct systems, main transformers and HV cable systems
• One set of unit protection systems to provide the complete range of electrical protection for the
small HP unit
• Four sets of protection systems to provide the complete range of electrical protection for the
220 kV transmission line feeders, including tele-protection and communication UTK – TK V -
KHIMTI
• One set of protection system to provide the complete range of electrical protection for the 220 kV
busbar systems and the bus coupler
• Protection systems to provide the complete range of electrical protection for the 11 kV switchgear,
SST, distribution transformers and DGU
• One set of special tools and appliances
• One set of special parts.

11.2 PRINCIPAL DESIGN FEATURES


11.2.1 General

(1) The protection systems shall be complete in every respect and include the specified protection
devices, the necessary auxiliary relays, interposing transformers and power supply units. The
protection devices shall be of the numerical, microprocessor-controlled type of a competent
manufacturer with a minimum 5 years proven track record.
(2) The relay assemblies shall be grouped in a logical manner to provide a good overview and
facilitate the identification. Test plugs for measuring and test injection shall be easily accessible
from the front side. For the power supply to each relay or group of devices redundant DC/DC
converters shall be provided.
(3) The cubicles accommodating the devices shall facilitate easy access to the wiring inside the
cubicle and to the rear side of the devices. Each protection cubicle forming a functional group shall
have a door mounted signal lamp indicating the trip of any protection device. After manual resetting
of the relay the lamp shall be off. Trip and reset indications, adjustments and functional operations
shall be arranged at the front of the protection device or cubicle.
(4) Control circuits including potential and current transformer secondary circuits, AC/DC auxiliary
power supply circuits, supervisory alarms and communication circuits associated with the function
of the concerned equipment shall be protected against electrostatic and electro-magnetic
influences of transients from the neighbouring circuits.
(5) All devices shall have the necessary quantity of output contacts with sufficient make and break
capability, suitable for control, monitoring, supervisory and tripping functions related with the

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
equipment. Switching of contacts in AC/ DC control circuits shall not produce harmful overvoltage.
CT terminals shall be shorted automatically when the relay is withdrawn from its casing.
(6) The software for each device function shall be accessible for setting values and retrieval of events
via a special software package. Each relay module shall be equipped with an integrated key pad
and display.
A notebook shall be included for adapting values/settings of the protection devices.
(7) After response, the tripping contacts of the protection device shall reset automatically, however, the
signalling contacts shall remain in the tripped position until the manual reset by the operator.
(8) All relay setting ranges shall fit with the specific requirements of the individual circuits. Generally,
time delay modules shall have a definite time characteristic with a continuous adjusting range.
Inverse time relays are likewise acceptable provided they cover a suitably wide adjusting range
and ensure sufficient selectivity with other protection devices.
(9) During the construction design a comprehensive protection study shall be performed to define the
required protection parameters, redundancies, selectivity and relay setting ranges based on the
maximum and minimum short-circuit capacity of the network.
(10) Back-up protection functions shall be properly co-ordinated with due consideration of short-circuit
durations and appropriate time constants of the related network elements.

11.2.2 Protection Devices

(1) The relay assemblies shall be of modular, uniform design, accommodated as plug-in units in
standard type electronic cubicles with the systems completely wired and tested in the factory.
(2) The protection systems shall preferably be based on a common data bus with digital signal
processing and interfaces to the primary sensors such as CT, VT and other digital sensors. For
system redundancy in a centralised system, two programmable microprocessors shall work on-line
in parallel. The individual protection functions shall be stored in a library of software which may be
modified and complemented using a PC with serial interfaces and recorded using a second serial
printer interface.
(3) The protection devices may be designed with individual functions or incorporating combined
protection functions in several modules, each one designed as a self-contained unit, i.e. with its
own interfaces and programmable microprocessor as well as common features such as input/
output interfaces, programming serial port, self-monitoring facilities, event / alarm / tripping relays
as well as event and fault recording memories.
(4) Functional descriptions and setting ranges of the specified protection systems are indicative only
and shall be complemented and adapted by the Contractor according to his production program
and to provide fully functioning, reliable protection systems.
(5) Protection devices shall be designed and applied to provide selectivity and maximum
discrimination between faulty and healthy circuits. All devices shall remain inoperative during
internal faults and transient phenomena which may arise during switching or disturbances in the
system.
(6) The following mechanical requirements shall be considered:
- Easy replacement of all plug-in modules, electronic cards and elements
- Interchangeability of identical units
- Easy maintenance and fault detection
- Silver or gold-plated contacts of all plug-in units and devices
Protection devices shall not be affected by mechanical shock or vibrations or by external magnetic
fields.
(7) The following electrical requirements shall be considered:
- The protection system shall be operated with analogue and binary signals by completely

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
digital processing techniques. The input transformers shall provide the galvanic isolation
between the CT, VT and other circuits and the protection devices the signal levels shall be
adjusted accordingly
- The protection devices shall be insensitive to voltage and current transients
- The devices shall operate in a large frequency range, expected during start and stopping the
units
- Simple setting by means of the integrated operation panel or with serial connected personal
computer with menu-guided software
- The protection systems shall be based on data exchange via internal parallel bus with digital
signal processing for functions, signal conditioning, analogue and digital inputs, A/D
conversion, processing and signal output
- Communication and data exchange with the CCS shall be via serial standard interfaces and
protocols in compliance with the IEC standards
- All protection devices shall be suitable for local and remote reset.
(8) The analogue measurement values of the protection functions shall be internally processed,
displayed and transmitted as follows:
- Measurement value display: at the screen of the protection device or on a serial interface
connected personal computer
- Event recording: the measurement values of the protection functions shall be stored as an
event with time tagging at the moment of its occurrence
- Disturbance recording: the measurement values of the protection functions shall be stored
as raw data or as magnitude and phase data. The data shall be sampled at 12 samples per
cycle. The disturbance recorder shall store pre-fault and post-fault data.
- The retrieval of the above data shall be carried out via the CCS from the CCR.

11.2.3 Interfaces

The protection systems shall have the following interfaces:


(1) Interfaces to the protection system relevant plant components like CT, VT and other input values.
These circuits shall be directly wired.
(2) Interface with the mechanical protection devices which shall form an integral part of the overall
protection schemes.
(3) Standard serial interfaces with the CCS shall be provided. The communication shall be via the
station bus system, utilising standard protocols in compliance with the IEC standards. Retrieval of
fault protocols and data, parameterisation of protection devices and trip reset shall be considered.
(4) Interface to the various trip circuits. Selected protection criteria shall be directly wired to provide a
back-up for emergency tripping.
(5) Interfaces to the telecommunication system shall be provided for the communication with the
receiving end of the transmission lines and the transmission of tele-protection signals.

11.2.4 Test Facilities

(1) The protection systems shall include self-monitoring and diagnostics, which shall operate
continuously. On the occurrence of a defect and the correct operation of the protection functions
are not guaranteed, the relevant protection function shall immediately be detected, and an alarm
given.
The self-monitoring and testing facilities shall provide the following routines:
- Self-monitoring of the hardware

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Cyclically executed testing routines by means of the software
- Viewing of the system protection parameters and values, analogue inputs and digital I/O
signals
- Injection testing with separate test equipment.
(2) The protection systems shall include a built-in testing facility, capable of testing the protection
functions from the terminal inputs of the CT and VT circuits to the output trip circuit terminals. The
test facility shall be for manual / automatic operation. The automatic test feature shall include
interlocks to ensure the protection of the equipment during the test process.
Means for simple functional checks of the relay circuit, tripping logic and tripping auxiliary relays
shall be provided.

11.2.5 Trip Circuits

(1) Tripping schemes shall be realised by a combination of digital matrix, appropriate software and
directly wired trip circuits.
(2) External protection functions of the various plant components (e.g. Buchholz relays, temperature
devices, level switches, pressure relays, flow switches, etc.) shall be integrated and further
processed in the tripping scheme.
(3) The tripping signals of the individual protection devices shall be transmitted to the relevant tripping
devices by means of the software tripping logics and the directly wired trip circuits.
The software tripping logics shall be continuously monitored.
Directly wired trip circuits shall be provided for selected protection functions to be used as back-up
feature for emergency and quick shut-down.
The final configuration of the tripping schemes shall be defined at the construction design stage.
(4) Trip circuit supervision shall be provided for all trip circuits. Each breaker trip coil/trip circuit shall be
monitored for electrical continuity. Monitoring shall be operative with the circuit breaker in the on
and off position. The trip circuit supervision relay shall feature identification of the faulty circuit and
shall be time delayed preventing operation during transient phenomena caused by breaker
operation or fault clearing in the DC system.
(5) The trip circuit supervision relay shall initiate a delayed alarm after several seconds. This alarm
shall be activated by the loss of tripping DC and by any interruption in the trip circuit wiring. In the
event of a fault in any component, it shall not be possible to inadvertently trip the circuit breaker.

11.2.6 Auxiliary Power Supply

(1) Auxiliary power for each protection system or individual protection device shall be supplied by
redundant DC/DC power units connected to the DC auxiliary supply systems 1 and 2, respectively,
provided in the powerhouse and in the OB
(2) The DC/DC power units shall be natural air cooled
(3) Adequate voltage monitoring with alarm annunciation shall be provided.

11.2.7 Protection Cubicles

(1) The protection devices, auxiliary power supply units and all related equipment shall be
accommodated in freestanding sheet steel cubicles of standard design with adequate space and
cooling
(2) The equipment shall be mounted in convenient working height. The cubicles shall have lockable
front and rear doors. The front doors shall be fitted with windows providing a clear view of the
interior, especially of the protection device displays

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(3) Protection devices related to the GIS may also be accommodated in the LCC of the relevant feeder
bay
(4) Main and back-up protection systems shall be safely separated from each other. Installation in
separate cubicles is preferred
(5) The unit protection cubicles shall be arranged in a common assembly with the UCB
(6) Protection devices for auxiliary supply systems may be accommodated in the instrument
compartments of the relevant switchgear.

11.3 DESIGN AND CONSTRUCTION REQUIREMENTS


11.3.1 Generator, Main Transformer and HV Cable Protection Systems
11.3.1.1 General

(1) The following equipment comprising the generating units with the main circuits up to the GIS shall
be adequately protected:
- Synchronous generator
- Excitation transformer
- Generator busduct systems with tie-offs
- Main transformer
- Station service transformer
- Cable system 220 kV between MT and GIS.
(2) The protection systems for the above listed equipment shall be installed in cubicles, arranged in a
common assembly with the UCB.

11.3.1.2 Configuration of the protection devices

The following protection devices shall be considered as the minimum requirement:


System I
24G Generator overexcitation protection
24MT Main transformer overinduction protection
32 Generator reverse power protection
40 Loss of excitation protection
46 Negative phase sequence protection
49R Field winding overload protection
49S Stator winding overload protection
50BF Breaker failure protection
50ET Instantaneous overcurrent protection excitation transformer
51N-MT Overcurrent earth fault protection MT
51MT Main transformer stand-by overcurrent protection
51ET Overcurrent protection excitation transformer
59 Generator overvoltage protection
59NS MT neutral displacement
64R Rotor earth-fault protection
64S 100 % Stator earth-fault protection

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
74TC Trip circuit supervision relay
86 Blocking relay
87G Generator differential protection
87MT Main transformer differential protection
System II

21 Generator back-up distance protection (under impedance)


27 Under voltage protection for synchronous condenser mode
49MT Main transformer oil and winding temperatures
51 Symmetric overload stator protection
51ET Overcurrent protection for excitation transformer
59 Generator overvoltage protection
59N 95% stator earth-fault protection
60 Voltage balance relay, VT circuit failure monitoring
78 Out of step protection
81 Under/over-frequency protection
87C HV Cable differential protection (MT TO GIS)
87N-MT Restricted earth-fault protection for Main-transformer
95MT Main transformer Buchholz

11.3.2 Small HP Unit 4

The protection system for the Small HP Unit shall be installed in a cubicle, arranged in a common assembly
with the UCB 4. Following the manufacturer´s philosophy for this type of standardised unit, the protection
devices can also be arranged in the control cubicles.
The following protection devices will be considered as the minimum requirement:

27 Under voltage protection


32 Generator reverse power protection
40 Loss of excitation protection
46 Negative phase sequence protection
49 Thermal relay
50BF Breaker failure protection
59 Generator overvoltage protection
64R Rotor earth-fault protection
64S Stator earth-fault protection
81 Under/over-frequency protection
87G Generator differential protection

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11.3.3 GIS and Transmission Line Protection Systems
11.3.3.1 General

(1) The following equipment comprising the GIS busbar systems, the bus coupler and the transmission
lines shall be adequately protected:
- GIS Busbar systems and bus-coupler
- 220 kV double circuit transmission lines (LILO termination)
- Cable systems 220 kV between GIS and TOY.
(2) The protection cubicles shall be installed in the GIS room adjacent to the relevant bay LCC or in
the related LCC itself. The protection systems shall communicate with the LCC and CCS by means
of bus systems.
(3) The protection systems shall be compatible with the protection systems already installed at UTK
HEP and KHIMTI S/S, respectively. The protection systems of this Contract shall be carefully
coordinated with the existing schemes. The signal exchange shall be carried out via the OPGW
communication links and related gateways.

11.3.3.2 Configuration of the protection devices

(1) Busbar and bus-coupler protection


System I
87BB 1-1 Busbar differential protection 220 kV busbar system 1
87BB 2-1 Busbar differential protection 220 kV busbar system 2
25 Synchro-check relay
50/51BB Overcurrent and earth fault protection
50BF Breaker failure protection

System II
87BB 1-2 Busbar differential protection 220 kV busbar system 1
87BB 2-2 Busbar differential protection 220 kV busbar system 2

(2) Transmission Line Circuit No. 1 and 2 (LILO Termination)


System I
21 Distance protection
21N Distance earth-fault protection
21FL Distance protection fault locator
25 Synchro-check relay
27/59 Under/over-voltage protection
50BF Breaker failure protection
67 Directional overcurrent protection
74TC Trip circuit supervision relay
79 Auto reclosing relay
85 Tele-protection signalling device
86 Blocking relay

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
87C HV Cable differential protection GIS to TOY

System II
21 Distance protection
21N Distance earth-fault protection
25 Synchro-check relay
59N Zero sequence overvoltage protection
79 Auto reclosing relay
81 Under/over-frequency protection
85 Tele-protection signalling device
87C HV Cable differential protection GIS to TOY

11.3.4 Protection Systems for Auxiliary Supply Systems


(1) General

The following equipment of the station auxiliary supply systems shall be adequately protected. The
protection devices shall be accommodated in the unit protection cubicles and the LV compartments of the
relevant switchgear respectively.

(2) Station service transformers


50ST Instantaneous overcurrent protection
51ST Time-delayed overcurrent protection
51.1ST Overload protection
51N-ST Earth-fault protection at 0.4 kV level
87ST Station service transformer differential protection

(3) Diesel generating units


50DG Instantaneous overcurrent protection
51 DG Time-delayed overcurrent protection
51.1 DG Overload protection
51N-DG Earth-fault protection at 0.4 kV level

11.4 PROTECTION DEVICES

Functional descriptions and setting ranges of the specified protection systems are indicative only and shall
be complemented and adapted by the Contractor according to his production program and to provide fully
functioning, reliable protection systems.

11.4.1 Underimpedance Protection (21G)

(1) A two-step underimpedance protection shall be provided as back-up protection and protection
against external faults.
(2) The protection shall be connected to the generator neutral CT and to the line VT
(3) The first step of the protection shall operate as close back-up. The zone covered by the distance
relay shall include a part of the MT, the busduct systems between the generator and MT and a part
of the station service transformers

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(4) The reach of the first zone shall protect the generator and approx. 70% of the MT winding. The first
step shall have a circular operating characteristic which shall be selected to match with the
distance protection on the 220 kV transmission lines
(5) The second step shall provide remote back-up. It shall extend as far as possible into the power
system without disturbing the grading of the other protection devices. This step shall have suitable
operating characteristics to make the protection insensitive to the field forcing and normal operating
conditions
(6) The time delay shall be set one step higher than the time delay of the back-up protections for the
220 kV transmission line.
11.4.2 Line Distance Protection (21)

(1) Distance protection relay schemes shall be provided for the protection of transmission lines (TL).
They shall be composed of measuring elements for each phase to earth and phase to phase fault
loop featuring the following:
- 3-zone forward and one zone backward graded tripping plus instantaneous trip
- Responsive to all types of faults independent of line length
- Suitable for single - and three phase auto reclosing
- Insensitive to power swings with blocking facilities for different zones
- Operate in conjunction with tele-protection modes, suitable for transfer trip
- Use in the permissive under reaching and tele-protection modes.
(2) The devices shall be provided with a distance-time step characteristic with at least three separately
adjustable directional distance and time zones. The lowest setting of the measuring system shall
permit over- and under-reaching of the protected line and the highest setting shall enable the
longest adjacent circuit in the forward direction to be fully covered when there is maximum fault
current feeding at the remote end busbar.
(3) The devices shall detect phase to phase and phase to ground faults which occur at the terminals of
the voltage transformer. Also, preference shall be given to devices which can detect three phase
solid faults which occur at the VT terminals. The secondary voltage sensitivity shall be at least 1%
under this condition.
(4) Phase selectors are required for the detection of the faulted phase during earth faults to initiate
single-pole tripping and reclosing when applied on TL feeders. These phase selectors may also be
used as starting devices for the zone timers. They shall detect the faulted phase under all possible
conditions of power flow and system conditions and healthy-phase selector elements shall not
operate for any single-phase fault condition. Full phase-selector performance details shall be
submitted by the Contractor including healthy phase selector performance for close-in earth faults.
(5) Starters and phase selectors shall not operate under emergency loading conditions in the network
and their settings shall be such that acceptable settings can be made on the power-swing-blocking
relays.
(6) Power-swing blocking elements shall be provided which prevent tripping of the distance relay in the
presence of a power swing of pole slip. It is preferred that these power-swing-blocking relays may
also be used as out of step tripping elements by switch selection.
(7) A line check feature, which causes instantaneous tripping of the relay when closing a circuit
breaker manually to a fault, shall be included. This feature shall initiate tripping for any fault at any
location along the protected circuit. Its operation shall be clearly indicated.
(8) In the event of measuring potential loss, due MCB trip, the relay shall not be permitted to trip.
(9) The direction in which the relay is looking shall easily be verified under load conditions and it shall
be possible to change this direction without disturbing VT, CT or relay wiring.
(10) Operation indicators shall be provided on the front of the relay and it shall be possible to determine
the type, phase(s) and zone of any fault.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(11) All scheme operating modes shall be capable of clearing faults in times not greater than the basic
operating time plus twice the channel time, for all line faults when the remote end breaker is open
or at weak feeding conditions. The circuit breaker's auxiliary contacts shall not be used for this
function.
(12) The operating characteristics of the protection shall be flexible to suit the different selectivity
requirements during various system conditions i.e. discrimination between normal load and fault
condition, directional measurements.
(13) The protection shall be cross polarized and shall incorporate a memory circuit and provision for
settings earth factor.
(14) The protection shall be able to work correctly even if the current is 20% of the rated current. The
operation speed typical for zone 1 (basic time of operation) shall not exceed 20 ms.
(15) Event and disturbance recording facilities shall be provided to memorize analogue and binary
signals that are available within the terminal. The minimum total recording time shall be at 10 s.

11.4.3 Overinduction Protection (24G/MT)

(1) The overinduction protection shall protect the stator/MT magnetic core against excessive heating in
case of voltage rises or frequency changes
(2) The tripping delay shall be provided to prevent false tripping during transient events, e.g. load
shedding
(3) The relay shall be based on the principle of measurement of changes in the voltage to frequency
ratio
(4) The relay shall be provided with the following features
- V/f measurement
- Phase to phase measurement
- Alarm- and tripping stage
- Maximum function
- Suppression of harmonics and DC components.

11.4.4 Synchro Check Relay (25)

(1) Closing of circuit breakers shall be supervised by devices comparing the phasors of the two
networks by phase angle, voltage level and frequency against preset values. The relay shall
feature the following operation modes:
- To fit with auto reclosing schemes requiring short dead-time intervals
- To allow dead line/live bus check and vice versa
- To allow manual by-pass (check function inoperative)
- To block closing of the breaker if network phasors are out of range
- Blocking features for abnormal inputs (e.g. MCB trip)
(2) LEDS shall be provided to indicate when the permissible limits of voltage, phase angle and
frequency are within the selected range.
(3) The relay set shall have sufficient fine adjustment ranges to comply with the following maximum
measuring variable differences:
- Voltage  0.3 p.u.
- Frequency  0.004 p.u.
- Phase angle  40 electrical

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

11.4.5 Undervoltage Protection (27)

To prevent the generator from operating at impermissible low voltage, 3-phase undervoltage
function, frequency independent with adequate voltage and time setting shall be provided.

11.4.6 Reverse Power Protection (32)

(1) The reverse/forward power protection shall detect the loss of the prime mover

(2) This system shall protect the generator in the event of reverse power flow and shall be provided
with time delay

(3) Means shall be provided to block the operation of this relay during synchronous condenser mode

(4) To validate the normal operation of the 13.8 kV GCB during stop sequence or some selected
faults, a minimum forward power function shall be provided.

11.4.7 Loss of Excitation Protection (40)

(1) This protection function shall protect the generator in the event of fault in the excitation circuit or if
synchronism is lost. It shall prevent damage of the generator and power swings in the system

(2) The tripping characteristic of the protection function shall coincide with the generator stability
characteristics

(3) To achieve a rapid and effective under-excitation protection the excitation voltage or current shall
be introduced as an additional criterion. If both, the stability curve and the excitation voltage criteria
are satisfactory, alarm and trip shall be triggered after an adjustable time delay of 1-2 s. The loss of
synchronism with the excitation being in normal operation shall be detected by an integrator which
integrates the short duration output pulses from the relay to count the short and brief power swings
which, if of persistent nature, shall initiate tripping.

11.4.8 Generator Negative Phase Sequence Protection (46)

(1) In order to avoid extended heating of the rotor iron during an asymmetric loading of the generator,
a negative sequence function shall be provided. Two stages, alarm and trip shall be available. This
function shall have an inverse characteristic matching the (I2)2x t. The value (I2)2x t 40 shall be
confirmed by the generator supplier

(2) The pick-up current and operating time should be separately adjustable. Three-phase
measurement shall be carried out

(3) The definite time negative phase sequence current function shall be suitable for the protection of
networks where long infrequently varying current asymmetries occur. Relatively long delays shall
be allowed since the temperature of the affected rotor surface can only rise slowly.

(4) The negative phase sequence current protection shall be delayed in order to avoid false tripping as
a result of transient and particularly asymmetrical short circuits in the network.

(5) The protection relay shall have a starting contact to initiate a communication prior to tripping. The
pick-up current and operating time should be separately adjustable.

11.4.9 Generator Over-Load Protection (49R/49S)

(1) To protect the generator against overloading, single pole thermal relays having a thermal replica
with adjustable heating and cooling rate should be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The winding temperature shall be simulated, to follow rapid changes in load. The replica element
shall be designed on digital basis.
(2) Independent overload protection systems shall be provided for stator and rotor overload.

11.4.10 Breaker Failure Protection (50BF)

(1) Pole Discrepancy Detection


Suitable devices shall be provided to detect impermissible pole discrepancy during circuit breaker
switching operations. The devices shall block the relevant circuit breaker closing at occurrence of
undue switching delay and shall initiate an alarm.
(2) Breaker Failure Relay
(a) Each circuit breaker shall be provided with breaker failure protection which shall be in compliance
with the following basic requirements:
- The relay assembly shall be suitable for both single-pole and three-pole operation of the
circuit breaker and shall:
- Include phase current measuring elements with suitable current setting range
- Be immune against incorrect operation due to transient secondary currents resulting from
remanence flux decay in the current transformer cores
- Include instantaneous re-trip of its own breaker and initiate tripping of the next-in-line circuit
breakers
- Inhibit closing and automatic reclosing sequence of the next in-line breakers
(b) The breaker failure protection for each individual circuit breaker, separately for trip coils 1 and 2,
shall be initiated by all other protection devices and also any remote tripping signal which initiates
tripping of that breaker.
(c) After a period of delay t1 (adjustable between 50 to 200 ms continuously or in steps smaller than
10 ms) the breaker failure protection shall generally give a trip command to both trip coils of the
respective circuit breaker. If unsuccessful, the protection shall give a further trip command after a
second period of delay t2 (adjustable between 50 to 200 ms continuously or in steps smaller than
10 ms) to all circuit breakers of the concerned busbar zone. Provisions for initiating tripping of the
remote breaker associated with the failed breaker’s circuit shall also be included and wired to the
protection signalling device.
(d) The lock-out functions of the circuit breaker(s) low gas pressure relays shall override both time
steps of the breaker failure protection, i.e. protection tripping of the concerned bus zone and trip-
initiation of the remote circuit breaker shall be without time delay. Tripping of busbar protection
shall only bridge one time step to initiate tripping of the remote circuit breaker after the first time
step.
(e) Current detectors shall continuously monitor the breaker failure protection in each phase. These
current detectors shall have a fast operating time and a very fast reset time (overall reset time shall
be 15 ms approx.

11.4.11 Overcurrent Protection (50/51)

Devices responsive to all 3-phase currents shall be equipped with inverse time or definite time
overcurrent detection systems with adjustable time delay. They shall have the following features:
- Each phase current input shall be assigned to an individual measuring circuit for starting and
delayed tripping provided with wide current setting ranges
- The pick-up value for delayed tripping shall be set individually for each phase, with separate
pick-up contacts for each phase. The pick-up setting shall be widely independent of
harmonics or DC off-set in the input signal

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Individual signals shall be provided to indicate starting, tripping and blocking. Tripping
outputs shall be blocked at power supply failure
- The instantaneous tripping elements shall be suitable to be switched on or off independently
- For TL, the relay shall be equipped with directional element
- For protection of bus couplers, the relay shall be equipped with time delay 0.3 to 5 s.

11.4.12 Stator Thermal Overload Protection (51)

The stator overload protection shall protect the stator winding against inadmissible heating
because of excessively high continuous overload current. The protection device shall match the
machine characteristics with an inverse time thermal replica response defined by the generator
supplier. Alarm and trip stages shall be available.

11.4.13 Time- Delayed Overcurrent Protection (51MT)

(1) The definite time overcurrent protection shall protect the MT and various parts of the auxiliary
system against faults in the case the generator is disconnected
(2) The measurement shall not respond to DC components and harmonics but to the power frequency
component only. Connection to delta scheme CT for insensibility to earth fault on system side shall
be provided

(3) The delay shall enable the selectivity of the overcurrent protection. This shall be achieved by
different time settings coordinated with the other overcurrent protection functions between the
generator connection point and the MT. The setting range shall adequate to detect the lowest short
circuit current

(4) The protection shall have alarm and tripping elements.

11.4.14 Overcurrent Earth-Fault Protection (51N)

This protection shall detect earth faults on the star-connected winding and the part of the power
system connected electrically to it. The relay setting shall be adequate to protect the entire star
winding. The operating time shall be coordinated with the longest time set on the earth fault
protection devices of adjacent systems.

11.4.15 Overload Protection for SST (51ST)

The overload protection shall be installed for the station service transformer to protect them against
inadmissible heating as a result of excessively high continuous overload current.

11.4.16 Overvoltage Protection (59)

This relay shall protect the generator against dangerous overvoltages produced within the
generator.
The relay shall be of the 3-phase type with a reset ratio higher than 95%, with a time delay for the
first step and instantaneous tripping for the second.

11.4.17 Voltage Balance Relay (60)

For monitoring the VT secondary circuits / MCBs or any interruption in the reference voltage
circuits suitable devices shall be provided to give alarm and block the faulty operation of relays,
AVR’s and circuit breakers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
11.4.18 Earth Fault Protection (64)

(1) A voltage or current sensing relay shall be provided, activated in case of an earth fault by the zero-
sequence current flowing in the generator neutral grounding transformer secondary circuit together
with an adjustable timer relay (95% stator earth fault protection 59NS/64S).
(2) For the rotor earth fault protection, a sensitive relay operating on a bridge measuring basis shall be
provided. This relay shall have two response levels, i.e. (5,000 >R> 1,000 Ώ) for alarm, and (R<
1,000 ohms) for trip purposes. It shall allow the detection of a rotor earth fault even in the standstill
condition of the machine and shall be suitable even for high capacitances between rotor and earth
(64R).
(3) For transformers with differential protection and solidly earthed neutral, a high impedance
directional relay for comparison of the line and neutral current flow shall be provided (64T)

11.4.19 Rotor Earth-Fault Protection (64R)

For rotor earth fault protection in case of single ground fault a sensitive voltage function operating
with auxiliary equipment should be provided. This function shall provide two detection levels, one
for alarm and one for trip purposes.
The relay shall be insensitive against harmonics and shall not be influenced by earth capacitance
or other interferences.

11.4.20 100% Stator Earth Fault Protection (64S)

(1) This protection shall cover 100% of the stator winding and consist of a 95% measuring element
and an additional element covering 95 to 100% of the winding. Its application shall be based on
availability of a minimum 1% third harmonic voltage at the neutral

(2) When more than the minimum 1% third-harmonic voltage exists, the operating zone of the third
harmonic 95 to 100% protection can be further extended and the set operating value of the 95%
protection can be increased. A reduction in the operating time for the 95% protection is then
feasible without any loss in reliability

(3) The third harmonic detector shall be supervised by either a generator phase-to-phase voltage, or
generator current. The third-harmonic relay setting shall be determined from the amount of
generator neutral third-harmonic voltages. When voltage supervision is used, the 100% protection
shall be provided even during start-up, when the voltage is above the supervision relay operation
level.

11.4.21 Out of Step Protection (78)

(1) The out of step (pole slipping) protection shall operate on the principle of measuring the impedance
course (so called polar frequency response curve) in the R-X diagram.
(2) The loss of excitation protection shall be supplemented by an out of step relay which detects all
pole slips. This function shall be connected to instrument transformers on the terminal side of the
generator windings and can disconnect the generator after the first slip of the rotor or after a pre-
determined number of allowed slips of the machine.
(3) The function shall be capable to detect an actual pole slip and power swing which can lead to
instability. Also, by varying the size of the “ellipse characteristics” it shall be possible to ensure that
a trip command is given to the circuit breakers in such a way that separation of the poles occurs at
a controlled angle at any time.
(4) The required mode of operation and properties of the pole slipping protection shall be:
- If the source of oscillation lies within a generator/transformer unit, the machine shall be
isolated from the network after the first slip

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- If the source of oscillation lies outside the unit in the network, the generator shall not be
switched off until at least several pole slips have occurred
- The operation criteria shall be fulfilled when the impedance phase enters the “elliptic
characteristics” on one side, and leaves it on the other side, regardless of the direction.

11.4.22 Automatic Reclosing Relay (79)

(1) Circuit breakers assigned to transmission lines shall be provided with automatic single- pole and
three-pole reclosing relays. Slow speed, automatic three-pole reclosing shall be employed to
restore lines after unsuccessful single-pole reclosing.
(2) Switches or links shall be provided such that the "lead" breaker's reclosing relay can be set for
single-pole reclosing only and the "follower" breaker's reclosing relay at the other line side for
three-pole tripping and reclosing only. The on/off switching of the automatic reclosing shall be
controlled by switches located on the protection cubicle or GIS LCC.
(3) For single-phase fault detected by the high-speed zone the scheme shall function as follows:
- Lead breaker trips one phase follower breaker trips three phases
- After a time-delay (approx. 1 s) the lead breaker closes its open phase. If the fault persists,
the lead breaker trips all three phases and terminates its sequences
- After a time-delay (approx. 5 s from the initial trip) the follower breaker closes with synchro-
check permissive. The follower breaker closes even if the lead breaker re-closed onto a
persistent fault.
(4) For multiphase faults detected by high speed zone the scheme shall function as follows:
- Lead breaker trips all three phases and does not re-close the follower breaker trips three
phases
- Follower breaker re-closes with synchro-check permissive after a delay of approximately 5 s.
(5) The following additional control logic shall be provided:
- The reclosing command shall be of short duration independent whether the breaker closes
or not
- The reclosing relays shall be of the "single shot" design
- Any of the following trip commands given during the automatic reclosing sequence shall
cause the sequence to be cancelled:
▪ Manual trip
▪ Busbar protection
▪ Breaker failure protection
▪ Trip by delayed time protection after first step time
▪ Single-pole and three-pole "dead" times shall be independently adjustable.

11.4.23 Over/Under Frequency Protection (81)

This protection function shall be used in case of frequency decrease/increase in the generator
mode.
- The device shall have three individually adjustable frequency and time setting steps.
- The frequency setting shall be in 0.1 Hz steps with 0.03 Hz accuracy.
- The device shall be operative between 0.9 and 1.1 p.u. rated frequency.
- The setting shall be coordinated with the under-frequency load shedding in the network.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

11.4.24 Tele-Protection Signalling Device (85)

This device shall be used to exchange tele-protection signals between TK V/UTK and KHIMTI S/S.
The equipment shall have the following features:
- Advanced technology, digital signal processing
- Modular structure and fully programmable
- Suitable for digital/optical communication links
- Reliable command communication at the shortest transmission time possible
- 8 configurable, independent command channels;
- Suitable for OPGW point to point and SDH-MUX connection
- Tele-protection management and event monitoring.
11.4.25 Generator Differential Protection (87G)

(1) The generator differential protection shall be applied for the protective zone of the stator in the
case of short-circuits for fast selective and sensitive protection
(2) The protection function shall be an instantaneous percentage-differential type with suitable biased
characteristic. The measurement system shall be 3-phase, low impedance principal. Three phase
and phase to phase faults shall be detected. The generator differential protection shall include
stator winding and generator terminals and 13.8 kV side of the excitation transformer
(4) The generator differential protection shall have the following properties:
- High stability for external faults and CT saturation,
- Very short operating trip time
- Suppression of DC-current and harmonic components
- Non-linear current dependent trip characteristic.

11.4.26 Transformers Differential Protection (87MT)


Differential protection device as above, however, for protecting the MT.
To improve its sensitivity, the relay shall be based on the time-impulse concept in combination with
differential current second harmonic restraint to get it insensitive against in-rush of the magnetising
current at transformer switching and percentage restraining of the protection currents to make it
insensitive to the unbalance currents at external faults.
Amplitude compensation factor for different CT ratios for the transformer differential protection
function shall be provided for all levels.
The transformer vector groups shall be matched without the need of interposing transformers.

11.4.27 Restricted Earth-Fault Protection (87N-MT)

(1) The restricted current operated earth-fault protection shall be a high impedance differential
protection which shall be applied to protect the MT against internal faults
(2) The restricted E/F protection shall be fast, sensitive and selective, for the protected zone
(3) The relay shall detect earth-faults whenever the neutral is earthed
(4) The function shall remain stable against external faults and shall be provided with a stabilising
resistor and necessary filters. The current function shall not be sensitive to high harmonics
(5) In order to limit the voltage appearing across the secondary leads at internal fault conditions to a
safe level, non-linear resistors shall be provided for connection across the high impedance input.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

11.4.28 HV Cable Differential Protection (87C)

(1) The basic function of the relay shall be a differential current protection device, applied for high
speed short-circuit protection of HV cables or lines, by evaluating each phase current separately at
both ends, utilising both the current amplitude and phase angle (segregated vector comparison).
The devices shall comply with the following basic requirements:
- Detecting short circuits between phases as well as single-phase earth faults
- High stability against external faults
- Insensitive to CT saturation an DC off-set phenomena
- Adequate filtering to provide security against high current oscillations for the differential zone
- To restrain against differential currents caused by external faults, inrush currents or
overvoltages
- To feature digital communication with fibre optic cables and built in optical modules, or with
signal multiplexers for other communication means
- A time delayed overcurrent function shall feature a back-up trip in case the communication
channel is inoperative.
(2) The relay assembly shall be provided with a programmable testing logic to enable programming of
appearances and time sequences of different internal logic signals, thus facilitating check of built-in
logic functions.
(3) A fault locator shall enable to determine the physical location of a fault.

11.4.29 Busbar Protection (87BB)

(1) Each busbar shall be provided with an independent protection scheme based on an integrating
operating (differential) and restraint current measurement which causes tripping of the associated
circuit breakers upon occurrence of a fault in the protected zone.
(2) The operating zone of the protection scheme shall be as defined by the location of the current
transformer cores. Facilities to supervise the CT circuits shall be provided and the scheme shall
generate an alarm inhibit tripping.
(3) The protection scheme shall comply with the following basic requirements.
- The protection scheme shall be capable of detecting all phase-to-ground faults. The
protection shall be provided with a fault detector for each phase
- The operating time of the protection, including output tripping relays, shall not be greater
than 40 ms at five (5) times the relay pick-up setting
- The protection shall be stable for out-of-zone faults with fault currents up to and including the
interrupting current capability of the associated circuit breakers
- The protection scheme shall have fault sensitivity to detect primary side faults down to and
including fault levels as determined by the minimum possible feeder configuration.
(4) The protection system shall be equipped with target indicators, including those required to identify
the faulted phase, and the contacts necessary to initiate the required annunciator and fault
recorder functions.
(5) The protection shall be equipped with all necessary isolating and test facilities to readily allow
manual and automatic testing of the equipment.
Features shall be provided enabling the tripping circuits to be blocked while the measuring circuits
remain in service.
(6) The protection trip command for each feeder shall be given directly to both trip coils and the trip
signal shall block the closing circuits of all circuit breakers concerned.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(7) One trip function, separate for each CB, shall start the breaker failure relay and bridge one time
step in order to initiate a remote tripping immediately after the first time step. The busbar trip
signals shall result in a trip command which is not self-resetting (lockout) until a local or remote
reset was carried out.
(8) Extension of the protection system shall easily be possible.

11.5 SPARE PARTS


11.5.1 General Spare Parts
Reference is made to the General Technical Specifications.

11.5.2 Special Spare Parts

• One complete numerical relay of each type


• One lot of electronic cards related to the measuring, processing and trip circuits of protection
devices, comprising one piece of each type
• One lot of electronic cards, trip relays, and other circuit components other than for protection
devices, comprising one piece of each type
• One lot of DC/ DC converters, power supply filters and other power supply units, comprising
one piece of each type.

11.5.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of
the equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section
VII but not included in the total price.

11.5.4 Special Tools and Appliances


One Automatic Testing Facility
The automatic testing facility shall test each of the protection devices in turn and shall measure all
pick-up values, phase relationships of all the analogue inputs and time delays. The testing values
shall be printed out by a printer forming an integral part of the test set.
The accuracy of the measurement performed by the automatic testing shall be better than +2%
The automatic testing set shall have the additional possibility of comparing the measured values
with a stored record of the actual settings.
It shall be possible to start the testing cycle either manually or automatically by a digital clock
incorporated in the test set.

One Laptop
The laptop with serial interface shall be suitable for engineering and maintenance work with all
components of the protection systems.

11.6 WORKSHOP TESTS


11.6.1 Type Tests
All protection devices and individual components shall be type-tested products of competent
manufacturers. Type test certificates shall be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

11.6.2 Routine Tests

(1) Prior to assembly in protection cubicles, the components shall be tested according to the certified
QC plan and the relevant standards.
(2) The completely assembled protection cubicles shall be tested according to an approved QC plan
and the relevant standards.
(3) The following tests shall be carried out in the presence of the Employer/Engineer:
- Visual inspection, verification of corrosion protection
- Dielectric tests
- Functional tests of all equipment
- The individual functions with actual settings of the protection devices shall be demonstrated
by application of an injection type test set.

11.7 SITE TESTS


The site tests shall be carried out according to an approved QC plan, including the following as the
minimum requirement:
(1) Verification of the completely installed protection systems
(2) Verification of the cabling by the Contractor. Random tests shall be carried out in the presence of
the Employer / Engineer
(3) Dielectric tests of auxiliary power supply, control, measuring and protection circuits
(4) Testing of the protection devices and verification of all protection settings in accordance with the
protection setting calculation
(5) Primary injection tests with fault simulations testing of the tripping circuits and logics
(6) Functional tests of control, interlocking, measuring and signalling circuits
(7) Tests of redundant power supply schemes.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 11-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 12: COMPUTERISED CONTROL SYSTEM

Table of Contents

12. COMPUTERISED CONTROL SYSTEM .............................................................................. 1

12.1 Scope of Work ...................................................................................................................... 1


12.1.1 Central Control Room (CCR) Equipment ....................................................................................... 1
12.1.2 Unit Control Boards (UCB) and Local Control Units (LCU) ............................................................ 1

12.2 Principal design Features ..................................................................................................... 2


12.2.1 System Concept.............................................................................................................................. 2
12.2.2 System Architecture ........................................................................................................................ 2
12.2.3 System Main Features .................................................................................................................... 3
12.2.4 Control Hierarchy ............................................................................................................................ 4
12.2.5 Governor Control Modes ................................................................................................................ 5
12.2.6 System Interfaces ........................................................................................................................... 5

12.3 Design and Construction Requirements ............................................................................... 7


12.3.1 Applicable International Standards ................................................................................................. 7
12.3.2 System Software ............................................................................................................................. 7
12.3.3 Control and Supervisory Functions................................................................................................. 7
12.3.4 Total Plant Efficiency Optimization Modules and Diagnosis Functions .......................................... 8
12.3.5 Sequential Control Functions .......................................................................................................... 8
12.3.6 System Configuration ...................................................................................................................10
12.3.7 System Characteristics .................................................................................................................17
12.3.8 Unit Control Boards ......................................................................................................................21

12.4 Spare Parts ........................................................................................................................ 24


12.4.1 General Spare Parts .....................................................................................................................24
12.4.2 Special Spare Parts ......................................................................................................................24
12.4.3 Recommended spare parts ..........................................................................................................24

12.5 Workshop Tests ................................................................................................................. 24

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.6 Site Tests ........................................................................................................................... 25
12.6.1 Pre-commissioning Tests .............................................................................................................25
12.6.2 Commissioning Tests ...................................................................................................................25

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

12. COMPUTERISED CONTROL SYSTEM


12.1 SCOPE OF WORK

The power plant shall be provided with a state of the art control system, comprising:
One Power Plant Supervisory, Automation and Control System along with Data Acquisition (SCADA);
in the following referred to as 'Computerised Control System - CCS'.
The scope of work shall include all required studies, calculations, design, engineering, manufacturing,
supply, submission of drawings and documents, shop and site testing, erection, adaptation to related
equipment, commissioning and training services for the CCS and its components.
The CCS shall be fully developed, debugged, commissioned and tested for manual and fully automatic
control of the power plant.
The CCS shall principally be composed of the following systems, components and ancillaries not being limited
to:

12.1.1 Central Control Room (CCR) Equipment

• Two operator stations with three monitors and alarm printers


• One operator station with three monitors and alarm printer for the PC Local Control Room
• One large screen with controller
• One fire detection and alarm panel
• One CCTV surveillance system with 4 monitors
• One metering station with two monitors and printer
• One archiving system for long term and spontaneous data archiving
• One training & simulation station with two monitors and printer
• One engineering station with two monitors and laser colour printer
• Two redundant main servers in hot-standby
• One interface with firewall to Office LAN and Web Client for remote access
• One GPS master clock system with interface to secondary system
• Two redundant gateways to the National Load Dispatch Centre (NLDC) and UTK HEP
• One portable service station
• One redundant fibre optic main Gigabit bus system according to IEC 60870-5-104
• One redundant fibre optic process Gigabit bus system according to IEC 60870-5-104
• One set of furniture for the Central Control Room (CCR).

12.1.2 Unit Control Boards (UCB) and Local Control Units (LCU)

• Three redundant unit controllers with field-bus interfaces to sub-controllers and monitors
• One redundant unit controller for the small HP unit
• One redundant station auxiliary controller
• One redundant common services controller
• One redundant 220 kV GIS controller.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The CCS shall include all additionally necessary instruments, sensors, adapters, transmitters, wires, cabling,
Ethernet repeater stations, and data bus systems as a fully functioning system complete in every respect.
All necessary control processors, input/output (I/O) cards, redundant power supplies, data interfaces,
marshalling and termination facilities shall be provided.
An overall 10% extension capacity shall be provided to all electronic hardware and associated components.

12.2 PRINCIPAL DESIGN FEATURES


12.2.1 System Concept
The CCS shall be characterised by an innovative system concept, powerful communication capabilities and
a scheme-wide unique engineering and configuration tool. The CCS shall consist of state-of-the art
equipment and components, applying the latest knowledge and achievements in the industrial process
automation technology, such as:

- Client-Server/ Master-Slave concepts


- Object-oriented processing of data
- Re-usable automation software objects and program modules
- High-level of hardware modularity and scalability
- System-wide data management and data access with single data entry
- Central engineering system to program and configure all system components
- Long-term availability of components
- Expandability
- Standard-based communication from field to management level
- Standardised 10/100/1000 BASE FX Gigabit-Ethernet bus system
- Application of IEC 60870-5-104 protocol
- Distributed redundant concept
- Integrated alarming
- Time correct processing
- Effective human-machine interfaces
- Window-based operation system, process diagrams and sequential controls
- Total plant efficiency optimization modules and diagnosis functions.
Expansion or software updates of the CCS shall be enabled based on an open system architecture concept
and by strictly applying international communication standards for the main-, process- and field-bus
applications.

12.2.2 System Architecture

The CCS shall be designed in consistent hierarchical and decentralized structure. Dividing the total scheme
automation system into autonomous functional areas shall increase the availability and guarantee all time
pre-defined and safe operating modes in case of emergency situations.
The CCS shall be designed to ensure maximum availability by the inclusion of built-in redundancy for both
hardware and software. This shall include duplicated control processors, bus systems and power supplies
with automatic change-over to the standby device upon detection of a fault or failure. Where appropriate, I/O
cards shall also be duplicated.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Simple and safe operation of the power plant and its components shall be enabled by installing touch-panels
as human-machine interfaces (HMI) at the UCB and ergonomically designed graphical user interfaces.
The system shall be designed for industrial use and withstand permanently the climatic and electro-magnetic
environmental conditions in a power plant (EMC and ESD).
The CCS shall contain self-monitoring hard- and software functions. Software self-supervisory and fault
diagnosis functions and plausibility checks shall lead to an early detection of abnormalities and therefore to a
high availability of the plant. Comprehensive system diagnostic facilities shall be incorporated also to assist
in maintenance and trouble-shooting.
A failure of any single element shall not affect the operation of any main system of the power plant in
operation. The duplicated controllers shall enable a failure tolerance in order not to affect the plant operation
or any control sequences.
All process signals shall be managed without multiple engineering (single data-entry).
The two operator stations with three monitors, keyboards, printers and peripheral devices and their
associated control desks shall allow monitoring, control and adjustment of all relevant plant operation tasks
with high resolution window-based graphic displays.
One operator station as a. m. shall be installed in the PC Local Control Room. It shall provide the same
monitoring and control features as from the CCR.
The main bus system shall be arranged as a dual fibre optic ring network and realise the data transfer
between the redundant main servers, the control room HMI equipment, and all other related controllers
according to the system architecture drawing.
The process bus system shall also be arranged as a dual fibre optic ring network and realise the data
transfer between the redundant main servers, the unit controllers, and all other related controllers according
to the system architecture drawing.
Both bus systems shall apply IEC 60870-5-104 as protocol standard.
Sub-systems like the VC butterfly valve, MIV/draft tube flap gate controller, digital turbine governor, static
excitation system, generator circuit breaker and digital protection system shall be interlinked by standard
field bus systems, arranged in redundant star shape.
The CCS shall be connected to a GPS master clock system to guarantee synchronisation of all CCS
components.
The unit control boards (UCB) shall be equipped with colour touch screens; active and reactive power, stator
voltage, stator current, field voltage, field current, turbine discharge, speed measurement and wicket gate
position indication etc. shall be displayed on the screens.
The relevant input signals shall be taken directly from the transducers.
For position indications of the circuit breakers and disconnecting switches, a mimic diagram shall be
provided on the unit control board. The signals to the position indicators shall be supplied from interposing
relays.

12.2.3 System Main Features

The CCS shall be designed to ensure maximum plant availability and efficiency. In its final configuration, the
CCS shall be controlling and monitoring the operation of the entire power scheme, the turbine-generating
units, individual sub-systems and auxiliary equipment.
Open system standards and international software protocols shall facilitate interconnectivity to a wide range
of optimization and diagnosis applications as well as asset management systems. An elevated level of
modularity and system scalability shall allow optimum process adaptation. The use of standard industrial
components shall assure long-term availability and reduce spare part costs.
The following installations and essential equipment shall be monitored and operated by the CCS:
- SPW Terminal Structure flap gate

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Valve Chamber butterfly valve
- Turbines with MIV, governors and ancillary equipment
- Synchronous generators with excitation systems and ancillary equipment
- Generator main circuits with generator circuit breakers
- Main transformers
- 220 kV GIS and cable systems
- 220 kV TL LILO By-Pass Switching Station
- Station auxiliary supply systems (MV switchgear, station service transformers, LV switchgear,
DC / UPS systems, DGU)
- Common services (cooling water system, drainage and dewatering system, HVAC, compressed air
system, fire protection system, potable water system, sewage treatment plant)
- Outlet Structure fixed-wheel gate
- Level measurement systems.

The CCS shall provide the following functions:


- Fully automatic control and monitoring to provide safe start-up, synchronising, loading, shut-down
and emergency tripping of each unit
- Provision of active and reactive power joint control / joint discharge control
- Plant operation forecast schedule module (daily / 7 days)
- Plant optimization software module (operation of active units in maximum efficiency point)
- Total discharge calculation module (including spillway and bottom outlet gates)
- Data acquisition from the MT and GIS
- Provision of facilities for comprehensive monitoring, storage and presentation of information
concerning plant conditions and performance and historical archive
- Energy metering of scheme output and provision of billing data
- Energy metering of scheme input and provision of billing data
- GPS master clock systems to generate signals to the secondary clock system
- Life-beat monitoring
- Interface with the UTK HEP
- Interface with KHIMTI S/S and NLDC.

12.2.4 Control Hierarchy

The CCS shall be operable at the following levels:

(1) National Load Dispatch Centre (NLDC)


The commands shall operate the active and reactive joint control / joint discharge control set-points of the
plant. Start/ stop of individual units which were set to automatic control in the CCR shall be enabled.

(2) Central Control Room (CCR) and PC Local Control Room (LCR)
The highest control level in the plant shall be designed to enable automatic control and supervision.
Comprehensive supervision of all units, station auxiliary equipment, station services and hydromechanical
equipment shall be provided. The functions in this mode are the same as those of automatic operation mode

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
from the unit control board. For a general overview of the plant situation, a large screen system shall be
provided.
(3) Unit Control Boards (UCB) and Local Control Units (LCU)

From the UCB, it shall be possible to operate the units manually as well as automatically. For the selection of
the control modes, a selector switch shall be installed providing three positions LOCAL-MANUAL / LOCAL-
AUTOMATIC / REMOTE control:

- In LOCAL-MANUAL, automatic sequences can be executed stepwise whereby all relevant


monitoring and safety functions shall remain active. The control priority is at the UCB.
- In LOCAL-AUTOMATIC all automatic sequences and functions shall be active. The control priority is
at the UCB.
- In REMOTE the control shall be transferred to the CCR, the UTK CCR or the NLDC, as applicable.

(4) Local Control Cubicles (LCC)

On the lowest level in the control hierarchy, LCC shall enable the operation of individual equipment or sub-
systems. This control facility shall be mainly used for testing and maintenance purposes. As a back-up of the
normal operation or during maintenance activities, it shall be possible to operate functional groups of the
power plant, either in automatic or manual mode.

12.2.5 Governor Control Modes

The digital turbine governors shall provide the following control modes:
- Speed control, for no-load, isolated- and interconnected-grid operation(PID-P)
- Power-frequency control (PI)
- Discharge-frequency control (PI)
- Water-level control (PI).
In speed control mode, two sets of PID parameters shall be provided: one set for no-load and one for
interconnected-grid operation. The parameter sets shall be tested and optimised to provide stable control
behaviour in case of abrupt changes in the network configuration.
In power-frequency and discharge-frequency control mode, an adjustable linear network frequency
stabilisation function (power-frequency, respectively power-discharge droop) shall be implemented.

12.2.6 System Interfaces


12.2.6.1 National Load Dispatch Centre (NLDC)

Redundant communication links to the UTK CCR / NLDC shall be provided. The CCS shall be interlinked
and compatible to the SCADA and telecommunication system of NEA to transmit process data to UTK CCR
and NLDC in Kathmandu.
The data transfer between the gateway computers of the CCS and the redundant routers shall be
implemented with an optical Gigabit Ethernet link (1000 Base LX / 1000 Base T).
The tele-control protocol used for data exchange with the NLDC shall be IEC 60870-5-104. The
corresponding protocol conversion to the control systems internal tele-control protocol (e.g. DNP 3, Modbus
etc.) shall be the Contractor's responsibility.
The pertaining National Specifications for the power system/ dispatch system interface shall be observed.
Detailed data exchange requirements shall be determined during the construction design.
Remote commands and indications shall be foreseen for, but not be limited to:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Remote start/ stop of joint control / individual unit
- Remote set point joint control / individual unit
- Remote indication joint control ON/OFF
- Remote indication for unit status
- 220 kV GIS circuit breakers and disconnecting switches
- AC/DC station auxiliary and common services system.
Remote indications are required for the following alarms, but not be limited to:
- Generating unit auxiliary system alarm
- Generating unit protection operation
- Generating unit turbine protection operation
- Generating unit turbine operation warning
- Generating unit over-speed warning
- Protection status.
Parameters to be tele-metered are as follows, but not be limited to:
- Gross and net active power [MW] and reactive power [Mvar] of each unit and plant total
- Gross MWh produced by each unit and plant total
- Megawatt and Mvar values of the station service transformers
- Headwater and tailwater levels.
The signal exchange with the NLDC shall be in accordance with the Utility standard signal list.
12.2.6.2 220 kV GIS

The LCC for the generator/MT bays, the TL line feeder bays and the bus coupler bay shall be connected to
the CCS with protocol converter units.
The protocol-converters shall be provided by the GIS supplier. The respective coordination and realisation of
the interfaces are part of the present scope.

12.2.6.3 Head Pond, Connecting Structure

A bus connection shall realise the data transfer between the Head Pond/Connecting Structure and the CCS.
The following information shall be transmitted:
- Control and monitoring of the SPW Terminal Structure flap gate
- - Level measurement
12.2.6.4 Valve Chamber (VC)

A bus connection shall realise the data transfer between VC and the CCS. The following information shall be
transmitted:
- Control and monitoring of the VC butterfly valve
- Surge Tank level measurement
12.2.6.5 Tailrace Outlet Structure (OS)

A bus connection shall realise the data transfer between the OS and the CCS. The following information shall
be transmitted:
- Control and monitoring of the OS fixed-wheel gate

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Level measurement
12.2.6.6 220 kV LILO By-Pass Switching Station

A bus connection shall realise the data transfer between the switching station and the CCS. The following
information shall be transmitted:
- Control and monitoring of the isolating switches of TL circuit 1 & 2.

12.3 DESIGN AND CONSTRUCTION REQUIREMENTS


12.3.1 Applicable International Standards

Ratings, characteristics, tests etc. of the control equipment shall comply with the provisions and
requirements of the latest issues of the following Standards and Publications:
– IEC
– IEEE 802.3 (Ethernet) network access layer
- OPC (Object Linking and Embedding for Process Control).

12.3.2 System Software

The latest version of the manufacturer’s systems software packages shall be provided fully developed and
tested. All software licenses necessary for the plant operation and maintenance shall be included. This shall
lead to unrestricted use of all operator-level applications required for the safe and reliable operation of the
plant and its components.
Access to software and application programs at various levels shall be possible by operating or engineering
personnel using passwords. This shall protect the software from unauthorised access.
The software and associated displays, reports, databases, etc shall be fully debugged in the shop before
testing and commissioning at site. The modification of displays, reports, databases or control strategies shall
be possible on-line by the engineering personnel without affecting the plant operation. Modifications to the
software shall be done in straightforward and logical steps using, wherever possible, graphic displays.
The HMI software applications shall enable the operator to carry out the necessary actions in a safe and
efficient manner.
Where process measurement data need to be measured redundantly in the CCS, the values shall be
averaged before being processed in control algorithms. For analysis or maintenance purposes, the operator
shall have the possibility to access either the original or the averaged value.

12.3.3 Control and Supervisory Functions

The control and supervisory functions shall include, but not be limited to the following:
- Mode transition of the units: The mode transition shall be fully automatic between stand-still and
generating. The automatic switching of circuit breakers and the operation of the station auxiliary and
common services equipment shall be included.
- Realising active power or discharge control with frequency influence either of individual units or of the
entire power plant in joint control.
- Realising reactive power regulation or voltage regulation either of individual units or of the entire
power plant in joint control.
- Operation of circuit breakers, isolators, earthing switches, electric braking switches.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Starting/shutdown or raising/lowering operation of unit auxiliary equipment or power plant common
equipment.
- Threshold overshoot alarm measuring points on/off: It shall be possible to modify different threshold
values on the engineer station. The alarm signals and fault anomaly views shall be re-settable either
manually or automatically.
- The emergency shut-down commands generated by mechanical or electrical protection devices shall
have the highest priority in all operation modes. The CCS shall have necessary hardware and
software measures to ensure permanently the invalidation of erratic commands.

12.3.4 Total Plant Efficiency Optimization Modules and Diagnosis Functions


12.3.4.1 Diagnosis Modules

The following diagnosis modules shall be provided:


– Vibration monitoring
– Air Gap monitoring
– Partial discharge monitoring
– Cooling & winding temperature diagnosis.

12.3.4.2 Joint Controller for Active Power / Discharge and Reactive Power

Depending on the load situation, the network requirements and the reservoir status, the joint control
algorithm shall be selectable as Active Power or Discharge Control. Independent Reactive Power Joint
Control shall be available in both modes.
To participate in grid frequency stabilisation, in both joint control modes, i.e. active power or discharge joint
control, the speed droop function (power-/discharge frequency control) shall be active.
In the event of unit load rejection(s), the respective power / discharge set-point values shall be fed forward to
the remaining units for immediate take-over and quick re-stabilisation. The control algorithm shall
automatically compensate load / discharge variations of individual units.
The joint control algorithm set-points, limit values and internal parameters shall be adjusted to achieve the
optimum in economical operation of the entire power scheme considering the grid situation, the water
resources and the number of units out of operation or with restricted generation performance.
The reactive power joint controller shall calculate the required reactive power value, distribute and adjust the
values proportionally to the units, considering the network situation and the unit active power output.
The start-/stop order of the units participating in joint control shall be according to operating hours and actual
water resources. The joint control software shall minimize water losses due to frequent starts. The joint
controller shall receive the power plant set-points continuously from the NLDC or either by predefined daily
or weekly schedules.

12.3.4.3 Total Discharge Calculation Module

The total discharge calculation software module shall perform calculation of the turbines total discharge.

12.3.5 Sequential Control Functions


12.3.5.4 Control and Supervisory Functions

Completely automatic start-up and shut-down with supervision of control sequences including all transfers
and emergency shut-down sequences shall be provided.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.3.5.5 Quick Shut-Down
All signals which initiate quick shut-down of the unit shall be collected by a relay identified as 'mechanical
failure trip relay' (fast closure of wicket gate correlated with unloading, close to no-load open signal to the
main circuit breakers, shut-down to standstill).
In parallel to the hard-wired trip relay, the shut-down command shall be transferred with the communication
bus system.

12.3.5.6 Emergency Shut-Down

All signals which initiate emergency shut-down of the unit shall be collected by a relay identified as 'electrical
failure trip relay' (immediate tripping of main circuit breaker - depending on the failure type, unit speed shall
be stabilised at 100% or the unit shall shut-down to standstill.
In parallel to the hard-wired trip relay, the shut-down command shall be transferred with the communication
bus system.

12.3.5.7 Plant Shut-Down

In case of activating the PC flooding protection, the CCS shall carry out the following control sequences:
- Shut-down of all units and closing MIV
- Closing of CV butterfly valve
- Closing of draft tube flap gate
- Closing of OS fixed wheel gate.

12.3.5.8 Synchronisation
AUTOMATIC

(1) Each UCB shall be equipped with an automatic synchronising device. The automatic synchronising
devices shall be of numerical design working on a fully automatic basis, i.e. once the synchronising
command has been issued, the turbine speed and generator voltage shall be automatically adjusted
to the correct value and the generator circuit breaker closed at the right moment.
(2) The equipment shall be of dual channel, self monitoring type provided with angle measuring
transducers, voltage matcher and frequency matcher unit, as well as with a command generating
unit. At least setting of two different breaker closing times shall be possible.
(3) The devices shall be provided with testing facilities to check both channels individually. For periodic
checking of set values and functions, manual and automatic testing shall be possible.
(4) The adjustments shall feature the following:
- Sampling frequency
- Speed and voltage differential values
- Breaker making time
- Vector angle mismatch
- Overall operation time.
(5) In automatic synchronisation mode, the measuring instruments and synchro-check relay as described
for manual operation shall be in service as well.
(6) With the selector switch in TEST position, all automatic functions shall be executed without the
breaker closing control. The successful breaker closing shall be indicated by LED.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
MANUAL
Each UCB shall be provided with a set of independent manual synchronising equipment comprising the
following:
- One double voltmeter
- One double frequency meter
- One synchronoscope.
By means of a key operated selector switch MANUAL/TEST/OFF/AUTO put to the MANUAL position, the
reference voltages shall be connected to enable manual adjustment of turbine speed and generator voltage.
Manual closing of the generator circuit breaker shall be supervised by a synchro-check relay to prevent mal-
operation. This relay shall compare phase angle, voltage difference and frequency difference with pre-set
values.
The relay shall also feature the following operation modes:
- Synchronising check
- Dead line/live bus check and vice versa
- By-pass (check function inoperative).

12.3.6 System Configuration


12.3.6.1 Operator Stations with Relational Database

Operator stations, each with three monitors and printers shall be provided for the operation and supervisory
functions.
The man machine interface shall incorporate the following functions:
- Monitoring and operation of the entire power scheme
- Event handing and event list
- Alarm functions and alarm list
- Trend data logs and trend display
- Report functions
- Status list
- Display printout
- Communication with controllers
- Display design and integration.
A relational database shall be used in the operator stations, whereby the standards ODBC (Open Data Base
Connectivity) and SQL (Structured Query Language) shall apply. The integral OPC server (Object Linking
and Embedding for Process Control) shall make available all process data to other office applications. The
operator station shall also receive data from other OPC servers. OPC shall permit simple, standardized
access to process data.

12.3.6.2 Large Screen with Controller

A high-resolution large screen (LCD or DLP type) shall be installed in the CCR. The screen size shall be
approximately 2.00 m x 1.50 m. All relevant displays shall be selectable from the large screen controller.
The large screen shall include the interfaces to the control system. The installation shall include all
necessary supports and ancillary equipment, coupling units, software etc.
The large screen shall be operable in parallel to the monitors.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.3.6.3 Fire Alarm Panel

The panel shall be an integral part of the fire fighting system. The fire alarm panel shall be suitably integrated in
the CCR layout.
The main bus shall link the fire alarm panel with the plant fire protection system to display alarm messages on
the operator stations.

12.3.6.4 Video Surveillance System

The CCTV surveillance system is specified in the Chapter 14 Security Systems. The monitors and related
equipment shall be suitably integrated in the CCR layout.

12.3.6.5 Metering Station

The metering system shall be of digital type with accuracy classes suitable for revenue purposes, fulfilling
the conditions of the Power Purchase Agreement.
The pertaining national specifications for power system/dispatch system interface shall be observed. The
gateway protocol shall be in accordance with the national protocol standards.
The metering station shall receive energy pulses from the active and reactive energy transducers or the
contact signals and capable of counting and saving them, transmitting them periodically or according to the
scanning requirement. The pulse counting rate shall not be more than 10 pulses/s and the register capacity
shall be equal or greater than 16 digits of binary code. The accumulated pulses shall be converted with a
conversion factor and displayed with the actual kWh and kVArh.
12.3.6.6 Archiving Station for Long Term and Spontaneous Data Archiving

Spontaneous and long-term archive functions shall be implemented. The data storage can either be event
related or periodic. Logic and analogue variables shall be sampled at 5 s intervals.
Event related: logic variable state changes, threshold and limit violations, commands, active and reactive
power settings.
The spontaneous archive shall allow very fast archiving. After a change of any object configured for
archiving, the software shall store the current value into a buffer for transfer to the spontaneous archive. The
archiving server shall also be used for long-term storage of data (process values and messages) of the CCS.
The archiving server shall present pre-defined reports to the operator. The information on the reports may be
either in tabular form or in a pre-formatted report form and may be automatic at specific times or on request.
Reports shall include periodic logs, daily logs and group logs for the plant and logs of hydraulic conditions.
All report formats and the quantity of available different logs shall be subject to approval by the
Employer/Engineer.
Peripheral devices for the storage/recording of plant data shall be provided. These storage devices shall be
based on high capacity magnetic media with facilities to copy their contents to and from an exchangeable
medium.
The archiving server shall incorporate long term data logging facilities for all analogue, digital, serial data and
other internally generated points including the overall extension capacity specified. All signals shall either be
scanned periodically or reported by exception, and updated values or digital status changes shall be stored.
Data shall be stored for up to 3 months on a suitable storage medium. An alarm shall be created when the
storage medium approaches its maximum capacity. All data shall be automatically archived and retained for
future reference in either optical or magnetic medium.
The operator shall have the facility to present real time data, recall data held in the data logger memory or
from archives over a specified time. The requested information shall be presented on the operator stations
either in tabular form or as selected variables on a trend display. It shall be possible to compare on the same
display, multiple trends of real-time data or historical data from the data logger or archives.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
All operation events, all events of alarming and all tables shall be displayed on the monitors, printed out (as
required) and stored on hard discs. The printed logs shall be divided into several kinds, such as periodic
logs, fault and abnormality logs, operation logs and logs on request.
The most notable contents shall be:
- Operation log: Record each and every operation in the power plant automatically in the sequence of
occurrence, including the equipment operated, operating instruction, operating time, process of
execution, result of execution and the time of operation completion.
- Alarm event log: Record automatically each alarm/event in time sequence, including the time at
which the event occurred, contents and items, create a summary table for alarms and separate for
events.
- Tables: Create various hourly, daily and monthly statistic tables create also any kind of tables as
directed by the operator.
- Trend log: Record the tendency of changes of important supervised quantities.
- Plotting trends, actual load curves, etc. by printer or plotter. The Contractor shall prepare contents
and forms of the logs based on the requirement of the power plant.

12.3.6.7 Training and Simulation Station

The purpose of the training and simulation station system shall be to train the operators, engineering and
maintenance personnel of the power plant. The training and simulation station shall consist of operator-,
server- and archive-functionality, including an interface to a separate PLC System, which shall be used
flexibly for each process type.
The real time simulation software shall simulate the power plant processes for test and engineering purpose
without interference of the power plant operation. The main purpose of the software shall be the training of
personal, optimization of the individual processes and to react in a real-time mode. The necessary sensors
and transmitters shall be part of the scope real-time simulation.
The training station shall use the same control software with all relevant functions as the operator stations.

12.3.6.8 Engineering Station

The engineering and configuration station shall be equipped with three monitors and a printer. At the station
the following functions shall be possible, but not limited to:
- Database creation and modification
- Mimic views creation and modification
- System operation and maintenance.

12.3.6.9 Redundant Main Servers No.1 & 2 in Hot-Standby

Redundant data servers shall be used to perform the station control functions and supervise the power plant
equipment.
The data servers shall carry out the following function, but not being limited to:
- Signalling and measuring data acquisition from computers at local control level
- Data transfer to the different sub-systems
- Active and reactive power joint control
- Electrical measurements and calculations
- Remote control and monitoring of VC and OS
- Remote control of the power plant from the NLDC
- Metering and signalling.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The primary function of the CCS in the CCR shall include, but not be limited to the following features and
requirements:
- Automatic start / stop of the units in all operation modes
- Load setting
- Control of unit active power
- Control of the unit reactive power
- Emergency shut-down
- Switching (on / off) of unit circuit breakers
- Operation of switchgears
- Operation of station auxiliary supply system main circuit-breakers.
Hard wired push-buttons for emergency and plant shut-down shall be mounted close to the operator stations.
A sequence of events (SOE) recording system shall be supplied to allow analysis of the causes of tripping or
plant disturbances. The SOE recorder may be either integrated in the CCS (preferred method) or stand-
alone equipment. The SOE recorder shall scan all designated binary inputs continuously with a resolution of
1 ms for fast processes e.g. electrical signals and 5 ms for slow processes.
The status of each point shall be time tagged and stored in a database together with other relevant
information for a specific time. Data shall be continuously deleted from the database after the specified time
has elapsed. Facilities shall be provided for data to be archived for future reference.
On the occurrence of a nominated event (e.g. unit trip) or manual initiation from the CCS, all data for the time
period before the event shall be retained and continue to be recorded for a period after the event.
The SOE recorder shall automatically reset after the elapsed time period and continue to monitor the
Complex in the normal way.
SOE reports shall be generated and printed using the stored data and shall be used for post trip review and
analysis. The report shall be presented in a clear and logical format.

12.3.6.10 Interface to Office LAN and Web Client with Remote Access

This interface with firewall shall enable communication to an office Ethernet LAN and to a web client
providing a remote access function for unit and system diagnosis.
The remote access interface to the process control system shall be used to provide specialist assistance,
maintenance support or for diagnostics of the CCS.

12.3.6.11 GPS Master Clock System

The CCS requires exact time information at various stations to accurately apply signalling time stamps or to
schedule time-dependent procedures.
The scope shall comprise a complete functional clock system, including installation, cabling, commissioning
and acceptance tests and shall not be limited to the following equipment:
- Clock system including GPS receiver mounted in a free standing cubicle
- Cable distribution system with junction terminals using and extending if necessary the
communication tray and junction system
- Differential frequency/ time indicator with automatic and manual adjuster in the control panel
- Antenna for receiving of international time signal (GPS) to adjust the clock automatically
- Output signal for secondary clock system (minute- and second-pulses).
The digital clock system shall have provision for time stamping of events with a resolution of 2 ms or better.
The clock shall be synchronised by the GPS system to provide absolutely accurate time stamps of better

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
than 1 ms. The Supplier shall provide his own for this duty. The clock shall be equipped with antenna and
system interface modules. The antenna shall be mounted in an adequate position.
All digital control and protection systems shall be synchronised with the master clock system. The clock
system shall be designed and installed as a master-slave system with independent timing and adjustment
possibilities.
The master clock shall be controlled by a temperature stabilised quartz oscillator with an accuracy of
0.01 s/ day producing all reference data necessary to control and supervise electronic and electromechanical
time-controlled equipment.
A digital frequency differential indicator shall be installed in the control panel showing the network frequency,
the quartz frequency and the difference in seconds. A manual adjuster shall be installed an automatic
adjustment shall take place every 24 hours.
The system shall work on seconds, minutes and hourly impulses. For day and month indication a memory
shall be installed.
The system shall be supplied by the UPS system.

12.3.6.12 Redundant Gateway to the NLDC & UTK HEP

The pertaining national specifications for power system/ dispatch system interface shall be observed.
Detailed data exchange requirements shall be determined during the construction design. The gateway
protocol shall be in accordance with the national protocol standards.

12.3.6.13 Portable Service Station


One industrial standard notebook computer shall be provided. The notebook shall be suitable of connection to
each unit with a local sub-bus system to the unit controller or directly to the main station bus and equipped with
all relevant interface and protocol software
.
12.3.6.14 Redundant Fibre Optic Main Gigabit/s-Bus System
The Contractor shall define the technical requirements for all external cabling (type, repeaters, shielding,
earthing, size, etc.) to guarantee the specified performance and characteristics according to IEEE 802.3.

12.3.6.15 Redundant Fibre Optic Process Gigabit/s-Bus System


The Contractor shall define the technical requirements for all external cabling (type, repeaters, shielding,
earthing, size, etc.) in order to guarantee the specified performance and characteristics according to
IEEE 802.3.

12.3.6.16 Redundant Unit Controllers with Interfaces to Sub-Controllers


As shown on the CCS Architecture Drawing, the sub-controllers shall be interlinked to the CCS by means of
a field-bus system.

Generator and Excitation System


- Graphical diagrams showing the generator main circuit with auxiliary and excitation T-offs.
- Screen-display of:
- Generator current
- Generator voltage
- Voltage setting
- MW and Mvar
- Synchroniser with selector switch

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Power factor
- Frequency
- Field voltage and current.
- Soft keys and status display for:
- Voltage raise/ lower
- Selector switch Local Man/ Local Auto/ Remote
- Brake ON/ OFF
- Circuit breaker ON/ OFF
- Generator auxiliary systems ON/ OFF
- Alarm panel.
- Hard wired push-buttons for emergency and plant shut-down shall be mounted in the front door of
the UCB.

Turbine and Governor


- Graphical diagrams showing the turbine with waterways and the generator
- Screen-display of:
- Speed
- Speed setting
- Guide vane position
- Guide vane limiter
- Discharge
- Active power actual / set-point.
- Soft keys and status display for:
- Speed raise/ lower
- Opening raise/ lower
- Power raise/ lower
- Speed/opening/power control mode
- Intake gate emergency close
- Unit emergency shutdown
- Turbine auxiliary systems.
- Alarm panel.

Main Inlet Valve


Control and remote command functions according to equipment PTS.

Main Transformer
Control and remote command functions according to equipment PTS.

Generator Circuit Breaker (GCB)


Control and remote command functions according to equipment PTS.

Digital Protection System


Control and remote command functions according to equipment PTS.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.3.6.17 Redundant Station Auxiliary Controller (LCU - Station Aux. Systems)

The station auxiliary controller shall provide the data transfer from/to the following equipment:
- MV switchgear
- Station service transformers
- LV switchgear
- DC and UPS systems
- Diesel generating unit.

12.3.6.18 Redundant Common Services Controller (LCU - Common Services)


The station auxiliary controller shall provide the data transfer from/to the following equipment:
- Cooling water system
- Drainage system
- Dewatering system
- HVAC systems
- Compressed air system
- Fire protection system
- Potable water system
- Sewage treatment plant
- Level measurement systems.

12.3.6.19 220 kV GIS Controller (LCU – GIS)

The interface and functions shall be according to equipment PTS control and remote command functions.
The individual LCC for the generator/transformer bays, the transmission line feeder bays and the bus coupler
bay shall be connected to the CCS with a protocol converter unit. The protocol-converters shall be provided
by the GIS supplier.

12.3.6.20 CCR Furniture

The CCR shall be equipped with adequate furniture to provide ergonomically designed working positions.
The furniture shall comprise the following:
- Computer desks
- Swivel chairs
- File cabinets.
All cabling shall be appropriately installed in wiring channels.
The Tenderer shall describe the proposed CCR and equipment design and shall identify any special
requirements that will be needed to facilitate the complete and proper execution of the works, such as raised
floor, suspended ceilings, air-conditioning, lighting, access for cabling etc.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.3.7 System Characteristics
12.3.7.1 Self-Diagnosis Function

Malfunctions caused by the failure of the equipment shall be indicated by annunciators operating
independently from the controllers.
The self-diagnosis function shall detect the failures of the following hardware (up to the printed circuit board):
- Interface module failure
- Communication control module failure
- Internal power supply failure
- Software fault diagnosis: permanent on-line diagnosis of the CCS
- Fault tolerance function and software routines shall be provided and tested.
The software shall be able to detect functional module failures and the character of the fault.

12.3.7.2 Inputs / Outputs (I/O)

General
The number of I/O process interfaces shall meet the requirement of the plant and shall have 20% spare
capacity. Hardware of I/O interface shall be made in a classified standard plug-in structure; the plug-in cards
of identical type shall be interchangeable.
All data, control, communication and man-machine interfaces etc. shall safely withstand the following
voltages:
- Power frequency withstand voltage: terminals for 60 V to 500 V circuits shall withstand 2,000 VAC for
1 min. on its housing terminals for circuits below 60 V shall withstand 500 VAC for 1 min
- Impulse withstand voltage: 1.2 μs / 50 μs
Digital Input
All signal inputs shall be isolated by OPTO-coupler modules. The photoelectric isolator shall withstand a
voltage of 1,500 VAC for one minute.
Hardware and software filtering provisions against the contact bouncing shall be provided. The signal shall
be valid when the duration of the contact state is 4 - 6 ms.
Each digital input shall have a LED indicator, which indicates the closing of the input contact.
Digital Output
All digital or binary outputs shall be repeated with interposing relays. The contact capacity and the voltage
shall meet the requirement of the carried load.
The output relays shall be the plug-in type with dust proof enclosures. Each on/off quantity output shall have
a LED indicator.
Analogue Input
The electrical analogue quantity inputs shall generally be 4-20 mA, and 12 mA at zero point for bi-directional
quantities, such as for active power, etc. For special inputs, 0-10 mA inputs shall be permissible.
The analogue quantity input interfaces shall also satisfy the following:
- The resolution of A/D shall not be less than 12 bits
- Conversion precision: the error of A/D conversion with interface shall be less than + 0.1% of full scale
- The common mode rejection ratio shall be greater than 90 dB (DC to AC 50 Hz)
- The differential mode rejection ratio shall be greater than 60 dB (AC 50 Hz)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Time of conversion: < 100 ms for comparative type, and < 400 ms for integral type.
Analogue Output
The analogue output signal shall be 4-20 mA and the load capability greater than 500 Ώ.
Each analogue output shall have an independent D/A converter of 12 bits or better.

12.3.7.3 Response Times

At normal conditions the response times for the operator stations shall be as follows:
- The time between selection and display, fully updated, from the database shall not exceed 2 s with a
typical workstation loading of 4 graphic displays, 2 trends and 1 alarm display in ‘windows’ on the
displays
- The time between execution of a control function on an operator workstation and the command
reaching the output terminations of the station shall not exceed 2 s
- The time between the occurrence or change of a signal at the origin and the change of state, value or
alarm showing on the displays shall not exceed 2 s
- The real time stamp of the signals shall be executed at the input to the system prior to bus transfer or
signal processing.

12.3.7.4 Data Acquisition

The equipment in the CCR shall acquire and save to the database automatically and periodically the process
parameters such as analogue quantities, on-off event quantities, statuses, etc. from the UCB, LCU or LCC
with the data bus, it also receives, threshold overshoot of analogue measurements, the trend of temperature
changes, etc. and shall refer them into the buffer area. The information acquired and received shall be used
for updating the data base, for controlling and adjusting, for record retrieving, for operation guide, fault
analysing and repair advice etc.
The data acquisition of the CCS shall also be possible to be carried out by the operator or by the instructions
of an application program. It shall realise the function of acquiring a part or whole of the parameters from a
UCB/LCU/LCC or the entire boards connected to the bus, at any time.
The fault alarm signal shall have priority to transmit and the time at which the fault occurs shall be referred at
the lowest level before entering the bus or field-bus system. The distinguishing time shall be less than 5 ms
for important alarms. The A/D conversion precision of data acquisition of the CCS shall be 12 bits or more,
the total measurement error shall be not more than ± 0.15%.

12.3.7.5 Data Processing

The CCS shall process the following:


- Plausibility check, analysis of faulty codes and control transmission errors.
- Update the real time database of the CCS, distribution of the real time data to relative stations,
modification of the foreseen data and equipment status in the screen displays, operator alert by
displays on data with abnormal trend changes.
- Analyses of the trend of changes of some important quantities being supervised, forecast of the
probability of incidents, provision of operation guide. The sampling period of trend analysis may be
distinct for different equipment the number of parameters acquired in distinct sampling period shall
also be different. A trend record file shall be compiled by sampling points from the real time database
according to the requirement of trend recording. The trend curves shall be displayed automatically or
on demand. When several measuring points shall be displayed at the same time, they shall be
distinguished by distinct colours.
- Monitoring of the unit bearing temperatures with the trend of temperature changes of the thrust
bearing, upper and lower guide bearings and the turbine guide bearing during the start up sequence.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The monitored points shall be the ones with highest temperature and points with maximum
temperature change rate; they shall be chosen by an application program or by the operator. The
CCS shall collect and save the temperature-time curve T°C = f (t) and compare them with the stored
maximum permissible temperature rise curves. An alarm signal shall be initiated when the
permissible limit is surpassed.
- Monitoring the rate of temperature change of the unit bearings with the aim of early detecting the
abnormality of equipment. The method of choosing the points shall be the same as mentioned above.
- Monitoring the temperature difference between individual thrust bearing pads, periodical comparison
of the temperature of each thrust bearing pad and compute the difference between them (or the
change rate of the difference). An alarm signal shall be initiated to indicate the abnormality of thrust
bearing pads, when the permissible limit is surpassed.
- Monitoring the rate of change of the oil temperature at the top of the MT under different loads, with
the aim to early detect the abnormality of equipment.
- The Contractor shall obtain the parameters, such as the permissible temperature rise curve and the
permissible temperature change rate of the bearings of the unit. The Contractor shall also submit the
software of trend analysis, which may be modified gradually according to the operation data
accumulated after the unit has been commissioned. The initial parameters submitted, however, shall
guarantee the safety operation of the units and the main transformers. In addition, the Contractor may
propose other effective trend analysis methods as well.
- Comparison of the data with a pre-set threshold, initiate an alarm signal when they have over shot,
display the abnormality signal on displays or issue relative alarming views on displays by the CCS
automatically, print and/or record them. For the data measuring points for which the threshold
overshoot checking is needed, it shall be possible to pre-set the highest threshold (HH), higher
threshold (H), lower threshold (L), the lowest threshold (LL) as well as dead zone of resuming the
threshold, dead zone of updating the display views, etc. When the measurements surpass the higher
or lower threshold, only alarm signals shall be issued. In case the measurements surpass the highest
threshold or the lowest threshold (if such thresholds exist), a fault handling program of the equipment
shall be invoked, and an alarm signal sent to inform the operator. The sound and light signals of both
the overshoots shall be possible to be distinguished easily by the operator.

12.3.7.6 Event Recording

The events to be recorded are trip signals of HV and MV circuit breakers as well as LV incoming- and tie-
circuit breakers, faults and abnormalities of each main and common equipment, outgoing lines and the faults
and abnormalities of power plant auxiliary power system. The events involve the normal operation and any
abnormalities or faults. The resolution of the sequence of events recording shall meet the requirements as
specified.
When a fault happens to any important equipment in the power plant, the CCS shall record the change of
data of relevant measuring points prior to and after the fault and record the data of correlative quantities.

12.3.7.7 Alarm Management

All plant and system generated alarms shall be prioritized, logged and displayed by the CCS. There shall be
a dedicated alarm display which shall show all individual and group alarms.
The Operator shall have the facility to select optional alarm displays, summary of alarms, historical alarms on
global or point based, unacknowledged alarms, alarms by priority, alarms by pre-defined system groups.
There shall be a facility to suppress an alarm or groups of alarms because of a particular alarm or other plant
condition, to minimize the number of alarms under transient conditions.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
12.3.7.8 Displays

Three displays shall be provided for each operator station in the CCR for man-machine communication and
to display dynamically the views of the more important operation parameters, fault and abnormality states in
figure, letter, graph and table.
The diagrams and graphical displays shall be elaborated with symbols according to CENELEC, IEC and ISO
standards. All text shall be in English.
The following displays and process diagrams shall be available as a minimum:
- Table of contents of displays
- Overall layout of TK V HEP
- Overview of the station control systems, CCS architecture
- Dynamic display of the sequence of events
- Dynamic display of the operation sequences
- CCS failure with immediate information and alarm in case of:
- CCS unit control device failure
- CCS communication link failure
- CCS control room system failure
- Graphical display of the turbine with waterways and main data
- Graphical display of the governor system with main data
- Turbine hill chart with optimised dynamic working point and actual working point and model
efficiency as parameter.
- Process overview diagram with main data:
- Turbines running time
- Speed
- Active and reactive output
- Water levels
- Total and individual discharge
- Individual system operation status
- Process diagram of cooling water system with status and data
- Process diagrams of the drainage and dewatering systems with status and data
- Process diagram of the compressed air system with status and main data
- Process diagram of the HVAC systems with status and main data
- Process diagram of the fire protection systems with status and main data
- Graphical display of the generator with ancillaries and main data
- Single line diagram of generator main circuit, braking switch and excitation system with main data.
- Generator capability diagram with actual working point, optimised working point and power factor
as parameter.
- Graphical display of the turbine & generator with temperature monitoring
- Process diagrams of generator cooling systems with status and data.
- Graphical display of the MT with temperature monitoring
- Process diagram of MT cooling systems with status and data.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Overall single line diagram of the electrical scheme with status and electrical data
- Single line diagram of the HV switchgear with status and electrical data
- Single line diagram of the MV switchgear with status and electrical data
- Single line diagrams of the LV AC, DC and UPS systems with status and electrical data
- Threshold overshoot alarming
- Periodic recording tables display, including the tables of the station, the unit and other systems.
- Table of threshold setting values of supervised quantities: the dead zone for refreshing the display
of each measuring point shall be able to be modified on views individually or in batches, switching
on/off each kind of measuring point (on/off inputs, analogue inputs, etc.) shall be able to be chosen
on the views individually or in batches. It shall be possible to set the status, or the value of the
measuring points taken from the real time supervision manually, but the display format shall be
different from that of real time measuring points. At this time, the CCS shall take effective
measures to ensure the safety of equipment.
- Maintenance record
- Statistical table of number of operations of each equipment
- Daily load curve of the station and individual units
- AGC and AVC views; it shall be possible to select the functions, to assign the real time values, etc.
on the view.The unit shall not be disturbed when the selected function changes.
- Statistical tables of faults, abnormalities of the power plant.
For the events of change in state, threshold overshoot, etc. the time of event occurrence, content of the
event, name of the equipment and permissible operating parameters, the overshoot parameters of the
equipment, etc. shall be displayed in time sequence.
Images shall attract the attention of the operator by way of a change in colour or change of symbols or
flashing.

12.3.8 Unit Control Boards


12.3.8.1 General

Unit Control Boards (UCB) shall be provided with redundant controllers and redundant power supply. The
UCB shall be used for manual/automatic control of all functions associated with the MIV/draft tube flap gate,
turbine, generator, GCB, MT, unit auxiliary systems and digital protection systems.
The scope of functions assigned to the UCB shall comprise the equipment shown on the CCS System
Architecture Drawing.
Digital and analogue output signals from the unit automation equipment, resistance temperature detectors,
generator excitation system, speed governor etc. shall be connected to the UCB controller. All events shall
be time tagged (time-stamp) at the input card to permit easy analysis of events.
The UCB shall be designed to work independently when it is disconnected from the CCS.
The UCB system shall mainly comprise the control/monitoring of the following systems:
- Governor system
- Excitation system
- Mechanical protection
- Electrical protection
- Main transformer
- Generator voltage switchgear
- Interface with the CCS

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Unit auxiliary equipment LCC.
The UCB shall accommodate all required equipment, instruments and apparatus to perform the following
control and supervision of the turbine-generator unit:
- Step by step and/or automatic unit starting and shutdown
- Interface to the digital turbine governor
- Interface to the automatic voltage regulation
- Machine loading with active and reactive power
- Metering and recording of all characteristics of the turbine, generator and main transformer
- Indication of normal operation of the auxiliaries essential for secure and reliable operation of the unit
- Audible and visual warning of inaccurate operation of the unit and the essential auxiliaries
- Audible and visual alarm and display of dangerous operation of the unit and the essential auxiliaries,
or faults that may initiate tripping of the circuit breaker without shutdown the unit
- Power supply and control of essential auxiliaries of the respective unit.
The process management of the UCB shall be ensured through the local Human-Machine Interface (HMI)
mounted in the cubicle front door. The local HMI shall consist of a 15 inch colour touch screen.
The following functions shall be available:
- Displays as specified
- Process sequence follow-up for local control
- Alarm status indication.

12.3.8.2 Data Acquisition and Processing

The UCB shall contain, execute, monitor and process all equipment and functions necessary for the
operation of a generating unit and related ancillary systems.
The Local Control Cubicle (LCC) shall contain, execute, monitor and process all equipment and functions
necessary for the operation of a sub-system and its ancillaries not directly to be classified to a unit.
The UCB/LCC shall realise the acquisition of any kind of analogue quantities, on/off quantities, and pulse
quantities of the unit and the main transformer. The sampling period of different parameters shall meet the
specified requirements.
The following data acquisition and processing shall be realised by the UCB or LCC:
- Electrical quantities of the unit: acquire the voltage, current, frequency, active power, reactive power,
counters for power and system/subsystem running time etc. of the generator unit periodically, send
them to the CCS and display them.
- Temperatures of the unit: acquire periodically the temperature of stator winding, stator core, bearing
pads, bearing oil, cooling water, check if they are overshot, and send any overshoot status and data
to the CCS, an alarm signal and sound (for 2 times 15 s) also shall appear on the UCB/LCC
panel/monitor of the unit as well.
- Temperatures of the MT: acquire the temperature of the main transformer periodically, check it for
overshoot and analyses the trend of temperature change and supervise the change rate, initiate the
alarm and sent data to the CCS.
- Process control status scanning: acquire and record the status of sequence steps of the unit during
the starting and shutdown process and mode transition process, send the data of the control process
to the CCS.
- Alarm message acquiring of the unit mechanical protection: acquire the action message of unit
mechanical protection, send the action message of protection to the CCS and display the alarm
signal with sound on UCB panel/monitor of the unit.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The arrangement of various kinds of measuring points shall follow a defined format to facilitate the
work of operating personnel

12.3.8.3 Display and Supervision

The UCB/LCC of the unit/system shall have a monitor for display and supervision.
On the UCB a touch panel with access to various system levels, protected by password, shall be provided.
On the monitoring panel/monitor, it shall be possible to display the data relevant for unit operation,
supervision and trouble shooting e.g. electrical quantities, temperature of the unit and MT, the status or data
of ancillary equipment. Two display patterns shall be possible: a cyclic display and a fixed display.
The contents of display and supervision shall include:
- Supervision of starting conditions prior to unit start-up: check whether the unit fulfil the starting
conditions, such as the governor oil pressure, air pressure, states of the main and ancillary
equipment. If there is any anomaly, besides local indication the signal shall be sent to CCS for
displaying and print-out.
- Sequence supervision of mode transition processes: supervise consecutively the progress of
sequence steps of mode transitions send the main steps to the CCS. Transfer the unit to a safe state
or stop it when any impediment happens. Any operating sequence step shall have a local signal sent
back to the UCB indicating step with number and clear text.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

12.4 SPARE PARTS


12.4.1 General Spare Parts
Reference is made to the General Technical Specifications.

12.4.2 Special Spare Parts


The following special spare parts shall be quoted by the Tenderer and included in the total tender price:

• One operator station computer, fully configured


• One redundant main server core component, fully configured
• One set of interface modules, comprising 5%, minimum one piece of each type
• One set of repeater modules, comprising 5%, minimum one piece of each type
• One set of monitors, minimum one piece of each type
• One set of printers, minimum one piece of each type
• One set of interposing relay, comprising 5%, minimum one piece of each type
• One cooling fan of each type
• One set of indicating lamps, fuses, comprising 5%, minimum one piece of each type
• One set of circuit breakers, comprising 5%, minimum one piece of each type
• One set of transducers, comprising 20%, minimum one piece of each type
• One set of printed circuit cards, comprising 20%, minimum one piece of each type
• One set of control switches, comprising 20%, minimum one piece of each type
• One set of push-button, comprising 20%, minimum one piece of each type
• One set of instruments and meters, comprising 20%, minimum one piece of each type
• One set of built-in stabilised power, comprising 20%, minimum one piece of each type.

12.4.3 Recommended spare parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.
12.5 WORKSHOP TESTS

The Contractor shall have established a comprehensive and effective quality control (QC) system applicable
to all groups of companies for engineering, design, manufacturing and installation in close relation to QC
standard ISO 9001, representing the highest level of quality control system. The Tenderer shall confirm the
application of a certified QC system.
The CCS shall be assembled and tested in the workshop in compliance with the certified QC plan and the
relevant Standards. The Tenderer shall prepare for Employer/Engineer approval a detailed test processing
and inspection plan/programme.
The Factory Acceptance Tests (FAT) shall be carried out to verify the system performance close to the final
configuration, but with an agreed limited number of workstations and controllers. The CCR equipment shall
be completely mounted.
System and application software functions shall be fully verified. Communication links to related systems (all
interlinked controllers for e.g. GIS, Spillway and the NLDC communication) shall be verified.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Necessary protocol converter hard- and software requirements shall be clarified with the related suppliers
before the start of the FAT. The protocol conversion and adaptations to interlinked systems/equipment shall
be an integral part of the FAT.

12.6 SITE TESTS


12.6.1 Pre-commissioning Tests

The following tests shall be performed during and after erection of the complete systems:
- Inspection of the installed equipment
- Checks on the wiring of the interconnections
- Dielectric tests as well as measurement of insulation resistance of each circuit
- Functional checks of all instruments, protective relays, auxiliary relays, switches, etc. including the
calibration of all gauges and instruments and relay settings
- Functional check runs of the systems for local control and automatic control, interlocking and
annunciation, etc. in operation with the actual equipment to be protected and/ or controlled
- Final adjustment of the voltage, current and time settings.
Tests of components/ equipment shall be according to the Contractor’s QC plans, which shall be subject to
approval by the Employer/ Engineer.

12.6.2 Commissioning Tests

Tests of components/ equipment shall be according to the Contractor’s QC plans, which shall be subject to
approval by the Employer/Engineer.
After installation at site and finishing all cabling works, the Contractor shall verify all process signals and
process interface. All control commands shall be executed, and real process contacts and variables shall be
checked.
The total system performance shall be verified testing all main- and sub-routines, algorithms and control
functions.
The tests of the generating units shall consist of operation in various conditions of load, voltage, speed,
switching on and off, starting-up, shutting-down, etc. with local manual/automatic and remote automatic
control.
Unless otherwise agreed on by the Employer/Engineer all tests made at Site shall be performed by the
Contractor under the supervision of the Employer/Engineer. The Contractor shall arrange with the Employer
the test processing details and time schedule, aiming for the tests being carried expeditiously in conformity
with the operating conditions of the station and transmission system.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 12-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 13: COMMUNICATION SYSTEMS

Table of Contents

13. COMMUNICATION SYSTEMS ............................................................................................ 1

13.1 SCOPE OF WORK ............................................................................................................................ 1


13.2 TELEPHONE SYSTEM (VOIP) ......................................................................................................... 1
13.2.1 System Configuration ................................................................................................................ 1
13.2.2 Design and Construction Requirements .................................................................................... 1
13.3 TELE-COMMUNICATION SYSTEM ................................................................................................. 4
13.3.1 System Requirements ............................................................................................................... 4
13.3.2 Design and Construction Requirements .................................................................................... 5
13.4 PUBLIC ADDRESS SYSTEM ........................................................................................................... 5
13.4.1 System Configuration ................................................................................................................ 5
13.4.2 Design and Construction Requirements .................................................................................... 6
13.5 RADIO COMMUNICATION SYSTEM ............................................................................................... 7
13.5.1 System Configuration ................................................................................................................ 7
13.5.2 Design and Construction Requirements .................................................................................... 7
13.6 CLOCK SYSTEM............................................................................................................................... 8
13.6.1 System Configuration ................................................................................................................ 8
13.6.2 Design and Construction Requirements .................................................................................... 8
13.7 SPARE PARTS.................................................................................................................................. 9
13.7.1 General Spare Parts .................................................................................................................. 9
13.7.2 Special Spare Parts ................................................................................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
13.7.3 Recommended Spare Parts ...................................................................................................... 9
13.8 WORKSHOP TESTS ....................................................................................................................... 10
13.9 SITE TESTS .................................................................................................................................... 10

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

13. COMMUNICATION SYSTEMS


13.1 SCOPE OF WORK

The communication systems for the power plant, permanent camp and roads shall comprise the following:
• One telephone and intercommunication system
• One tele-communication system
• One public address system
• One radio communication system
• One clock system
• One set of special spare parts.

13.2 TELEPHONE SYSTEM (VOIP)

13.2.1 System Configuration


1) The telephone and intercommunication system shall be in compliance with the related
standards, the requirements of the Local Authorities and shall be the well proven product of
a competent manufacturer. The telephone system shall be based on VoIP technology.

2) The exchange shall be connected to the public trunk telephone system via the fibre-optic
link along the 220 kV transmission line, as well as via the satellite communication system.
Admission to make external calls shall be controlled by a programmable function in the
PABX.

3) The telephone equipment shall be digital, programmable and modular with possibilities for
future extensions (increased number of lines).

4) The telephone system shall comprise the following:


a. Digital PABX with software
b. Workstation with monitor
c. Attendant console
d. Main and sub distribution frames
e. Fifty telephone sets for different applications
f. PAX for intercommunication
g. Five multifunctional intercommunication desk sets
h. One digital voice recorder
i. Power supply units
j. Telephone cable system.

5) The PABX/PAX shall be installed in the telecommunication room in the OB. The
workstation and the attendant console shall be located at the reception in the entrance hall.

13.2.2 Design and Construction Requirements


13.2.2.1 Digital Automatic Telephone Exchange (PABX)

(1) The telephone system of the PABX type shall comprise a digital, programmable automatic
telephone exchange for 100 extensions with direct access for internal telephone users and external
telephone connections.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The automatic telephone exchange shall have the following features:
- Flexibility in expansion and increase of its carrying capacity
- Compatible with ISDN (Integrated Services Network)
- Self monitoring with protocol print out
- Open and closed system of numbering with any kind of recording
- Code dialling with 30 memorised numbers
- Last number memory and busy call repeat
- Call forward to another extension
- Integration with other types of automatic exchanges for all type of links
- Command signal transmission by all methods
- Establishing of bypass channels
- Metering of local and trunk calls
- Breaking down subscribers into 16 extension categories
- Connection of pay telephones for local and trunk calls
- Invoicing of additional services
- Establishing of communication with the NLDC
- Connection to fire and security alarm system.
(2) The PABX shall be provided with a workstation and monitor.
(3) The plant shall be equipped with one desk type attendant console. This console shall handle the
external traffic to the plant. The console shall contain the following:
- Extension to switch into line
- Call indicators
- Internal call indicator
- Meters for long distance calls.
(4) The following services shall be provided for the telephone subscribers:
- All types of telephone services including trunk and international calls
- Connection of all types of telephone sets (push-button and frequency dialling)
- Connection of personal computers and facsimile facilities
- Extension numbers are permanently allocated they can be moved to other locations
- Quick dialling
- Direct calling
- Conference call service.
(5) Main characteristics
- The automatic exchange shall have the capacity for 100 extensions
- The automatic telephone exchange shall be provided with stored program control and digital
speech channel switching
- The specific subscriber load shall be up to 0.2 Erlang
- The specific input power per extension shall not exceed 2.0 W.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
13.2.2.2 Telephone Sets

(1) The offices, operation and service locations of the power plant shall be equipped with push button
dial telephone sets of modern approved design.
- Twenty desk type for offices
- Twenty wall type for indoor areas
- Five heavy duty wall type for external areas
- Five flush built-in type for control room desks and UCB
- Twenty telephone socket outlets.

The above quantities as well as the application of sound hoods shall be adapted at construction
design stage according to actual requirements.
(2) Main characteristics
- The telephone sets shall be compatible with the digital automatic exchange
- The sound brightness shall be at least 80% at noise level of 60 dB
- Volume of call signal shall be adjustable and not less than 70 dB.
(3) Sound hoods made of suitable plastic material shall be installed for the wall mounted telephone
extensions in noisy and outdoor areas.

13.2.2.3 Intercommunication System (PAX)

(1) The intercommunication system is intended to provide the station manager and shift engineer
direct telephone access to all station areas.
For this purpose, the offices of the station manager and shift engineer shall be equipped with
multifunctional telephone sets with attachment.
These telephone sets shall have direct access to the telephone subscribers in the PC, CCR, PC
local control room, TC, GIS, TVB, OB, DG plant, VC and OS.
The offices of the heads of department and maintenance engineers shall be equipped with
multifunction sets without attachment.
(2) The multifunctional telephone sets shall feature the following:
- Alpha/numeric display
- Memory for fifty addresses with names, telephone numbers etc.
- Indication of the subscriber's name on the display at internal calls
- Messages by display
- Reminding of time and place of meeting
- Programmed keyboard
- Programmable keyboard with light emitting diodes
- Secretary functions
- Loud speaking communication dialling without lifting the handset
- Individual and group calls, interphone
- Automatic dialling
- Transfer of calls and interception of calls
- Internal and external conference coupling

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Re-dialling
- Blocking of calls.
(3) Main characteristics
- The multifunctional telephone sets shall be compatible with the digital automatic exchange
- The sound brightness shall be at least 80% at noise level of 60 dB
- Volume of call signal shall be adjustable and not less 70 dB.

13.2.2.4 Digital Voice Recorder

(1) The intercommunication system shall include digital voice recording equipment for recording the
operator communication. The digital type recorder shall be used for continuous automatic recording
of the operator communication with high performance reliability.
The voice recorder shall provide the following features:
- Round-the-clock operation in the mode of simultaneous recording of all speech channels
- Automatic start up of the recorder when talk starts on any input channel
- Tagging and display of the date and current time
- Compatibility of signal and impedance levels with communication
- Compressed storage of data.
(2) Main characteristics
- The recorder shall have at least 4 recording channels
- Continuous time of recording shall be at least 52 h
- Power shall be supplied from the 230 V AC UPS or 220 V DC auxiliary supply systems.

13.2.2.5 Telephone Cable System and Power Supply

(1) The telephone network shall be a star-shaped cable system with main distribution and sub-
distribution frames. The cabling shall be carried out with shielded multi-pair cables well protected
against any external influence.
(2) The telephone system shall be equipped with duplicated power supply units. The power shall be
taken from the redundant 220 V DC auxiliary supply systems in the PC. Back-up supply shall be
provided in compliance with the standards and local regulations.

13.3 TELE-COMMUNICATION SYSTEM

13.3.1 System Requirements

(1) For communication between TK V – UTK HEP – KHIMTI S/S – NLDC, Fibre Optic Tele-
communication (FOC) systems shall be provided. The FOC systems shall be integrated in the
existing tele-communication systems with OPGW link, connecting UTK HEP with the KHIMTI S/S
and NLDC, respectively. The system shall be redundant and fully compatible with the existing
systems and in compliance with the related standards; it shall be the well proven product of a
competent manufacturer. The communication network shall provide a reliable and undisturbed
information flow between the a. m. stations.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(2) The FOC systems shall be used for voice, data, protection and video traffic. Data transmission
shall be IP-based.
(3) The OPGW shall be terminated in a termination box located in the 220 kV TOY and further
connected with adequate FOC to the ODF arranged in the OB communication room.

13.3.2 Design and Construction Requirements

(1) The redundant tele-communication systems shall comprise the following main equipment:
- OPGW splice boxes
- OLT/ODF cubicles
- DDF cubicles
- SDH/MUX cubicles
- Routers
- Tele-protection signalling devices
- Interface with speech channels for the PABX
- Gateways (reference is made to Chapter 12 - CCS)
- CCS/gateway/FOC interface equipment
- Power supply modules.
(2) The OLT shall be used for selection and distribution of the distinct types of communication, such as
speech, data traffic, internet etc. Dedicated channels shall be provided for line protection and
metering data.
(3) Priority communication for tele-protection signals shall be provided.
(4) The SDH/MUX shall provide the following services:
- Tele-protection channels transmission of HV protection command signals
- Programmable speech channels, PABX interface
- Programmable data channels
- Low speed modem channels
- Ethernet, E1
(5) The configuration and management shall be done by a laptop PC, either locally or preferably also
remotely via an embedded management channel or a separate Network Management System.
(6) Necessary communication modems, network switches, network routers etc. shall be part of the
system. If applicable, the communication units may be commonly used for more systems.
13.4 PUBLIC ADDRESS SYSTEM

13.4.1 System Configuration

(1) The public address system shall be in compliance with the related standards and shall be the well
proven product of a competent manufacturer.
The public address system shall comprise the following:
- One system pre- amplifier with 4 zones
- One power amplifier for each zone
- One call station
- One telephone system coupler for connection to the PABX

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Fifteen indoor loudspeakers for different applications
- Ten outdoor horn loudspeakers
- Power supply units
- Communication cable system.
(2) The Amplifier cabinet shall be installed in the electronic equipment room adjacent to the CCR. The
call station shall be in the CCR.
(3) The equipment ratings and the number of loudspeakers shall be determined by the Contractor,
based on the features of the proposed system.

13.4.2 Design and Construction Requirements

(1) General
The system shall be suitable for staff locating services in the PC and related structures. It shall be
integrated into the supervisory systems of the shift engineer.
The public address system in combination with the multifunctional telephone set of the shift
engineer shall be capable to carry out the staff location services or transmit important messages.
The main characteristics shall be the following:
- Nominal output power W 1,000 approx.
- Output channels, zones No. 4 to 6
- Auxiliary power supply V AC 230
- Nominal output voltage V 100
(2) Indoor Loudspeakers
The loudspeakers shall be used for the paging and message transmission in the OB, service areas
of the power house and related structures, TC and the GIS room.
The loudspeakers shall comprise dynamic sound heads and matching transformers completely
enclosed in common housings. The design of the loudspeakers shall be appropriate for the distinct
locations.
The main characteristics shall be the following:
- Rated power W 1 to 6
- Frequency range Hz 150 to 10,000
- Frequency irregularity dB 15
- Sound pressure level dB 90 approx.
- Nominal input voltage V 100
(3) Horn Loudspeakers
The horn loudspeakers shall be suitable for indoor and outdoor installation. The horn loudspeakers
shall have built-in high efficiency drivers for good speech reproduction.
The horns shall be of Al or other corrosion resistant material, mounted on brackets suitable for
adjusting the loudspeaker in all directions. The complete assembly shall be water and dust proof,
protection class IP 65.
Matching transformers shall be provided for connecting the loudspeakers to the system.
The main characteristics shall be the following:
- Rated power W 6 to 25
- Frequency range Hz 500 to 5,000

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Frequency irregularity dB 15
- Sound pressure level dB 100 approx.
- Nominal input voltage V 100

13.5 RADIO COMMUNICATION SYSTEM

13.5.1 System Configuration

(1) The radio communication system shall be in compliance with the related standards and shall be the
well proven product of a competent manufacturer.
The compliance with the requirements of the Local Authorities shall be confirmed.
The radio communication system shall comprise the following:
- One repeater station, UHF band
- One lot UHF antennas with tower
- One telephone interconnect system for connection to the PABX/PAX
- Ten portable UHF radio phones
- One battery charger station suitable for ten UHF portable radio phones
- Power supply units
- Communication cable system.
(2) The repeater base unit cabinet and the battery charger station shall be installed in the electronic
equipment room adjacent to the CCR.
(3) The equipment ratings and the location of the antenna towers shall be determined by the
Contractor, based on the features of the proposed system.

13.5.2 Design and Construction Requirements

(1) A radio communication system shall be provided suitable for the voice communication within the
power plant and the related structures. The range shall be approx. 5,000 m. The radio system shall
consist of a fixed base station with receiver and transmitter, mobile hand sets and a PABX
interface unit. The system shall operate in the UHF band.
The main characteristics of the repeater station shall be the following:
- Rated power W 1 to 25
- Frequency range MHz 440 to 470
- Number of channels Nos. 16
- Band spread MHz 50
- Supply voltage (UPS) V 230
The failure of a broadband channel shall be reported to the CCS.
(2) The radio system shall be connected to the telephone system with an interconnect unit to enable
direct access from the radio to the telephone system and vice versa.
(3) A broad banded antenna of heavy duty design shall be mounted on a galvanised steel tower,
strategically located to provide the required operating range. The design and construction shall
match the system characteristics and the site conditions.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(4) The portable UHF radio phones shall be of the heavy duty industrial type, powered by
rechargeable batteries. The batteries shall have a service life of 8 h and shall be automatically
recharged when the sets are returned to the charging station.
The main characteristics of the portable UHF radio phones shall be the following:
- Rated power (transmitting) W 1 to 4
- Frequency range MHz 400 to 470
- Channel spacing kHz 12 - 25
- Audio distortion % 3
- Receiver sensitivity (12 dB SINAD) µV 0.4

13.6 CLOCK SYSTEM

13.6.1 System Configuration

(1) The clock system shall be in compliance with the related standards and shall be the well proven
product of a competent manufacturer.
The clock system shall comprise the following:
- One termination board as interface to the GPS master clock
- Ten secondary clocks, analogue type
- Two secondary clocks, digital type
- Ten secondary clocks, digital calendar type
- Secondary clock cable system.
(2) The secondary clocks shall be connected to the GPS master clock, provided with the CCS. The
master clock shall transmit synchronised second and minute pulses. The GPS master clock shall
be installed in the electronic equipment room adjacent to the CCR.
(3) The number of secondary clock circuits shall be determined by the Contractor, based on the
features of the proposed system.
(4) The design of the secondary clocks shall be appropriate for the distinct locations. The final
selection will be made at detail design stage.
13.6.2 Design and Construction Requirements

The scope of work shall comprise a complete functional clock system comprising the following
types of secondary clocks:
(1) Analogue clocks
- The analogue clocks shall be a standard series product with the following features:
- Heavy duty industrial type metal enclosure of 300 to 400 mm diameter approx. for indoor
installation
- Single/double face display
- White clock face with black figures and black pointers for hours and minutes
- Suitable for wall or pendant mounting.
- Application: Lobby, halls, corridors, workshops.
(2) Digital clocks
The digital clocks shall be a standard series product with the following features:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Heavy duty industrial type, rectangular metal enclosure of 800 x 300 mm approx. for indoor
installation
- Single face display of hours and minutes
- Black clock face with yellow figures, 175 mm approx. with adjustable brightness
- Suitable for wall mounting
- Supply voltage V AC 230
- Application: Machine Hall
The colours of the casing and display shall be coordinated with the architect.
(3) Digital calendar clocks
The digital calendar clocks shall be a standard series product with the following features:
- Heavy duty industrial type, rectangular metal enclosure of 400 x 180 mm approx. for indoor
installation
- Single face display of day, date, hours and minutes
- Black clock face with yellow figures, 75 mm approx. with adjustable brightness
- Suitable for wall mounting
- Supply voltage V AC 230
- Application: Dedicated offices, control rooms, GIS room.
The colours of the casing and display shall be coordinated with the architect.
(4) Cabling and Wiring
The cabling and wiring shall be executed as an independent system using the cable routes of the
other communication systems.

13.7 SPARE PARTS

13.7.1 General Spare Parts

Reference is made to the General Technical Specifications.


13.7.2 Special Spare Parts

The special spare parts specified hereafter are in addition to those mentioned in the GTS.
- One printed board of each type for the telephone system
- One loudspeaker of each type
- One printed board of each type for the public address system
- One printed board of each type for the radio system
- Two portable radio phones
- Ten batteries for portable radio phones
- One analogue and digital calendar clock each.

13.7.3 Recommended Spare Parts

The Tenderer shall recommend the spare parts he considers necessary for a five years operation
of the equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule
Section VII but not included in the total price.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

13.8 WORKSHOP TESTS

The communication systems, related equipment and materials shall be type tested standard
products of competent manufacturers. Type test certificates shall be submitted to the
Employer/Engineer.
Workshop tests shall be carried out in compliance with the certified QC plan and the relevant
Standards.

13.9 SITE TESTS

Site tests shall be carried out in compliance with the approved QC plan and the Standards. The
following tests are the minimum requirement and shall be applied as appropriate for the different
communication systems.
- Inspection of the completed cable systems
- Continuity tests of cable systems
- Measurement of insulation resistance
- Functional and performance tests of each system.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 13-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 14: SECURITY SYSTEMS

Table of Contents

14. SECURITY SYSTEMS ......................................................................................................... 1

14.1 SCOPE OF WORK ............................................................................................................................ 1


14.2 CLOSED CIRCUIT TV SYSTEM (CCTV) .......................................................................................... 1
14.2.1 System Configuration ................................................................................................................ 1
14.2.2 Design and Construction Requirements .................................................................................... 1
14.2.3 Central Control and Video Matrix Switching Unit ....................................................................... 2
14.2.4 Monitors ..................................................................................................................................... 2
14.2.5 Cameras .................................................................................................................................... 2
14.2.6 Colour Digital Disc Recorder ..................................................................................................... 3
14.3 ACCESS CONTROL SYSTEM.......................................................................................................... 3
14.3.1 System Configuration ................................................................................................................ 3
14.3.2 Design and Construction Requirements .................................................................................... 3
14.4 SPARE PARTS .................................................................................................................................. 4
14.4.1 General Spare Parts .................................................................................................................. 4
14.4.2 Special Spare Parts ................................................................................................................... 4
14.4.3 Recommended Spare Parts ...................................................................................................... 4
14.5 WORKSHOP TESTS ......................................................................................................................... 4
14.6 SITE TESTS ...................................................................................................................................... 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 14-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

14. SECURITY SYSTEMS


14.1 SCOPE OF WORK
The security systems for the power plant, permanent camp and roads shall comprise the following:

• One Closed circuit television system


• One Access control system
• One lot of special spare parts.

14.2 CLOSED CIRCUIT TV SYSTEM (CCTV)


14.2.1 System Configuration
(1) The CCTV system shall be in compliance with the related standards and shall be the well proven
product of a competent manufacturer.

The CCTV system shall comprise the following:

- One matrix video switcher


- One colour digital disc recorder
- One system controller with monitors in the CCR
- One system controller with monitors in the OB
- Twenty indoor cameras
- Fifteen outdoor cameras
- Power supply units
- CCTV fibre optic cable system.

(2) The matrix video switcher shall be installed in the electronic room adjacent to the CCR. The
monitors with control stations shall be installed in the CCR and OB.

(3) The equipment ratings and the number of cameras shall be determined by the Contractor, based
on the particular features of the proposed system.

(4) The CCTV system shall be based on IP technology.

14.2.2 Design and Construction Requirements

The CCTV system shall be provided for the surveillance of the power plant and the related structures
including the VC, MAT, personnel and vehicle entrances, TOY-1 & 2, TVB, the machine hall, generator and
turbine floors, TC and GIS room, the entrance to the OB and the OS.

The Contractor shall position the cameras at strategic locations, mounted on buildings or using masts as
required, to achieve the coverage of the a.m. areas.

The CCTV system shall permit persons to be clearly seen at any position within the coverage area. The
CCTV images displayed on the monitors and recorded on video discs shall be of adequate quality to enable
clear and unambiguous identification of persons and motor vehicles.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 14-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
14.2.3 Central Control and Video Matrix Switching Unit

A microprocessor based central control and video matrix switching unit shall be provided to display selected
camera images on manually or automatically selected TV monitors. The equipment may be installed in
common cubicles with the communication equipment. Safe power supply shall be provided.
The matrix shall have an interface to the National Load Dispatch Centre (NLDC) so that the pictures can be
received there. With an NLDC/CCR selector switch at the monitors the camera control shall be transferred.
As a minimum, the following functions shall be provided:
- Keyboard control stations with joy stick, installed in the CCR and the guard house
- 32 video inputs
- 6 monitor outputs
- Superimposing of camera number, time and date on the TV monitor video display
- Selection of screen format
- Interface to digital disc recorder and NLDC.

14.2.4 Monitors

Four 22 inch colour TV monitors shall be provided in the CCR and two in the OB, suitable to display the
images from any of the cameras in the system.

14.2.5 Cameras

Solid state cameras with charge coupled devices (CCD) capable of providing high definition colour video
images shall be provided. The image sensor size shall be ½ inch format with a horizontal resolution of
460 lines.
Camera lenses shall have a high optical performance to ensure clear images at all positions and distances
within the range at day and night.
The focal length of the lens shall be selected by the Contractor for each camera to provide adequate
coverage and clarity of the image.
Cameras installed in areas with changing light levels shall have lenses with auto iris control facilities.
The remotely controlled colour TV cameras shall be suitable for indoor and outdoor installation and shall
ensure surveillance of stationary and moving objects.
Camera housings shall be sufficiently robust to protect cameras from incidental blows and shall be
constructed to facilitate the installation, removal and service/adjustment of the cameras. The fixings shall be
appropriate to withstand the extreme weather conditions with very high wind speeds.
Outdoor cameras shall be protected by corrosion and weather proof enclosures with protection class IP 65
fitted with automatically controlled anti condensation heaters.

The cameras shall have the following features:

- Auto-focus with manual override


- Optical and digital zoom, manual and automatic
- Day and night selection command
- Pan - Tilt - Zoom activity (PTZ)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 14-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
14.2.6 Colour Digital Disc Recorder

For recording and storing the video surveillance images a colour digital disc recorder with software shall be
provided.
The recorder shall feature nine (9) channels. The number of images per second and the image quality shall
be selectable for each connected camera.

14.3 ACCESS CONTROL SYSTEM

14.3.1 System Configuration


(1) The access control system shall be in compliance with the related standards and shall be the well
proven product of a competent manufacturer.

The access control system shall comprise the following:

- One central access controller with software and printer


- One workstation
- Twenty-five electrical door locks with ID card reader and manual unlock push buttons
- One hundred programmable ID cards
- Power supply units
- Power and control cable system.

(2) The central access controller shall be installed in the telecommunication room in the OB. The
workstation and the printer shall be located at the reception in the entrance hall.

(3) The final configuration of the system shall be based on the particular features of the proposed
system and the Employer’s actual requirements to be defined at construction design stage.

(4) Systems shall be based on IP technology.

14.3.2 Design and Construction Requirements


(1) Selected gates and doors shall be controlled and monitored by a computer-based access control
system providing the following features:
- Gates and doors secured with electrical door locks
- Access for personnel and visitors with ID card only
- Control with ID card readers
- Recording and storage of ID, day and time of entries and exits
- Release of electrical locks with push buttons installed inside at selected doors.

(2) The central access controller shall be an industrial type PC operating with standard software
packages. The workstation shall be used for parameterisations, preparing of lists and protocols of
the entry and exit activities, programming and administration of the personnel and visitor ID cards.
The work station shall also be used for issuing visitor cards.

(3) Gates and doors shall be fitted with electrical locks. The design and installation of these locks shall
be coordinated with the door supplier of Contract C-1. The power supply shall be taken from the
station AC or DC auxiliary supply systems. The door locks shall by no means require individual
batteries.
The locks shall be controlled by the card readers and appropriate door controllers.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 14-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

(4) The gates and doors shall be provided with contact-less, proximity ID card readers suitable for
indoor and outdoor installation.

(5) Inside selected doors surface or flush mounted push buttons shall be installed, enabling the
manual release of the electrical door-locks. The main gate shall be suitable for manual control from
the guard house.

(6) The ID cards shall be made of PVC, provided with embedded antenna and a chip.

(7) The cable system shall consist of power supply and control cables. Systems shall apply bus
systems or LAN.

(8) The systems shall be self-monitoring features, transmitting an alarm to the workstation and the
CCS in case of failure, mal-operation or violation of the system.

14.4 SPARE PARTS

14.4.1 General Spare Parts


Reference is made to the General Technical Specifications.

14.4.2 Special Spare Parts


• One printed board of each type for the CCTV system
• One camera of each type
• One printed board of each type for the access control system
• Two card readers
• Two push buttons
• Two electrical locks of each type.

14.4.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VIIbut not
included in the total price.

14.5 WORKSHOP TESTS


The security systems, related equipment and materials shall be type tested standard products of competent
manufacturers. Type test certificates shall be submitted to the Employer/Engineer.
Workshop tests shall be carried out in compliance with the certified QC plan and the relevant Standards.

14.6 SITE TESTS


Site tests shall be carried out in compliance with the approved QC plan and the Standards. The following
tests are the minimum requirement and shall be applied as appropriate for the different communication
systems.

- Inspection of the completed cable systems


- Continuity tests of cable systems
- Measurement of insulation resistance
- Functional and performance tests of each system.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 14-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 15: EARTHING AND LIGHTNING PROTECTION SYSTEMS

Table of Contents

15. EARTHING AND LIGHTNING PROTECTION SYSTEMS .................................................... 1

15.1 SCOPE OF WORK ............................................................................................................................ 1


15.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
15.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 1
15.3.1 Subgrade Earthing Systems ...................................................................................................... 1
15.3.2 Above Ground Earthing Systems .............................................................................................. 2
15.3.3 Potential Gradient Control System ............................................................................................ 2
15.3.4 Lightning Protection Systems .................................................................................................... 3
15.4 SPARE PARTS.................................................................................................................................. 3
15.4.1 General Spare Parts .................................................................................................................. 3
15.4.2 Special Spare Parts ................................................................................................................... 3
15.4.3 Recommended Spare Parts ...................................................................................................... 3
15.5 WORKSHOP TESTS ......................................................................................................................... 3
15.6 SITE TESTS ...................................................................................................................................... 3

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 15-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

15. EARTHING AND LIGHTNING PROTECTION SYSTEMS


15.1 SCOPE OF WORK
Earthing and lightning protection systems shall be provided for the entire power plant with related structures
and buildings.
The scope of work shall comprise the following:
• Sub-grade earthing systems
• Above ground indoor and outdoor earthing systems
• Potential gradient control systems
• Lightning protection systems.

15.2 PRINCIPAL DESIGN FEATURES


(1) The complete earthing systems shall be designed and constructed in strict compliance with the
standards IEEE Std-80-2000 and IEC 60 479-1.
(2) The lightning protection systems shall be designed and constructed in full compliance with the IEC
standards.
(3) The design shall be based on the following fault levels:
- 220 kV 31.5 kA/3s
- 11 kV 25 kA/3s
- 0.4 kV 25 kA/3s
It shall be noted that above values are tentative and shall be verified during the detailed design.
(4) The Contractor shall carry out the necessary measurements at site to determine the ground and
ground water resistivity to be used for the calculations and the design.
(5) The actual cross-sections of the earthing conductors shall be defined in the earthing system
calculation.
The minimum cross-section for sub-grade earthing conductors shall be 95 mm² Cu.
(6) The permissible conductor temperatures under fault conditions shall be as follows:
- Bare conductors, embedded in concrete or buried °C 300
- Bare conductors above grade °C 200
(7) All equipment associated with the plant including reinforcement steel and embedded steelwork shall
be bonded to the earthing electrodes by adequately dimensioned conductors.
The various earthing grids shall be interconnected.
(8) Surge arresters and transformer neutrals shall be directly connected to the main earthing conductor
and/or specific earthing rods.
(9) The entire earthing system shall have an earthing resistance of approx. 0.5 Ω or lesser.
(10) Test links and maintenance earthing points shall be provided.
15.3 DESIGN AND CONSTRUCTION REQUIREMENTS
15.3.1 Subgrade Earthing Systems
(1) The sub-grade earthing system shall consist of flexible, bare, electrolytic copper conductors forming
an interconnected meshed network.
The complete system shall be buried and/or embedded in concrete with adequately spaced
connections to the main earthing bus. To achieve a safe earthing system with the required overall
earthing resistance, earthing electrodes of sufficient length and quantity supplemented by driven
earthing rods shall be provided.
(2) All embedded earthing materials shall be connected with each other, with earthing electrodes or
reinforcement steel bars with standard type bolted fittings.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 15-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(3) Construction and installation of the systems shall be closely coordinated with the civil contractor to
suit his programme.
The erection staff and materials shall arrive at site in due time according to an agreed schedule.

15.3.2 Above Ground Earthing Systems


(1) The various indoor and outdoor locations shall be provided with earthing systems consisting of
common loops with branch connections to the individual equipment. The installations shall be
surface-mounted.
(2) All non-current carrying but conductive components shall be bonded with the earthing system.
(3) Switchgear and equipment rooms with electrical installations shall be equipped with an earthing bus
of 30 x 4 mm Cu. This bus shall be installed at the circumference of the rooms with connections to
the sub-grade earthing systems.
(4) Earthing conductors shall be installed along cable trays and other cable routings.
(5) The earthing conductors for exposed installations shall be tinned, stranded copper conductors of
specified minimum cross-sections.
For earthing terminations, the conductors shall be fitted with compression type cable lugs.
Earthing conductors shall be connected with compression type straight or T-joints.
(6) Steel constructions shall be earthed at least at both ends. Steel reinforcement in mass concrete,
structural steel, pit liners, stay rings and draft tube liners shall be connected to the earthing system
at least at 2 points. Earthing connections shall be protected during concreting to avoid damage or
breaking of bonds and connections. Earthing cables embedded in concrete shall have construction
joints at right angles to the joint and shall be installed in such a manner that movement will not
damage the cable. All connections with the sub-grade earthing systems shall be carried out with
standard type, bolted fittings.
All metal structures, such as metal trays, conduits, tanks, gratings, rails, pipes, louvers, staircases,
doors, machine housings or enclosures (pumps, fans, compressors, etc.) which may become
conductive during a fault of an electrical installation by direct contact, arc or via a creepage distance,
shall be effectively connected to the protective earthing system. Rails and pipes shall have insulating
joints where they leave the protected power plant area.
Oil tanks shall be earthed twice with the earthing conductors taken from two different points of the
earthing grid. All piping shall be earthed at all service points in an approved manner.
(7) Metal enclosures and conductive structures of circuit breakers, isolating switches, measuring
transformers, busbars, etc., shall be connected to the earthing grid. The housings of the operating
mechanism shall be earthed at a point as near to the operating handle as possible.
Power transformer tanks shall be earthed at two points diagonally. These connections shall be made
from two different points of the earthing grid. Where the neutral conductor is directly brought from
the neutral bushing to earth, an additional connection between bushing and tank shall be provided
to ensure a straight electrical connection between tank and neutral.
The neutral conductor shall have the same current carrying capacity as the phase conductors and
shall be brought directly to an earthing bus.
Surge arresters shall be connected separately to the earthing grid with 150 mm² earthing cable
connections.
Electronic equipment rooms shall have a direct connection to the sub-grade earthing system by
means of an insulated earthing conductor at lest 50 mm² cross-section.

15.3.3 Potential Gradient Control System


(1) Every building floor or outdoor concrete slab, accommodating HV or MV switchgear, switchboards,
transformers or other electrical equipment of 1 kV service voltage or above, shall be provided with a
potential gradient control system composed of a mesh of round steel bars of approx. 8 mm diameter.
The mesh width shall not exceed 5 m, to be laid in the final concrete slab approximately 50 mm
below floor level. This system shall be connected with the main steel structures or the main earthing
bus at several points. This system shall by no means be used in lieu of the protective earthing system.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 15-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(2) Outdoor potential gradient control systems consisting of bare copper conductors with a cross-section
not less than 95 mm² shall be buried in the soil beside or nearby electrical components or metal
structures at which a contact or step voltage can exist. Such conductors shall be connected directly
to the main earthing bus and laid in approximately 1 m distance from the circumference of said
electrical components or metal structures in a depth not exceeding 0.20 m.
(3) Step and touch voltages may be controlled by well-drained gravel surface dressings. Conductive
buildings and lightning conductors shall be bonded to the earthing system. The site fences shall be
earthed independently from the main earth electrode system.

15.3.4 Lightning Protection Systems


(1) To protect personnel, electronic and electrical equipment from the effects of lightning strokes the
plant shall be equipped with a lightning protection system.
(2) The lightning protection system shall be subdivided into lightning protection zones and consist of roof
conductors, air terminals and down conductors.
All materials shall especially be suitable and approved for this type of system.
(3) The lightning protection system shall be connected to the station main earthing electrodes as
appropriate.
(4) Due consideration shall be given to EMC and overvoltage requirements.

15.4 SPARE PARTS


15.4.1 General Spare Parts
Reference is made to the General Technical Specifications.

15.4.2 Special Spare Parts


Not applicable.

15.4.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of
the equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section
VII but not included in the total price.

15.5 WORKSHOP TESTS


All equipment and materials shall be standard products of competent manufacturers.
Workshop tests shall be carried out according to a certified QC plan.

15.6 SITE TESTS


Testing and measurement of the earthing electrodes and rods shall be carried out and recorded both
as the installation work proceeds and after covering and flooding of the related areas.
The tests shall prove the continuity of all paths and indicate the resistive value of the electrodes.
The permissible step and/or touch voltages shall be verified at locations with the maximum
prospective level and at random.
The overall earth dissipation resistance shall be measured by the high current / low voltage injection
method.
Remedial action at the Contractor's expense shall be agreed whenever measurements do not meet
the design requirements.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 15-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 16: MV AND LV CABLE SYSTEMS

Table of Contents

16. MV AND LV CABLE SYSTEMS ........................................................................................... 1

16.1 SCOPE OF WORK ............................................................................................................................ 1


16.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
16.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 2
16.3.1 11 kV XLPE Cables ................................................................................................................... 2
16.3.2 LV Power Cables ....................................................................................................................... 2
16.3.3 Control Cables ........................................................................................................................... 3
16.3.4 Communication Cables.............................................................................................................. 3
16.3.5 Cable Installation ....................................................................................................................... 4
16.4 SPARE PARTS.................................................................................................................................. 4
16.4.1 General Spare Parts .................................................................................................................. 4
16.4.2 Special Spare Parts ................................................................................................................... 5
16.4.3 Recommended Spare Parts ...................................................................................................... 5
16.5 WORKSHOP TESTS ......................................................................................................................... 5
16.6 SITE TESTS ...................................................................................................................................... 5

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 16-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

16. MV AND LV CABLE SYSTEMS


16.1 SCOPE OF WORK

Power and control cable systems shall be provided for the entire hydropower plant with all related buildings
and structures. The cable systems shall comprise all MV and LV power, communication, control and
instrumentation cables, the necessary accessories such as cable terminations, cable trays, conduits,
supports, fixing and mounting materials to provide complete, ready for service systems.
The scope of work shall comprise the following:
• One lot of 11 kV single core power cable systems
• One lot of LV power cables for AC and DC systems
• One lot of communication, control and instrument cables
• One lot of self-supporting areal cables for power supply, communication and control circuits
• One lot of fibre optic cables for external/internal data transfer systems
• One lot of the necessary material for supporting, laying and terminating of the cables
• One set of special spare parts.

16.2 PRINCIPAL DESIGN FEATURES

(1) For the cable systems the following interfaces shall be coordinated:
- Civil works related to the cable systems, carried out by the civil contractor
- Electrical consumers of the civil works included in Contract C-1
- Electrical consumers of the hydromechanical equipment included in Contract C1-A
- All systems and equipment forming part of this Contract C-2
- Reference is made to the LV AC and DC auxiliary supply systems.
(2) The equipment of Contract C-1 will be equipped with LCC. Power and control cables shall be
installed between the auxiliary supply and control systems of this Contract C-2 and the equipment
of Contract C-1.
(3) At the receiving end the cables shall be terminated by the relevant contractor. The testing and
commissioning shall be a coordinated joint action of both contractors.
(4) The design, permissible continuous rating and the size of cable conductors shall be based on the
following:
- Ambient conditions at the various locations but considering 40°C as minimum standard
- Temperature and grouping correction factors according to cable laying method
- Cable length with consideration of the permissible voltage drop
- Permissible short-time withstand current
- Thermal and dynamic stresses at short circuit conditions.
(5) The maximum permissible conductor temperatures for continuous and fault conditions shall be as
follows:
- For PVC insulation 70/160C
- For XLPE insulation 90/250C
(6) The following colours shall be used for the cable outer sheaths:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 16-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- For MV power cables red colour
- For LV power cables black colour
- For instrument and control cables grey colour
(7) The colour of the PE/N conductors for cables and wires shall be in compliance with the IEC
Standards.
(8) Cables shall be insulated and sheathed with materials featuring the following properties:
- Non-halogen
- Inhibition of fire propagation
- Flame retardant
- Heat stabilised
- Not producing corrosive and toxic gases and vapours in case of fire
- Low smoke generation
- High dielectric strength and insulation resistance
- Resistant against environmental influences, like humidity, fungi, oil and vermin
- Safe against repeated overloads and short circuits
- Easy handling.
(9) The design of the cables shall prevent water penetration, radial vapour diffusion and longitudinal
water propagation.

16.3 DESIGN AND CONSTRUCTION REQUIREMENTS


16.3.1 11 kV XLPE Cables

(1) The design of the MV cables shall generally comply with the following:
- Conductor consisting of stranded annealed copper
- XLPE insulation with inner and outer semi-conducting shielding
- Screen of Cu wires
- PE separation sheath, bedding
- Al armour tape
- PE outer sheath
(2) Main Characteristics:
- Type of cable Single-core
- Insulation XLPE
- Outer sheath PE
- Nominal voltage kV 11
- Voltage class (U/ U0) kV 20/12
- Conductor material Cu annealed

16.3.2 LV Power Cables

(1) The design of the LV power cables shall generally comply with the following:
- Conductor consisting of stranded annealed copper

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 16-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- XLPE insulation
- PE separation sheath, bedding (multi core)
- PE or PVC outer sheath
(2) Main Characteristics:
- Type of cable Single or multi-core
- Insulation XLPE
- Outer sheath PE or PVC
- Nominal voltage V 400
- Voltage class (U/ U0) V 1,000/600
- Conductor material Cu annealed

16.3.3 Control Cables

(1) The design of the control cables shall generally comply with the following:
- Conductor consisting of stranded copper
- PVC insulation
- Intermediate sheath, bedding
- Inner PVC sheath
- Cu tape screen, helical lapping
- PVC outer sheath
(2) The design of the instrumentation cables shall generally comply with the following:
- Conductor consisting of stranded plain copper
- PVC insulation
- Insulation tape, polyester
- Bonding wire, tinned copper
- Al tape screen, helical lapping
- PVC outer sheath
The voltage class shall be selected according to the application.

16.3.4 Communication Cables

(1) The design of the communication cables shall generally comply with the following:
- Plain solid copper conductor
- PVC insulation, cores twisted to pairs
- Insulation tape, polyester
- Bonding wire, tinned copper
- Al tape screen, helical lapping
- PVC outer sheath
(2) The fibre optic cables shall be determined by the Contractor based on the specific requirements of
the individual application for the CCS, communication or security systems.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 16-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
16.3.5 Cable Installation

(1) As appropriate for the location the cables shall be laid on cable racks, ladders, ducts or protecting
conduits. The cable racks shall be designed to allow laying of the cables from the sides without
pulling through. The Contractor shall provide drawings and embedded inserts in due time to meet
the civil construction programme.
All racks and the fixing devices shall be hot dip galvanised. No steel fixing devices shall be
accepted for the single core power cables.
Wherever cables might deteriorate or where the cable laying may otherwise present difficulties,
protecting conduits shall be used.
These conduits shall have adequate cross section and wall thickness and shall be made of hot dip
galvanised steel or rigid PVC as may be appropriate. Protecting conduits and fixing devices for
single core power cables shall be made of non-magnetic material.
(2) Cables shall be laid in one single length in cable ducts, on cable racks, or in conduits. All
cables shall be clamped and cleated. Cable routings shall be selected in a way to allow a complete
segregation of medium power cables, low voltage power cables and control, instrumentation and
special cables.
The pulling, fixing and terminating of cables shall be strictly in accordance with the manufacturer's
instructions, using the recommended tools and appliances.
Where three single-core cables are laid in formed trenches or supported in cleats or racks and form
one three-phase circuit, they shall be laid in flat or trefoil formation, depending on the rating and
permissible screen voltage.
The cables shall be laid and fixed in a way to avoid any damage to their insulation. They shall not
be laid over protruding parts or edges, bent or twisted in a way to be damaged.
The cables shall be laid in an orderly manner and crossings shall be avoided. Where cables are
laid in formed trenches the installation shall include the removal and replacement of trench covers
and the provision of temporary protective covers on the trenches where they cross access ways.
(3) Wherever cables or cable trays penetrate through walls or ceilings, adequate measures and
materials shall be provided to prevent propagation of fire and water along the cable-ways.
The selection of materials for fire stops shall consider the gas tightness, heat dissipation,
poisonous gases or fumes developed during installation or in case of fire.
Accessible cable galleries shall have fire-barriers at suitable locations including normally open fire
doors, which are closed automatically in case of fire.
Spray coating with fire resisting materials shall be applied on cables about 1.50 m on both sides of
the fire-stop barrier.
(4) Cables installed outdoors, across roads, in concrete or foundations shall run in hard PVC plastic
pipes buried in the ground in a depth not less than 600 mm or embedded in concrete foundations
at suitable depth.
The utilisation of such ducts shall be limited to 50%. Pipe ducts shall terminate in concrete
manholes before entering buildings. Manholes and pulling-pits shall be provided to facilitate cable
installation.
(5) The Contractor shall provide in due course all required information on cable ducts, trenches,
manholes, block-outs, foundations, etc. which shall be considered by the civil contractor.
Minor civil works like slotting or chiselling shall be included in this Contract.

16.4 SPARE PARTS


16.4.1 General Spare Parts
Reference is made to the General Technical Specifications.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 16-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
16.4.2 Special Spare Parts

The special spare parts specified hereafter are in addition to those mentioned in the General Technical
Specification.
• One lot of MV cable sealing ends
• One lot of cable glands, comprising twenty of each type
• One set of cable fixing clips and strips, comprising two hundred of each type
• One lot of cable lugs, comprising 5% of the total quantity of each type
• One lot of adhesive and self-vulcanising insulation and filler tape, comprising 100 m of each type.

16.4.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.
16.5 WORKSHOP TESTS
The cables, related equipment and materials shall be type tested standard products of competent
manufacturers. Type test certificates shall be submitted to Employer/Engineer.
Workshop tests shall be carried out in compliance with the certified QC plan and the relevant IEC Standards.

16.6 SITE TESTS


Site tests shall be carried out in compliance with the approved QC plan and the IEC Standards. The
following tests are the minimum requirement and shall be applied as appropriate for the different cable types.
- Inspection of the completed cable systems
- Continuity tests
- Measurement of insulation resistance
- Voltage test on outer sheath and HV withstand test.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 16-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 17: LIGHTING AND SMALL POWER INSTALLATIONS

Table of Contents

17. LIGHTING AND SMALL POWER INSTALLATIONS ........................................................... 1

17.1 SCOPE OF WORK ............................................................................................................................ 1


17.2 PRINCIPAL DESIGN FEATURES ..................................................................................................... 1
17.2.1 Types of Lighting Systems ......................................................................................................... 1
17.2.2 Illumination Levels ..................................................................................................................... 1
17.2.3 General Requirements ............................................................................................................... 2
17.3 DESIGN AND CONSTRUCTION REQUIREMENTS ........................................................................ 2
17.3.1 Lighting Sub-Distribution Boards ............................................................................................... 2
17.3.2 Lighting Fixtures......................................................................................................................... 3
17.3.3 Cabling and Installation ............................................................................................................. 5
17.3.4 Switches and Socket Outlets ..................................................................................................... 5
17.4 SPARE PARTS .................................................................................................................................. 6
17.4.1 General Spare Parts .................................................................................................................. 6
17.4.2 Special Spare Parts ................................................................................................................... 6
17.4.3 Recommended Spare Parts ...................................................................................................... 6
17.5 WORKSHOP TESTS ......................................................................................................................... 6
17.6 SITE TESTS ...................................................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 17-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

17. LIGHTING AND SMALL POWER INSTALLATIONS


17.1 SCOPE OF WORK
Indoor and outdoor lighting systems with small power service installations shall be provided for the entire power
plant, related roadways and service areas including the control building and workshop building.
The scope of work shall comprise the following:
• One (1) lot of lighting and small power installations for the entire power plant with all pertinent
buildings and structures
• One (1) lot of lighting and small power installations for the service areas and associated roadways,
extending up to 500 m from the power plant
• Five (5) sets of isolating transformers 230/42 V with power socket outlets for supplying tools
• Five (5) sets of portable and rechargeable lamps with charging units
• Five (5) portable, heavy duty maintenance lighting fixtures, fitted with fluorescent lamps
• One (1) lot of special spare parts.

17.2 PRINCIPAL DESIGN FEATURES


17.2.1 Types of Lighting Systems
The lighting systems shall consist of the following sub-systems:

(1) Normal Lighting System (NLS), fed by the AC auxiliary supply system.
(2) Emergency Lighting System (ELS), fed by the emergency DGU in case of AC auxiliary supply failure.
ELS shall be provided for all operational areas to ensure the safe movement of the personnel and to
enable essential operations to be carried out at all times. The CCR lighting system shall be fed by
the UPS system.
(3) Security Lighting Systems (SLS), fed by the station DC or UPS systems, shall adequately illuminate
relevant exits and emergency escape ways.
Self-contained, battery-powered lighting fixtures shall be used in remote areas.
At selected locations portable, automatically recharged lamps, providing 4 h operation, shall be
installed.

17.2.2 Illumination Levels


(1) The lighting systems shall illuminate all parts of the power plant at illumination levels in compliance
with the DIN and ILE standards the minimum illumination levels shall be the following:
- Roadways and car parks 15 lx
- Cable floors, galleries, shafts, tunnels, outdoor structures 50 lx
- Corridors, stairways, rest rooms, stores 100 lx
- Machine hall and erection bay, turbine and generator
floors, plant rooms, battery rooms, mechanical
workshop, transformer bays 250 lx
- Control rooms, electronic equipment rooms, offices,
electrical / electronic workshops 500 lx
(2) The lighting calculations shall consider ageing factors 1.25 / 1.67 for indoor and outdoor installations,
respectively.
(3) The illumination levels of indoor systems shall be measured horizontally at a height of 0.80 to 1.00 m
above the floor for outdoor lighting systems at the surface. In new condition of the equipment, the
ratio of the minimum to the average illumination level shall not be higher than 1:3 the ratio of the
minimum to the maximum illumination level shall not be higher than 1:6.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 17-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

17.2.3 General Requirements


(1) The lighting and small power installations shall follow the IEC and National standards. Equipment
and materials shall be of up to date manufacturing and, as far as possible, of a type readily available
on the local market.
(2) The lighting system shall be maintained and protected by the Contractor in a satisfactory condition
until final acceptance by the Employer. Immediately prior to the acceptance tests, the Contractor
shall install new lamps in all fluorescent and incandescent lighting fixtures and shall clean all lighting
fixtures. Defective materials and equipment damaged during installation or testing shall be replaced
or repaired by and at the expense of the Contractor in a manner meeting the approval of the Employer
/ Engineer.
(3) Lighting shall be designed to produce adequate visual performance, safety and amenity, and shall
be free from excessive glare, stroboscopic effects and flicker from discharge lamps. The system shall
provide an easily erected installation and be complete with all maintenance, cleaning and lamp
replacement equipment.
Lighting fixtures shall be of first quality designed to ensure satisfactory operation and service life
under all variations of load, frequency and temperature prevailing in the project.
The lighting fixtures shall be arranged neatly without interference with other equipment to provide a
substantially uniform level of illumination throughout the room or area illuminated, eliminating dark
corners.
(4) For rooms with special architectural requirements, type, number and arrangement of the lighting
fixtures shall be coordinated accordingly.
(5) The control of the lighting circuits shall consider the following:
- Switching of individual lighting circuits from suitable points
- Control by push-buttons with impulse relays and contactors
- Automatic control of outdoor lighting circuits with adjustable photoelectric cells, provided with
remote control and manual override switches
- Switching of lighting circuits from the lighting distribution boards, suitable for local manual or
remote control
- Emergency and security lighting circuits do not require individual control.

17.3 DESIGN AND CONSTRUCTION REQUIREMENTS


17.3.1 Lighting Sub-Distribution Boards
(1) The lighting sub-distribution boards shall be of robust sheet metal, flush fronted design and,
depending on size and location, be of the free-standing or surface/flush wall-mounted type. They
shall be a standard product of an experienced manufacturer. The front doors shall be provided with
lockable handles.
(2) The sub-distribution boards shall comprise the following:
- One main busbar system and one emergency busbar system for the specified AC voltage
levels with separate neutral and protective earthing bars (TN-C-S system)
- Main incoming breaker for each busbar system
- Contactors for the emergency supply, automatically controlled upon failure of the main supply
- Miniature circuit-breakers (MCB) with thermal and magnetic overcurrent release for lighting,
socket outlet and control circuits monitored fuses are only allowed as short-circuit limiting
element. The tripping characteristics of the MCB shall ensure selectivity with other switchgear.
- Contactors, auxiliary relays and impulse operated contactors as required for remote control of
lighting circuits
- One indicating lamp for common fault indication of the tripping of any protection device
installed in the board, mounted in the upper part of the front door, with auxiliary contacts for
remote alarm and event recording

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 17-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- All circuits and outgoing cables shall be connected to terminal blocks
- About 20% (min. 2) spare feeders of each type.
- Electrical diagrams showing all equipment and the circuits connected to the individual outgoing
feeders shall be provided on the back side of the front door.
(3) The NLS, ELS and SLS circuits may be installed in common boards and shall be suitably segregated
from each other.
(4) Circuits for remote and/or manual/automatic control shall be equipped with Manual/Auto and
Local/Remote selector switches.
(5) Interfaces to the CCS shall be provided as appropriate.

17.3.2 Lighting Fixtures


17.3.2.1 General Requirements
(1) All lighting fixtures, complete with lamps and tubes, instantaneous starting control gear, chokes,
compensating capacitors, etc. shall be of approved manufacture, constructed of best quality
materials and provided with all necessary installations. Special precautions shall be taken to protect
the wiring from damage by the heat generated by the fixture.
The fixtures shall be wired with 600 V, silicone rubber insulated wires covered with a fibreglass braid.
(2) Incandescent lamps shall be rated at 250 V inside frosted for "extended service". Incandescent
lamps shall be used in exceptional cases only. Compact fluorescent, low energy lamps with a service
life of some 9,000 h shall be used instead.
Fluorescent lamps shall be daylight tone, rapid-start with the required ballasts. The service life shall
be in the range of 10,000 h.
Note: As appropriate, incandescent and fluorescent lamps shall be replaced by state-of-the-art LED
technology.
Metal Halide lamps shall be colour corrected deluxe-white type with a minimum service life of
12,000 h.
(3) Outdoor fixtures shall be completely weatherproof. Dispersive reflectors shall be made of vitreous
enamelled steel or equivalent.
(4) Poles for outdoor lighting shall be of galvanised seamless tubular steel construction with 3 to 10 m
mounting height. In the lower part of the poles, approx. 500 mm above ground, a junction box with
terminal blocks suitable for connecting three cables and fitted with individual connectors for the
neutral and protective earth shall be provided. Detachable cover plates fixed with screws shall
facilitate the access to the junction boxes.
If ballasts shall be mounted inside the pole they shall be accessible through another detachable
cover plate arranged at a convenient height.
(5) Ballasts for fluorescent lamps shall be of the starter less, rapid type with high power factor. Ballasts
for metal halide/high pressure sodium lamps shall feature immediate re-striking, high power factor
and low line extinguishing voltage and starting current.
Compensation shall be provided to obtain about unity power factor.

17.3.2.2 Types of Lighting Fixtures


Type 1 Indoor/Outdoor Fluorescent Lighting Fixture IP 65
Fluorescent type fixtures for 36 W or 58 W tubes, surface mounted with diffuser, protection class IP65, shall
be provided especially for installation in dusty, wet or damp locations. They shall be of flame retardant material,
with white interior reflector, non-ageing gaskets, and acrylic or otherwise approved diffuser. They shall enable
versatile, individual or row mounting either directly on ceiling or wall, or suspension with rods or chains.
Application: All locations.
Type 2 Indoor Fluorescent Lighting Fixture IP 20
Fluorescent type fixtures for 36 W or 58 W tubes, protection class IP20 shall be suitable for surface and
pendant mounting, with or without reflectors as required.
Application: CCR, switchgear rooms, electronic rooms.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 17-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Type 3 Indoor Fluorescent Lighting Fixture for Hazardous Areas
Fluorescent type fixtures for 36 W or 58 W tubes, surface mounted with diffuser shall be used in explosive
atmospheres, protection class IP65.
Application: Battery rooms and other hazardous locations.
Type 4 Indoor High-bay Lighting Fixture with Metal Halide Lamp
High-bay ceiling or pendant mounted luminary with protection class IP23. According to actual requirements,
the luminary shall be equipped with one or two metal halide lamps 250 W or 400 W.
Application: Machine hall, rooms and areas with ceiling heights of approx. 6 m and above.
Type 5 Recessed Indoor Fluorescent Lighting Fixture IP 20
Recessed fluorescent luminary shall be fitted with injection-moulded prismatic low-brightness acrylic lens
mounted in a recessed aluminium frame, rapid-start ballast and lamp, protection class IP 20. According to
actual requirements the luminary shall be equipped with one, two, three or four fluorescent lamps 18/36/58 W.
The fixture type/dimensions shall be coordinated with the architectural requirements of the relevant locations.
Application: CCR, administration areas, offices, residential areas.
Type 6 Lighting Fixture for Roadways
Pole-mounted luminary with pole of rugged construction shall be suitable for the illumination of all kinds of
roadways, car-parks and service areas. The luminary shall consist of a seawater resistant canopy of die-cast
aluminium silicon alloy, a prismatic or diffusing bowl of acrylic glass, attached by stainless steel clips. The
reflector shall be of polished and anodised aluminium.
The optical elements such as reflector and lamp sockets shall easily be adjustable for optimum intensity and
distribution. The luminary shall have protection class IP 65. The complete unit shall consist of the luminary and
an approx. 6 - 10 m high galvanised steel pole; ballast and junction box, including MCB shall be mounted
inside the pole. According to actual requirements the luminary shall be equipped with one or two metal halide
lamps 125/250/400 W.
Application: All roadways, car-parks, service areas.
Type 7 Recessed Indoor Luminary for Low Energy Lamps/LED
Luminary for one or two low energy lamps 13/18/26 W, suitable for recessed mounting in suspended ceilings,
with cast aluminium trim ring, low-brightness reflector and concave Fresnel lens. All visible metal parts shall
be white enamel. Protection class IP 20.
Application: CCR, meeting rooms, offices.
Type 8 High Capacity Outdoor Floodlight
High capacity floodlight fixtures shall be suitable for 1 x 1,000 W or 1 x 400 W metal halide lamps. The housing
shall be of corrosion resistant die-cast Al provided with cooling fins, protection class IP 65. The lamp
compartment shall be sealed by a clear-glass cover resistant to thermal shocks and fitted with an anodised Al
reflector. As required for the individual application the lighting fixtures shall be mounted on steel
structures/brackets or on approx. 6 - 10 m high galvanised steel poles.
Application: Take off Yard, transformer bays.
Type 9 Indoor/Outdoor Bulkhead Lighting Fixture IP 65
Bulk head fixture shall comprise poly-carbonate housing, antiglare diffuser and polished Al reflector with
gasket, protection class IP 65, suitable for wall/ceiling mounting. According to actual requirements the luminary
shall be equipped with compact fluorescent lamps of suitable rating.
Application: Small cable rooms and galleries, small equipment rooms.
Type 10 Indoor Security Lighting Fixture
Plastic sealed security lighting fixtures provided with labels “EXIT” and “ESCAPE DIRECTION”, equipped with
LEDs of adequate rating. The fixture type shall be certified by the relevant authorities.
Location: Escape routes, doors and stairways.
Type 11 Battery Powered Portable Lamp
The Ni Cd battery powered, rechargeable portable lamps shall consist of:
- LED Spotlight with handle and battery
- Twin or triple unit charging rectifier, fixed mounted at approved locations.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 17-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The charging shall be initiated automatically by putting the lamps on the lamp holder of the charging unit. The
spotlight shall be adjustable by 90 degrees.
The service time without recharging shall be approx. 4 h.
Application: Emergency lighting, inspection and maintenance.
Type 12 Portable Lighting Fixture – Fluorescent or LED
Portable heavy-duty lighting fixtures shall be rubber moulded IP 65 type, equipped with fluorescent lamp,
shutter proof tubular glass, fixing device, built-in ballast and approx. 20 m integrated, flexible, heavy duty
extension cable with moulded plug.
Application: Inspection-, repair- and maintenance works.

17.3.3 Cabling and Installation


(1) All installations shall be carried out in compliance with best construction practice. Cables and wires
shall be enclosed in conduits, boxes or raceways as applicable.
(2) Cables and wires shall be of 600/1,000 V grade, PVC insulated, PVC sheathed with copper
conductors for phases, neutral and protective earth. The minimum cross section shall be 1.5 mm2
for lighting circuits and 2.5 mm2 for socket outlets.
(3) Exposed cabling shall be laid in surface mounted heavy-duty plastic conduits with open bends.
In areas prone to mechanical damages the cables shall be laid in closed galvanized steel conduit
systems.
Cabling in plaster or concrete finished rooms shall be installed in embedded plastic or metallic
conduits.
Slotting and installation of embedded conduits shall be carried out by the Contractor.
Where applicable (e.g. offices, meeting rooms, etc.) floor or wall mounted cable raceways of suitable
design shall be provided.
Communication networks (e.g. telephone, LAN, etc.) shall also be installed in these raceways.
(4) The mounting height of switches, socket outlets shall be as follows:
- Socket outlets flush mounted in walls of closed rooms such as offices and control room areas
shall be mounted 300 mm above finished floor.
- Switches or switch/socket outlet combinations flush mounted in walls shall be installed
1,200 mm above finished floor.
- 400 V power socket outlets shall be mounted 1,200 mm above finished floor.
(5) The loading of any single-phase lighting circuit shall be limited to 2,500 W or 20 fluorescent or low
energy lighting fixtures.
The permissible voltage drop between the sub-distribution board and the remotest fixture shall not
exceed 3%.

17.3.4 Switches and Socket Outlets


(1) Switches
Lighting fixtures in self-contained rooms such as offices, switchgear rooms, battery rooms, etc., shall be
switched locally. Where more than two switching points are required (stairways, large rooms with several
entrances, etc.) push-button switches shall be used to control impulse-operated relays and contactors
arranged in the associated sub-distribution boards. All other circuits shall directly be controlled from the
relevant distribution boards.
Switches installed in rooms with embedded wiring shall be designed for flush-mounting in moulded plastic wall
boxes. In all other cases, surface installation of heavy duty industrial type switches with adequate enclosures
shall be provided.
(2) Power Socket Outlets
Socket outlets installed in rooms with embedded wiring shall be designed for flush-mounting in moulded plastic
wall boxes. In all other cases, surface installation shall be provided. The socket outlets shall be of the CEE

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 17-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
type, weather-proof, heavy duty industrial type with shock-proof plastic housings. The following types of socket
outlets shall be installed in approved locations:
- Single-phase socket-outlets 230 V 16 A or higher ratings as required
- Three-phase socket-outlets 400 V 63 A or higher ratings as required
- The type, rating, quantity and locations shall be defined during the construction design
- Socket outlets shall not be interchangeable for different voltages
- Each unit shall be effectively earthed and provided with appropriate plugs.

17.4 SPARE PARTS


17.4.1 General Spare Parts
Reference is made to the General Technical Specifications.

17.4.2 Special Spare Parts


• One set of lighting fixtures, comprising 5%, minimum one piece of each type
• One set of chokes, comprising 5%, minimum one piece of each type
• One set of instant starting control gear, comprising ten of each type
• One set of incandescent, discharge lamps and LEDs, comprising 100% of each type
• One set diffusers, glass reflectors, comprising 10%, minimum one piece of each type
• One set of switches, push buttons and socket outlets, comprising ten of each type
• One set of power socket or power socket combinations, comprising two of each type
• One set of plugs comprising ten of each type.

17.4.3 Recommended Spare Parts


The Tenderer shall recommend the spare parts he considers necessary for a five years operation of the
equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule Section VII but not
included in the total price.

17.5 WORKSHOP TESTS


All equipment and materials shall be standard products of competent manufacturers.
Workshop tests shall be carried out according to a certified QC plan.

17.6 SITE TESTS


- Inspection of completed installations
- Verification of equipment and arrangements with approved drawings
- Electrical continuity tests
- Measurement of illumination levels
- Functional tests of NLS, ELS and SLS.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 17-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
SECTION VI, ANNEXURE-1, VOLUME 3E
PARTICULAR TECHNICAL SPECIFICATIONS
ELECTRICAL EQUIPMENT

CHAPTER 18: ELECTRICAL WORKSHOP

Table of Contents

18. ELECTRICAL WORKSHOP................................................................................................. 1

18.1 SCOPE OF WORK ............................................................................................................................ 1


18.2 PARTICULAR REQUIREMENTS ...................................................................................................... 1
18.2.1 General ...................................................................................................................................... 1
18.2.2 Maintenance, Operation and Spare Part Management System ................................................ 1
18.2.3 Work Benches and Tool Cabinets ............................................................................................. 2
18.2.4 Tool Machines and Electrical Portable Tools ............................................................................ 2
18.2.5 Standard Tools........................................................................................................................... 4
18.2.6 Instruments and Appliances ...................................................................................................... 6
18.3 RECOMMENDED SPARE PARTS ................................................................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

18. ELECTRICAL WORKSHOP


18.1 SCOPE OF WORK

The power plant shall be provided with an electrical workshop. This Chapter specifies the requirements for
the basic outfit of the electrical workshop.
The scope of work shall comprise the following:
• One operation, maintenance and spare part management system
• One lot of work benches, tool cabinets and chairs
• One lot of tool machines and electrical portable tools
• One set standard tools for electrical and mechanical fitters
• One set of instruments and appliances.

18.2 PARTICULAR REQUIREMENTS


18.2.1 General

(1) The proposed equipment, machines and tools shall be appropriate to carry out all necessary
electrical and related mechanical works for repair and maintenance of the power plant electrical
equipment.
(2) The equipment shall be proven standard products of competent manufacturers.
(3) The requirements specified in the following give the basic characteristics which shall be adapted by
the Contractor to the manufacturer's standard products.
(4) The Tenderer shall quote tools and equipment he considers necessary in addition to the specified
scope of work.
(5) Due consideration shall be given to the equipment which will be quoted for mechanical workshop.
(6) It shall be noted that the final scope for the workshop equipment shall be subject to negotiation and
agreement.

18.2.2 Maintenance, Operation and Spare Part Management System

The proposed system shall be the well proven product of a competent manufacturer.
The system shall comprise standard hardware and software suitable to process and organise the
maintenance and operation requirements of the power plant. The system shall document all processes and
shall deliver reports, work orders and repair advices for the operation. The spare part storage and
replacement shall be organised and handled according to the maintenance and repair requirements on a
just-in-time basis, considering the manufacturing / delivery time and the availability of the units. The
necessary field equipment like sensors, transmitters, etc. shall be in the scope of the maintenance, operation
and spare part management system.
The training of the Employer’s personnel shall include the site implementation of the system and the initial
entry of all project related data with due consideration of the specific project requirements.
The system’s suitability and compliance with the contractual requirements shall be demonstrated during the
commissioning.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
18.2.3 Work Benches and Tool Cabinets

(1) Based on the size of the workshop shown on the Tender layout drawings and the type and quantity
of tools and appliances the Tenderer shall propose the size and number of work benches and tool
cabinets.
(2) The following equipment shall be included as the minimum requirement:
- Two universal laboratory steel workbench with wooden table top, four drawers (lockable) and
equipped with top-mounted AC/DC instruments, AC/DC power supply sources of different
voltage levels., signal lamps, power sockets, banana plug outlets, etc.
- Two workbenches, two tool cabinets, one steel cabinet, six (6) chairs plus a sufficient
number of lockers, racks, shelves and instrument boards (dust-proof) to store all electrical
workshop tools, instruments, test devices, materials, etc. The cabinets, lockers and
instrument boards shall be made of sheet metal and equipped with locks. The workbenches
of 2.000x800X850 mm shall have a rigid steel structure with an even surface of hardwood
plate of min. 50 mm thickness, air-dried hardwood blocks, specially treated, provided with
toothed profile, water resistant, edges lined with steel to resist chipping and general wear
and tear. They shall be furnished with suitable drawers and compartments with doors, both
fitted with locks.

18.2.4 Tool Machines and Electrical Portable Tools

(1) Universal vertical bench drilling machine


- Number of units No. 1
- Pedestal table working surface mm 250x250
- Drilling capacity in medium-hard steel mm 12
- Number of spindle rotation velocities No. 6
- Spindle speed rpm 170 -2,000
- Maximum spindle feed rate mm 100
Accessories:
- Electrical equipment 1 set
- Drill vice 1 set
- Chuck for drills diameter. 1 through 12 mm 1 set
- Drills diameter 1 through 12 mm in 0.5 mm steps 2 sets in boxes
- Standard spare parts 1 set
- Maintenance tools 1 set

(2) Hack sawing machine


The machine shall be suitable for cold cutting of various steel shapes.
- Number of units No. 1
- Sizes of sections of machined metal
- Round mm 250
- Square mm 220x220
- Cutting speed mm/min 17-43
- Length of the block cut mm 350

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Accessories:
- Universal machine vice No. 1
- Coolant system 1
- Spare blades 20
- Standard spare parts 1 set
- Standard maintenance tools 1 set

(3) Universal tool grinding machine


The grinding machine shall be suitable for grinding turning tools and drills made of HSS, carbide
alloys and for general purpose grinding.
- Number of units No. 1
- Diameter of grinding disc mm 300
- Number of grinding discs No. 2
- Speed rpm 1,425/710
Accessories:
- Electrical equipment 1 set
- Work light 1 set
- Spare discs
- > rough 2 sets
- > fine 2 sets
- Grinding disc dresser 1 set
- Maintenance tools 1 set
- Standard spare parts 1 set
- Three electrical drilling machines of 300/500/1,000 W rating with electronic speed control and
hammer action (1,000 W only).
- Two battery-powered drilling machines with rechargeable Ni Cd battery for at least 30 min
operation and battery charger. The machines shall have either adjustable speed control or multi
speed setting selection.
- Five sets of vanadium steel and hard metal plated drills of various numbers and sizes.
- Five sets of screwdriver drill inserts to cover the range, type and size of standard commercial
screws.
- One generating set on base frame with assembled auxiliary equipment in weatherproof enclosure,
trailer mounted with the following equipment and performance data:
- Diesel engine of reputable manufacturer with direct air cooling by means of flywheel fan,
mounted on a common base frame with the generator and directly coupled with same by an
elastic coupling;
- Fuel storage tank for 10 h continuous full load operation with electrically operated filling
pump;
- 3-phase synchronous generator, 100 kVA, pf 0.85, 400/230 V, 1,500 rpm, brushless type,
self excited, voltage adjustment ± 5%, max. voltage drop 20% when switching on the full
load, with damper cage for heavy unbalanced load, tropic and moisture proof insulation class
F, grade N noise suppression, protection class IP 23 or better;
- Control and monitoring panel with voltmeter, ammeter, wattmeter, frequency meter,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
operation counter, voltage and frequency adjustment, control switches for auxiliaries;
- Lead acid starter battery with battery charger;
- LV circuit breaker with instantaneous and time delayed overcurrent release mounted in a
common box together with connection links and terminals for a power cable as specified
below.
- One heavy duty, highly flexible, rubber insulated, 4-core cable with min. cross section 35 mm2
(compatible with max. output of the generating set), 25 m length, ready prepared at both ends with
suitable outdoor termination and cable lugs, separately stored on a metal cable reel appropriate for
the type and length of cable.

18.2.5 Standard Tools

- Two sets of double-head wrenches, each consisting of 8 parts.


- Two sets of double-head wrenches, each consisting of 12 parts.
- Two sets of double-box wrenches, each consisting of 8 parts.
- Two sets of double-box wrenches, each consisting of 12 parts.
- Two sets of socket-head wrenches ("Imbus") 2 to 10 mm.
- Two sets of socket-head wrenches ("Imbus") 12 to 16 mm.
- Two sets of tubular socket wrenches 6 x 7 mm up to 30 x 32 mm.
- One cross wrench 13 x 14 x 17 x 19 mm.
- Two wrenches for socket device (200 mm), each with cardan joint and two extension pieces
(100 mm, 100 mm).
- Two sets of socket wrenches (12 edges), 8 up to 24 mm.
- Two sets of screw drivers, bright, 2 to 14 mm.
- Six (6) sets of screw drivers, PVC insulated, 2 to 14 mm.
- Two sets of screw drivers for recessed cross- head screws, 80 to 120 mm long.
- Two angle screw drivers 5 mm.
- Two sets of electronic screw drivers.
- Two combination pliers, bright, 180 mm.
- Two combination pliers, PVC insulated, 180 mm.
- Two combination pliers, PVC insulated, 120 mm.
- Two side cutters, bright, 160 mm.
- Two side cutters, PVC insulated, bright, 160 mm.
- Two side cutters, PVC insulated, 100 mm.
- Two round nose pliers, bright, 160 mm.
- Two round nose pliers, PVC insulated, 160 mm.
- Two round nose pliers, PVC insulated 100 mm.
- Two flat nose pliers, bright, 160 mm.
- Two flat nose pliers, PVC insulated, 160 mm.
- Two flat nose pliers, PVC insulated, 100 mm.
- Two beak pliers, PVC insulated, 200 mm.
- Two insulation stripping pliers for wires from 0.5 to 4 mm2.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Two cutting pliers.
- One water pump pliers, bright, 240 mm.
- One water pump pliers, PVC insulated, 240 mm.
- One angle nose pipe grips.
- Two grip wrenches.
- Two split pin pliers.
- Two cable knives, plastic handle.
- Two fitting knives for holding.
- Two flat chisels 150 mm.
- Two flat chisels 200 mm.
- Two cape chisels 150 mm.
- Two centre punches.
- Two solid punches 2 mm.
- Two solid punches 4 mm.
- Two solid punches 8 mm.
- Two hammers 200 g.
- Two hammers 300 g.
- Two hammers 500 g.
- Two rubber hammers 300 g.
- One club hammer 1,000 g.
- Two sets of flat files, each comprising:
- 200 mm H1/H2/H3
- 300 mm H1/H2/H3
- Two sets of triangular files, 200 mm H1/H2/H3.
- Two sets of half round files, 200 mm H1/H2/H3.
- Two sets of round files, 200 mm H1/H2/H3.
- Two wood files, half round, 50 mm.
- Five sets of warding files.
- Two square scrapers.
- Two triangular scrapers.
- Fifty (50) file handles 100 mm.
- Two compass saws.
- One wood saw.
- Two gypsum crushers.
- Two smoothers 30 mm.
- Two smoothers 50 mm.
- Two wire brushes.
- Two file brushes.
- Two hand vices.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Two vice clips up to 150 mm.
- Two scribers.
- Two pair of compasses (inside type).
- Two angles 200 x 130 mm.
- One steel measuring tape 50 m, brass mounting and brass winding handle, in leather case, with
13 mm stainless tape, graduation on one side.
- One glass-fibre measuring tape 50 m, brass mounting and brass winding handle, with 13 mm tape
graduation on one side.
- Two metal lever 300 mm.
- Two slide gauges 150 mm.
- Two metal toolboxes for electrician standard tools.
- Two leather toolboxes for electrician standard tools.
- Two metal saws with 12 sets of saw blades.
- Two sets of tap drills M3 to M8 with boxes.
- Two sets of single tap drills M3 I/II/III to M10 I/II/III.
- Two screw dies M3 to M10.
- Two tap wrenches M3 to M10.
- Two wrenches for round dies M3 to M10.
- Five handles for 200 g hammer.
- Five handles for 300 g hammer.
- Five handles for 500 g hammer.
- Two handles for rubber hammer 300 g.
- One handle for club hammer 1,000 g.
- Two plate cutters.
- Two brushes 25 mm.
- Two brushes 12 mm.

18.2.6 Instruments and Appliances

- Two torch lights.


- Three hand lamps, 220V/40 W, with 15 m cable
- One die cutting device up to 12 mm.
- Two cable cutters up to 240 mm2.
- One cable shoe-pressing pliers + kit (hydraulic).
- One tool device for pressing pliers.
- Two universal bench vices, jaw width 120 mm, jaw depth 120 mm.
- Two soldering irons 100 W, with two spare cartridges.
- Two mini-soldering irons 30 W, each with one spare cartridge.
- Two electronic soldering pistols, 220 V, 5 W, heating time max. 6 s. After pressing the pushbutton,
with adjustable temperature steps and the following accessories:
- 30 m core solder, diameter 2 mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- 20 m core solder, diameter 4 mm
- 4 x 200 g cases of soldering paste
- 10 solder sticks.
- One soldering lamp.
- Two sets of electronic tools (consisting of mini-pliers, mini-screw drivers, etc.).
- Two cable-shoe-pressing pliers sets, 1.5 mm2 - 10 mm2.
- Two spirit levels (300 mm).
- Two operating poles, suitable for up to 36 kV.
- Two fuse tongs, suitable for up to 36 kV.
- Two high-voltage testers, suitable for up to 36 kV.
- Three sets of three-tail HV earthing devices, handled by an insulated earthing pole.
- Six (6) sets of reference and warning plates (white letters and red background), operating
instruction plates and first aid information plates.
- Three extension cables 3 x 1.5 mm2, flexible, with plug and socket, approx. 50 m long, self-
contained drum.
- Three extension cables 3 x 1.5 mm2, flexible, with plug and socket, approx. 30 m long, self-
contained drum.
- Three extension cables approx. 15 m long, self-contained drum.
- Three sets of short-circuiting devices (low voltage) 25 mm Cu.
- Five pair of rubber gloves.
- Five voltage testers 500 V.
- One low-voltage testing device, two-pole with box.
- Five hand lamps with Ni Cd battery.
- One battery-charger for hand lamps as specified above.
- Five walkie-talkies with collapsible antenna, Simplex-type, including batteries and battery chargers
for communication within the plant.
- One DC insulation tester (Megger), accuracy ± 2%, range 0 to 500 MΩ at 10 to 1,000 V in several
steps with all accessories, including carrying case.
- One AC insulating tester (Megger), accuracy ± 2%, range 0 to 500 MΩ at 10 to 1,000 V in several
steps, with all accessories, including carrying case.
- One portable power measuring case, accuracy class 1, for active and reactive power
measurements in 3-phase unbalanced circuits and for active power measurements in AC single-
phase circuits with:
- 1 double wattmeter
- 3 ammeters
- 1 voltmeter
- Phase-sequence indicator
- Power ranges steps: 0 – 100 kW
- Current ranges steps: 0 – 100 A
- Voltage ranges steps: 0 - 500 V
- Frequency range: 15 – 200 Hz

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Five multi-meters for AC and DC.
- Accuracy: DC: ± 1%, AC: ± 1.5% Ω ± 1%
- Ranges: Voltage 60 mV – 1,000 V in several stages, current 1.5 mA - 30 A in several stages
resistance 0 - 50 kΩ
- With overload protection and all accessories and carrying case.
- One set of decade resistors with rotary switches for DC and AC current. Each set comprising:
- One portable current transformer
Class 0.2, 5 VA
Range 0.5-1-2.5-5-10-25 A
Secondary 1 A
- One portable current transformer
Class 0.2, 5 VA
Range 15-25-50-75-100-150-200 A
Secondary 1 A
- One portable voltage transformer
Class 0.2
Range 500-300-220 V
Secondary 100 V
- One mA injection arrangement, range 0 to 50 mA, continuously adjustable, for calibration purposes
of control circuits.
- One mV injection arrangement, range 0 to 1,000 mV, continuously adjustable, for calibration
purposes.
- Laboratory connection leads, suitable for all specified instruments on both sides with vulcanised
banana plugs, 1.5 mm2 copper, highly flexible, insulation voltage 1,000 V
- 5 x 15 leads, yellow/black/green/red/blue, each for 0.5 m/1 m/1.5 m length
- Fifty test clips fitting for banana plugs
- One constant current supply unit for AC/DC
- Ranges: Voltage 0 to 60 V, current 0 to 5 A
With one voltmeter and one ammeter (with adjustable measuring ranges) and electronic
overload protection, rated output 80 VA (short-time 120 VA)
- Two toroidal type transformers, encapsulated (one of single-phase type, one of three-phase type):
- Primary voltage 220/380 V
- Secondary voltage 0 - 220/380 V step less adjustable
- Rated power 1,000 VA.
- One universal digital volt/ammeter (high ohmic) for DC/AC:
- Accuracy class 0.1
- Ranges: Voltage 200 mV to 500 V, current 2 mA to 2 A, resistance 10 Ω to 10 MΩ,
frequency 0 -10 kHz
- With overload protection
- One phase-sequence indicator:
- Voltage 100 to 500 V

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3E
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Frequency 15 to 500 Hz
- One needle frequency meter (portable):
- Accuracy class 0.5
- Voltage range 0 to 550 V
- Frequency range 0 to 160 Hz
- Two sets of infrared temperature measuring instruments to allow touch less measurements of high
temperature points with digital indicator.
- One digital revolution counter:
- Ranges 0 to 4,000 rpm, 0 to 8,000 rpm, 0 to 6,000 rpm
- Accuracy class 0.5
- Three stop-watches
- One hook-on voltammeter:
- Accuracy class 2.5
- Ranges 1.2 to 60 A and 60 to 600 V in several steps
- For round and flat conductors
- Two pocket meters:
- Accuracy class 1.5
- Ranges 1 to 100 kΩ and 200 to 20,000 µF in several steps
- One portable earthing resistance measuring device:
- Accuracy class 1
- With digital indication
- Measuring ranges: 0 to 999 in selectable steps
- For measuring of the earthing system resistance, lightning protection system, etc., and the specific
soil resistance One measuring case completely equipped with all accessories required for a proper
measurement of the protective earthing resistances according to the relevant IEC
recommendations
- One ring (100 m) laboratory cable, 1 x 1.5 mm2 Cu.
- Fifty banana plugs.
One digital, portable type oscillograph suitable for recording waveforms, etc., with 12 channels,
suitable for 230 V AC power supply.
The instrument shall be suitable for checking circuit breaker auto-reclosure, transient periods
during auto-transfer, voltage regulation, etc., supplied with all accessories and carrying case.
- One portable protection relay test kit for secondary injection tests and suitable for all protection
relays of the plant for checking the accuracy of definite and inverse type relay settings up to the
maximum possible ranges, complete with time measuring device, carrying case and relay plugs.

18.3 RECOMMENDED SPARE PARTS

The Tenderer shall recommend the spare parts and consumables he considers necessary for a five years
operation of the equipment. These spare parts shall be quoted in the Bid Price and Payment Schedule
Section VII but not included in the total price.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3E / 18-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specification

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

Table of Contents

CHAPTER 1 SCOPE OF WORK


CHAPTER 2 GENERAL
CHAPTER 3 TRANSMISSION LINE TOWERS
CHAPTER 4 DETAILED SURVEY, SOIL INVESTIGATION, FOUNDATION, ERECTION,
STRINGING & COMMISSIONING
CHAPTER 5 ACSR CONDUCTOR
CHAPTER 6 EARTH WIRES
CHAPTER 7 DISC INSULATORS
CHAPTER 8 HARDWARE FITTINGS
CHAPTER 9 11 kV OVERHEAD LINES
CHAPTER 10 ENVIRONMENTAL PROTECTION REQUIREMENTS

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

CHAPTER 1: SCOPE OF WORK

Table of Contents

1. SCOPE OF WORK ...................................................................................................... 1


1.1 GENERAL INFORMATION AND SCOPE ......................................................................................... 1
1.1.1 General ...................................................................................................................................... 1
1.1.2 220 KV Transmission Line for Pie Connection of Tamakoshi V HEP. ...................................... 2
1.1.3 Location Details and Terminal Points ........................................................................................ 3
1.1.4 Details of Transmission Line Routes and Terrain ..................................................................... 3
1.1.5 Access to the Line and Right of Way ......................................................................................... 4
1.1.6 11 kV Overhead Line and Pole-Mounted Equipment ................................................................ 4
1.2 LINE DATA ........................................................................................................................................ 4
1.2.1 Electrical System Data for 220 kV ............................................................................................. 4
1.2.2 Details of Conductor and Earth Wire for 220 kV Line ................................................................ 4
1.2.3 Details of Insulator Strings with Disc Insulator for 220 kV Line ................................................. 5
1.2.4 Insulator String Hardware (as applicable) ................................................................................. 5
1.2.5 Accessories for Conductor and Earth wire (As may be applicable) .......................................... 5
1.3 SERVICE CONDITIONS ................................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 1-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
1. SCOPE OF WORK

1.1 GENERAL INFORMATION AND SCOPE

1.1.1 General
99.8 MW Tamakoshi V HEP located downstream is a cascade project of 456 MW Upper Tamakoshi
HEP and utilizes its tailrace water for power generation.

The Power generated from Upper Tamakoshi HPP will be transmitted to the 400/220/132 kV
Substation at New Khimti on 220 kV transmission line strung with twin Bison conductors. The
construction work of the 220kV, double circuit transmission line from Upper Tamakoshi to Khimti is
in the completion stage.

Both the angle towers AP17 and AP18 of the Upper Tamakoshi transmission line are located at a
distance of less than 2 Kilometres from the switchyard area of Tamakoshi V HEP. This allows design
of a loop in loop out connection of Upper Tamakoshi with Tamakoshi V HPP at its 220 KV GIS Bus
for evacuation of their combined power to the 400/220/132 kV New Khimti Substation.

The overall 220kV double circuit transmission line design to evacuate 99.8 MW from Tamakoshi V
HPP along with 456 MW of Upper Tamakoshi HPP to 220 kV Khimti Substation and design of 220
kV GIS at Tamakoshi V HPP will be a part of the contract to be carried out by the Electromechanical
Division of NEA.

The Technical Specifications under this Volume of the Tender Documents for Contract 2 covers the
220 kV double circuit (DC) transmission line for the power evacuation from Tamakoshi V HPP.

To implement the design of Loop In and Loop Out scheme of Upper Tamakoshi transmission line
with the 220kV GIS bus of Tamkoshi V HPP the following design modifications are necessary:

a) Removal of existing Bison conductors strung between angle towers AP17 and AP18 of Upper
Tamakoshi Transmission Line (i.e. 220 KV Gongar – Khimti DC Line)

b) Construction of a 220 kV DC line using twin Bison conductor from angle tower AP17 of Upper
Tamakoshi line to take-off yard (TOY-1) for Loop In connectivity.

c) Interconnection of the Upper Tamakoshi DC line to 220kV GIS Bus at Tamakoshi V using
suitable size 220kV cable with its cable head located after TOY-1.

d) Power from Upper Tamakoshi and Tamakoshi V HPPs shall be transmitted through a 220kV
cable head to the outgoing take off yard (TOY-2) located in the switchyard area.

e) Construction of another 220-kV DC transmission line from Takeoff Yard 2 to angle tower AP
18 using twin Bison conductors for Loop Out connectivity.

f) In addition to the above, one 220 KV outdoor type switchyard with disconnecting and earthing
switches shall be constructed for bypassing the Tamakoshi V HPP in case of a major
shutdown.

The above design modifications complete the Loop In Loop Out scheme to transmit the combined
power to the 400/220/132 kV New Khimti Substation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 1-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The scope of work comprises detail design, manufacturing, testing, supply, delivery to site and
construction as well as testing and commissioning of approximately 4 km of 220 kV double circuit
line extending from Tower No. 17 to Tamakoshi V GIS bus and returning from the GIS Bus to Tower
No. 18 of the Gongar – Khimti line.

The New Khimti Substation is a proposed substation hub for developing full feature substation
comprised of 400 kV, 220 kV and 132 kV arrangements. Parts of 220kV GIS equipment including
relevant civil works of this substation are also under the scope of this tender.

The Technical Specifications for the 220 KV transmission line from Tamakoshi V HEP are covered
under Part IV Volume 2 -C of the Tender Document, Contract 2 – Mechanical & Electrical Equipment
and Transmission Lines.

1.1.2 220 KV Transmission Line for Pie Connection of Tamakoshi V HEP.

The scope of works for the above mentioned 220 kV double circuit line as specified in these
specifications comprises;

(i) Detailed survey including route alignment and profiling (wherever route change is required),
tower spotting, optimization of tower locations, soil resistivity measurement, geotechnical
investigation and check survey.

(ii) Design, prototype testing, fabrication and supply of all parts of the 220 kV double circuit
transmission line towers including bolts, nuts and washers, hangers, D-shackles and all types
of tower accessories like phase plate, circuit plate, number plate, danger plate, anti-climbing
device.

(iii) Supply of conductors, insulator, earth wires, hardware fittings, and conductor and earth wire
accessories.

(iv) Design of foundations for different soil conditions for different type of towers, classification of
foundation for different type of towers and casting of foundation for tower footings as per
approved drawings.

(v) Erection of towers, tack welding of bolts and nuts including supply and application of zinc rich
primer and enamel paint, tower earthing, fixing of insulator strings, stringing of conductors
and earth wires along with all necessary line accessories.

(vi) Testing and commissioning of the erected transmission lines and other items not specified
above but required.

Contractor shall develop structural drawings, shop drawings and bill of materials of all 220 kV double
circuit towers after completing proto testing of towers. Similarly, the design and drawings for all type
of foundations for the towers shall also be developed by the Contractor, in sequence, suiting the
project requirement.

The provisional quantities of fabricated and galvanized steel towers as per specifications
requirement, foundation type and their numbers, quantity of various line materials and other items
are given in appropriate Price Schedule in Volume 2 of the Tender Documents. However, the work
shall be executed as per approved construction drawings and project requirement.

Payments shall be made according to Bid Price and Payment Schedule Section VII. The
Contractor shall supply and install all material and equipment in order to provide fully working
power transmission facilities.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 1-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
All raw materials such as steel, zinc for galvanizing, reinforcement steel and cement for tower
foundation, coke and salt for tower earthing etc. bolts, nuts, washers, D-shackles, hangers, links,
danger plates, phase plates, number plates. Circuit plates, anti-climbing device, bird guards, etc.,
required for tower manufacture and erection shall be included in the Contractor’s scope of supply.
Tenderer shall clearly indicate in the offer the sources from where they propose to procure the raw
materials and the components.

All material, equipment, installations and services required to produce a fully working power
transmission facilities, whether detailed in this Contract or not, shall be supplied by the Contractor
on a EPC/turnkey/Plant-Design Build (DB) basis to produce works which are fit for their intended
purposes.

The entire stringing work of conductor and earth wire shall be carried out by tension stringing
technique. The Contractor shall indicate in his offer, the sets of tension stringing equipment in their
possession and the sets of stringing equipment the Contractor would deploy exclusively for this
project. However, the Tenderer having requisite experience has freedom to use helicopter/drone for
stringing. The Tenderer intending to use helicopter/drone shall furnish detailed description of the
procedure, type and number of helicopter/drone and accessories etc., to be deployed for stringing
operation.

In the hilly/mountainous terrain or in thick forest areas, the Contractor may carry out stringing work
by manual method with the approval of the Employer’s Representative. The Contractor shall deploy
appropriate tools /equipment /machinery to ensure that the stringing operation is carried out without
causing damage to conductor/earth wire and the conductor/earth wire is installed at the prescribed
sag-tension as per the approved stringing charts.

1.1.3 Location Details and Terminal Points


The 220 kV transmission line for Loop In connectivity at the Tamakoshi V GIS bus bar shall be
extended from angle tower AP 17 of the existing Gongar-Khimti line and will be terminated at Take-
Off Yard 1 where it will be connected to the cable head towards the GIS bus of Tamakoshi V and for
Loop Out connectivity through Take-Off yard 2 to angle tower AP 18 of Gonga – Khimti line.

The transmission lines will pass through hilly and mountainous areas.

The Contractor shall have to construct the above 220 kV transmission line works completely up to
dead end towers on either end including stringing of the slack spans from the dead-end towers to
the substation and switchyard gantries including terminal tower of the existing 220 kV line as referred
to above.

1.1.4 Details of Transmission Line Routes and Terrain


A preliminary survey of the route alignment, profiling and tower spotting have been carried out by
the Employer for the purpose of Environment Impact Assessment (EIA) and the establishment of
design criteria and quantity estimates. The alignment of the line route is not expected to vary
substantially. However, the Contractor will be responsible for the detailed survey including
verification of the route alignment, profiling, preparation of plan and profiles, tower spotting,
optimization of tower locations etc.

The data collected by the Employer during their survey, viz, route alignment maps, detailed survey
reports etc. will be given to the Contractor during the execution stage.

Tenderers may visit the line route to acquaint themselves with terrain conditions and associated
details of the proposed transmission lines.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 1-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
In order to identify and work at the angle towers AP 17 and AP 18 of the existing Upper Tamakoshi
to Khimti 220 kV DC Transmission Line, Tamakoshi V HEP will provide all necessary information for
the selected Contractor during the design stage.

1.1.5 Access to the Line and Right of Way


Right-of-way and way leave clearance shall be arranged by the Employer in accordance with work
schedules. Employer will secure way leave and right-of-way clearance in the forested area.

1.1.6 11 kV Overhead Line and Pole-Mounted Equipment


Surge arresters, earthing switches, load break switch, OPGW

1.2 LINE DATA

1.2.1 Electrical System Data for 220 kV

Characteristics Unit Value


a Nominal voltage kV 220
b Maximum system voltage kV 245
c BIL (impulse) kV (peak) 1250
d Power frequency withstand voltage (wet) kV (rms) 460
e Minimum Corona extinction voltage at 50 Hz kV (rms) phase to 154 minm
AC system under dry conditions earth
f Radio interference voltage at one MHz for phase µV 1000 maxm
to earth voltage of 154 kV under dry conditions

1.2.2 Details of Conductor and Earth Wire for 220 kV Line

Description Unit Earth Wire Conductor


1 Name/Type GSW / OPGW ACSR /AACSR Bison
2 Size mm 07.03.1935 54/3.0 Aluminium / AA
+ 7/3.0 steel
3 Conductor per phase No. N.A. 2
4 Spacing between conductor of mm NA 450
same phase (sub conductor
spacing)
5 Configuration *Two continuously to run vertical
horizontally on top of the
towers and conductors

6 Overall diameter mm 10.05 27


7 Ruling design span m 350 350

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 1-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
1.2.3 Details of Insulator Strings with Disc Insulator for 220 kV Line

Particulars Twin Tension String Single Suspension


[1] Pilot String
1 Type of disc standard porcelain standard porcelain
2 E&M strength of each insulator in the string in kN 120 /160 70

3 No. of insulator discs per string 2 x 17 1 x 16


4 Size of disc in mm 280 x 145 280 x 145 or
255 x 145
5 Size and designation of pin ball shank in mm 20 16
6 Minimum creepage distance of each disc in mm 292 292

Note [1] For long valley crossings twin strings of 160 kN EMS disc insulators of 280 x 170 size shall be used with matching
hardware

1.2.4 Insulator String Hardware (as applicable)


(a) Anchor Shackle

(b) Chain Link

(c) Ball Clevis

(d) Arcing horn holding plate

(e) Yoke plate

(f) Socket clevis

(g) Arcing horns

(h) Corona control ring/grading ring. (i) Clevis Eye

(i) Free centre type/armour grip suspension clamp for suspension strings.

(j) Compression type dead end clamp

(k) Sag adjuster.

(l) Balancing weight

1.2.5 Accessories for Conductor and Earth wire (As may be applicable)
(a) Preformed Armour rods

(b) Mid Span compression joint

(c) Repair Sleeves

(d) Flexible copper bonds

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 1-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(e) Vibration dampers

(f) Rigid Spacers

(g) Suspension clamp for earth wire.

(h) Tension clamp for earth wire

1.3 SERVICE CONDITIONS

Equipment/material to be supplied against this specification shall be suitable for satisfactory


continuous operation under tropical conditions to be expected in Nepal as specified below:

Maximum ambient temperature (°C): .................................................................... 45°C

Minimum ambient temperature (°C): ..................................................................... 0°C

Relative humidity (% range): ................................................................................. 10 – 100 %

Wind zone (as per IS: 875): .................................................................................. 4

Maximum wind velocity (m/sec): ........................................................................... 47 m/sec

Maximum altitude (meters above mean sea level): ............................................... 2000 masl

Isoceraunic level (days/years): .............................................................................. 60

The climate varies from moderately hot and humid tropical climate to cold climate.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 1-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES
CHAPTER 2: GENERAL

Table of Contents

2. GENERAL.................................................................................................................................. 1
2.1 GENERAL .......................................................................................................................................... 1
2.2 DESIGN AND DRAWINGS ............................................................................................................... 1
2.2.1 Engineering Data ....................................................................................................................... 1
2.2.2 Drawings .................................................................................................................................... 1
2.2.3 Design ........................................................................................................................................ 3
2.3 QUALITY ASSURANCE, INSPECTION & TESTING ........................................................................ 3
2.3.1 Quality Assurance ...................................................................................................................... 3
2.3.2 Inspection & Inspection Certificate ............................................................................................ 4
2.3.3 Tests and Standards .................................................................................................................. 5
2.4 GUARANTEED TECHNICAL PARTICULARS .................................................................................. 7
2.5 PACKING ........................................................................................................................................... 7
2.6 POWER SHUTDOWN AND SAFETY PROCEDURES ..................................................................... 8

Tamakoshi V Hydroelectric Project Page VI-3T / 2-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

2. GENERAL

2.1 GENERAL

The following provisions shall supplement all the detailed technical specifications and requirements
brought out herein. The contractor’s proposal shall be based on the use of materials complying fully
with the requirements specified herein.

2.2 DESIGN AND DRAWINGS

2.2.1 Engineering Data


The furnishing of engineering data by the Contractor shall be in accordance with the submitted
Tender. The review of these data by the Employer shall be in accordance with Sub-Clause 5.2
Contractor’s Documents of the General and Particular Conditions of Contract.

2.2.2 Drawings
All drawings submitted by the Contractor including those submitted at the time of tender shall be with
sufficient detail to indicate the type, size, arrangement, dimensions, material description, Bill of
Materials, weight of each component, break-up for packing and shipment, fixing arrangement
required, the dimensions required for installation and any other information specifically requested in
these specifications.

Each drawing submitted by the Contractor shall be clearly marked with the name of the Employer,
the specification title, the specification number and the name of the Project. All titles, noting,
markings and writings on the drawing shall be in English. All the dimensions should be to the scale
and in SI units.

The drawings submitted for approval to the Employer shall be in quadruplicate. One print of such
drawings shall be returned to the Contractor by the Employer marked “approved/approved with
corrections”. The contractor shall there upon furnish the Employer additional prints as may be
required along with one reproducible in original of the drawings after incorporating all corrections.

The work shall be performed by the Contractor strictly in accordance with these drawings and no
deviation shall be permitted without the written approval of the Employer, if so required.

All manufacturing, fabrication and erection work under the scope of Contractor, prior to the approval
of the drawings shall be at the Contractor’s risk. The contractor may incorporate any changes in the
design, which are necessary to conform to the provisions and intent of the contract and such changes
will again be subject to approval by the Employer.

The approval of the documents and drawings by the Employer shall mean that the Employer is
satisfied that:

a) The Contractor has completed the part of the Works covered by the subject document (i.e.
confirmation of progress of work).

b) The Works appear to comply with requirements of the Specifications.

Tamakoshi V Hydroelectric Project Page VI-3T / 2-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

In no case the approval by the Employer of any document does imply compliance with neither
technical requirements nor the absence of errors in such documents.

If errors are discovered any time during the validity of the contract, then the Contractor shall be
responsible for the consequences.

All drawings shall be prepared using AutoCAD software version 2000 or later only. Drawings, which
are not compatible to AutoCAD software version 2000 or later, shall not be acceptable. After final
approval all the drawings shall be submitted to the Employer in CDs.

A copy of each drawing reviewed will be returned to the Contractor as stipulated herein. Copies of
drawings returned to the Contractor will be in the form of a print with the Employer’s marking, or a
print made from a microfilm of the marked-up drawing.

The following is the general list of the documents and drawings that are to be approved by the
Employer.

(a) Work Schedule (Master Network) Plan.

(b) Detailed survey report and profile drawings showing ground clearance and tower locations
(as applicable).

(c) Tower schedule and foundation classification for individual tower locations (as applicable).

(d) Tower structural drawing and bill of materials.

(e) Soil investigation report.

(f) Foundation working drawings/excavation plan.

(g) Tower footing earthing drawing.

(h) Stub and stub-setting template drawings.

(i) Stringing procedure and stringing chart.

(j) Tower accessories drawings like danger plate, name plate etc.

(k) Quality plans for fabrication and site activities including Quality System.

(l) Sub-vendors approval, etc.

(m) Line material drawings.

(n) Type test report for line materials.

All rights of the design/drawing for all types of towers and foundations shall be strictly reserved with
the Employer only and any designs/drawings/data sheets submitted by the contractor from time to
time shall become the property of the Employer.

Tamakoshi V Hydroelectric Project Page VI-3T / 2-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

2.2.3 Design
2.2.3.1 Contractor’s EPC/Turnkey Design/Plant Design-Build
All design, drawings and detailing required to produce a fully working power transmission facilities
shall be supplied by the Contractor on a EPC/turnkey /Plant Design-Build basis to produce works
which are fit for their intended purposes.

2.3 QUALITY ASSURANCE, INSPECTION & TESTING

2.3.1 Quality Assurance


To ensure that the supply and services under the scope of this Contract whether manufactured or
performed within the Contractor’s works or at his Sub-Contractor’s premises or at site or at any other
place of work are in accordance with the specifications, the Contractor shall adopt suitable quality
assurance programme to control such activities at all points necessary. The detailed programme
shall be submitted by the contractor after the award of contract and finally accepted by the Employer
after discussion. A quality assurance programme of the Contractor shall generally cover but not
limited to the following:

(a) His organization structure for the management and implementation of the proposed quality
assurance programme.

(b) Documentation control system.

(c) Qualification data for Contractor’s key personnel.

(d) 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 material purchases etc.

(e) System for shop manufacturing including process controls and fabrication and assembly
controls.

(f) Control of non-conforming items and system for corrective action.

(g) Control of calibration and testing of measuring and testing equipment.

(h) Inspection and test procedure for manufacture.

(i) System for indication and appraisal of inspection status.

(j) System for quality audits.

(k) System for authorizing release of manufactured product to the Employer.

(l) System for maintenance of records.

(m) System for handling storage and delivery and

(n) A quality plan detailing out the specific quality control procedure adopted for controlling the
quality characteristics relevant to critical and important items of supply.

Tamakoshi V Hydroelectric Project Page VI-3T / 2-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

The Quality Plan shall be mutually discussed and approved by the Employer after incorporating
necessary corrections by the Contractor as may be required.

Quality Assurance Documents

The Contractor shall be required to submit all the Quality Assurance Documents as stipulated in the
Quality Plan at the time of Employer's inspection of equipment/material.

The Employer or his duly authorized representatives reserves the right to carry out a quality audit
and quality surveillance of the systems and procedures of the Contractor's/his vendor's Quality
Management and Control Activities.

2.3.2 Inspection & Inspection Certificate


The Employer, his duly authorized representative and/or outside inspection agency acting on behalf
of the Employer shall have, at all reasonable times, access to the premises and /or works of the
contractor and/or their sub-contractor(s)/sub-vendors and shall have the right, at all reasonable
times, to inspect and examine the materials and workmanship of the product during its manufacture.

The Contractor shall give the Employer’s Inspector fifteen (15) days (in case of domestic testing and
thirty (30) days (in case of foreign testing), as the case may be, written notice of any material being
ready for testing. In case of turnkey contract, the turnkey contractor shall give the notice for
inspection and shall associate in the inspection with Employee’s inspector. All such inspections shall
be to the Contractor's account except for the expenses of the Employer’s inspector. The Employer’s
inspector, unless witnessing of the tests is virtually waived, will attend such tests within fifteen (15)
days (in case of domestic testing) and thirty (30) days in (in case of foreign testing) of the date of
which the equipment is notified as being ready for test/inspection or on a mutually agreed date,
failing which the Contractor may proceed with the 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 / certificates in triplicate.

In all cases where the Contract provides for test whether at the premises or works of, the Contractor
or of any sub-contractor, the Contractor except where otherwise specified, shall provide free of
charge such item as labour, materials, electricity, fuel, water, stores, apparatus and instruments as
may be reasonably demanded by the Employer’s inspector or his authorized representative to carry
out effectively such tests of the equipment in accordance with the Contract and shall give facilities
to the Employer’s Inspector or to his authorized representative to accomplish testing.

The inspection by Employer 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.

(a) The Contractor shall keep the Employer informed in advance about the time of starting and
of the progress of manufacture and fabrication of various parts at various stages, so that
arrangements could be made for inspection.

(b) The acceptance of any part of items shall in no way relieve the Contractor of any part of his
responsibility for meeting all the requirements of the Specifications.

The Employer or his representative shall have free access at all reasonable times to those parts of
the Contractor’s works which are concerned with the fabrication of the Employer’s material for
satisfying himself that the fabrication is being done in accordance with the provisions of the
Specifications.

Tamakoshi V Hydroelectric Project Page VI-3T / 2-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Unless specified otherwise, inspection shall be made at the place of manufacture prior to dispatch
and shall be concluded so as not to interfere unnecessarily with the operation of the work.

Should any member of the structure be found not to comply with the supplied design, it shall be liable
to rejection. No member once rejected shall be resubmitted for inspection, except in cases where
the Employer or his authorized representative considers that the defects can be rectified.

Defect which may appear during fabrication shall be made good with the consent of, and according
to the procedure proposed by the Contractor and approved by the Employer.

All gauges and templates necessary to satisfy the Employer shall be supplied by the contractor.

The specified grade and quality of steel shall be used by the Contractor. To ascertain the quality of
steel used, the inspector may at his discretion get the material tested at an approved laboratory.

2.3.3 Tests and Standards


2.3.3.1 Tests
The type, acceptance and routine tests and tests during manufacture shall be carried-out on the
material and shall mean as follows:

Type Tests shall mean those tests which are to be carried out to prove the process of manufacture
and general conformity of the material to this Specification. These tests shall be carried out on
samples prior to commencement of commercial production against the order. The Tenderer shall
indicate his schedule for carrying out these tests.

Acceptance Tests shall mean those tests which are to be carried out on samples taken from each
lot offered for pre-dispatch inspection, for the purposes of acceptance of that lot.

Routine Tests shall mean those tests, which are to be carried out on the material to check
requirements which are likely to vary during production.

Tests during manufacture shall mean those tests, which are to be carried out during the process of
manufacture and end inspection by the Contractor to ensure the desired quality of the end product
to be supplied by him.

The norms and procedure of sampling for these tests will be as per the Quality Assurance
Programme to be mutually agreed to by the Contractor and the Employer.

The standards and norms to which these tests will be carried out are listed against them. Where a
particular test is a specific requirement of this Specification, the norms and procedure of the test
shall be as specified or as mutually agreed to between the Contractor and the Employer in the Quality
Assurance Programme.

For all type and acceptance tests, the acceptance values shall be the values specified in this
Specification or guaranteed by the Tenderer, as applicable.

2.3.3.2 Standards
The Codes and/or standards referred to in the specifications shall govern, in all cases wherever such
references are made. In case of a conflict between such codes and/or standards and the
specifications, the latter shall govern. Such codes and/or standards, referred to shall mean the latest

Tamakoshi V Hydroelectric Project Page VI-3T / 2-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

revisions, amendments/changes adopted and published by the relevant agencies unless otherwise
specified.

Other internationally accepted standards which ensure equal or better performance than those
specified shall also be accepted, subject to prior approval by the Employer.

The standards are available from the following sources:

Reference/Abbreviation Name and address from which the Standards/guides are available

IEC International Electrotechnical Commission.


Bureau Central de la Commission
1 rue, de varembe, Geneva
Switzerland.

IS Bureau of Indian Standards


Manak Bhawan,
9, Bahadur Shah Zafar Marg, New Delhi
India.

ISO International Organization for Standardization, Danish Board for


Standardization, Dansk Standardizing Sraat, Aurehoegvei-12
DK-2900
Hellepruip, DENMARK

CSA Canadian Standard Association


178, Rexadale Boulevard, Rexdale (Ontario)
Canada
M9W 1R3

DIN Deutsches Institut für Normung


Burggrafenstrasse 4-10
Postfach 1107
D-1000, Berlin-30
GERMANY

ASTM American Society for Testing and Material


1916 Race Street
Philadelphia PA
19103-1187
USA

Indian Electricity Rules Kitab Mahal


Regulation for Baba Kharak Singh Marg
Crossing New Delhi-110001
of Railway Tracks INDIA

ASCE American Society of Civil Engineers


345 East 47th Street
New York, NY
10017-2398
USA

Tamakoshi V Hydroelectric Project Page VI-3T / 2-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

IEEE Institute of Electrical and Electronics Engineers 445 Hoes Lane


Piscataway, NJ
0085-1331
USA

2.3.3.3 Factory Acceptance Tests


Factory Acceptance Tests (FATs) shall be performed on equipment, plants and material in
compliance with the Condition of Contract, Technical Specifications, the applicable Standards and
Regulations and Contractor's Quality Assurance Program.

The Contractor shall submit detailed FAT programs, procedures and schedules, subject to approval
by the Employer/Engineer.

The following FATs will be witnessed by the Employer/Engineer:

Number of FATs

- Towers 5

- Conductors and Earth wires 1

- OPGW 1

- Insulators, Hardware and Accessories 2

The Contractor is to allow for up to two representatives of the Employer and one representative of
the Employer's Representative to participate in the FATs and to be provided with all related facilities
and assistance.

At the test field the Contractor shall make available all relevant Standards and Regulations.

2.4 GUARANTEED TECHNICAL PARTICULARS

The Guaranteed Technical Particulars of the various items shall be furnished by the Tenderers in
one original and two (2) copies in the prescribed schedules of the Specifications. The Tenderer shall
also furnish any other information as in their opinion is needed to give full description and details to
judge the item(s) offered by them.

The data furnished in Guaranteed Technical Particulars should be the minimum or maximum value
(whichever is ruling condition as per the requirement of the specification) required. A Tenderer may
guarantee a value more stringent than the specification requirement. However, for testing purpose
or from performance point of view, the material shall be considered performed successfully if it
achieves the minimum / maximum value required, whichever is ruling condition, as per the Technical
Specification. No preference whatsoever shall be given to the Tenderer offering better/more stringent
values than those required by the Technical Specification except where stated otherwise.

2.5 PACKING

All the materials shall be suitably protected, coated, covered or boxed and crated to prevent damage
or deterioration during transit, handling and storage at Site till the time of erection. The Contractor

Tamakoshi V Hydroelectric Project Page VI-3T / 2-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

shall be responsible for any loss or damage during transportation, handling and storage due to
improper packing.

The Contractor shall include and provide for securely protecting and packing the materials so as to
avoid loss or damage during transport by air, sea, rail and road.

All packing shall allow for easy removal and checking at site. Wherever necessary, proper
arrangement for attaching slings for lifting shall be provided. All packages shall be clearly marked
for with signs showing ‘up’ and ‘down’ on the sides of boxes, and handling and unpacking instructions
as considered necessary. Special precaution shall be taken to prevent rusting of steel and iron parts
during transit by sea.

The cases containing easily damageable material shall be very carefully packed and marked with
appropriate caution symbols, i.e. fragile, handle with care, use no hook etc. wherever applicable.

Each package shall be legibly marked by the Contractor at his expenses showing the details such
as description and quantity of contents, the name of the consignee and address, the gross and net
weights of the package, the name of the Contractor etc.

2.6 POWER SHUTDOWN AND SAFETY PROCEDURES

The Contractor shall ensure that in carrying out the Works any interruptions to power transmission
in existing systems is kept to the minimum practicable. The maximum period over which the power
transmission at any point in the existing transmission and distribution network may be interrupted is
normally 8 hours. Such interruptions shall only be permitted outside the peak hours in the power
system, and the permissible timing of each interruption shall also be dependent on the types and
numbers of consumers who are connected to the affected network.

All proposed interruptions of existing power supplies must be discussed sufficiently in advance
between the Contractor, the Employer and the concerned electricity authority, and every effort shall
be made to ensure close coordination between the parties during the progress of the work itself.

Sufficiently in advance of any programmed interruptions to existing power supplies the Employer
shall submit to the Contractor information on the procedures to be followed for switching, issuing of
Permits to Work, safety precautions etc. in accordance with the NEA Grid Code and any other
applicable standard safety practices. The Contractor is required to provide all safety equipment,
safety clothing etc. for his workforce which is necessary to comply with the safety requirements of
the Contract.

During each power interruption the Contractor shall not commence any work on the transmission or
distribution facilities until he has received a Permit to Work for these work activities. The Permit to
Work shall be in writing and shall be issued by the Employer. The Contractor's senior representative
at the site of such work shall be fully authorized to receive on behalf of the Contractor the Permit to
Work from the Employer, and the same authorized senior representative of the Contractor shall
remain at the site throughout the entire period of the work during the power interruption.

All switching will be performed by the concerned electricity authority responsible for the existing
network being interrupted. The Employer shall be responsible for providing coordination with the
electricity authority, including agreeing the Operation Orders to be applied to the switching and the
performance of the subsequent work. The Contractor must submit to the Employer any specific
request to enter into or work in an area where there are live electrical system parts not less than
7 days in advance of the programmed commencement of the work concerned, and each such

Tamakoshi V Hydroelectric Project Page VI-3T / 2-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

request shall include a list of all members of the Contractor's personnel for whom permission for
entry or working is being requested.

A Permit to Work shall not be issued by the Employer for work related to any interruption in an
existing power system until a detailed programme for the specific work during the interruption has
been submitted by the Contractor and agreed by the Employer.

Tamakoshi V Hydroelectric Project Page VI-3T / 2-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

CHAPTER 3: TRANSMISSION LINE TOWERS

Table of Contents

3. TRANSMISSION LINE TOWER .................................................................................... 1


3.1 GENERAL DESCRIPTION OF TOWERS ......................................................................................... 1
3.2 FEATURES OF TOWER TYPES ...................................................................................................... 1
3.2.1 Tower Classification ................................................................................................................... 1
3.2.2 Towers for Major Crossings ....................................................................................................... 2
3.2.3 Extensions ................................................................................................................................. 2
3.2.4 SPANS ....................................................................................................................................... 3
3.3 ELECTRICAL CLEARANCES ........................................................................................................... 3
3.3.1 Ground Clearance ..................................................................................................................... 3
3.3.2 Power Line Crossing .................................................................................................................. 3
3.3.3 Live Metal Clearance ................................................................................................................. 4
3.3.4 Angle of Shielding ...................................................................................................................... 4
3.3.5 Mid Span Clearance .................................................................................................................. 5
3.4 NORMAL LOADING CONDITIONS .................................................................................................. 5
3.4.1 Loads at Conductor and Earth wire Points ................................................................................ 5
3.4.2 Wind Loads on Tower Body ...................................................................................................... 5
3.4.3 Maximum Tension ..................................................................................................................... 5
3.4.4 Limiting Tensions of Conductor and Earth wire ......................................................................... 5
3.4.5 Broken Wire Condition ............................................................................................................... 5
3.5 DESIGN OF TOWERS ...................................................................................................................... 6
3.5.1 Design Criteria ........................................................................................................................... 6
3.5.2 Design Temperatures ................................................................................................................ 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.5.3 Conductor and Earth Wire Configuration................................................................................... 6
3.5.4 Redundant Design ..................................................................................................................... 6
3.5.5 Thickness of Members ............................................................................................................... 7
3.5.6 Bolts and Nuts ........................................................................................................................... 7
3.5.7 Slenderness Ratio ..................................................................................................................... 7
3.5.8 Erection Stress .......................................................................................................................... 8
3.5.9 Structural Arrangement of Members in a Tower ....................................................................... 8
3.5.10 Design Calculation and Drawings .............................................................................................. 8
3.6 MATERIALS ...................................................................................................................................... 8
3.6.1 Tower Steel Sections ................................................................................................................. 8
3.6.2 Fasteners – Bolts, Nuts and Washers ....................................................................................... 9
3.7 TOWER ACCESSORIES ................................................................................................................ 10
3.7.1 Step Bolts and Ladders ........................................................................................................... 10
3.7.2 Insulator String Attachments ................................................................................................... 10
3.7.3 Earth Wire Clamp Attachments ............................................................................................... 10
3.7.4 Anti-climbing Device ................................................................................................................ 11
3.7.5 Danger, Number, Circuit and Phase plate ............................................................................... 11
3.8 TOWER FABRICATION .................................................................................................................. 11
3.8.1 General Requirements............................................................................................................. 11
3.8.2 Drilling and Punching ............................................................................................................... 12
3.8.3 Erection mark ........................................................................................................................... 12
3.9 GALVANIZING ................................................................................................................................. 13
3.9.1 Fabricated Tower Parts and Stubs .......................................................................................... 13
3.9.2 Fasteners ................................................................................................................................. 14
3.10 EARTHING ...................................................................................................................................... 14
3.11 INSPECTION AND TESTS ............................................................................................................. 15
3.11.1 General .................................................................................................................................... 15
3.11.2 Tower Load Tests (IEC 652) ................................................................................................... 15
3.12 PACKING ......................................................................................................................................... 17
3.13 STANDARDS ................................................................................................................................... 17

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3. TRANSMISSION LINE TOWER

3.1 GENERAL DESCRIPTION OF TOWERS

The towers shall be of the following types:

(a) Double circuit towers (DA, DB, DC and DD/DDE)

(b) Special towers.

The towers shall be self-supporting, hot dip galvanized, latticed steel type and designed to carry the
line conductors with necessary insulators, earth wires and all fittings under all loading conditions.
Outline diagram of double circuit towers are enclosed with the Specification.

The tower shall be fully galvanized using mild steel or/and high tensile steel sections as specified in
Sub-Clause 3.10. Bolts and nuts with spring washers are to be used for connections.

3.2 FEATURES OF TOWER TYPES

3.2.1 Tower Classification


The towers for 220 kV Lines are classified as given below:

Type of Deviation Typical Use


Tower Limit
To be used as tangent / suspension tower with
DA
0° - 2° suspension insulator string

a) Angle towers with tension insulator string.


b) Also, to be used for uplift force resulting from an uplift
DB
2° - 15° span up to 360m under broken wire conditions.
c) Also to be used for Anti Cascading Condition.

DB To be used as Section Tower.



a) Angle tower with tension insulator string.
DC 15° - 30° b) Also to be used for uplift forces resulting from an uplift
span up to 360m under broken wire condition.
c) Also to be used for anti-cascading condition.

DC 0° To be used as section tower.

30° - 60° a) Angle tower with tension insulator string.


DD
b) Also to be used for uplift forces resulting from an uplift

Type of Deviation Typical Use


Tower Limit

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Span up to 600m under broken wire condition.
c) Dead end with 0° to 15° deviation b o t h on line side
and sub-station side (slack span).

a) Complete dead end.


DDE 0° b) For river crossing, anchoring with longer wind span
and 0° deviation on crossing span side and 0° to
30° deviation on other side.

Notes:

(a) All above towers shall be designed for single circuit strung condition also considering that all
conductors and earth wire of one circuit would be placed on one side of the tower.

(b) All above towers can also be used for longer span with smaller angle of deviations without
infringement of ground clearance.

3.2.2 Towers for Major Crossings


The above towers (DA, DB, DC and DD) shall also be used with suitable modifications for very long
spans (spans more than that of given in Sub-Clause 3.2.4) which cannot be crossed by normal tower
with extensions as given in Sub-Clause 3.2.3 like valley and river crossings etc. These towers shall
be developed by strengthening the above DA, DB, DC and DD type towers as per the site
requirements. Additional weight of tower due to strengthening shall be included in the quoted
contract price and no additional payments shall be made to the Contractor.

3.2.3 Extensions
The Double Circuit towers shall be designed so as to be suitable for adding –3M, -1.5M, 1.5M, 3M,
4.5M, 6M, 7.5M and 9M body extensions / leg extensions for maintaining adequate ground
clearances without reducing the factor of safety (actual stress /allowable stress) available for the
members of tested extensions in any manner. Reference drawings for leg extension arrangement is
enclosed in the submitted Tender.

The provision for the addition of 18/25M body extension to tower types DA and DD shall be included
in this Contract. For Power Line Crossing or any other obstacle, tower types DA or DD can be used
with 18 / 25 M extensions depending upon the merit of the prevailing site conditions. The maximum
reduced spans for DA and DD type towers shall be mentioned in the tower spotting data. However,
this shall in no case be less than 250 meters.

The towers shall be designed for providing unequal leg extensions with maximum difference
between the shortest and the longest leg of 3M for DA tower and 6M for DB, DC and DD towers.
These unequal leg extensions to be provided in the design shall be used during tower spotting /
execution stage to optimize the benching / revetment requirement.

All above body / leg extension provisions to towers shall be treated as part of normal tower only.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.2.4 SPANS
3.2.4.1 Design Span or Normal Span

The Design Span or Normal Ruling Span of the line is 350m for 220 kV transmission line.

3.2.4.2 Wind Span


The wind span is the sum of the two half spans adjacent to the tower under consideration. For normal
horizontal spans this equals to normal ruling span.

3.2.4.3 Weight Span


The weight span is the horizontal distance between the lowest point of the conductors on the two
spans adjacent to the tower. For spotting of structures, the span limits are given in Table 3.1.1.

Table 3.1.1 Span Limits (for 220 kV Line)

Normal Condition Broken Wire Condition


Tower Type
max (m) min (m) max (m) min (m)

DA 600 200 360 100

DB, DC 600 -600 360 -360

DD 1000 -1000 600 -600

In case at certain locations where actual spotting spans exceed the design spans and cross- arms
and certain members of towers are required to be modified / reinforced, in that case design, structural
and shop drawings for the modified / reinforced towers will be prepared by the Contractor as per
requirement on basis of approved line diagram without any additional financial implications to the
Employer for the design, drawings, supply or installation.

3.3 ELECTRICAL CLEARANCES

3.3.1 Ground Clearance


The minimum ground clearance from the bottom conductor shall not be less than 7500 mm for 220
kV lines at the maximum sag conditions i.e. at 80°C and still air.

(a) An allowance of 150mm shall be provided to account for errors in stringing.

(b) Conductor creep shall be compensated by over tensioning the conductor at a temperature of
26°C, lower than the stringing temperature for ACSR “BISON” for 220 kV transmission lines.

3.3.2 Power Line Crossing


Minimum clearance between power line to power line crossing should be 4580 mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.3.3 Live Metal Clearance
The minimum live metal clearance to be provided between the live parts and steel work of
superstructure shall be as given in Table 3.1.2 below:

Table 3.1.2 Live Metal Clearances (220 kV)

Live Metal Clearance


Description Swing Angle
2000 MEL
NIL 2400 mm

15° 2230 mm
Suspension String
30° 2060 mm
Single/Double
45° 1885 mm

Tension String
– 2400 mm
Single/Double
NIL 2400 mm
Jumper 10° 2400 mm
20° 2060 mm

Note: In case of pilot insulator strings, the angle of swing of the jumper along with the pilot string
shall be considered as 15°.

The Contractor shall adopt same cross arm design where jumper is projecting outside of cross- arm
for DD/DDE type tower, used as dead end and angle tower.

For computing the live metal clearances the dimensions of Single Suspension, Double Suspension,
Single Suspension Pilot, Single Tension and Double Tension strings shall be taken as given in
enclosed drawings. The design of the tower shall be such that it should satisfy all the above
conditions when clearances are measured from any live point of the strings. As the Contractor may
use and supply insulator strings with disc insulators or long rod insulators or polymer insulators, the
tower design shall be such that it satisfies the clearance requirements in that particular case.

Cross arm projections for dead end towers shall be fixed in such a way that it can accommodate a
condition of 15° deviation of conductors towards the tower at both Left and Right side cross arms on
slack span side and 0° – 15° deviation on line side.

3.3.4 Angle of Shielding


The angle of shielding is defined as the angle formed by the line joining the center lines of the earth
wire and outer power conductor in still air at tower supports, to the vertical line through the center
line of the earth wire. Tenderers shall design the tower in such a way that the angle of shielding
does not exceed 20° for all 220 kV towers and 30° for all 132 kV towers. The drop of the earth wire
clamp equal to 150 mm should be considered while calculating the minimum angle of protection.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.3.5 Mid Span Clearance
The minimum vertical mid span clearance between the earth wire and the nearest power conductor
shall not be less than 8.5 meters, which shall mean the vertical clearance between earth wire and
the nearest conductor under all temperatures and still air conditions in the normal ruling span.
Further, the tensions of the earth wire and power conductor shall be so coordinated that the sag of
earth wire shall be at least 10% less than that of power conductors under all temperature loading
conditions.

3.4 NORMAL LOADING CONDITIONS

3.4.1 Loads at Conductor and Earth wire Points


The Contractor shall calculate the ultimate external loadings at conductors and earth wire points.

3.4.2 Wind Loads on Tower Body


The wind load on tower body shall be calculated by the Contractor as per Sub-Clause 9.1 of IS 802
(Part 1/Sec 1):1995. The following data shall be considered for calculating wind load on tower body.

(a) Dynamic reference wind pressure shall be considered as 75 Kg/m2.

(b) Terrain category shall be considered as 2.

(c) The angle of incidence of Wind θ (Theta) = 0°.

3.4.3 Maximum Tension


Maximum tension shall be based on either

(a) At 0° C with 36 percent full wind pressure, or

(b) At 32° C with full wind pressure whichever is more stringent.

The Contractor shall calculate the sag tension for a normal span of 350 meter.

The initial conductor and earth wire tension (maximum) at 32ºC and without wind shall be 22% of
the ultimate tensile strength of the conductor and 20% of the ultimate tensile strength of the earth
wire.

3.4.4 Limiting Tensions of Conductor and Earth wire


The ultimate tension of conductor and earth wire shall not exceed 70% of the ultimate tensile
strengths.

3.4.5 Broken Wire Condition


(a) Suspension Tower Type DA

Any one phases (both sub-conductors) or earth wire broken; whichever is more stringent for a
particular member.

(b) Tension Tower Type DB and DC

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Breakage of any two phases (both sub-conductors) on the same side and on the same span or
breakage of any one phase (both sub-conductors) and one earth wire on the same side and same
span whichever combination is stringent for a particular member.

(c) Tower Type DD

Breakage of all the three phases (both sub-conductors) on the same side and on the same span or
breakage of two phases (both sub-conductors) and one earth wire on the same side and on the
same span, whichever combination is more stringent for a particular member.

3.5 DESIGN OF TOWERS

3.5.1 Design Criteria


Towers shall be designed based on spans and clearances as per Sub-Clause 3.2.4 and 3.3 and
loading conditions as per Sub-Clause 3.4 above.

3.5.2 Design Temperatures


The following temperature range for the conductors and ground wires shall be adopted for line
design:

(a) Minimum Temperature: ............................................................................. 0°C

(b) Every day temperature of conductor: ......................................................... 32°C

(c) Maximum Temperature of

(i) Conductor: ........................................................................................ 80°C

(ii) Earth wire exposed to sun: ............................................................... 53°C

3.5.3 Conductor and Earth Wire Configuration


For double circuit 220 kV towers the three phases shall be in vertical formation. The phase to phase
spacing for conductors shall be not less than 4.9 meters vertically for DA, DB and DC tower and 8.3
meters for DD tower. However, the minimum horizontal separation between phase conductors of
two circuits shall be 8.4 meters. In double circuit suspension towers single suspension vertical (I-
type) insulator strings shall be used.

3.5.4 Redundant Design


All redundant in the tower are to be triangulated.

All bracing and redundant members of the towers which are horizontal or inclined up to 15º from
horizontal shall be designed to withstand an ultimate vertical load of 1500 N considered acting at
center independent of all other loads. The bending moment for designing of redundant members
shall be considered as WL/4 irrespective of end connections and continuity. The contractor has to
furnish the calculations for the same (where W is ultimate load of 1.5 kN and ‘L’ is the length of
redundant from bolt to bolt).

All redundant shall be designed individually for 2.5% of maximum axial load of connecting members
(i.e. leg members, bracing members etc.). The Contractor has to furnish the calculations for the
same.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Connection of single redundant to leg member having a section of 110 x 110 x 10 and above shall
be done with minimum of 2 bolts.

3.5.5 Thickness of Members


The minimum thickness of angle sections used in the design of towers, unless otherwise specified
elsewhere in this Specification, shall be kept not less than the following values:

(a) Main corner leg members including the earth wire peak and main cross arm: .... 5 mm

(b) All other members: ............................................................................................. 4 mm

3.5.6 Bolts and Nuts


The minimum bolt spacing and rolled edge distance and sheared edge distance from the centers of
bolt holes to be maintained are given in Table 3.1.3.

Table 3.1.3 Bolts and Nuts

Bolt Hole Min Bolt Min Min Sheared


Diameter Diameter Spacing Rolled Edge
(mm) (mm) (mm) Distance Distance
(mm) (mm)
16 17.5 40 20 23
24 25.5 60 33 38

Bolts sizes mentioned above shall only be used. The minimum width of the flanges without bolt holes
shall be 30 mm

For the purpose of calculating shearing stress and bearing stress for bolts Sub-Clause 5.4 of IS: 802
(Part-1/Sec 2):1992 shall be referred.

3.5.7 Slenderness Ratio


Slenderness ratio for members shall be computed in accordance with Sub-Clause 6.4 of IS: 802
(Part-1/Sec 2):1992.

802 (Part-1):1977. Slenderness ratio for compression and tension members shall not exceed the
values specified therein.

The following maximum limit of the slenderness ratio i.e. the ratio of unsupported length of the
section in any plane to the appropriate radius of gyration will be adopted:

Value of KL/R
(a) For main corner leg members including the corner members
of earth wire peak and the lower corner members of the 120
cross- arms.
(b) For other members having calculated stresses 200
(c) For redundant members 250
(d) For members having tensile stress only 375

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

3.5.8 Erection Stress


Where erection stress combined with other permissible co-existent stresses could produce a working
stress in any members appreciably above the specified working stress, such other provision are to
be made as may be necessary to bring the working stress within the specified limit.

3.5.9 Structural Arrangement of Members in a Tower


Lifting points shall be provided in the tension tower and shall be designed for a load of 1020 kg
assumed as acting at a 600 mm distance from the tip of the cross arm. Internal angle between two
members shall not be less than 15°.

3.5.10 Design Calculation and Drawings

The following design calculation and drawings are required to be furnished to the Employer:

(i) with the Tender:

Detailed design calculations and drawings for DA and DB type 220 kV towers only.

(ii) After award of the Contract:

The Contractor shall submit detailed design of tower and extension along with stress diagram
/ computer output together with sample calculations for few critical members etc., stub
templates and loading / rigging arrangement of tower testing to enable the Employer to make
a preliminary check regarding structural stability of tower (before) tests.

After successful testing of tower and subsequent approval of design, drawings and bill of materials,
the Contractor shall furnish the following in 10 copies to the Employer for necessary distribution
within 15 days after approval of drawings:

(a) Detailed design calculation and drawing for towers and foundations.

(b) Detailed structural drawings indicating section size, length of members, sizes of plates along
with hole to hole distance and joint details etc.

(c) Bill of materials, indicating cutting and bending details against each member.

(d) Shop drawings showing all details relevant to fabrication.

(e) All the drawings for the tower accessories.

3.6 MATERIALS

3.6.1 Tower Steel Sections


IS Steel Sections of tested quality of conformity with IS: 2062 (Designated Y.S. 250 MPa) and/or IS:
8500 grade 490 (Designated Yield Strength 350 MPa) are to be used in towers, extensions, stub
and stub setting templates. The Contractor can use other equivalent grade of structural steel angle
sections and plates conforming to latest International Standards. However, use of steel grade having
designated yield strength more than that of EN 10025 grade 355 JR /JO is not permissible. The
Tenderers are permitted to opt for not more than two grades of steel in the package.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Steel plates below 6 mm size exclusively used for packing plates/packing washers produced as per
IS: 1079 -1994 (Grade 0) are also acceptable. However, if below 6 mm size plate are used as load
bearing plates viz gusset plates, joint splices etc. the same shall conform to IS: 2062 or equivalent
standard meeting mechanical strength/metallurgical properties corresponding to Fe-410 or above
grade (designated yield strength not more than 355 MPa), depending upon the type of grade
incorporated into design. Flats of equivalent grade meeting mechanical strength and metallurgical
properties may also be used in place of plates for packing plates/packing washers. The chequered
plates shall conform to IS: 3502-1994.

For designing of towers, preferably rationalized steel sections shall be used. During execution of the
project, if any particular section is not available, the same shall be substituted by higher section at
no extra cost to the Employer and the same shall be borne by the Contractor. However, design
approval for such substitution shall be obtained from the Employer before any substitution.

3.6.2 Fasteners – Bolts, Nuts and Washers


All tower members shall be joined together with Bolts and nuts. All hexagonal bolts and nuts shall
conform to IS-12427. They shall have hexagonal head and nuts, the heads being forged out of the
solid, truly concentric, and square with the shank, which must be perfectly straight.

All bolts and nuts shall be galvanized as per IS: 1367 (Part-13) / IS: 2629.

The bolt shall be of 16 / 24 mm diameter and of property class 5.6 as specified in IS: 1367 (Part III)
and matching nut of property class 5.0 as specified in IS: 1367 (Part-VI).

Bolts up to M16 and having length up to 10 times the diameter of the bolt should be manufactured
by cold forging and thread rolling process to obtain good and reliable mechanical properties and
effective dimensional control. The shear strength of bolts for 5.6 grade should be 310 MPa minimum
as per IS: 12427. Bolts should be provided with washer face in accordance with IS: 1363 (Part I) to
ensure proper bearing.

Nuts for hexagonal bolts should be double chamfered as per the requirement of IS: 1363

Part III. It should be ensured by the manufacturer that nuts should not be over tapped beyond 0.4
mm oversize on effective diameter for size up to M16.

Fully threaded bolts shall not be used. The length of bolts shall be such that the threaded portion
will not extend into the place of contact of the members.

All bolts shall be threaded to take the full depth of the nuts and threaded for enough to permit firm
gripping of the members, but not further. It shall be ensured that the threaded portion of each bolt
protrudes not less than 3 mm and not more than 8 mm when fully tightened. All nuts shall fit tight to
the point where the shank of the bolt connects to the head.

Flat and tapered washers shall be provided wherever necessary. Spring washers shall be provided
for insertion under all nuts. These washers shall be steel electro-galvanized, positive lock type and
3.5 mm in thickness for 16 mm dia bolt and 4.5 mm for 24 mm bolt.

To avoid bending stress in bolts or to reduce it to minimum, no bolt shall connect aggregate thickness
of members more than three times its diameter.

The bolt positions in assembled towers shall be as per IS:5613 (Part II / Section 2) -1976. Bolts at
the joints shall be so staggered that nuts shall be tightened with spanners without fouling.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
To ensure effective in-process Quality control it is desirable that the manufacturer should have in
house testing facility for all tests like weight of zinc coating, shear strength and other tests etc. The
manufacturer should also have proper Quality Assurance System which should be in line with the
requirement of this specification and IS: 14000 series Quality System Standard.

3.7 TOWER ACCESSORIES

Arrangement shall be provided for fixing of all tower accessories to the tower at a height between
2.5 meters and 3.5 meters above the ground level.

3.7.1 Step Bolts and Ladders


Each tower shall be provided with step bolts conforming to IS: 10238 of not less than 16mm diameter
and 175mm long spaced not more than 450 mm apart and extending from 2.5 meters above the
ground level. However, the head diameter shall be 50 mm as indicated in the enclosed drawing. For
double circuit towers the step bolt shall be fixed on two diagonally opposite legs up to top of the
towers. Each step bolt shall be provided with two nuts on one end to fasten the bolt securely to the
tower and button head at the other end to prevent the feet from slipping away. The step bolts shall
be capable of withstanding a vertical load not less than 1.5 KN. For special towers, where the height
of the super structure exceeds 50 meters, ladders along with protection rings as per the design shall
be provided in continuation of the step bolts on one face of the tower from 30 meters above ground
level to the top of the special structure. From 2.5 m to 30 m height of super structure step bolts shall
be provided. Suitable platform using 6 mm thick perforated chequered plates along with suitable
railing for access from step bolts to the ladder and from the ladder to each cross-arm tip and the
ground wire support shall also to be provided. The platform shall be fixed on tower by using counter-
sunk bolts.

3.7.2 Insulator String Attachments


(a) For the attachment of suspension insulator string, a suitable dimensioned swinging hanger
on the tower shall be provided so as to obtain specified clearances under respective swinging
condition of the strings. The hanger, extensions links, D-shackles etc. as required and
considered in the design of the tower shall have minimum ultimate tensile strength of 240 kN
for double suspension string for 220 kV suspension towers. The design and supply of hanger,
D-shackles, strain plate etc. are also in the scope of the Contractor work.

(b) At tension towers, strain plates of suitable dimensions under each cross-arm tip, shall be
provided for taking the hooks or D-shackles of the tension insulator strings. Full details of the
attachments shall be provided by the contractor. To achieve requisite clearances, if the
design calls for providing extra D-shackles, link plate etc. before connecting the insulator
string the same shall be supplied by the Contractor.

3.7.3 Earth Wire Clamp Attachments


(a) Suspension Clamps

Earth wire suspension clamps will be supplied by the contractor. The detailed drawing shall be
submitted by the Contractor for Employer’s approval. The Contractor shall also supply U-bolts, D-
shackles wherever required.

(b) Tension Clamps

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Earth wire peaks of tension towers shall be provided with suitable plates to accommodate the
shackle of tension clamps. The Contractor hall also supply the U-bolts wherever required.

3.7.4 Anti-climbing Device


Barbed wire type anti-climbing device, as per enclosed drawing shall be provided and installed by
the Contractor for all towers. The barbed wire shall conform to IS-278 (size designation A1). The
barbed wires shall be given chromatin dip as per procedure laid down in IS: 1340.

3.7.5 Danger, Number, Circuit and Phase plate


Danger plates, number plates, circuit plates and phase plates shall be provided and installed by the
Contractor.

(a) Each tower shall be fitted with a danger plate, number plate and one set of phase plates for
double circuit tower. Circuit plates shall be provided on all the Double Circuit towers.

(b) The letters, figures and the conventional skull and bones of danger plates shall conform to
IS-2551 and shall be in a signal red on the front of the plate.

(c) The corners of the danger, number and circuit plates shall be rounded off to remove sharp
edges.

(d) The letters of number and circuit plates shall be red enamelled with white enamelled
background.

3.8 TOWER FABRICATION

3.8.1 General Requirements


Except where hereinafter modified, details of fabrication shall conform to IS: 802 (Part II) or the
relevant international standards.

Butt splices shall be used and the inside angle and outside plate shall be designed to transmit the
load. Inside cleat angle shall not be less than half the thickness of the heavier member connected
plus 2 mm. Lap splice may be used for connecting members of unequal sizes and the inside angle
of lap splice shall be rounded at the heel to fit the root radius of the outside angle. All the splices
shall develop full strength in the member connected through bolts. Butt as well as lap splice shall be
made as above and as close to the main panel point as possible.

Joints shall be so designed as to avoid eccentricity as far as possible. The use of gusset plates for
joining tower members shall be avoided as far as possible. However, where the connections are
such that the elimination of the gusset plates would result in eccentric joints, gussets plates and
spacers plates may be used in conformity with modern practices. The thickness of the gusset plates,
required to transit stress shall not be less than that of members connected.

The use of filler in connection shall be avoided as far as possible. The diagonal web members in
tension may be connected entirely to the gusset plate wherever necessary to avoid the use of filler
and it shall be connected at the point of intersection by one or more bolts.

The tower structures shall be accurately fabricated to connect together easily at site without any
undue strain on the bolts.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
No angle member shall have the two leg flanges brought together by closing the angle. The diameter
of the hole shall be equal to the diameter of bolt plus 1.5 mm.

The structure shall be designed so that all parts shall be accessible for inspection and cleaning.
Drain holes shall be provided at all points where pockets of depression are likely to hold water.

All identical parts shall be made strictly inter-changeable. All steel sections before any work is done
on them, shall be carefully levelled, straightened and made true to detailed drawings by methods
which will not injure the materials so that when assembled, the adjacent matching surfaces are in
close contact throughout. No rough edges shall be permitted in the entire structure.

3.8.2 Drilling and Punching


Before any cutting work is started, all steel sections shall be carefully straightened and trued by
pressure and not by hammering. They shall again be trued after being punched and drilled.

Holes for bolts shall be drilled or punched with a jig but drilled holes shall be preferred. The punching
may be adopted for thickness up to 16 mm. Tolerances regarding punched holes are as follows:

(a) Holes must be perfectly circular and no tolerances in this respect are permissible.

(b) The maximum allowable difference in diameter of the holes on the two sides of plates or
angle is 0.8 mm. i.e. the allowable taper in punched holes should not exceed 0.8 mm in
diameter.

(c) Holes must be square with the plates or angles and have their walls parallel.

All burrs left by drills or punch shall be removed completely. When the tower members are in position
the holes shall be truly opposite to each other. Drilling or reaming to enlarge holes shall not be
permitted.

3.8.3 Erection mark


Each individual member shall have erection mark conforming to the component number given to it
in the fabrication drawings. The mark shall be marked with marking dies of 16 mm size before
galvanizing and shall be legible after galvanizing.

Erection Mark shall be A-BB-CC-DDD

A = Employer’s code assigned to the Contractors- Alphabet

BB = Contractor’s Mark-Numerical

CC = Tower Type Alphabet.

DDD = Number mark to be assigned by Contractor - Numerical.

Erection mark for high tensile steel members shall be prefixed by the letter “H”

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.9 GALVANIZING

3.9.1 Fabricated Tower Parts and Stubs

The tower parts, stubs and pack washers shall be hot dip galvanized. The galvanization shall be
done as per requirements of IS 4759 after all fabrication work is completed. The contractor shall also
take guidelines from the recommended practices for hot dip galvanizing laid down in IS 2629 while
deciding and implementing galvanizing procedure. The mandatory requirements however, are
specified herein.

Unless otherwise specified the fabricated tower parts and stubs shall have a minimum overall Zinc
coating of 610 g/m² of surface except for plates below 5 mm which shall have Zinc coating of 460
g/m² of surface. The average zinc coating for sections 5mm and above shall be maintained as 87
microns and that for sections below 5mm shall be maintained as 65 microns.

The zinc coating shall be adherent, reasonably uniform, smooth, continuous and free from
imperfections such as black bare spots, ash rust stains, bulky white deposits / wet storage stains
and blisters.

The surface preparation for fabricated tower parts and stubs for hot dip galvanizing shall be carried
out as indicated herein below:

(a) Degreasing and Cleaning of Surface: Degreasing and cleaning of surface, wherever
required, shall be carried out in accordance with Sub-Clause 4.1 of IS 2629-1985. After
degreasing the article shall be thoroughly rinsed. However, if acidic degreasers are used
rinsing is not required.

(b) Pickling: Pickling shall be done using either hydrochloric or sulphuric acid as recommended
at Sub-Clause 4.3 of IS 2629 -1985. The actual concentration of the acids and the time
duration of immersion shall be determined by the Contractor depending on the nature of
material to be pickled. Suitable inhibitors also shall be used with the acids to avoid over
pickling.

(c) Rinsing: After pickling, the material shall be rinsed, preferably in running water to remove
acid traces, iron particles or any other impurities from the surface. Two rinse tanks are
preferable, with water cascading from the second tank to the first to ensure thorough
cleaning. Wherever single tank is employed, the water shall be periodically changed to avoid
acid contamination, and removal of other residue from the tank.

(d) Fluxing: The rinsed article shall be dipped in a solution of Zinc ammonium chloride. The
concentration and temperature of the flux solution shall be standardized by the contractor
depending on the article to be galvanized and individual circumstances. These shall form
part of plant standard to be formulated and submitted to the Employer along with Quality
Assurance Programme. The specific gravity of the flux solution shall be periodically
monitored and controlled by adding required quantity of flux crystals to compensate for drag-
out losses. Free acid content of the flux solution also shall be periodically checked and when
it is more than 2 g of free acid per litre of the solution, it shall be neutralized. Alternatively,
the pH value should be monitored periodically and maintained between 5.0 to 5.5.

(e) Drying: When dry galvanizing is adopted the article shall be thoroughly dried after
fluxing. For the purpose of drying, the contractor may use hot plate, air oven or any other
proven method ensuring complete drying of the article after fluxing and prior to dipping in the
molten zinc bath. The drying process shall be such that the article shall not attain a

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
temperature at which the flux shall get decomposed. The article thus dried shall be
galvanized before the flux coating picks up moisture from the atmosphere or the flux layer
gets damaged or removed from the surface.

(f) Quality of Zinc: Any one or combination of the grades of zinc specified in IS 209 or IS 13229
or other comparable international standard shall be used for galvanizing. The contractor shall
declare the grade(s) of zinc proposed to be used by them for galvanizing. The molten metal
in the zinc bath shall contain minimum 98.5% zinc by mass. It shall be periodically measured
and recorded. Zinc aluminium alloy shall be added as per IS 2629.

(g) Dipping Process: The temperature of the galvanizing bath shall be continuously monitored
and controlled. The working temperature of the galvanizing bath shall be maintained at 450
+/- 10°C. The article should be immersed in the bath as rapidly as possible without
compromising on safety aspects. The galvanizing bath temperature, immersion angle and
time, time duration of immersion, rate of withdrawal etc. shall be monitored and controlled
depending upon the size, shape, thickness and chemical composition of the article such that
the mass of zinc coating and its uniformity meets the specified requirements and the
galvanized surface is free from imperfections and galvanizing defects.

(h) Post Treatment: The article shall be quenched in water. The quench water is to be changed
/ drained periodically to prevent corrosive salts from accumulating in it. If water quenching is
not done then necessary cooling arrangements should be made. The galvanized articles
shall be dipped in chromatin solution containing sodium dichromate and sulphuric acid or
chromic acid base additive at a predetermined concentration and kept at room temperature
to retard white rust attack. The temperature of the chromate Solution shall not exceed 65oC.
The articles shall not be stacked immediately after quenching and dichromating. It shall be
ensured that the articles are dry before any further handling operation.

(i) Storing, Packing and Handling: In order to prevent white rust formation sufficient care should
be exercised while storing handling and transporting galvanized products. The articles shall
be stored in an adequately ventilated area. The articles shall be stored with spacers in
between them and kept at an inclination to facilitate easy drainage of any water collected on
the articles. Similar care is to be taken while transporting and storing the articles at site.

3.9.2 Fasteners
For fasteners, the galvanizing shall conform to IS-1367(Part-13). The galvanizing shall be done with
centrifuging arrangement after all mechanical operations are completed. The nuts, may however be
tapped (threaded) or rerun after galvanizing and the threads oiled .The threads of bolts and nuts
shall have a neat fit and shall be such that they can be turned with finger throughout the length of
the threads of bolts and they shall be capable of developing full strength of bolts. Spring washers
shall be electro galvanized as per Grade-IV of IS-1573.

3.10 EARTHING

The Contractor shall measure the tower footing resistance (TFR) of each tower after it has been
erected and before the stringing of the earth wire during dry weather. Each tower shall be earthed.
The tower footing resistance shall not exceed 10 ohms.

Pipe type earthing and counter poise type earthing wherein required shall be done in accordance
with the latest additions and revisions of:

- IS: 3043 Code of practice for Earthing.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- IS: 5613 Code of practice for Design, Installation and maintenance (Part II/Section-2) of
overhead power lines.

The details for pipe and counterpoise type earthing are given in the drawings enclosed with these
specifications.

For counterpoise type earthing the earthing will vary depending on soil resistivity. For soil resistivity
less than 1500 ohms-meter, earthing shall be established by providing four lengths of 30 m
counterpoise wire. Otherwise, for soil resistivity greater than 1500 ohms meter earthing shall be
established by providing four lengths of 70 m counterpoise wire. In case resistivity does not come
down less than 10 ohms even after providing 70 m counterpoise wire.

3.11 INSPECTION AND TESTS

3.11.1 General

All standard tests, including quality control tests, in accordance with appropriate Indian / International
Standard, shall be carried out unless otherwise specified herein.

3.11.2 Tower Load Tests (IEC 652)


3.11.2.1 Testing of Tower
The Contractor or supplier of each type of galvanized tower complete with 9 M extension shall have
been subjected to design and destruction tests, either as part of this contract or as part of a previous
contract carried out by the corresponding contractor or supplier.

Test results of such tests shall be submitted to the Employer.

3.11.2.2 Method of Load Application


Loads shall be applied according to the approved rigging arrangement through normal wire
attachments angles on bent plates.

The various types of loads, transverse, vertical and longitudinal shall be applied in such a way that
there is no impact loading on the tower due to jerks from the winches.

All the loads shall be measured through a suitable arrangement of strain devices or by using weights.
Positioning of the strain devices shall be such that the effect of pulley friction is eliminated. In case
the pulley friction cannot be avoided, the same will be measured by means of standards weights and
accounted for in the test loads.

3.11.2.3 Tower Testing Procedure


The procedure for conducting the tower test shall be as follows:

(a) Bolt Slip Test

In a bolt slip test the test loads shall be gradually applied up to the 50% of design loads under normal
condition, kept constant for 2 minutes at that loads and then released gradually.

For measurement of deflection the initial and final readings on the scales (in transverse and
longitudinal directions) before application and after the release of Loads respectively shall be taken
with the help of theodolite. The difference between readings gives the values of the bolt slip.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) Normal Broken Wire Load Tests

All the loads, for a particular load-combination test, shall be applied gradually up to the full design
loads in the following steps and shall also be released in the similar manner:

- 25%

- 50%

- 75%

- 90%

- 95%

- 100%.

(c) Observation Periods

Under normal and broken wire load tests, the tower shall be kept under observation for sign of any
failure for two minutes (excluding the time of adjustment of loads) for all intermediate steps of loading
up to and including 95% of full design loads.

For normal, as well as broken wire tests, the tower shall be kept under observation for five minutes
(excluding the time for adjustment of loads) after it is loaded up to 100% of full design loads.

While the loading operations are in progress, the tower shall be constantly watched, and if it shows
any tendency of failure anywhere, the loading shall be immediately stopped, released and then entire
tower shall be inspected. The reloading shall be started only after the corrective measures are taken.

The structure shall be considered to be satisfactory, if it is able to support the specified full design
loads for five minutes, with no visible local deformation after unloading (such as bowing, buckling
etc.) and no breakage of elements or constitute parts.

Ovalization of holes and permanent deformation of bolts shall not be considered as failure.

(d) Recording

The deflections of the tower in transverse and longitudinal directions shall be recorded at each
intermediate and final stage of normal load and broken wire load tests by means of a theodolite and
graduated scale. The scale shall be of about one meter long with marking up to 5 mm accuracy.

(e) Destruction Test

The destruction test shall be carried out under normal condition or broken wire condition. Under
which load condition the destruction test is to be carried out shall be intimated to the contractor at
the time of approving rigging chart / test data sheet.

The procedure for application of load for normal/broken wire test shall also be applicable for
destruction test. However, the load shall be increased in steps of 5% after the full design loads have
been reached.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
3.12 PACKING

Angle section shall be wire bundled.

Cleat angles, gusset plates, brackets, fillet plate, hanger and similar loose pieces shall be tied and
bolted together in multiples or securely wired through holes.

Bolts, nuts washers and other attachments shall be packed in double gunny bags accurately tagged
in accordance with the contents.

The packing shall be properly done to avoid losses and damages during transit. Each bundle or
package shall be appropriately marked.

3.13 STANDARDS

The design, manufacturing, fabrication, galvanizing, testing, erection procedure and materials used
for manufacture and erection of towers, design and construction of foundations shall conform to
the following Indian Standards (IS) / International Standards which shall mean latest revisions, with
amendments / changes adopted and published, unless specifically stated otherwise in the
Specification. In the event of supply of material conforming to Standards other than specified, the
Tenderer shall confirm in his tender that these Standards are equivalent to those specified. In case
of award, salient features of comparison between the Standards proposed by the Tenderer and
those specified in this document will be provided by the Contractor to establish their equivalence.

The material and services covered under these specifications shall be performed as per
requirements of the relevant standard code referred hereinafter against each set of equipment and
services. Other internationally acceptable standards which ensure equal or higher performance than
those specified shall also be accepted.

Indian Standards (IS) International Standards

1 IS: 209-1992 ISO/R/752 ASTM


2 IS: 278-1991 ASTM A131
3 IS: 800-1991 CSA 6.1
IS: 800-1991
4a ASCE 52
Sec 1-1995
4b IS: 802-1990

Indian Standards (IS) International Standards

(Part 2)
IS: 802-1990
4c
(Part 3)

5 IS: 808-1991

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6 IS: 875-1992
7 IS: 1363-1990
8 IS: 1367-1992
9 IS: 1477-1990
10 IS: 1573-1991
11 IS: 1852-1993
12 IS-1893-1991
13 IS: 2016-1992
14 IS: 2062-1992
15 IS: 2074-1992
16 IS: 2551-1990
17 IS: 2629-1990
18 IS: 2633-1992
19 IS: 3043-1991
20 IS: 3063-1994
21 IS: 3757-1992
22 IS: 4759-1990
23 IS: 5369-1991
24 IS: 5613-1993
25 IS: 6610-1991
26 IS: 6623-1992
27 IS: 6639-1990
28 IS: 6745-1990
29 IS: 8500-1992
30 IS: 10238-1989
31 IS: 12427-1988

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 3-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

CHAPTER 4: DETAILED SURVEY, SOIL INVESTIGATION, FOUNDATION,


ERECTION, STRINGING & COMMISSIONING

Table of Contents

4. DETAILED SURVEY, SOIL INVESTIGATION, FOUNDATION, ERECTION, STRINGING &


COMMISSIONING .......................................................................................................................... 1
4.1 DETAILED SURVEY, OPTIMIZATION OF TOWER LOCATION ..................................................... 1
4.1.1 General ...................................................................................................................................... 1
4.1.2 Detailed Survey ......................................................................................................................... 1
4.1.3 Spotting of Tower Location ........................................................................................................ 3
4.1.4 Clearance from Ground, Building, Trees etc. ............................................................................ 4
4.1.5 Preliminary Tower Schedule ...................................................................................................... 5
4.1.6 Check Survey for Tower Location ............................................................................................. 5
4.2 ENVIRONMENTAL CONDITIONS .................................................................................................... 5
4.2.1 Forest ......................................................................................................................................... 5
4.2.2 General Climatic Conditions ...................................................................................................... 5
4.2.3 Statutory Regulations and Standards ........................................................................................ 5
4.3 GEOTECHNICAL INVESTIGATIONS ............................................................................................... 6
4.3.1 General ...................................................................................................................................... 6
4.3.2 Scope ......................................................................................................................................... 6
4.3.3 General Requirements............................................................................................................... 6
4.3.4 Codes and Standards for Geotechnical Investigations ............................................................. 7
4.3.5 Field Investigation for Soils ........................................................................................................ 9
4.3.6 Field Investigation for Rock ..................................................................................................... 14
4.3.7 Laboratory Testing ................................................................................................................... 15

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.3.8 Geotechnical Investigation Report ........................................................................................... 17
4.3.9 Rates and Measurements........................................................................................................ 24
4.4 FOUNDATIONS............................................................................................................................... 24
4.4.1 Loads on Foundations ............................................................................................................. 24
4.4.2 Stability Analysis ...................................................................................................................... 24
4.4.3 Properties of Concrete ............................................................................................................. 25
4.4.4 Design of Foundations ............................................................................................................. 26
4.4.5 Construction of Tower Foundation .......................................................................................... 28
4.5 TOWER ERECTION, STRINGING AND INSTALLATION OF LINE MATERIALS.......................... 31
4.5.1 General .................................................................................................................................... 31
4.5.2 Treatment of Minor Damage in Galvanization ......................................................................... 31
4.5.3 Assembly of Tower .................................................................................................................. 32
4.5.4 Tightening of Bolts and Nuts ................................................................................................... 32
4.5.5 Insulator Hoisting ..................................................................................................................... 32
4.5.6 Handling of Conductor and Earth wire ..................................................................................... 33
4.5.7 Stringing of Conductor and Earth wire ..................................................................................... 34
4.5.8 Jointing..................................................................................................................................... 34
4.5.9 Tensioning and Sagging Operations ....................................................................................... 35
4.5.10 Clipping In ................................................................................................................................ 35
4.5.11 Fixing of Conductors and Earth wire Accessories ................................................................... 36
4.5.12 Replacement ............................................................................................................................ 36
4.5.13 Permitted Extra Consumption of Line materials ...................................................................... 36
4.5.14 Final checking, Testing and Commissioning ........................................................................... 37
4.6 FIELD QUALITY PLAN .................................................................................................................... 37

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4. DETAILED SURVEY, SOIL INVESTIGATION, FOUNDATION,
ERECTION, STRINGING & COMMISSIONING

4.1 DETAILED SURVEY, OPTIMIZATION OF TOWER LOCATION

4.1.1 General
A preliminary survey of the line route alignment from Tamakoshi V HEP area to angle towers AP 17
and AP 18 of 220 kV Upper Tamkoshi - Khimti line has been carried out by the Employer and
preliminary plan & profiles including tower spotting have been prepared based on this survey for the
purpose of determination of design criteria and quantity estimation.

Based on the preliminary line route as referred to above the Contractor shall carry out a complete
detail survey, prepare detailed plan & profiles, conductor and earth wire sag- tension calculations
and optimization of tower locations (tower spotting) in accordance with the requirements of these
specifications.

The final quantity for the detailed survey shall be the route length along the revised route alignment,
if any, and final quantity of check survey shall be the route length along the final route alignment.
The tower spotting and optimization of tower locations shall be carried out by the Contractor on the
basis of approved Tower Spotting Data.

The Contractor shall submit the proposal for detailed survey, in case of change (if necessary) in the
present route alignment finalized by the Employer and shall carry out the detailed survey, profiling &
optimization of tower locations only after getting approval from the Employer. The decision of
Employer in this regard shall be final and binding for the Contractor. The Contractor shall finalize
and submit results of detailed survey including changes suggested within the time schedule identified
for completion of check survey and as agreed at the time of award. The soil investigations for the
obligatory points are to be carried out by the Contractor as detailed out in this specification.

The Contractor should note that Employer will not furnish the topographical maps but will make
available any assistance that may be required in obtaining the topographical maps.

The check survey shall be made along the approved route alignment after finalizing the detailed
survey.

Soil resistivity along the route alignment shall be measured in dry weather by four-electrode method
keeping inter-electrode spacing of 50 meters. For calculating soil resistivity formula 2π ar (where
a=50 meters and r = megger reading in ohms) shall be adopted. Measurements shall be made at
every 2 to 3 kms along the route of transmission lines. In case soil characteristic, changes within 2
to 3 kms, the value shall also have to be measured at intermediate locations. The megger reading
and soil characteristics shall also be indicated in the soil resistivity results.

4.1.2 Detailed Survey


Following activities shall be part of detailed survey work:

4.1.2.1 Route Marking

At the starting point of the commencement of route marking for detailed survey an angle iron spike
of 65 x 65 x 6 mm section and 1000 mm long shall be driven firmly into the ground to project only

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
150 mm above the ground level. A punch mark on the top section of the angle iron shall be made to
indicate location of the survey instrument.

All angle positions and terminal points shall be marked with concrete pillars and all intermediate
points should also be marked with concrete pillars an interval not more than 300 meters. The
concrete pillars of minimum 100 x 100 x 600 mm in size with NEA marked on them shall be
embedded into the ground for easy identification. The concrete pillars shall be embedded firmly into
the ground to project 150 mm only above ground level.

4.1.2.2 Profile Plotting & Tower Spotting


From the field book entries, the route plan with en-route details and level profile shall be plotted and
prepared to scale of 1:2000 horizontal & 1:400 vertical on the paper having grid of 10mmX10mm as
per approved procedure. Reference levels at every 20 meters along the profile are also to be
indicated on the profile besides, R/Ls at undulations. Areas along the profile sheet, in the view of
the contractor, are not suitable for tower spotting, shall also be clearly marked on the profile plots.
If the difference in levels be too high, the chart may be broken up accordingly to requirement. A 10
mm overlap shall be shown on each following sheet. The chart shall progress from left to right having
width of Sheet 594 mm wide. For ‘as built’ profile these shall be in A1 size.

Ground detail shall be shown to within 20 m on either side of the center line, plus permanent building
detail within 30 m.

A north arrow shall be shown for each plan and profile sheet.

Location and description of bench marks and other ground control survey monuments shall be
shown. Route or section length on plan center line, every whole kilometer with a heavy line, and tick
mark at 100-meter intervals shall be shown.

Survey sketches of power and telephone lines crossing the new line shall be made and show the
following details:

- Voltage,

- Tower numbers,

- Rough sketch of tower configurations,

- Centre of the two nearest towers on the left and right side of the center line, even when these
are further away from the center line than 30 m,

- Angle between crossing line and profile centerline,

- Elevation of suspension points of conductors and earth wires. Sag of conductors between
two structures,

- Temperature at time of survey.

- Centre line profile of the crossing line shall be shown.

Side profiles shall be shown for 10 m left and right of center line, only if side slope is 5% or greater.

Side profiles shall be shown at 20 m up-slope from center line in all cases.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Profile lines shall be indicated as follows, looking in the direction of higher station number:

- Centerline profile: solid line (_______)

- Up-slope profile: dotted line, 10m from C/L (..............)

- Up-slope profile: dashed line, 20m from C/L (- - - - - - -)

The Contractor shall also provide a master plan, preferably to scale 1:50,000 to correlate all survey
sheets, indicate main communications, property boundaries, trigonometrical stations relative to the
line route, and tabulate all data required for pegging of tower positions, including angle points with
the appropriate measurements and directions and angles of deviation.

4.1.3 Spotting of Tower Location


4.1.3.1 Sag Template & Tower Spotting Data
The Contractor shall prepare the sag template curve drawings and Tower Spotting Data and shall
submit the same along with sag–tension calculations for the approval of the Employer. Sag
templates prepared based on the approved sag-template curve drawing shall only be used for tower
spotting on the profiles. Two numbers of the approved templates, prepared on rigid transparent
plastic sheet, shall be provided by the Contractor to the Employer for the purpose of checking the
tower spotting. The templates shall be on the same scale as that of the profile.

4.1.3.2 Tower Spotting


With the help of approved sag templates and tower spotting data, tower locations shall be marked
on the profiles. While locating the towers on the profile sheet, the following shall be borne in mind:

(i) Span

The number of consecutive spans between the section points shall not exceed 15 spans or 5 km in
plain terrain and 10 spans or 3km in hilly terrain. A section point shall comprise of tension point with
DB type or DC type or DD type towers as applicable.

(ii) Extension

An individual span shall be as near to the normal design span as possible. In case an individual span
becomes too short with normal supports on account of undulations in ground profile, one or both the
supports of the span may be extended by inserting standard body and/or leg extension designed by
the Contractor.

(iii) Loading

There shall not be any upward force on suspension towers under normal working conditions and the
suspension towers shall support at least the minimum weight span as provided in the designs. In
case uplift is unavoidable, it shall be examined if the same can be overcome by adding standard
body extensions to the towers failing which tension towers designed for the purpose shall be
employed at such positions.

(iv) Road Crossings

At all important road crossings, the tower shall be fitted with double suspension or tension insulator
strings depending on the type of tower but the ground clearance at the roads under maximum
conductor design temperature and in still air shall be such that even with conductor broken in

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
adjacent span, ground clearance of the conductor from the road surfaces will not be less than 7.5m
for 220KV line. At all national highway’s suspension / tension towers shall be used and crossing
span will not be more than 250 meters.

(v) River Crossings

In case of major river crossings towers shall be of suspension type and the anchor towers on either
side of the main river crossing shall be DD type tower. Clearance required by navigation authority
shall be provided. For non-navigable river, clearance shall be reckoned with respect to highest flood
level (HFL).

(vi) Power Line Crossings

Where this line is to cross over another line of the same voltage or lower voltage, DA type tower with
suitable extensions (if necessary) shall be used. Provisions to prevent the possibility of its coming
into contact with other overhead lines. All the works related to the above proposal shall be deemed
to be included in the scope of the Contractor. The minimum clearance while crossing the 11 kV up
to 132 kV lines shall be 4580 mm.

For power line crossings of voltage level of 132 kV and above, an angle towers shall be provided on
either side of DA type tower which can be temporary dead-end condition with proper guying.

(vii) Telecommunication Line Crossings

The angle of crossing shall be as near to 90 degree possible. However, deviation to the extent of 30
degree may be permitted under exceptionally difficult situations.

When the angle of crossing has to be below 60 degree, the matter will be referred to the authority in
charge of the telecommunication system. On a request from the Contractor, the permission of the
telecommunication authority may be obtained by the Employer.

Also, in the crossing span, power line support will be as near the telecommunication line as possible,
to obtain increased vertical clearance between the wires.

(viii) Details En-route

All topographical details, permanent features, such as trees, building etc. 30m for 220 kV on either
side of the alignment shall be detailed on the profile drawing.

4.1.4 Clearance from Ground, Building, Trees etc.


Clearance from ground, buildings, trees and telephone lines shall be provided in conformity with the
Electricity Regulations of Nepal, 2050 as amended up to date.

The tree cutting shall be the responsibility of the Contractor.. Contractor may please note that
Employer shall not pay any compensation for any loss or damage to the properties or for tree cutting
due to Contractor’s work.

To evaluate and tabulate the trees and bushes coming within 20m on either side of the central line
alignment the trees will be numbered and marked with quality paint serially from angle point AP (I)
onwards (where I is tree no.) and the corresponding number will be painted on the stem of trees at
a height of 1 meter from ground level. The trees list should contain the following:

(a) Girth (circumference) measured at a height of 1 meter from ground level.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) Approximate height of the tree with an accuracy of +2 meters.

(c) Name of the type of the species/tree.

(d) The bushy and under growth encountered in the 40M belt should also be evaluated with its
type, height, girth and area in square meters, clearly indicating the growth in the tree/bush
statement.

Payment of compensation towards the clearance etc. will be the responsibility of the Employer.

4.1.5 Preliminary Tower Schedule


The profile sheets, duly spotted, along with preliminary schedules indicating type of towers, type of
foundations, wind span, weight span, angle of deviation, river / road crossing and other details shall
be submitted for the approval of the Employer. After approval the Contractor shall submit four more
sets of the approved reports along with one soft copy on CD of final profile drawings to the Employer
for record purpose.

4.1.6 Check Survey for Tower Location


The check survey shall be conducted to locate and peg mark the tower positions on ground
conforming to the approved profile and tower schedule. In the process, it is necessary to have the
pit centers marked according to the excavation marking charts. The levels, up or down of each pit
center with respect to the center of the tower location shall be noted and recorded for determining
the amount of earthwork required to meet the approved design parameters and for determining the
suitable leg extensions.

On tower locations having undulations, levels shall be taken at every 2 meters along the diagonals
(connecting diagonal legs) of tower in area of 20 x 20 meters, profile of the ground along the diagonal
shall be plotted and submitted to the Employer.

Changes in the preliminary tower schedule after detailed / check survey, if required, shall be carried
out by the Contractor and he shall thereafter submit a final tower schedule for the approval of
Employer. The tower schedule shall show position of all towers, type of towers, span length, type of
foundation for each tower and the deviation at all angles as set out with other details.

4.2 ENVIRONMENTAL CONDITIONS

4.2.1 Forest
The line route passing through forest stretches covered under this specification shall be furnished to
the successful Tenderer.

4.2.2 General Climatic Conditions


Climatic conditions shall be as indicated in Chapter 1 of these Specifications.

4.2.3 Statutory Regulations and Standards


4.2.3.1 Statutory Regulations
The Contractor is required to follow local statutory regulations stipulated in Electricity Regulations of
Nepal, 2050 as amended and other local rules and regulations referred in this Specification.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.2.3.2 Reference Standard
The Codes and/or standards referred to in the specifications shall govern, in all cases wherever such
references are made. In case of a conflict between such codes and/or standards and the
specifications, latter shall govern. Such codes and/or standards, referred to shall mean the latest
revisions, amendments/changes adopted and published by the relevant agencies unless otherwise
specified.

Other internationally accepted standards which ensure equal or better performance than those
specified shall also be accepted, subject to prior approval by the Employer.

4.3 GEOTECHNICAL INVESTIGATIONS

4.3.1 General

The Contractor shall carry out detailed geotechnical investigations at various tower locations to
provide sufficiently accurate information, both general and specific, about the substrata profile and
relevant soil and rock parameters at site on the basis of which the foundation of transmission line
towers can be classified and selected/designed rationally. The entire soil investigation work at river
crossing locations (if required) shall be carried out by the Contractor. The range of load intensities
from the various structures is expected to be between 100 KN/sq. m and 500 KN/sq.m.

These specifications provide general guidelines for geotechnical investigation of normal locations,
including marshy locations and those affected by salt water or saltpeter. Any other specific
information required for design of foundation suitable for such locations shall be obtained by the
Contractor.

4.3.2 Scope
The scope of work includes detail soil investigations and furnishing bore log data at various tower
locations. Based on the soil parameters, the Contractor has to recommend the type of foundation
suitable for each location and same shall be got approved by the Employer.

4.3.3 General Requirements


Wherever possible, Contractor shall research and review existing local knowledge, records of test
pits, boreholes, etc., types of foundations adopted and the behaviour of existing structures,
particularly those similar to the present project.

Contractor shall make use of information gathered from nearby quarries, unlined wells excavation
etc. Study of the general topography of the surrounding areas will often help in the delineation of
different soil types.

Contractor shall gather data regarding the removal of overburden in the project area either by
performing test excavations, or by observing soil erosion or landslides in order to estimate
reconsolidation of the soil strata. Similarly, data regarding recent landfills shall be studied to
determine the characteristic of such landfills as well as the original soil strata.

The water level in neighbouring streams and watercourses shall be noted. Contractor shall make
inquiries and shall verify whether there are abandoned underground works e.g. worked out ballast
pits, quarries, old brick fields, mines, mineral workings etc. The possibility of damage to the structure,
sewers, conduits and drainage system by subsidence shall also be investigated.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
It is essential that equipment and instruments be properly calibrated at the commencement of the
work.

4.3.4 Codes and Standards for Geotechnical Investigations


All standards, specifications and codes of practice referred to herein shall be the latest editions
including all applicable official amendments and revisions. In case of conflict between the present
specifications and those referred to herein, the former shall prevail. Internationally accepted
standards, which ensure equal or better performance than those specified shall also be accepted.

All work shall be carried out in accordance with the following Indian Standards and Codes:

Indian Standards Title International and Internationally


recognized Standards/Codes
(IS)

Codes of Practice for Design and Construction


IS:1080-1990 of Simple Spread Foundations

Classification and identification of Soils for ASTM D 2487 /


IS:1498-1992 General Engineering purposes. ASTM D 2488

IS:1888-1982 Method of load tests on soil


Code of Practice for Subsurface
IS:1892-1992 Investigation for Foundation

Code of Practice for Design and Construction


IS:1904-1986 of foundation in Soils: General Requirements.

Method of Standard Penetration ASTM D 1586


IS:2131-1992 Soils
Code of Practice for Thin Walled
IS:2132-1992 Sampling of Soils ASTM D 1587

IS:2720-1992 Method of Test for Soils (Relevant Parts) ASTM D 420

Glossary of Terms and symbols


IS:2809-1991 Relating to Soil Engineering ASTM D 653
Glossary of terms and symbols related to soil
IS:2810-1979 dynamics

Code of Practice for Design and construction of


IS:2911-1980 pile Foundations (Relevant Parts).

Methods of Sampling and Testing (Physical


IS:3025 and Chemical) for water used in industry.

IS:3043-1991 Code of Practice for Earthing.


Code of Practice for Indexing and
IS:4078-1990
Storage of Drill Cores.
Code of Practice for Indexing and
IS:4091-1987
Storage of Drill Cores.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Code of Practice for in-situ Vane ASTM D 2573/
IS:4434-1992
Shear Test for Soils. ASTM D 4648
Code of Practice for Exploration by
IS:4453-1992
Pits, Trenches, Drifts and Shafts.
IS:4464-1990 Code of Practice for Presentation of

Indian Standards Title International and Internationally


(IS) recognized Standards/Codes

Drilling Information and core description in


Foundation Investigation

IS:4968- (Part-II)-1992 Method for Subsurface sounding for soils,


dynamic method using cone and Bent on its
slurry
IS:5313-1989 Guide for Core Drilling observations.
Code Practice for Determination of Allowable
IS:6403-1990 Bearing Pressure on Shallow Foundation ASTM D 194

Code of Practice for Diamond Core Drilling for


IS:6926-1990 Site Investigation for River Valley Projects

Method of Determination of Water level in a


IS:6935-1989
Bore Hole
Symbols and Abbreviations for use in
Geological Maps Sections and subsurface
IS:7422-1990
Exploratory Logs (Relevant parts).

Code of Practice for Calculation of Settlements


IS:8009 (Part-I)-1993 of Foundations (Shallow Foundations
subjected to symmetrical Vertical Loads).

Method of Determination of Point


IS:8764-1991
Load Strength Index of Rocks.
Method of Determination of Unconfined
IS:9143-1991 Compressive Strength of Rock Materials. ASTM D 194

Method of Preparation of Rock


IS:9179-1991 ASTM D 194
Specimen for Laboratory Testing
Specification for Liquid Limit
IS:9259-1992 ASTM D 194
Apparatus
Specification for Split Spoon
IS:9640-1992 ASTM D 194
Sampler
Method of Determination of Slake
IS:10050-1992 ASTM D4644
Durability Index of Rocks.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
IS:11315- Description of Discontinuities in Rock Mass-
Core Recovery and Rock Quality.
(Part-II)-1991

International and Internationally


recognized Standards/Codes
Indian Standards(IS) Title

CBIP Manual on transmission line towers,


Chapter–10 Foundations

4.3.5 Field Investigation for Soils


4.3.5.1 Boring
Boreholes are required for detailed soil investigations.

(i) General Requirements

(a) Boreholes shall be made to obtain information about the subsoil profile, its nature and
strength and to collect soil samples for strata identification and for conducting laboratory
tests. The minimum diameter of the borehole shall be 150 mm and boring shall be carried
out in accordance with the provisions of IS: 1892 and this specification:

(b) All boreholes shall be minimum 7m deep for normal open cast type foundations. If the strata
with Standard Penetration Test–N value measured greater than 100 with characteristics of
rock is met, the borehole shall be advanced by coring at least 3m further, limited to total 7m
depth.

(c) Casing pipe shall be used when collapse of a borehole wall is probable. The bottom of the
casing pipe shall at all times be above the test of sampling level but not more than 15 cm
above the borehole bottom. In case of cohesion less soils, the advancement of the casing
pipe shall be such that it does not disturb the soil to be tested or sampled. The casing shall
preferably be advanced by slowly rotating the casing pipe and not by driving.

(d) In-situ tests shall be conducted and undisturbed samples shall be obtained in the boreholes
at intervals specified hereafter. Representative disturbed samples shall be preserved for
conducting various identification tests in the laboratory. Water table in the borehole shall be
carefully recorded and reported following IS: 6935. No water or drilling mud shall be used
while boring above ground water table. For cohesion less soil below water table, the water
level in the borehole shall at all times be maintained slightly above the water table.

(e) The borehole shall be cleaned using suitable tools to the depth of testing or sampling,
ensuring least or minimum disturbance of the soil at the bottom of the borehole. The process
of jetting through an open tube sampler shall not be permitted. In cohesive soils, the borehole
may be cleaned by using a bailer with a flap valve. Gentle circulation of drilling fluid shall be
done when rotary mud circulation boring is adopted.

(f) On completion of the drilling, Contractor shall backfill all boreholes.

(ii) Auger Boring

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Auger boring may be employed in soft to stiff cohesive soils above the water table. Augers shall be
of helical or post hole type and the cuttings brought up by the auger shall be carefully examined in
the field and the description of all strata shall be duly recorded in the field bore log as per IS: 1498.
No water shall be introduced from the top while conducting auger boring.

(iii) Shell and Auger Boring

Shell and auger boring may be used in all types of soil that are free from boulders. For cohesion
less soil below ground water table, the water level in the borehole shall always be maintained at or
above ground water level.

The use of chisel bits shall be permitted in hard strata having SPT-N value greater than 100. Chisel
bits may also be used to extend the borehole through local obstructions such as old construction,
boulders, rocky formations, etc. The requirements in Clause 3.5.1.2 shall apply for this type of boring
also.

(iv) Rotary Boring

Rotary boring method may be used in all types of soil below water table. In this method the boring
is carried out by rotating the bit fixed at the lower end of the drill rod. Proper care shall be taken to
maintain firm contact between the bit and the bottom of the borehole. Bentonite or drilling mud shall
be used as drilling fluid to stabilize and protect the inside surface of the borehole. Use of percussion
tools shall be permitted in hard clays and in dense sandy deposits.

4.3.5.2 Standard Penetration Test (SPT)


This test shall be conducted in all types of soil deposits encountered within a borehole, to find the
variation in the soil stratification by correlating with the number of blows required for unit penetration
of a standard penetrometer. Structure sensitive engineering properties of cohesive soils and sifts
such as strength and compressibility shall not be inferred based on SPT values. No extra payment
shall be made for carrying out Standard Penetration Tests.

The test shall be conducted at depths as follows:

Location Depths (m)

Normal Soils 2.0, 3.0, 5.0, 7.0

The spacing between the levels of standard penetration testing and next undisturbed sampling shall
not be less than 1.0m. The Equipment, other accessories, procedures for conducting the test and
collection of the disturbed soil samples shall conform to IS: 2131 and IS:9640. The rods shall be
straight, tightly coupled and the air release valve shall be checked. The test shall be conducted
immediately after reaching to the test depth and cleaning of bore hole.

The test shall be carried out by driving a standard split spoon sampler in the borehole by means of
a 650N hammer falling freely from a height of 750mm for 450mm depth, recording the number of
blows for every 75mm. The number of blows for the last 300mm drive shall be reported as measured
N value.

This test shall be discontinued when blow count has reached 100 or the penetration is less than 25
mm for 50 blows, whichever is earlier, or sampler starts jumping. At the level where the test is
discontinued, the number of blows and the corresponding penetration shall be reported. Sufficient
quantity of disturbed soil samples shall be collected from the split spoon sampler for identification

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
and laboratory testing. The sample shall be visually classified and recorded at the site as well as
properly preserved without loss of moisture content and labelled.

4.3.5.3 Sampling
(i) General

(a) Sufficient number of soil samples shall be collected. Disturbed soil samples shall be collected
for field identification and for conducting laboratory tests such as grain size (sieve) analysis,
index properties, specific gravity, chemical analysis etc. Undisturbed samples shall be
collected to estimate the physical, strength, swelling and consolidation properties of the soil.

(b) All accessories and sampling methods shall conform to IS:2132. All the representative
disturbed and undisturbed samples collected in the field shall be classified at site as per IS:
1498. The specification for thin wall sampling tube and sampler heads should be as per IS:
11594.

(c) All samples shall be identified with date, borehole or test pit number, date of sampling, etc.
It is also essential to mark an arrow pointing towards the top surface of the undisturbed
sample tube as the soil in-situ. Care shall be taken to keep the core and box samples
vertically, with the arrow mark directing upwards. All undisturbed samples shall be properly
trimmed at one end and suitably capped and sealed with molten paraffin wax on both sides.
The Contractor shall be responsible for packing, storing in a cool place and transporting all
the samples from site to the laboratory within seven days after sampling with proper
protection against loss and damage.

(ii) Disturbed Samples

(a) Disturbed soil samples shall be collected in boreholes at regular intervals. Jar samples
weighing approximately (10 N)1 Kg shall be collected at 0.5m intervals starting from a depth
of 0.5m below ground level and at every identifiable change of strata to supplement the boring
records and at the levels of Standard Penetration Tests (SPT), obtained in a SPT sampler
shall also be collected. Samples shall be stored immediately in airtight jars, which shall be
filled to capacity as much as possible.

(b) In designated borrow areas, bulk samples, from a depth of about 0.5m below ground level
shall be collected to establish the required properties for use as a fill material. Disturbed
samples weighing about 25kg (250 N) shall be collected at shallow depths and immediately
stored in polythene bags as per IS: 1892. The bags shall be sealed properly to preserve the
natural moisture content of the sample and shall be kept in wooden boxes for transportation.

(iii) Undisturbed Samples

The undisturbed soil samples shall be collected immediately after drilling and cleaning the borehole
up to the desired depth. Effort shall be made that the preparations are made before hand to collect
the sample after reaching to the desired depth. In each borehole undisturbed samples shall be
collected at every change of strata and at depths as follows:

Location Depths (m)

Normal foundations 1.0, 4.0, 6.0

The depth interval between the top levels of undisturbed sampling and standard penetration testing
shall not be less than 1.0m. Undisturbed samples shall be of 100 mm diameter and 450 mm in

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
length. Samples shall be collected in a manner to preserve the structure, density and moisture
content of the soil. Accessories required for sampling and sampling procedures shall conform to IS:
1892 and IS: 2132 and other related IS Codes. Undisturbed sampling in sand shall be done using
compressed air technique mentioned in IS: 8763.

(a) Undisturbed sampling in cohesive soil: Undisturbed samples in soft to stiff cohesive soils
shall be obtained using a thin walled sampler. In order to reduce the wall friction, suitable
precautions, such as oiling the surfaces shall be taken. The sampling tube shall have a
smooth finish on both surfaces and a minimum effective length of 450 mm. The area ratio of
sampling tubes shall be less than 12.5%. However, in case of very stiff soils area ratio up to
20% shall be permitted. Inside clearance ratio and outside clearance ratio shall be as
specified by IS code.

(b) Undisturbed samples in very loose saturated sandy and silty soils and very soft clays shall
be obtained by using a piston sampler consisting of a sampling cylinder and piston system.
In soft clays and silty clays, with water standing in the casing pipe, piston sampler shall be
used to collect undisturbed samplers in the presence of expert supervision.

Accurate measurements of the sampling depth, height of sampler, stroke and length of
sample recovered shall be recorded. After the sampler is pushed to the required depth, the
cylinder and piston system shall be drawn up together, ensuring that there shall not any
disturbance to the sample.

(c) Undisturbed sampling in cohesion less soil: Undisturbed samples in cohesion less soils shall
be obtained as per the procedure given in IS: 8763. Compressed air Sampler shall be used
to take sample of cohesion less soils below water table.

(d) The sampler should be cleaned (not rusted), oiled and connected with straight drill rods
coupled tightly. The air-released valve should be checked every time before lowering the
sampler. At the time of lowering the sampler it should be ensured that bore hole is cleaned,
casing is not below the depth of sampling and water level in the bore hole is above the water
table preferably up to ground surface if sampling is done below water table.

(e) The collected sample should be sealed on both ends of the sampler with wax. They should
be given identification numbers and kept in the airtight wooden boxes. They should be
transported in truck with a care that the structure of soil samples would not change due to
vibration during transportation. They should be kept in a testing laboratory and should be
tested within seven days or before.

4.3.5.4 Ground Water Table


One of the following methods shall be adopted for determining the elevation of ground water table
in boreholes as per IS: 6935:

(a) In permeable soils, the water level in the borehole shall be allowed to stabilize after
depressing it adequately by bailing before recording its level. Stability of sides and bottom of
the boreholes shall be ensured at all times.

(b) For both permeable and impermeable soils, the following method shall be suitable. The
borehole shall be filled with water and then bailed out to various depths. Observations on the
rise or fall of water level shall be made at each depth. The level at which neither fall nor rise
is observed shall be considered the water table elevation and confirmed by three successive
readings of water level taken at two hours interval.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
If any variation of the ground water level is observed in any specific boreholes, the water level in
these boreholes shall be recorded daily during the course of the filed investigation. Levels in nearby
wells, streams, etc., if any, shall also be noted in parallel. Care should be taken to ensure any abrupt
change in water level in borehole is recorded.

4.3.5.5 Subsoil water samples


Subsoil water samples shall be collected for performing chemical analysis. Representative ground
water samples shall be collected when first encountered in boreholes and before the addition of
water to aid boring or drilling.

Chemical analysis of water samples shall include determination of pH value, turbidity, sulphate,
carbonate, nitrate and chloride contents, presence of organic matter and suspended solids.
Chemical preservatives may be added to the sample for cases as specified in the test methods or in
applicable Indian Standards. This shall only be done if analysis cannot be conducted within an hour
of collection.

4.3.5.6 Dynamic Cone Penetration Test (For marshy locations, with bentonite slurry)
Dynamic cone penetration test shall be conducted with bentonite slurry to predict stratification,
density, bearing capacity of granular soils, etc. The test shall be conducted by driving a standard
size cone attached to the bottom of a string of straight and tightly coupled drill rods to the specified
depth or refusal, whichever comes first. Refusal shall be considered when the blow count exceeds
100 150 for 300mm penetration. The equipment, accessories required for performing the test, test
procedures, field observations and reporting of results shall conform to IS: 4968, Part-II. The driving
system shall comprise of a 650 N weight having a free fall of 750mm. The cone shall be 600 and of
65mm diameter provided with vents for continuous flow of bentonite slurry through the cone and
rods in order to avoid friction between the rods and soil. On completion of the test the results shall
be presented as a continuous record of the number of blows required for every 300mm penetration
of the cone into the soil in a suitable chart supplemented by a graphical plot of blow count for 300mm
penetration vs. depth.

4.3.5.7 Dynamic cone penetration test without slurry


The test shall be conducted for prediction of different soil strata, their relative strength or density or
both. The 50mm diameter 600 cone shall be fitted loosely to the driving rod through a cone adopter.
The cone shall be driven in to the soil by allowing the 650 N weight hammer to fall freely through a
height of 750 mm each time. The number of blows for every 75mm penetration shall be recorded.
The process shall be repeated till the cone is driven to the required depth. The penetration depth
shall be limited to 5m in cohesion less soil and 10m in mixed soil with some binding material. The
cone driving rods, driving head, hoisting equipment shall conform to IS: 10589. The test and report
should be prepared as per guidelines of IS: 4968 (Part I).

4.3.5.8 Vane Shear Test (required for boreholes where UDS is not possible in marshy
locations)
Field vane shear test shall be performed inside the borehole to determine the shear strength of
cohesive soils, especially of soft and sensitive clays, which are highly susceptible to sampling
disturbance. This test shall be conducted by advancing a four-winged vane of suitable size (75mm
or 100mm diameter as per the soil condition) into the soil at the desired depth and measuring the
torque required to rotate the vane. The equipment and accessories required for conducting test, test
procedures and field observations shall correspond to IS: 4432. Tests may also be conducted by
direct penetration from ground surface. On completion of the test, the results shall be reported in an
approved Performa as specified in IS: 4434, Appendix-A.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.3.6 Field Investigation for Rock
4.3.6.1 Rock Drilling

If, during the investigations, large hard fragments or natural rock beds like but not limited to igneous,
sedimentary and metamorphic formations are encountered, work shall proceed with core drilling
methods. The equipment and procedures for this operation shall conform to IS:1892. At the end of
the investigation, the hole drilled in rock shall be backfilled with grout consisting of 1-part cement
and 3 parts sand by weight.

Drilling shall be carried out with NX size tungsten carbide (TC) or diamond tipped drill bits, depending
on the type of rock and according to IS: 6929. Suitable type of drill bit (TC/Diamond) and core
catchers shall be used to ensure continuous and good core recovery. Core barrels and core catchers
shall be used for breaking off the core and retaining it when the rods are withdrawn. Double and
triple tube core barrels shall be used to ensure better core recovery and to retrieve cores from layers
of bedrock. Water shall be circulated continuously in the hollow rods and the sludge conveying the
rock cuttings to the surface shall be collected. A very high core recovery ratio shall be aimed in order
to obtain a satisfactory undisturbed sample. Attempt shall be made to recover cores of 1.5m in
length. Normally TC bit shall be used.

No drilling run shall exceed 1.5m in length. If the core recovery is less than 80% in any run, the
length of the subsequent run shall be reduced to 0.75m. During drilling operations observations on
return water, loss of water, rate of penetration etc. shall be made and reported as per IS: 5313.

(a) The colour of return water at regular intervals, the depth at which any change of colour of
return water is observed, the depth of occurrence and amount of flow of hot water, if
encountered, shall be recorded.

(b) The depth through which a uniform rate of penetration was maintained, the depth at which
marked change in rate of penetration or sudden fail on drill rod occurs, the depth at which
any blockage of drill bit causing core loss, if any, shall be recorded.

(c) Any heavy vibration or torque noticed during the drilling should be recorded together with the
depth of occurrence. Special conditions like the depth at which grouting was done during
drilling, presence of artesian conditions, loss of drilling fluid,

(d) Observations of gas discharge with return water, etc., shall also be observed and recorded.

(e) All the observations and other details shall be recorded as per daily drill and reported in a
proforma as given in IS: 5313, Appendix A.

4.3.6.2 Core Sampling


Core samples shall be extracted by the application of a continuous pressure at one end of the core
with the barrel held horizontally without vibration. Friable cores shall be extracted from the barrel
directly into a suitably sized half round plastic channel section. Care shall be taken to maintain the
direction of extrusion of sample same as while coring, to avoid stress reversal.

Immediately after withdrawal from the core barrel; the cores shall be placed in a tray and transferred
to core boxes specially prepared for this purpose. The boxes shall be made from seasoned timber
or any other durable material and shall be indexed on top of the lid according to IS: 4078. The cores
shall be numbered serially and arranged in the boxes in a sequential order. The description of the
core samples shall be recorded as instructed in IS: 4464. Where no core is recovered, it shall be
recorded as specified in the standard.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Continuous records of core recovery and rock quality designation (RQD) are to be mentioned in
the bore log in accordance with IS: 11315 (Part-II). Colour photograph of cores shall be taken. The
core shall be put in sealed polythene bags. The core boxes should be transported carefully so that
core should not be broken. They should be stored in dry place and should be sent for testing
immediately.

4.3.7 Laboratory Testing

4.3.7.1 Essential Requirements


(a) Depending on the types of substrata encountered, appropriate laboratory tests shall be
conducted on soil and rock samples collected in the field. Laboratory tests shall be scheduled
and performed by qualified and experienced personnel who are thoroughly conversant with
the work. Tests indicated in the schedule of items shall be performed on soil, water and rock
samples as per relevant IS codes.. Laboratory tests shall be carried out concurrently with the
field investigations, as initial laboratory test results could be useful in planning the later stages
of fieldwork.

(b) Laboratory tests shall be conducted using approved apparatus complying with the
requirements and specification of Indian Standards or other approved standards for this type
of work. It shall be checked that the apparatus is in good working condition before starting
the laboratory tests. Calibration of all the instruments and their accessories shall be done
carefully and precisely at an approved laboratory.

(c) All samples, whether undisturbed or disturbed shall be extracted, prepared and examined by
competent personnel properly trained and experienced in soil sampling, examination, testing
and in using the apparatus in conformance with the specified standards.

(d) Undisturbed soil samples retained in liners or seamless tube samplers shall be removed,
without causing any disturbance to the samples, using suitably designed extruders just prior
to actual testing. If the extruder is horizontal, proper support shall be provided to prevent the
sample from breaking. For screw tube extruders, the pushing head shall be free from the
screw shaft so that no torque is applied to the soil sample in contact with the pushing head.
For soft clay samples, the sample tube shall be cut by means of a high-speed hacksaw to
proper test length and placed over the mould before pushing the sample into it with a suitable
piston.

(e) While extracting a sample from a liner or tube, care shall be taken to ensure that its direction
of movement is the same as that during sampling to avoid stress reversal.

(f) The preparation of soil samples should be conforming to guidelines of IS: 2720 (Part – I).

4.3.7.2 Tests
These tests shall include but may not be limited to the following:

(a) Tests of undisturbed and disturbed samples

- Visual and engineering classification;

- Sieve analysis and hydrometric analysis;

- Liquid, plastic and shrinkage limits;

- Specific gravity;

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Chemical analysis

- Swell pressure and free swell index determination

- Proctor compaction test.

(b) Tests of undisturbed samples:

- Bulk density and moisture content;

- Relative density (for sand),

- Unconfined compression test;

- Box shear test (for sand);

- Triaxial shear tests (depending on the type of soil and field conditions on undisturbed or
remoulded samples):

i) Unconsolidated undrained;

ii) Consolidated drained test;

- Consolidation.

(c) Tests on rock samples

- Visual classification;

- Moisture content, porosity and density;

- Specific gravity;

- Hardness

- Stake durability;

- Unconfined compression test (both saturated and at in-situ water content;

- Point load strength index;

- Deformability test (both saturated and dry samples).

(d) Chemical analysis of sub soil water.

4.3.7.3 Salient Test Requirement


(a) Triaxial shear tests shall be conducted on undisturbed or remoulded soil samples, saturated
by the application of back pressure. Only if the water table is at sufficient depth so that
chances of its rising to the base of the footing are small or nil, the triaxial tests shall be
performed on specimens at natural moisture content. Each test shall be carried out on a set
of three test specimens from one sample at cell pressures equal to 100, 200 and 300 kN/sq.m
respectively or as required depending on the soil conditions. Great care shall be taken to
select the rate of shearing depending upon the soil type and drainage condition. The filter

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
paper and the porous stone shall be cleaned and de-aired properly by boiling in water (for a
minimum of 10 minutes after reaching the boiling temperature) before commencement of
each test.

(b) Direct shear test shall be conducted on undisturbed or remoulded soil samples. The three
normal vertical stresses for each test shall be preferably 100, 200 and 300 KN/sq.m and or
simulating with stresses in field conditions. Cohesive soil shall be compacted to the required
density and moisture content in mould and remoulded sample shall be extracted and trimmed
to require size. Cohesion less soil shall be tamped in the shear box itself. The plane grid
plate, perforated shall be used in shear box as per requirement of drainage condition of test.
The serration of grid plate shall be right angle to the direction of shear. The filter paper and
the porous stone shall be cleaned and de-aired properly by boiling in water (for a minimum
of 10 minutes after reaching the boiling temperature) before commencement of each test.
The rate of shearing shall be simulating with drainage condition based upon design
requirement and soil type. The density and water content of soil shall be measured in each
test.

(c) Consolidation test shall have loading stages of 10, 25, 50, 75, 100, 200, 400 and 800
KN/sq.m and simulating with stresses in field condition. For each loading stage, the
settlement shall be recorded at convenient time interval till settlement is very negligible or
completely over. Usually a period of 24 hours will be sufficient. While putting soil specimen
in consolidation ring the unnatural voids shall not be left against the inner face of the ring.
The top and bottom shall project above and below the edges of the ring to enable final
trimming. The density and water content of soil sample shall be measured. Rebound curve
shaft be recorded for all samples by unloading the specimen at its in-situ stress.

(d) Chemical analysis of subsoil shall include determination of PH value, carbonate, sulphate
(both SO3 and SO4), chloride and nitrate contents, organic matter, salinity and any other
chemicals, which may be harmful to the foundation material. The contents in the soil shall be
indicated as percentage (%);

(e) Chemical analysis of subsoil water samples shall include the determination of properties
such as colour, odour, turbidity, PH value and specific conductivity both at 250C, and
chemical contents such as chlorides, nitrates, carbonates, sulphates (both SO3 and SO4),
organic matter and any other chemical harmful to the foundation material. The contents shall
be indicated as parts per million (PPM) by weight.

4.3.8 Geotechnical Investigation Report

4.3.8.1 General
(a) On completion of all the field and laboratory work, the Contractor shall submit to the Employer
a formal report containing geological information of the region, procedures adopted for
geotechnical investigation, field observations and test results, laboratory observations and
test results, summarized test data, conclusions and recommendations. The report shall also
include detailed bore logs, subsoil sections, field test results, laboratory observations and
test results both in tabular as well graphical form, practical and theoretical considerations for
the interpretation of test results, supporting calculations for the conclusions drawn, etc.

(b) The detailed final report based on field observations, in-situ and laboratory tests shall
encompass theoretical as well as practical considerations for foundations for different types
of structures as discussed in Clause 4.2.3 of this specification.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.3.8.2 Data to be furnished
The report shall also include but not limited to the following:

(a) A plot plan/location plan showing the locations and reduced levels of all field test e.g.
boreholes, trial pits, static cone penetration tests, dynamic cone penetration tests, etc.,
properly drawn to scale and dimensioned with reference to the established grid lines;

(b) A true cross section of all individual boreholes and test pits with reduced levels and co-
ordinates showing the classification and thickness of individual stratum, position of ground
water table, various in-situ tests conducted, samples collected at different depths and the
rock stratum, if encountered;

(c) Geological information of the area including geomorphic, geological structure, litho logy,
stratigraphy and tectonics, core recovery and rock quality designation (RQD), quantitative
description of discontinuities in rock mass along the line route etc.;

(d) Observations and data regarding change of course of rivers, velocity, flood details (including
past history) etc. in the vicinity of the locations

(e) Past observations and historical data, if available, for the area or for other areas with similar
soil profile, or with similar structures in the surrounding areas;

(f) Plot of Standard Penetration Test (uncorrected and corrected N values) with depth for each
test site;

(g) Results of all laboratory test summarized according to Table 4.1 (i) for each sample as well
as (ii) for each layer, along with all the relevant charts, tables, graphs, figures, supporting
calculations, conclusions and photographs of representative rock cores.

(h) For all triaxial shear tests, stress vs. strain diagrams as well as Mohr’s circle envelopes shall
be furnished. If backpressure is applied for saturation, the magnitude of the same shall be
indicated. The value of modulus of elasticity (E) shall be furnished for all tests along with
relevant calculations. If it is not possible to get proper c-φ values of Mohr circles, the same
may be obtained from p-q plots.

(i) For all consolidation tests, the following curves shall be furnished

i) e vs. log p;

ii) e vs. p;

iii) compression vs log t or Compression vs √t (depending upon the shape of the plot, for
proper determination of coefficient of consolidation). The point showing the initial
condition (e0, p0) of the soil shall be marked on the curves;

(j) The procedure adopted for calculating the compression index from the field curve and
settlement of soil strata shall be clearly specified. The time required for 50% and 90% primary
consolidation along with secondary settlements, if significant, shall also be calculated.

(k) In static cone penetration test, plot of penetration resistance and friction jacket resistance
with depth along with log of borehole shall be shown.

(l) In field Vane shear test the calculations, results and interpretation shall be submitted

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(m) A set of longitudinal and transverse soil/rock profiles connecting various boreholes in order
to give a clear picture of the variation of the sub soil strata as per IS: 6065.

(n) For Rock, drilling procedure adopted, drilling parameters, core recovery, RQD, core logs,
joint parameters, core boxes with proper numbering, core box photographs and water levels
etc. should be furnished in the report.

TABLE 4.1

SUMMARY OF RESULTS OF LABORATORY TESTS ON SOIL AND WATER SAMPLE

1. Borehole/test pit. no

2. Depth (m)

3. Type of sample

4. Density (kg/m3)

a) Bulk
b) Dry.
c) Submerged

5. Water content (%)

6. Particle Size (%)

a) Gravel
b) Sand
c) Silt
d) Clay

7. Consistency properties
a) LL
b) PL
c) P1
d) L1

8. Soil
a) Classification IS
b) Description
c) Specific gravity

9. Strength Test
a) Type
b) c (Cohesion)
c) φ (angle of internal fraction)

10. Consolidation Test

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
a) e0
b) Pc
c) Cc
d) DP
e) Mv
f) Cv

11. Shrinkage limit (%)

12. Swell Test a) S.Pr b) FS

13. Relative Density (%)

14. Remarks

Notations:

I. For type of Sample:

DB - Disturbed bulk soil sample.


DP - Disturbed samples from cutting edge of undisturbed soil sample.
RM - Remoulded soil sample
UB - Undisturbed block soil sample
US - Undisturbed soil sample by sampler
W - Water sample

II. For Strength Test:

SCPT - Static Cone Penetration Test


UCC - Unconfined Compression Test
VST - Vane Shear Test
Tuu - Unconsolidated Undrained Traixial Test
Note: Replaced by D for Direct Shear Test
Tod - Consolidation Drained Triaxial Test

III. For Others:

LL - Liquid Limit (%)


PL - Plastic Limit
Pl - Plasticity Index
LI - Liquidity Index
C - Cohesion (kPa)
O - Angle of Internal Fraction (degrees)
S - Pr. - Swelling Pressure (kPa)
e0 - Initial Void Ratio
Pc - Reconsolidation Pressure (kPa)
Cc - Compression Index
DP - Change in pressure (kPa)
mv - Coefficient of Volume Compressibility (m2/KN)
Cv - Coefficient of Consolidation (m2/hr)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

IV. For Chemical Test

As per Specifications - Clause 3.8.4

Rock samples;

1. Drillholeno, location

2. Depth

3. Method of drilling

4. Mineral composition

5. Density

6. Moisture content

7. Specific gravity

8. Hardness

9. Sonic wave velocity

10. Slake durability index

11. Unconfined compressive strength, σc

-Saturated

-Insituwater content

12. Modulus of Elasticity, Et

13. Poisson’s ratio, ν

14. Brazilian tensile strength, σtp

15. Point load strength, σtp

16. Shear strength parameter, c, ϕ (Triaxial compression)

17. Rock joint parameters

18. Percentage core recovery

19. RQD (Rock Quality Designation)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.3.8.3 Recommendations
Recommendations shall be provided for each tower location duly considering soil type and tower
spotting data. The recommendations shall provide all design parameters and considerations
required for proper selection, dimensioning and future performance of tower foundations, as
discussed in this part but not limited to Clause 4.2.3 of this specification and the following

(a) The subsurface material must provide safe bearing capacity and uplift resistance by
incorporating appropriate safety factors specified in Clause 4.2.3 of this specification all the
while experiencing small deformations throughout, thereby avoiding rupture under ultimate
loads;

(b) Movement of the foundation, including short- and long-term components under transient and
permanent loading, shall be strictly controlled with regard to settlement, uplift, lateral
translation and rotation:

(c) Co-efficient of permeability of various sub soil and rock strata based on in-situ permeability
tests.

Cone resistance, fractional total resistance, relation between core resistance, Standard
Penetration Test No value, and settlement analysis for different sizes of foundation based on
static cone penetration test.

(d) For locations where use of shallow foundation may be required the following shall be
indicated with comprehensive supporting calculations:

i) Net Safe allowable bearing pressure for isolated square footing of sizes 2.0, 3.0, and 4.0
m at three different founding depths of 1,2 and 3m below ground level considering both
shear failure and settlement criteria giving reasons for type of shear failure adopted in
the calculation.

ii) Net safe allowable bearing pressure for raft foundations of widths greater than 5m at 2.0,
3.0 and 4.0m below ground level considering both shear failure and settlement criteria.

iii) Rate and magnitude of settlement expected of the structure.

iv) Net safe bearing capacity for foundation sizes mentioned in Para (i) above, modulus of
sub grade reaction, modules of elasticity from plate load test results along with time
settlement curves in both natural and log graph, variation of Modulus of sub grade
reaction with size, shape and depth of foundation.

(e) The stable slopes for shallow and deep excavations, active and passive earth pressure at
rest and angle of repose for sandy soils shall be furnished. the loading of the foundations
shall not compromise the stability of the surrounding subsurface materials and the stability
of the foundation shall be ensured against sliding or overturning: -

(f) Depending on the subsurface material, water table level and tower type, either reinforced
concrete isolated pad and chimney or any other type of foundations shall be installed at a
given location

(g) Net Safe allowable bearing pressure and uplift resistance shall be provided for the various
sizes of isolated square footings founded at various depths below ground level considering
both shear failure and movement criteria; rate and magnitude of movement expected of the
structure (settlement, uplift, and rotation) shall also be given.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(h) In cases where normal open cast appear to be impractical, special pile foundations shall be
given due consideration along with the following:

i) Type of pile foundation and reasons for recommending the same duly considering the
soil characteristics.

ii) Suitable founding strata for the pile.

iii) Estimated length of pile for 500, 750 and 1000 KN and 4500 KN capacities; end bearing
and frictional resistance shall be indicated separately.

iv) Magnitude of negative skin fraction or uplift forces due to soil swelling.

(i) Where the subsoil water and soil properties are found to be chemically aggressive.
Contractor shall take suitable precautions during construction including any protective
coating to be applied on the foundations; susceptibility of soil to termite action and remedial
measures for the same shall be dealt with;

(j) Suitability of locally available soils at site for filling, backfilling and adequate compaction shall
be investigated.

(k) If expansive soil such as block cotton soil is encountered recommendation of removal or
retainment of the same shall be given in the latter case, detailed specifications of special
requirements shall also be given;

(l) Susceptibility of subsoil strata to liquefaction in the event of earthquake and remedial
measures, if

(m) Any other information of special significance such as dewatering schemes, etc., which may
have a bearing on the design and construction, shall be provided.

(n) Recommendations for additional soil investigations, beyond the scope of the present work,
shall be given if Contractor considers such investigations necessary.

4.3.8.4 Hydro-geological Conditions


The maximum elevation of ground water table, amplitudes of its fluctuations and data on water
aggressivity with regard to foundation structure materials shall be reported. While preparing ground
water characteristics the following parameters should be specified for each aquifer:

(a) bicarbonate alkalinity mg-eq/(deg),

(b) pH value

(c) content of aggressive carbon dioxide, mg/l;

(d) content of magnesia salts. mg/l, recalculated in terms of ions Mg2+

(e) content of ammonia salts, mg/l, recalculated in terms of ions NH4+

(f) content of caustic alkalis, mg/l, recalculated in terms of ions Na+ and K+

(g) contents of chlorides, mg/l, recalculated in terms of ions Cl-

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(h) contents of sulphates, mg/l, recalculated in terms of ions SO4

(i) aggregate content of chlorides, sulphates, nitrates, carbonates and other salts, mg/l.

4.3.9 Rates and Measurements


The contractor's quoted contract price shall be inclusive of making observations, establishing and
furnishing the ground level and co-ordinates at the location of each bore hole, test pit etc. No extra
payments shall be made for conducting Standard Penetration Test, collecting, packing, transporting
of all samples and cores, preserving, recording and submission of results on approved formats.

4.4 FOUNDATIONS

Reinforced cement concrete footing shall be used for all types of towers in conformity with the
present-day practices followed in the country and the specification laid herein. Footings for all the
four legs (without unequal chimney extension) of the tower and their extension shall be similar,
irrespective of down thrust and uplift.

4.4.1 Loads on Foundations


The foundations shall be designed to withstand the specific loads of the superstructure and for the
full footing reactions obtained from the structural stress analysis in conformity with the relevant
factors of safety.

(a) The reactions on the footings shall be composed of the following type of loads for which these
shall be required to be checked:

(b) Max. compression or down-thrust along the leg slope.

(c) Max. horizontal shear or side thrust.

The overload factor for foundation loads shall be considered as 1.1 i.e. the reaction on the
foundations shall be increased by 10 percent.

4.4.2 Stability Analysis


In addition to the strength design, stability analysis of the foundation shall be done to check the
possibility of failure by over-turning, uprooting, sliding and tilting of the foundation.

The following primary types of soil resistance shall be assumed to act in resisting the loads imposed
on the footing in earth:

A) RESISTANCE AGAINST UPLIFT

The uplift loads will be assumed to be resisted by the weight of earth in an inverted frustum of a
conical pyramid of earth on the footing pad whose sides make an angle equal to the angle of repose
of the earth with the vertical, in average soil. The weight of concrete embedded in earth and that
above the ground will also be considered for resisting the uplift. In case where the frustum of earth
pyramids of two adjoining legs super-imposed each other, the earth frustum will be assumed
truncated by a vertical plane passing through the center line of the tower base.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
B) RESISTANCE AGAINST DOWN THRUST

The down-thrust loads combined with the additional weight of concrete above earth will be resisted
by bearing strength of the soil assumed to be acting on the total area of the bottom of the footings.

C) RESISTANCE AGAINST SIDE-THRUST

The lateral load capacity of a chimney foundation shall be based on chimney acting as a cantilever
aided by passive earth resistance developed 500 mm below the ground level.

The chimney shaft shall be reinforced for the combined action of axial force, tension and
compression and the associated maximum bending moment. In these calculations, the tensile
strength of concrete shall be ignored. Similarly, since stub angle is embedded in the center of the
chimney, its effectiveness in the reinforcement calculation is to be ignored.

The increase in vertical toe pressure due to maximum bending moment at the bottom of the slab
shall be considered and the base itself shall be designed for structural adequacy. In this case, the
allowable vertical toe pressure may be increased by 25%. The unit weight of reinforced concrete is
stipulated in Table 4.2.

4.4.3 Properties of Concrete


The cement concrete used for the foundations shall be of grade M-20 corresponding to 1:1.5:3
nominal mix ratio with 20 mm coarse aggregate for chimney portion and 40 mm coarse aggregate
for pyramid or slab portion. All the properties of concrete regarding its strength under compression
tension, shear, punching and bend etc. as well as workmanship will conform to IS: 456:2002.

The weight of concrete to be considered for design of foundations is given in TABLE 4.2.

Table 4.2 Weight of Concrete

Type of Concrete Weight of Dry Region Weighting Presence of Sub-Soil


kN/m3(kg/m3) Water kN/m3(kg/m3)
Plain Concrete 21.96 (2240) 12.16 (1240)
Reinforced 23.54 (2400) 13.73 (1400)
Concrete

(a) Cement used shall be ordinary Portland Cement, unless mentioned otherwise, conforming
to the latest Indian Standard Code IS: 269 or IS: 8112 or IS:12269.

(b) Alternatively, other varieties of cement other than ordinary Portland Cement such as Portland
Pozzolana Cement conforming to IS: 1489 (latest edition) or Portland Slag Cement
conforming to IS: 455 (Latest edition) can also be used. The Contractor shall submit the
manufacturer’s certificate, for each consignment of cement procured, to the Employer.
However, Employer reserves the right to direct the Contractor to conduct tests for each
batch/lot of cement used by the Contractor and Contractor will conduct those tests free of
cost at the laboratory so directed by the Employer. The Contractor shall also have no claim
towards suspension of work due to time taken in conducting tests in the laboratory. Changing
of brand or type of cement within the same structure shall not be permitted without the prior
approval of the Employer. Sulphate Resistant Cement shall be used if Sulphate content is
more than the limits specified in IS: 456, as per Geotechnical investigation report.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The curing time of cement will be decided at the time of execution of the work under the contract
based on the certificate from a reputed laboratory which will be obtained and submitted by the
Contractor.

Concrete aggregates shall conform to IS: 383-1970.

The water used for mixing concrete shall be fresh, clean and free from oil, acids and alkalis, organic
materials or other deleterious substances. Potable water is generally preferred.

Reinforcement shall conform to IS: 432-1966 for M.S bars and hard drawn steel wires and to IS:
1138-1966 and IS: 1786-1966 for deformed and cold twisted bars respectively. All reinforcement
shall be clean and free from loose mill scales, dust, loose rust, and coats of paint, oil or other
coatings, which may destroy or reduce bond. Contractor shall supply, fabricate and place
reinforcement to shapes and dimensions as required.

4.4.4 Design of Foundations


Structural design of the foundations shall be done by Limit State Method.

As per IS: 456-2002 Partial safety factor shall be considered 1.5 for concrete and 1.15 for steel.

The overload factors for open type foundations shall be as 1.1 i.e. all the reactions (compression,
tension and side thrust) on foundations shall be increased by 10 percent for development of
foundation design.

The physical properties of soil under various conditions are furnished in TABLE 4.3 to be considered
for the design of foundations.

The thickness of concrete in the chimney portion of the tower footing would be such that it provides
minimum cover of not less than100 mm from any part of the stub angle to the nearest outer surface
of the concrete in respect of all dry locations limiting the minimum section of chimney to 300 mm
square. In respect of all wet location, the chimney should have all around clearance of 150 mm from
any part of stub angle limiting to 450 mm square minimum.

The chimney top or muffing must be at least 225 mm above ground level and also the coping shall
be extended up to lower most joint level between the bottom lattices and the main corner legs of the
tower.

The centroidal axis of slab shall coincide with the axis of the chimney and pass through the center
of foundation base. The design of the foundation (base slab and its reinforcement) shall consider
the additional stresses in the foundation resulting from the eccentricity introduced due to non-
compliances of this requirement.

At least 100 mm thick pad of size equal to the base of slab with its sides vertical will be provided
below the slab for R.C.C. type foundations.

In case of reinforced concrete slab, the slab thickness should not be less than 300 mm.

The minimum distance between the lowest edge of the stub angle and the bottom surface of concrete
footing shall not be less than 100 mm or more than 150 mm in case of dry locations and not less
than 150 mm or more than 200 mm in case of wet locations.

The total depth of open type foundations below the ground level shall not be less than 1.5 meters
and more than 3.5 meters. To maintain the interchangeability of stubs for all types of foundations,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-26


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
for each type of tower, almost the same depths of foundations shall be used for different types of
foundations.

The portion of the stub in the slab shall be designed to take full down-thrust or uplift loads by the
cleats combined with the bond between stub angles and slab concrete. The Contractor shall furnish
the calculation for uprooting of stub along with the foundation design. Bolted cleat angles evenly
spaced in sets of 4 along all sides of embedded portion of the stub shall be provided to act as shear
connector with sufficient number of bolts.

In case of R.C.C. foundations having steel reinforcement in base slab, at least 50 mm. thick pad of
lean concrete corresponding to 1:3:6 nominal mix shall be provided to avoid the possibility of
reinforcement rod being exposed due to unevenness of the bottom of the excavated pit.

The base slab of the foundation shall be designed for additional moments developing due to
eccentricity of the loads.

The additional weight of concrete in the footing below ground level over the earth weight and the full
weight of concrete above the ground level in the footing and embedded steel parts will also be
considered adding to the down thrust.

TABLE 4.3 PROPERTIES OF EARTH

PROPERTIES OF SOIL ULTIMATE BEARING ANGLE OF REPOSE


CAPACITY DEGREE
Kn/m2 (Kg/m2)
1 For Normal Soil
(a) Normal Dry Soil 268(27350) 25
(b) Wet Soil Due to Presence of 134(13675) 15
Sub soil/Surface Water
2 Weight of Earth for Normal soil UNIT VALUE
. (a) Dry 3 3
kN/m (Kg/m ) 14.12(1440)
(b) In presence of Surface Water 3 3
kN/m (Kg/m ) 14.12(1440)
(c) In presence of Subs oil Water 3 3
kN/m (Kg/m ) 9.22(940)
3 Fissured R o c k
. (a) Ultimate Bearing Capacity kN/m2(Kg/m2) 498(50800)
(both for Dry & Wet Fissured Rock)
(b)Weight of Fissured Rock
i) Dry 3 3
kN/m (Kg/m ) 14.12(1440)
ii) In presence of Subsoil Water 3 3
kN/m (Kg/m ) 9.22(940)

The above soil properties of the earth will be measured by the Contractor at the various locations in
conformity with the standard method of testing and the foundation design will be revised suiting the
site conditions from such tests.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-27


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.4.5 Construction of Tower Foundation
4.4.5.1 Testing of Soil

The Contractor shall be required to undertake testing of soil for the tower locations in the manner
specified under Clause 4.3 of this section and shall submit his report about the subsoil water table,
type of soil encountered, bearing capacity of soil, possibility of submergence and other soil
properties required for the design of foundations. The Contractor shall also furnish soil resistivity
values to the Employer along the line alignment.

4.4.5.2 Excavation
Except as specifically otherwise provided, all excavation for footings shall be made to the lines and
grades of the foundations. The excavation wall shall be vertical and the pit dimensions shall be
based on an assumed clearance of 150mm on all sides of the foundation pad. For footings with
undercut, care shall be taken to carry out excavation as per drawings without any side clearance. All
excavation shall be protected so as to maintain a clean sub grade and provide worker safety until
the footing is placed, using timbering, shoring, shuttering, dewatering etc. The Contractor shall
especially avoid disturbing the bearing surface of the pad. Any sand, mud, silt or other undesirable
materials which may accumulate in the excavated pit or borehole shall be removed by Contractor
before placing concrete.

The soil to be excavated for tower foundations shall be classified as follows depending upon the
physical state of the soil at the time of excavation irrespective of the type of foundation installed:

a) Dry Soil

Soil removable either manually, means of a spade and shovel or mechanically by proclains,
excavator etc. Excavation done in dry soil for wet and fully submerged type of foundations shall also
be covered under this.

b) Wet Soil

Where the subsoil water table is encountered within the range of foundation depth or land where
pumping or bailing out of water is required due to presence of surface water shall be treated as wet
soil. The excavation done in wet soil in case of wet and fully submerged type of foundation shall
also be covered under this.

c) Dry Fissured Rock

Limestone, laterite, hard conglomerate or other soft or fissured rock in dry condition which can be
quarried or split with crowbars, wedges, pickaxes or by mechanical shovels etc. However, if required,
light blasting may be resorted to for loosening the material but this will not in any way entitle the
material to be classified as hard rock.

d) Wet Fissured Rock

Above fissured rock, when encountered with subsoil water within the range of foundation depth or
land where pumping or bailing out of water is required, shall be treated as wet fissured rock.

e) Hard Rock

Any rock excavation, other than specified under fissured rock above, for which blasting, drilling,
chiselling is required. The contract price shall be inclusive of all costs for such drilling (including
drilling required for anchoring), chiselling and blasting, etc.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-28


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The Contractor shall arrange & supply requisite blasting material, and be responsible for its storage
and use.

4.4.5.3 Setting of Stubs


For all towers the Contractor shall submit for approval the proposed method for setting of stubs.

The stubs shall be set correctly and precisely in accordance with approved method at the exact
location, alignment and levels with the help of stub setting templates and levelling instruments.
Tolerances as per provisions of IS:5613 shall be allowed for stub setting.

4.4.5.4 Stub Setting Templates / Props


Stub setting templates shall be designed and arranged by the Contractor at his own cost for all types
of towers with or without body extension. Stub templates for standard towers and towers with body
extension up to 9 M shall be of adjustable type. The Contractor shall also arrange for props for setting
of stubs at specific locations. Stub templates / props should be painted.

The Contractor shall deploy sufficient number of templates / props (where ever required) for timely
completion of the line without any extra cost to Employer.

One set of each type of stub setting template / props (if used) shall be supplied to the Employer, on
completion of the project, at no extra cost to Employer.

Generally, for a transmission line following number of stubs setting templates shall be deployed by
the Contractor:

Templates for tower type Nos. to be deployed

i) DA 3

ii) For each type of DB, DC 6 for DB and 3 Each for others and DD type

However, if Employer feels that more templates are required for timely completion of the lines, the
Contractor shall have to deploy the same without any extra cost to Employer.

The number of sets of props (if permitted) to be supplied, will depend as per actual site condition
and completion schedule of line.

4.4.5.5 Mixing, Placing and Compacting of Concrete


The concrete shall be mixed in the mechanical mixer. However, in case of difficult terrain, hand
mixing may be permitted.. The water for mixing concrete shall be fresh, clean and free from oil, acids
and alkalis. salty or blackish water shall not be used.

Mixing shall be continued until there is uniform distribution of material and mix is uniform in colour
and consistency, but in no case the mixing be carried out for less than two minutes. Normal mixing
shall be done close to the foundation but exceptionally, in difficult terrain, the concrete may be mixed
at the nearest convenient place. The concrete shall be transported from the place of mixing to the
place of final deposit as rapidly as practicable by methods which shall prevent the segregation or
loss of any ingredient. The concrete shall be placed and compacted before setting commences.

To avoid the possibility of reinforcement rods being exposed due to unevenness of the bottom of the
excavated pit, a pad of lean concrete 50mm thick and corresponding to a 1:3:6 nominal mix shall be
provided at the bottom of the pad.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-29


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Form boxes shall be used for casting all types of foundations except at an undercut interface for
which the adjoining subsurface material shall provide adequate support.

The concrete shall be laid down in 150mm layers and consolidated well, so that the cement cream
works, up to the top and no honey-combing occurs in the concrete. A mechanical vibrator shall be
employed for compacting the concrete. However, in case of difficult terrain, manual compaction may
be permitted at the discretion of the Employer. Monolithic casting of foundations must be carried
out. However, in case of unavoidable circumstances, a key construction joint can be provided at the
chimney-pad interface subject to approval of the Employer. However, nothing extra shall be paid to
the Contractor for providing such construction joints. After concreting the chimney portion to the
required height, the top surface should be finished smooth with a slight slope towards the outer edge
for draining rain water.

Wet locations shall be kept completely dewatered, both during and 24 hours after placing the
concrete, without disturbance of the concrete.

If minor defects in concrete surface is found after the form work is removed, the damage shall be
repaired with a rich cement sand mortar to the satisfaction of the Employer before the foundation is
back filled.

4.4.5.6 Curing
The concrete shall be cured by maintaining the concrete wet continuously for a period of at least 10
days after placing. Once the concrete has set for 24 hours the pit may be backfilled with selected
moistened soil and well consolidated in layers not exceeding 200mm thickness and thereafter both
the backfill earth and exposed chimney shall be kept wet for the remainder of the prescribed 10 days.
The exposed concrete chimney shall also be kept wet by wrapping empty gunny bags around it and
wetting the bags continuously during the critical 10 days period.

4.4.5.7 Backfilling and Removal of Stub Templates


After opening of formwork and removal of shoring, timbering, etc., backfilling shall be started after
repairs, if any, to the foundation concrete. Backfilling shall normally be done with the excavated
soil, unless it is a clay type or it consists of large boulders/stones, in which case the boulders shall
be broken to a maximum size of 80-mm. At locations where, borrowed earth is required for
backfilling, Contractor shall bear the cost irrespective of leads & lift.

The backfilling materials shall be clean and free from organic or other foreign materials. A clay type
soil with a grain size distribution of 50% or more passing the number 200 sieve as well as a black
cotton soil is unacceptable for backfilling. The earth shall be deposited in maximum 200mm layers,
levelled, wetted if necessary and compacted properly before another layer is deposited. The
moisture content for compaction shall be based on the Proctor compaction test results given in the
Geo-technical Report, Clause 4.3 The density of the compacted backfill material may further be
verified to the satisfaction of the Employer based on the sand-cone method described in the ASTM
D1556-82 standard.

The backfilling and grading shall be carried to an elevation of about 75mm above the finished ground
level to drain out water. After backfilling 50mm high, earthen embankment (Bandh) will be made
along the sides of excavation pits and sufficient water will be poured in the backfilling earth for at
least 24 hours. After the pits have been backfilled to full depth the stub template can be removed.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-30


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.4.5.8 Benching
When the line passes through hilly / undulated terrain, levelling the ground may be required for
casting of tower footings. All such activities shall be termed benching and shall include cutting of
excess earth and removing the same to a suitable point of disposal. Further, to minimize benching,
unequal leg extensions shall be considered and provided if found economical. If the levels of the pit
centres be in sharp contrast with the level of tower centre, suitable leg extensions may be deployed
as required.

4.4.5.9 Protection of Tower and Tower Footing


Tower shall be spotted such that the quantity of revetment is optimum. For tower locations in
undulated terrain such as hill / mountain slopes, options like use of unequal leg extensions for towers,
unequal chimney extensions etc. shall be explored by the contractor for optimizing the need for
revetment & benching.

The work shall include all necessary stone revetments, concreting and earth filling above ground
level, the clearing from site of all surplus excavated soil, special measures for protection of
foundation close to or in small water streams (Nalas), river bank / bed, undulated terrain, protection
of uphill / downhill slopes required for protection of tower etc., including suitable revetment or
galvanized wire netting and meshing packed with boulders. The top cover of stone revetment shall
be sealed with M-15 concrete (1:2:4 mix). Contractor shall recommend protection at such locations
wherever required. Details of protection of tower/tower footing are given in drawing enclosed with
these specifications for reference purpose only.

In protection of tower footings works the backfilling shall generally be done using soil excavated at
site unless deemed unsuitable for backfilling. In the latter case, backfilling shall be done with
borrowed earth of suitable quality irrespective of leads and lift.

For some of the locations in small water streams (Nalas), river bed or undulated terrain etc., boulders
of minimum. 150mm size bounded and packed in galvanized wire net / mesh of 8SWG wire and 152
squares (maximum.) mesh is to be provided. These stones shall be provided in crates size of 2.0 m
x 2.0 m or as deemed suitable for a particular location.

4.5 TOWER ERECTION, STRINGING AND INSTALLATION OF LINE MATERIALS

4.5.1 General
The scope of erection work shall include the cost of all labor, tools and plant such as tension stringing
equipment and all other incidental expenses in connection with erection and stringing work. The
bidders shall indicate in the offer the sets of stringing equipment he would deploy exclusively for this
transmission line package. The stringing equipment shall be of sufficient capacity to string
simultaneously a bundle of TWIN BISON Conductors.

The Contractor shall be responsible for transportation to site of all the materials to be provided by
the Contractor as per the scope of work to site, proper storage and preservation at his own cost, till
such time the erected line is taken over by the Employer.

4.5.2 Treatment of Minor Damage in Galvanization


Minor defects in hot-dip galvanized members shall be repaired by applying zinc rich primer and two
coats of enamel paint to the satisfaction of the Employer before erection.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-31


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.5.3 Assembly of Tower
The Contractor shall give complete details of the erection procedures he proposes to follow. The
method for the erection of towers shall ensure the following:

(a) Straining of the members shall not be permitted for positioning. It may, however, be
necessary to match hole positions at joints using tommy bars not more than 450 mm in
length.

(b) Prior to erection of an upper section, the lower sections shall be completely braced, and all
bolts provided tightened adequately in accordance with approved drawings to prevent any
mishap during tower erection.

(c) All plan diagonals, oblique bracings etc for relevant section of tower shall be in place prior to
assembly of an upper Section.

(d) The bolt positions in assembled towers shall be as per IS-5613 (Part II/Section 2).

(e) Tower shall be fitted with number plates, danger plates, phase plates, Circuit Plates and anti-
climbing device as described.

(f) After complete erection of the tower, all blank holes, if any, are to be filled by bolts and nuts
of correct size.

4.5.4 Tightening of Bolts and Nuts


All nuts shall be tightened properly using correct size spanner and torque wrench. Before tightening,
it will be verified that filler washers and plates are placed in relevant gap between members, bolts of
proper size and length are inserted, and one spring washer is inserted under each nut. In case of
step bolts, spring washers shall be placed under the outer nuts. The tightening shall progressively
be carried out from the top downwards, care being taken that all bolts at every level are tightened
simultaneously. The threads of bolts projecting outside the nuts shall be punched at their position
on the diameter to ensure that the nuts are not loosened in course of time. If, during tightening, a
nut is found to be slipping or running over the bolt threads, the bolt together with the nut shall be
replaced.

The threads of all the bolts except for Anti-theft bolts, projected outside the nuts shall be welded at
two diametrically opposite places, the circular length of each welding shall be at least 10 mm. The
welding shall be provided from ground level to bottom cross arm for double circuit towers. However,
for towers, with +18-meter, +25-meter extensions and river crossing towers, the welding shall be
provided from ground level to 30m height from stub level. After welding zinc-rich primer having
approximately 90% zinc content shall be applied to the welded portion. At least two coats of the paint
shall be applied. The surface coated with zinc rich primer shall be further applied with two finish
coats of high build enamel of the grade recommended by the manufacturer of the zinc rich primer.

In addition to the tack welding of nuts with bolts, as described above, the Contractor can also propose
some alternative arrangements, like use of epoxy resin adhesive which can serve the purpose of
locking the nut permanently with the bolt and thus preventing pilferage of the tower members.

4.5.5 Insulator Hoisting


Suspension insulator strings shall be used on Suspension towers (DA) and double tension insulator
strings on angle and dead-end towers. These shall be fixed on all the towers just prior to the stringing.
Damaged insulators and strings, if any, shall not be employed in the assemblies. Prior to hoisting,
all insulators shall be cleaned in a manner that will not spoil, injure or scratch the surface of the

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-32


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
insulator, but in no case shall any oil be used for that purpose. For checking the soundness of
insulators, IR measurement using 5 kV (DC) Megger shall be carried out on 100% insulators. Corona
control rings/arcing horn shall be fitted in an approved manner. The yoke arrangements be
horizontal for tension string and vertical (parallel to transverse face of tower) for suspension strings.
Torque wrench shall be used for fixing various line materials and components, such as suspension
clamp for conductor and earth wire, etc., whenever recommended by the manufacturer of the same.

4.5.6 Handling of Conductor and Earth wire


4.5.6.1 Running Out of the Conductors
The conductors shall be run out of the drums from the top in order to avoid damage. The Contractor
shall be entirely responsible for any damage to tower or conductors during stringing.

A suitable braking device shall be provided to avoid damaging, loose running out and kinking of the
conductors. Care shall be taken that the conductors do not touch and rub against the ground or
objects which could scratch or damage the strands.

The sequence of running out shall be from the top to downwards i.e. the earth wire shall be run out
first followed in succession by the conductors. Unbalanced loads on towers shall be avoided as far
as possible.

The Contractor shall take adequate steps to prevent clashing of sub conductors until installation of
the spacers/spacer dampers. Care shall be taken that sub conductors of a bundle are from the same
Contractor and preferably from the same batch so that creep behavior of sub conductors remains
identical. During sagging, care shall be taken to eliminate differential sag in sub-conductors as far
as possible. However, in no case shall sag mismatch be more than 25mm.

Though towers shall be designed for one side stringing condition, towers shall be well guyed and all
necessary steps shall be taken by the Contractor to avoid damage tower / conductor during stringing
operations. Guying proposal along with necessary calculations shall be submitted by the Contractor
to Employer for approval. All expenditure related to this work is deemed to be included in the contract
price.

When the line under construction runs parallel to existing energized power lines, the Contractor shall
take adequate safety precautions to protect personnel; from the potentially dangerous voltage built
up due to electromagnetic and electrostatic coupling in the pulling wire, conductors and earth wires
during stringing operations.

The Contractor shall also take adequate safety precautions to protect personnel from potentially
dangerous voltage build up due to distant electrical storms.

4.5.6.2 Running Blocks


The groove of the running blocks shall be of such a design that the seat is semi-circular and larger
than the diameter of the conductor / earth wire and it does not slip over or rub against the sides. The
grooves shall be lined with hard rubber or neoprene to avoid damage to conductor and shall be
mounted on properly lubricated bearings.

The running blocks shall be suspended in a manner to suit the design of the cross-arm. All running
blocks, especially at the tensioning end will be fitted on the cross-arms with jute cloth wrapped over
the steel work and under the slings to avoid damage to the slings as well as to the protective surface
finish of the steel work.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-33


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.5.6.3 Repairs to Conductors
The conductor shall be continuously observed for loose or broken strands or any other damage
during the running out operations.

Repairs to conductor if necessary, shall be carried out with repair sleeve.

Repairing of the conductor surface shall be carried out only in case of minor damage, scuff marks,
etc. The final conductor surface shall be clean, smooth and free from projections, sharp points, cuts,
abrasions, etc.

The Contractor shall be entirely responsible for any damage to the towers during stringing.

4.5.6.4 Crossings
Derricks or other equivalent methods ensuring that normal services need not be interrupted nor
cause damage to property, shall be used during stringing operations where roads, channels,
telecommunication lines and power lines have to be crossed. However, shut down shall be obtained
when working at crossings of overhead power lines. The Contractor shall be entirely responsible for
the proper handling of the conductor, earth wire and accessories in the field.

4.5.7 Stringing of Conductor and Earth wire


The stringing of the conductor for 220 kV line shall be done by the control tension method. The
equipment shall be capable of maintaining a continuous tension per bundle such that the sag for
each conductor is about twenty percent greater than the sags specified in the stringing sag table.

The bidder shall give complete details of the stringing methods he proposes to follow. Prior to
stringing the Contractor shall submit the stringing charts for the conductor and earth wire showing
the initial and final sags and tension for various temperatures and spans along with equivalent spans
in the lines for the approval of the Employer.

A controlled stringing method suitable for simultaneous stringing of the sub conductors shall be used.
The two conductors making one phase bundle shall be pulled in and paid out simultaneously. These
conductors shall be of matched length. Conductors or earth wires shall not be allowed to hang in the
stringing blocks for more than 96 hours before being pulled to the specified sag.

Conductor creep shall be compensated by over tensioning the conductor at a temperature of 26o C
lower than the ambient temperature or by using the initial sag and tensions indicated in the tables.

4.5.8 Jointing
When approaching the end of a drum length at least three coils shall be left in place when the
stringing operations are stopped. These coils are to be removed carefully, and if another length is
required to be run out, a joint shall be made as per the recommendations of the accessory’s
manufacturer.

Conductor splices shall not crack or otherwise be susceptible to damage in the stringing operation.
The Contractor shall use only such equipment / methods during conductor stringing which ensures
complete compliance in this regard.

All the joints on the conductor and earth wire shall be of the compression type, in accordance with
the recommendations of the manufacturer, for which all necessary tools and equipment like
compressors, dies etc., shall be obtained by the Contractor. Each part of the joint shall be cleaned
by wire brush till it is free of dust or dirt etc. and be properly greased with anti-corrosive compound,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-34


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
if required and as recommended by the manufacturer, before the final compression is carried out
with the compressors.

All the joints of splices shall be made at least 30 meters away from the tower structures. No joints or
splices shall be made in spans crossing over main roads and small rivers with tension spans. Not
more than one joint per sub conductor per span shall be allowed. The compression type fittings shall
be of the self-centering type or care shall be taken to mark the conductors to indicate when the fitting
is centered properly. During compression or splicing operation, the conductor shall be handled in
such a manner as to prevent lateral or vertical bearing against the dies. After compressing the joint
the aluminum sleeve shall have all corners rounded, burrs and sharp edges removed and
smoothened.

During stringing of conductor to avoid any damage to the joint, the Contractor shall use a suitable
protector for mid span compression joints in case they are to be passed over pulley blocks / aerial
rollers. The pulley groove size shall be such that the joint along with protection can be passed over
it smoothly.

4.5.9 Tensioning and Sagging Operations


Tensioning and Sagging operations shall be done in accordance with the approved stringing charts
or sag tables before conductors and earth wire are finally attached to the towers through insulator
strings and earth wire clamps respectively. The “initial” stringing chart shall be used for the conductor
and final stringing chart for the earth wire. The conductors shall be pulled up to the desired sag and
left in running blocks for at least one hour after which the sag shall be rechecked and adjusted, if
necessary, before transferring the conductors from the running blocks to the suspension clamps.
The conductor shall be clamped within 96 hours of sagging in.

Dynamometers shall be employed for measuring tension in the conductor and earth wire.
Dynamometers employed shall be periodically checked and calibrated with the standard
Dynamometer.

The sag will be checked in the first and the last section span for sections up to eight spans, and in
one additional intermediate span for sections with more than eight spans. The sag shall also be
checked when the conductors have been drawn up and transferred from running blocks to the
insulator clamps.

The running blocks, when suspended from the transmission structure for sagging, shall be so
adjusted that the conductors on running blocks will be at the same height as the suspension clamp
to which it is to be secured.

At sharp vertical angles, conductor and earth wire sags and tensions shall be checked for equality
on both sides of the angle tower and running block. The suspension insulator assemblies will
normally assume vertical position when the conductor is clamped.

Tensioning and sagging operations shall be carried out in calm weather when rapid changes in
temperature are not likely to occur.

4.5.10 Clipping In
Clipping of the conductors into position shall be done in accordance with the manufacturer’s
recommendations. Conductor shall be fitted with armor rods where it is made to pass through
suspension clamps.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-35


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Jumpers at section and angle towers shall be formed to parabolic shape to ensure maximum
clearance requirements. Pilot suspension insulator strings shall be used, if found necessary, to
restrict jumper swing to design values.

Fasteners in all fittings and accessories shall be secured in position. The security clip shall be
properly opened and sprung into position.

4.5.11 Fixing of Conductors and Earth wire Accessories

Conductor and earth wire accessories including Spacers (for bundle conductor) and Vibration
Dampers shall be installed by the Contractor as per the design requirements and manufacturer’s
instruction within 24 hours of the conductor / earth wire clamping. While installing the conductor and
earth wire accessories, proper care shall be taken to ensure that the surfaces are clean and smooth
and that no damage occurs to any part of the accessories or conductors. Torque wrench shall be
used for fixing the Spacers, Vibration Dampers & Suspension Clamps etc. and torque recommended
by the manufacturer of the same shall be applied.

4.5.12 Replacement
If any replacement is to be affected after stringing and tensioning or during maintenance, leg member
and bracing shall not be removed without reducing the tension on the tower by proper guying
techniques or releasing of the conductor. For replacement of cross arms, the conductor shall be
suitably tied to the tower at tension points or transferred to suitable roller pulleys at suspension
points.

4.5.13 Permitted Extra Consumption of Line materials


The quantity of conductor and earth wire to be incorporated in the line shall be worked as per the
following norms.

Quantify of Conductor = Final Line Length as per Detailed / Check survey x 3 phases x Nos. of
conductor per bundle (for Single Circuit Strung Double Circuit Line)

Quantity of Earth wire = Final Line Length as per Detailed / Check survey x nos. of ground wires
to be strung.

Although extra consumption over and above the quantities incorporated in the works is not permitted,
the Contractor shall make every effort to minimize breakage, losses and wastage of the line materials
during erection.

The quantity of conductor and earth wire as described above shall also consider necessary sag,
jumpering, damage, loss and wastage etc. The Contractor shall not be required to return to the
Employer empty conductor and earth wire drums and shall dispose-off the same at its cost.

Any conductor and earth wire drum shall be opened by the Contractor, if required.

For calculation of conductor & earth wire consumption in hilly (mountainous) stretches inclined
distance between towers may be considered, instead of horizontal distance between them.

The quantities of line materials to be supplied by the contractor (i.e. Conductor, Earth wire, Hardware
fittings & Accessories) as indicated in the bill of quantities are tentative and the actual quantity shall
depend upon detailed survey/check survey. Contractor shall be responsible for regulating the
supplies of contractor supplied materials in the basis of actual requirements.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-36


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
4.5.14 Final checking, Testing and Commissioning
After completion of the works, final checking of the line shall be carried out by the Contractor to
ensure that all foundation works, tower erection and stringing have been done strictly according to
the specifications and as approved by the Employer. All the works shall be thoroughly inspected in
order to ensure that:

(a) Sufficient backfilled earth covers each foundation pit and is adequately compacted;

(b) Concrete chimneys and their copings are in good condition and finely shaped.

(c) All tower members are used strictly according to final approved drawing and are free from
any defect or damage whatsoever.

(d) All bolts are properly tightened, punched, tack welded and painted with zinc rich paint.

(e) The stringing of the conductors and earth wire has been done as per the approved sag and
tension charts and desired clearances are clearly available;

(f) All conductor and earth wire accessories are properly installed;

(g) All other requirements for completion of works such as fixing of danger plate, phase plate,
number plate, anti-climbing device etc. have been fulfilled.

(h) Wherever required, that proper revetment (erosion protection) is provided;

(i) The original tracings of profile and route alignment as well as foundation design & working
drawings, tower design, structural drawings, bill of material and shop drawings of all towers
are submitted to the Employer for reference and record.

(j) The insulation of the line as a whole is tested by the Contractor through provision of its own
equipment, labor etc., to the satisfaction of the Employer.

(k) All towers are properly grounded.

(l) The line is tested satisfactorily for commissioning purpose.

(m) The right of way along the route of line is clear of all obstructions and meets requirements of
clause 5.3 of IS: 5613 (Part-3, Section – 2)

(n) Any defect found as a result of testing shall be rectified by the contractor forthwith to the
satisfaction of the Employer without any extra charges.

(o) Before taking over the line by the Employer, the line shall be energized at full specified
voltage.

The contractor should also fulfill the requirements of pre-commissioning procedure as given in
Appendix – I to this Specification.

4.6 FIELD QUALITY PLAN

All field activity shall be carried out in accordance with a Standard Field Quality plan prepared by the
Contractor to the approval of the Employer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 4-37


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

CHAPTER 5: ACSR CONDUCTOR

Table of Contents

5. ACSR CONDUCTOR............................................................................................................... 1
5.1 DETAILS OF CONDUCTORS ........................................................................................................... 1
5.1.1 ACSR Conductor BISON ........................................................................................................... 1
5.2 WORKMANSHIP ............................................................................................................................... 2
5.2.1 General ...................................................................................................................................... 2
5.2.2 Joints in Wires............................................................................................................................ 2
5.2.3 Tolerances ................................................................................................................................. 3
5.3 MATERIALS....................................................................................................................................... 3
5.4 STANDARD LENGTH ....................................................................................................................... 4
5.5 TESTS AND STANDARDS ............................................................................................................... 4
5.5.1 Type Tests ................................................................................................................................. 4
5.5.2 Acceptance Tests ...................................................................................................................... 5
5.5.3 Routine Test............................................................................................................................... 5
5.5.4 Tests during Manufacture .......................................................................................................... 6
5.5.5 Testing Expenses ...................................................................................................................... 6
5.5.6 Additional Tests ......................................................................................................................... 6
5.5.7 Sample Batch for Type Testing ................................................................................................. 6
5.5.8 Test Reports .............................................................................................................................. 7
5.5.9 Test Facilities ............................................................................................................................. 7
5.5.10 Packing ...................................................................................................................................... 7
5.5.11 Marking ...................................................................................................................................... 8
5.5.12 Verification of Conductor Length ............................................................................................... 9

Tamakoshi V Hydroelectric Project Page VI-3T / 5-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.5.13 Standards ................................................................................................................................... 9
5.6 TESTS ON CONDUCTOR .............................................................................................................. 10
5.6.1 UTS Test on Stranded Conductor ........................................................................................... 10
5.6.2 Corona Extinction Voltage Test ............................................................................................... 10
5.6.3 Radio Interference Voltage Test .............................................................................................. 10
5.6.4 DC Resistance Test on Stranded Conductor .......................................................................... 11
5.6.5 Chemical Analysis of Aluminium/Aluminium Alloy and Steel .................................................. 11
5.6.6 Visual and Dimensional Check on Drums ............................................................................... 11
5.6.7 Visual Check for Joints, Scratches etc. ................................................................................... 11
5.6.8 Dimensional Check on Steel and Aluminium/Aluminium Alloy Strands .................................. 11
5.6.9 Check for Lay-ratios of Various Layers ................................................................................... 11
5.6.10 Procedure Qualification Test on Welded Aluminium / Aluminium Alloy Strands ..................... 11
5.6.11 Chemical Analysis of Zinc ........................................................................................................ 11
5.6.12 Galvanizing Test ...................................................................................................................... 11
5.6.13 Torsion and Elongation Tests on Steel Strands ...................................................................... 12
5.6.14 Check on Barrel Batten Strength of Drums ............................................................................. 12

Tamakoshi V Hydroelectric Project Page VI-3T / 5-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5. ACSR CONDUCTOR

5.1 DETAILS OF CONDUCTORS

5.1.1 ACSR Conductor BISON


The ACSR Conductor shall generally conform to BS: 215 (Part-2) /IS: 398 (Part-II) except where
otherwise specified herein.

The details of the ACSR BISON Conductor are tabulated below.

(a) Designation as per BS-215 / (Part-2)


(b) Stranding and wire diameter 54/3.00 mm Aluminium
+7/3.00 mm steel
(c) Number of Strands
Steel core 1
1st steel layer 6
1st Aluminium layer 12
2nd Aluminium layer 18
3rd Aluminium layer 24
(d) Sectional area of Aluminium 381.80 sq. mm
(e) Total sectional area 431.30 sq. mm
(f) Overall diameter 27.00 mm
(g) Approximate mass 1444 (kg/ km)
(h) Calculated D.C. resistance at 20 deg. 0.07573 ohm/km
Centigrade
(i) Minimum UTS 120.90 kN
(j) Direction of lay of outer layer Right hand

The details of Aluminium strand are as follows:

(a) Minimum breaking load of strand before 1.17 kN


stranding
(b) Minimum breaking load of strand after 1.11 kN
stranding
(c) Maximum D.C. resistance of strand at 0.004079 Ohm/meter
20 deg. Centigrade

The details of steel strand are as follows:

Tamakoshi V Hydroelectric Project Page VI-3T / 5-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(a) Minimum breaking load of strand 9.29 kN
before stranding
(b) Minimum breaking load of strand 8.83 kN
after stranding (KN)
(c) Minimum number of twists to be 18 (Before stranding)
withstood in torsion test when tested on 16 (After stranding)
a gauge length of 100 times diameter of
wire

5.2 WORKMANSHIP

5.2.1 General
All the aluminium /aluminium alloy and steel strands shall be smooth, uniform and free from all
imperfections, such as spills and splits, die marks, scratches, abrasions, etc., after drawing and also
after stranding.

The finished conductor shall be smooth, compact, uniform and free from all imperfections including
kinks (protrusion of wires), wire cross over, over riding, looseness (wire being dislocated by
finger/hand pressure and/or unusual bangle noise on tapping), material inclusions, white rust,
powder formation or black spot (on account of reaction with trapped rain water etc.), dirt, grit etc.

The steel strands shall be hot dip galvanized and shall have a minimum zinc coating of 260 gm/m²
after stranding. The zinc coating shall be smooth, continuous, of uniform thickness, free from
imperfections and shall withstand minimum three dip in standard Preece test. The steel wire rods
shall be of such quality and purity that, when drawn to the size of the strands specified and coated
with zinc, the finished strands and the individual wires shall be of uniform quality and have the same
properties and characteristics as prescribed in IEC: 888.

The steel strands shall be performed and post formed in order to prevent spreading of strands
in the event of cutting of composite core wire. Care shall be taken to avoid damages to
galvanization during pre-forming and post-forming operation.

5.2.2 Joints in Wires


(a) Aluminium /Aluminium Alloy Wires

During stranding, no Aluminium/Aluminium Alloy wire welds shall be made for the purpose of
achieving the required conductor length.

No joints shall be permitted in the individual wires in the outer most layer of the finished conductor.
However, joints are permitted in the 12 wire and 18 wire inner layer of the conductor if
unavoidably broken during stranding, provided such breaks are not associated with either
inherently defective wire or with the use of short lengths of aluminium/aluminium alloy wires. Such
joints shall not be more than four (4) per conductor length and shall not be closer than 15 meters
from joint in the same wire or in any other aluminium/aluminium alloy wire of the completed
conductor.

Joints shall be made by cold pressure butt welding and shall withstand a stress of not less than the
breaking strength of individual strand guaranteed.

(b) Steel Wires

Tamakoshi V Hydroelectric Project Page VI-3T / 5-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
There shall be no joint of any kind in the finished wire entering into the manufacture of the strand.
There shall also be no strand joints or strand splices in any length of the completed stranded steel
core of the conductor.

5.2.3 Tolerances
The manufacturing tolerances to the extent of the following limits only shall be permitted in the
diameter of individual aluminium and steel strands and lay-ratio of the conductor:

(a) Diameter of Aluminium and Steel Strands

Standard Maximum Minimum

Aluminium/Aluminium Alloy 3.00 mm 3.03 mm 2.97 mm

Steel 3.00 mm 3.06 mm 2.94 mm

(b Lay ratio of Conductor

Maximum Minimum

Steel 6 wire layers 28 13

12 wire layers 17 10

Aluminium/Aluminium Alloy 18 wire layers 16 10

24 wire layers 14 10

5.3 MATERIALS

(a) Aluminium and Aluminium Alloy

The aluminium strands shall be hard drawn from electrolytic aluminium rods having purity not less
than 99.5% and a copper content not more than 0.04%. They shall have the same properties and
characteristics as prescribed in IEC: 889.

Aluminium Alloy Strands shall be drawn from Silicon-Magnesium Alloy rods (6201) with appropriate
tampering followed by solution treatment.

(b) Steel

The steel wire strands shall be drawn from high carbon steel wire rods produced by either the acid
or the basic open-hearth process, the electric furnace process, or the basic oxygen process and
shall conform to the following requirements as to the chemical composition:

Element % Composition
Carbon 0.50 to 0.85
Manganese 0.50 to 1.10
Phosphorous Not more than 0.035
Sulphur Not more than 0.045

Tamakoshi V Hydroelectric Project Page VI-3T / 5-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Silicon 0.10 to 0.35

The Steel wire strands shall have the same properties and characteristics as prescribed for regular
strength steel wire in IEC: 888.

(c) Zinc

The zinc used for galvanizing shall be electrolytic High Grade Zinc of 99.95% purity. It shall conform
to and satisfy all the requirements of IS: 209.

5.4 STANDARD LENGTH

The standard length of the conductor shall be 1800 meters. A tolerance of +/-5% on the standard
length offered by the Tenderer shall be permitted. All lengths outside this limit of tolerance shall be
treated as random lengths. Not less than 90% total quantity of the conductor shall be supplied in
standard lengths. For valley crossings specific single length conductor will be required for which
length shall be intimated after tower spotting.

Random lengths will be accepted provided no length is less than 70% of the standard length and the
total quantity of such random lengths shall not be more than 10% of the total quantity ordered. When
one number random length has been manufactured at any time, five (5) more individual lengths each
equivalent to the above random length with a tolerance of +/- 5% shall also be manufactured and all
the above six random lengths shall be dispatched in the same shipment. At no point, the cumulative
quantity supplied of such random lengths shall not be more than 12.5% of the total cumulative
quantity supplied including such random lengths. However, the last 20% of the quantity ordered shall
be supplied only in standard lengths as specified.

The Tenderer shall also indicate the maximum single length, above the standard length, that he can
manufacture in the guaranteed technical particulars of his offer. This is required for special stretches
like river crossing etc. The Employer reserves the right to place orders for the above lengths on the
same terms and conditions applicable for the standard lengths during the period of the Contract.

5.5 TESTS AND STANDARDS

5.5.1 Type Tests


The following tests shall be conducted once on a sample/samples of conductor for every 1000
kilometers of production from each manufacturing facility:

(a) DC resistance test on stranded conductor

(b) UTS test on stranded conductor


As per Sub-clause 5.6
(c) Radio interference voltage test (dry)

(d) Corona extinction voltage test (dry)

(e) Test on Wooden Drum IS: 1778-1980


i) Barrel batten strength test

Tamakoshi V Hydroelectric Project Page VI-3T / 5-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.5.2 Acceptance Tests

(a) Visual and dimensional check on drum

(b) Visual check for joints scratches etc. and length


measurement of conductor by rewinding

(c) Dimensional check on steel and


aluminium/aluminium alloy strands
As per
(d) Check for lay-ratios of various layers
Sub-Clause 5.6
(e) Galvanizing test on steel strands
(f) Check for lay-ratios of various layers
(g) Torsion and Elongation tests on steel strands

(h) Breaking load test on steel and


Aluminium/Aluminium alloy strands

(i) Wrap test on steel & Aluminium/Aluminium IEC: 888 & 889
Alloy strands
(j) DC resistance test on Aluminium/Aluminium IEC: 889
Alloy strands
(k) Procedure qualification test on welded joint of As per
Aluminium/Aluminium Alloy strands Sub-Clause 5.6
(l) Drum marking check

Note: All the above tests except (j) shall be carried out on aluminium and steel strands after
stranding only.
5.5.3 Routine Test
- Check to ensure that the joints are as per Specification

- Check that there are no cuts, fins etc., on the strands

- Check that drums are as per Specification

- All acceptance tests as mentioned above to be carried out on each coil

Tamakoshi V Hydroelectric Project Page VI-3T / 5-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.5.4 Tests during Manufacture

(a) Chemical analysis of zinc used for galvanizing


Chemical analysis of Aluminium /Aluminium As per
(b)
Alloy used for making strands Sub-Clause 5.6
Chemical analysis of steel used for making steel
(c)
strands

5.5.5 Testing Expenses


The break-up of the testing charges for the type tests specified shall be indicated separately.
Tenderer shall indicate the laboratories in which they propose to conduct the type tests.

They shall ensure that adequate facilities are available in the laboratories and the tests can be
completed in these laboratories within the time schedule guaranteed by them.

In case of failure in any type test the Contractor is either required to manufacture a fresh sample lot
and repeat all the tests successfully once or repeat that particular type test three times successfully
on the sample selected from the already manufactured lot at his own expenses. In case a fresh lot
is manufactured for testing then the lot already manufactured shall be rejected.

The entire cost of testing for the acceptance and routine tests and tests during manufacture specified
herein shall be treated as included in the quoted Tender, except for the expenses of the
inspector/Employer’s Representative.

In case of failure in any type test, if repeat type tests are required to be conducted, then all the
expenses for deputation of Inspector/Employer’s representative shall be deducted from the contract
price. Also if on receipt of the Contractor's notice of testing, the Employer's Representative does not
find 'plant' to be ready for testing the expenses incurred by the Employer for re-deputation shall be
deducted from the contract price.

5.5.6 Additional Tests


The Employer reserves the right of having at his own expenses any other test(s) of
reasonable nature carried out at Contractor’s premises, at site or in any other place in addition to
the aforesaid type, acceptance and routine tests to satisfy himself that the materials comply
with the Specifications.

The Employer also reserves the right to conduct all the tests mentioned in this specification at his
own expense on the samples drawn from the site at Contractor’s premises or at any other test center.
In case of evidence of noncompliance, it shall be binding on the part of Contractor to prove the
compliance of the items to the technical specifications by repeat tests, or correction of deficiencies,
or replacement of defective items all without any extra cost to the Employer.

5.5.7 Sample Batch for Type Testing


The Contractor shall offer material for selection of samples for type testing only after getting the
Quality Assurance Plan approved from Employer’s Quality Assurance Department/ Consultant. The
sample shall be manufactured strictly in accordance with the Quality Assurance Plan approved by
Employer/Consultant.

The Contractor shall offer at least three drums for selection of samples required for conducting all
the type tests.

Tamakoshi V Hydroelectric Project Page VI-3T / 5-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Before the sample is selected, the Contractor is required to carry out all the acceptance tests
successfully in presence of Employer’s Representative.

5.5.8 Test Reports


Copies of type test reports shall be furnished in at least six copies along with one original. One copy
will be returned duly certified by the Employer only after which the commercial production of the
material shall start.

Record of routine test reports shall be maintained by the Contractor at his works for periodic
inspection by the Employer’s Representative.

Test Certificates of tests during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and when desired by the Employer.

5.5.9 Test Facilities


The following additional test facilities shall be available at the Contractor’s works:

(a) Calibration of testing and measuring equipment including tensile testing machine, resistance
measurement facilities, burette, thermometer, barometer etc.

(b) Standard resistance for calibration of resistance bridges.

(c) Finished conductor shall be checked for length verification and surface finish on separate
rewinding machine at reduced speed (variable from 8 to 16 meters per minute). The
rewinding facilities shall have appropriate clutch system and free of vibrations, jerks etc. with
traverse laying facilities.

5.5.10 Packing
The conductor shall be supplied in non-returnable, strong, wooden drums provided with lagging of
adequate strength, constructed to protect the conductor against all damage and displacement during
transit, storage and subsequent handling and stringing operations in the field. The Contractor shall
be responsible for any loss or damage during transportation handling and storage due to
improper packing. The drums shall generally conform to IS: 1778, except as otherwise specified
hereinafter.

The drums shall be suitable for wheel mounting and for letting off the conductor under a minimum
controlled tension of the order of 5 KN.

The general outline of the drum for conductor shall be as in the annexed drawings. The Tenderer
should submit their proposed drum drawings along with the bid. For conductor, one standard length
shall be wound on each drum.

All wooden components shall be manufactured out of seasoned soft wood free from defects that
may materially weaken the component parts of the drums. Preservative treatment shall be applied
to the entire drum with preservatives of a quality which is not harmful to the conductor.

The flanges shall be of two ply construction with each ply at right angles to the adjacent ply and
nailed together. The nails shall be driven from the inside face flange, punched and then clenched on
the outer face. The thickness of each ply shall not vary by more than 3mm from that indicated in the
figure. There shall be at least 3 nails per plank of ply with maximum nail spacing of 75mm. Where a
slot is cut in the flange to receive the inner end of the conductor the entrance shall be in line with the
periphery of the barrel.

Tamakoshi V Hydroelectric Project Page VI-3T / 5-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The wooden battens used for making the barrel of the conductor shall be of segmental type. These
shall be nailed to the barrel supports with at least two nails. The battens shall be closely butted and
shall provide a round barrel with smooth external surface. The edges of the battens shall be rounded
or chamfered to avoid damage to the conductor.

Barrel studs shall be used for the construction of drums. The flanges shall be holed and the barrel
supports slotted to receive them. The barrel studs shall be threaded over a length on either end,
sufficient to accommodate washers, spindle plates and nuts for fixing flanges at the required spacing.

Normally, the nuts on the studs shall stand protruded of the flanges. All the nails used on the inner
surface of the flanges and the drum barrel shall be counter sunk. The ends of barrel shall generally
be flushed with the top of the nuts.

The inner cheek of the flanges and drum barrel surface shall be painted with bitumen based paint.

Before reeling, card board or double corrugated or thick bituminized water-proof bamboo paper shall
be secured to the drum barrel and inside of flanges of the drum by means of a suitable commercial
adhesive material. After reeling the conductor, the exposed surface of the outer layer of conductor
shall be wrapped with water proof thick bituminized bamboo paper to preserve the conductor from
dirt, grit and damage during transport and handling.

A minimum space of 75 mm for conductor shall be provided between the inner surface of the external
protective tagging and outer layer of the conductor.

Each batten shall be securely nailed across grains as far as possible to the flange, edges with at
least 2 nails per end. The length of the nails shall not be less than twice the thickness of the battens.
The nails shall not protrude above the general surface and shall not have exposed sharp, edges or
allow the battens to be released due to corrosion.

The nuts on the barrel studs shall be tack welded on the one side in order to fully secure them. On
the second end, a spring washer shall be used.

A steel collar shall be used to secure all barrel studs. This collar shall be located between the
washers and the steel drum and secured to the central steel plate by welding.

Outside the protective lagging, there shall be minimum two binders consisting of hoop
iron/galvanized steel wire. Each protective lagging shall have two recesses to accommodate the
binders.

The conductor ends shall be properly sealed and secured on the side of one of the flanges to avoid
loosening of the conductor layers during transit and handling.

As an alternative to wooden drum Tenderer may also supply the conductors in non- returnable
painted steel drums. After preparation of steel surface according to IS: 9954, synthetic enamel paint
shall be applied after application of one coat of primer. Wooden/Steel drum will be treated at par for
evaluation purpose and accordingly the Tenderer should quote in the package.

5.5.11 Marking
Each drum shall have the following information stencilled on it in indelible ink along with other
essential data:

(a) Contract/Award letter number.

Tamakoshi V Hydroelectric Project Page VI-3T / 5-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) Name and address of consignee.

(c) Manufacturer’s name and address.

(d) Drum number

(e) Size of conductor

(f) Length of conductor in meters

(g) Arrow marking for unwinding

(h) Position of the conductor ends

(i) Distance between outer-most Layer of conductor and the inner surface of lagging.

(j) Barrel diameter at three locations with an arrow marking at the location of the
measurement.

(k) Number of turns in the outer most layers.

(l) Gross weight of drum after putting lagging.

(m) Tear weight of the drum without lagging.

(n) Net weight of the conductor in the drum.

(o) Material Inspection & Clearance certificate no. The above should be indicated in the packing
list also.

5.5.12 Verification of Conductor Length


The Employer reserves the right to verity the length of conductor after unwinding the drum at least
ten (10) percent of the drums in a lot offered for inspection.

5.5.13 Standards
The conductor shall conform to the following Indian/International Standards, which shall mean latest
revisions, with amendments/changes adopted and published, unless specifically stated otherwise
in the Specification.

In the event of the supply of conductor conforming to standards other than specified, the Tenderer
shall confirm in his tender that these standards are equivalent to those specified. In case of award,
salient features of comparison between the standards proposed by the Contractor and those
specified in this document will be provided by the Contractor to establish their equivalence.

Indian Standard Title International


Standard
IS: 209-1992 Specification for zinc BS: 3436-1986
IEC: 1089-1991
Specification for Aluminium Conductors
IS: 398-1982 BS: 215-1970
for Overhead Transmission Purposes

Tamakoshi V Hydroelectric Project Page VI-3T / 5-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Aluminium Conductor Galvanized Steel
IS: 398-1990 Part-II and BS: 215-1970
Reinforced and All Aluminium Alloy
IS:398-1994 Part-4 IEC: 1089-1991
Conductors
IS: 1778-1980 Reels and Drums for Bare Conductors BS: 1559-1949
IS: 1521-1991 Method of Tensile Testing of Steel Wire ISO 6892-1984
Recommended Practice for Hot Dip
IS: 2629-1990
Galvanizing of Iron and Steel
Method of Testing Uniformity of Coating
IS: 2633-1992
on Zinc Coated Articles
Galvanized Coating on Round Steel IEC: 888-1987
IS: 4826-1992
Wires BS: 443-1969
Methods of Determination of Weight of
BS: 433-1969
IS: 6745-1990 Zinc Coating of Zinc Coated Iron and
ISO 1460-1973
Steel Articles
IEC: 437-1973
Method of Radio Interference Tests on
IS: 8263-1990 NEMA: 107-
High Voltage Insulators
1964 CISPR
Zinc Coated steel wires for stranded IEC: 888-1987
Conductors
Hard drawn Aluminium wire for
IEC: 889-1987
overhead line conductors

5.6 TESTS ON CONDUCTOR

5.6.1 UTS Test on Stranded Conductor


Circles perpendicular to the axis of the conductor shall be marked at two places on a sample of
conductor of minimum 5 m length between fixing arrangement suitably fixed on a tensile testing
machine. The load shall be increased at a steady rate up to 50% of minimum specified UTS
and held for one minute. The circles drawn shall not be distorted due to relative movement of
strands. Thereafter the load shall be increased at steady rate to minimum UTS and held for
one minute. The Conductor sample shall not fail during this period. The applied load shall then be
increased until the failing load is reached and the value recorded.

5.6.2 Corona Extinction Voltage Test


The samples of a bundle of two conductor of 5 m length shall be strung with spacing of 450 mm
between them at a height not exceeding 7.5 m above ground. The sample assembly when subjected
to power frequency voltage shall have a corona extinction voltage of not less than 154 kV (rms) line
to ground under dry condition. There shall be no evidence of corona on any part of the samples.
The test should be conducted without corona control rings. However, small corona control rings may
be used to prevent corona in the end fittings. The voltage should be corrected for standard
atmospheric conditions.

5.6.3 Radio Interference Voltage Test


Under the conditions as specified under (1.2) above, the conductor samples shall have radio
interference voltage level below 1000 microvolt’s at one MHz when subjected to 50 Hz AC voltage
of 154 kV line to ground under dry conditions. This test may be carried out with corona control rings
and arcing horns.

Tamakoshi V Hydroelectric Project Page VI-3T / 5-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.6.4 DC Resistance Test on Stranded Conductor
On a conductor sample of minimum 5m length two contact-clamps shall be fixed with a
predetermined bolt torque. The resistance shall be measured by a Kelvin double bridge by placing
the clamps initially zero meter and subsequently one meter apart. The test shall be repeated at least
five times and the average value recorded. The value obtained shall be corrected to the value at
20°C as per IS: 398-(Part-IV)-1982. The resistance corrected at 20°C shall conform to the
requirements of this Specification.

5.6.5 Chemical Analysis of Aluminium/Aluminium Alloy and Steel


Samples taken from the Aluminium/Aluminium Alloy and steel ingots/coils/strands shall be
chemically/spectrographically analyzed. The same shall be in conformity to the requirements stated
in this Specification.

5.6.6 Visual and Dimensional Check on Drums


The drums shall be visually and dimensionally checked to ensure that they conform to the
requirements of this Specification.

5.6.7 Visual Check for Joints, Scratches etc.


Conductor drums shall be rewound in the presence of the Employer. The Employer shall visually
check for scratches, joints etc. and that the conductor generally conform to the requirements of this
Specification. Ten percent (10%) drums from each lot shall be rewound in the presence of the
Employer's Representative.

5.6.8 Dimensional Check on Steel and Aluminium / Aluminium Alloy Strands


The individual strands shall be dimensionally checked to ensure that they conform to the requirement
of this Specification.

5.6.9 Check for Lay-ratios of Various Layers


The lay-ratios of various layers shall be checked to ensure that they conform to the
requirements of this Specification.

5.6.10 Procedure Qualification Test on Welded Aluminium / Aluminium Alloy Strands


Two Aluminium/Aluminium Alloy wire shall be welded as per the approved quality plan and shall be
subjected to tensile load. The breaking strength of the welded joint of the wire shall not be less than
the guaranteed breaking strength of individual strands.

5.6.11 Chemical Analysis of Zinc


Samples taken from the zinc ingots shall be chemically/ spectrographically analyzed. The same
shall be in conformity to the requirements stated in the Specification.

5.6.12 Galvanizing Test


The test procedure shall be as specified in IEC: 888. The material shall conform to the requirements
of this Specification. The adherence of zinc shall be checked by wrapping around a mandrel four
times the diameter of steel wire.

Tamakoshi V Hydroelectric Project Page VI-3T / 5-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
5.6.13 Torsion and Elongation Tests on Steel Strands
The test procedures shall be as per clause No. 10.3 of IEC: 888. In torsion test, the number of
complete twists before fracture shall not be less than 16 on a length equal to 100 times the standard
diameter of the strand. In case test sample length is less or more than 100 times the stranded
diameter of the strand, the minimum number of twists will be proportioned to the length and if number
comes in the fraction then it will be rounded off to next higher whole number. In elongation test, the
elongation of the strand shall not be less than 4% for a gauge length of 250 mm.

5.6.14 Check on Barrel Batten Strength of Drums


The details regarding barrel batten strength test will be discussed and mutually agreed to by the
Contractor and Employer.

Tamakoshi V Hydroelectric Project Page VI-3T / 5-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

CHAPTER 6: EARTH WIRES

Table of Contents

6. EARTH WIRES ........................................................................................................................... 1


6.1 GALVANIZED STEEL EARTH WIRE ................................................................................................ 1
6.1.1 Details of Earth Wire .................................................................................................................. 1
6.1.2 Workmanship ............................................................................................................................. 1
6.1.3 Materials .................................................................................................................................... 2
6.1.4 Standard Length ........................................................................................................................ 2
6.1.5 Tests and Standards .................................................................................................................. 3
6.1.6 Transportation of Earth Wire ...................................................................................................... 5
6.1.7 Verification and Standards ......................................................................................................... 7
6.1.8 Tests on Earth wire .................................................................................................................... 8
6.2 OPTICAL EARTH (GROUND) WIRE (OPGW) ................................................................................. 9
6.2.1 Scope of Work ........................................................................................................................... 9
6.2.2 Codes and Standards .............................................................................................................. 11
6.2.3 Technical Requirements .......................................................................................................... 12
6.2.4 Installation ................................................................................................................................ 21
6.2.5 Tests ........................................................................................................................................ 21
6.2.6 Data and Documentation Requirements ................................................................................. 26

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6. EARTH WIRES

6.1 GALVANIZED STEEL EARTH WIRE

6.1.1 Details of Earth Wire


The galvanized steel earth wire shall generally conform to the specification of ACSR core wire as
mentioned in IS: 398 (Part-II)-1976 except where otherwise specified herein.

The details of the earth wire for 220 kV are tabulated below:

(a) Stranding and wire : 7/3.35 mm steel diameter

(b) Number of strands

- Steel core :1

- Outer steel layer :6

(c) Total sectional area : 73.65 sq. mm

(d) Overall diameter : 10.05 mm

(e) Approximate weight : 550 kg/km

(f) Calculated D.C. resistance : 2.5 Ohms/km at 20 deg. Centigrade

(g) Minimum ultimate tensile : 68.4 KN strength

(h) Direction of lay : Right hand outer layer

6.1.2 Workmanship
6.1.2.1 General
All steel strands shall be smooth, uniform and free from all imperfections, such as spills and splits,
die marks, scratches, abrasions and kinks after drawing and also after stranding.

The finished material shall have minimum brittleness as it will be subjected to appreciable vibration
while in use.

The steel strands shall be hot dip galvanized and shall have minimum, Zinc coating of 275 gm/m²
after stranding. The zinc coating shall be smooth, continuous, of uniform thickness, free form
imperfections and shall withstand three and half dips after stranding in standard Preece test. The
steel wire rod shall be of such quality and purity that, when drawn to the size of the strands specified
and coated with zinc, the finished strands shall be of uniform quality and have the same properties
and characteristics as prescribed in ASTM designation B498-M.

The steel strands shall be performed and post formed in order to prevent spreading of strands
while cutting of composite earth wire. Care shall be taken to avoid damage to galvanization during
preforming and post forming operation.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
To avoid susceptibility towards wet storage stains (white rust), the finished material shall be provided
with a protective coating of boiled linseed oil.

6.1.2.2 Joints in Wires


There shall be no joints of any kind in the finished steel wire strand entering into the
manufacture of the earth wire. There shall be no strand joints or strand splices in any length of the
completed stranded earth wire.

6.1.2.3 Tolerances
The manufacturing tolerance to the extent of the following limits only shall be permitted in the
diameter of the individual steel strands and lay length of the earth wire:

- for 7/3.35 mm size Earth wire:

Standard Maximum Minimum


Diameter 3.35 mm 3.43 mm 3.31 mm
Lay length 181 mm 198 mm 165 mm

6.1.3 Materials
(a) Steel

The steel wire strands shall be drawn from high carbon steel rods and shall conform to the following
requirements as to the chemical composition:

Element % Composition
Carbon Not more than 0.55
Manganese 0.4 to 0.9
Phosphorous Not more than 0.04
Sulphur Not more than 0.04
Silicon 0. 15 to 0.35

(b) Zinc

The zinc used for galvanizing shall be electrolytic High Grade Zinc of 99.95% purity. It shall conform
to and satisfy all the requirements of IS: 209.

6.1.4 Standard Length


The standard length of the earth wire shall be 2000 meters with maximum tolerance of 5%.

Random length will be accepted provided no length is less than 70% of standard length and the total
quantity of random lengths is not more than ten (10%) percent of the total quantity in each shipment.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6.1.5 Tests and Standards
6.1.5.1 Type Tests

Type Tests on Earth wire: The following tests shall be conducted once on a sample of earth wire.

(a) UTS test As per Sub-


(b) DC resistance test Clause 6.1.8

6.1.5.2 Acceptance Tests on Earth wire

(a) Visual and dimensional check on drum

(b) Visual check for joints scratches etc. and


lengths of earth wire
As per Sub-
(c) Dimensional check Clause
6.1.8
(d) Lay length check
(e) Galvanizing test
(f) Torsion test
(g) Elongation test
IS: 398 (Part-II)
(h) Wrap test
(i) DC resistance test
IS: 398 (Part-II)
(j) Breaking load test
(k) Chemical Analysis of steel As per Sub-
Clause
6.1.8
6.1.5.3 Routine Tests
Routine Tests on earth wire shall be:

(a) Check for correctness of stranding

(b) Check that there are no cuts, fins etc. on the strands.

(c) Check that drums are as per Specification.

6.1.5.4 Tests During Manufacture

(a) Chemical analysis of zinc used for


galvanizing As per Sub-
Clause 6.1.8
(b) Chemical analysis of steel

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6.1.5.5 Testing Expenses
All costs for testing shall be included in the quoted contract price on a EPC/Turnkey/Plant and
Design-Build basis, regardless of the number or types of tests specified in the Contract.

In case of failure in any type test the Contractor is either required to manufacture fresh sample lot
and repeat all the tests successfully once or repeat that particular type test three times successfully
on the sample selected from the already manufactured lot at his own expenses. In case fresh lot is
manufactured for testing then the lot already manufactured shall be rejected. The decision of the
Employer’s Representative in this regard shall be final and binding on Contractor.

The entire cost of testing for the acceptance and routine tests and tests during manufacture specified
herein shall be treated as included in the quoted contract price except for the expenses of the
Employer's Representative.

In case of failure in any type test, repeat type tests are required to be conducted, then all the
expenses for deputation of Employer' Representative shall be deducted from the contract price. Also
if on receipt of the Contract's notice of testing the Employer's Representative does not find ‘materials
and facilities’ to be ready for testing, the expenses incurred by the Employer’s Representative for
reputation shall be deducted from the contract price.

6.1.5.6 Additional Tests


The Employer’s Representative reserves the right of having at his own expenses any other test(s)
of reasonable nature carried out at Contractor’s premises, at site, or in any other place in
addition to the aforesaid type, acceptance and routine tests to satisfy himself that the
materials comply with the Specifications.

The Employer also reserves the right to conduct all the tests mentioned in this specification at his
own expense on the samples drawn from the site at Contractor’s premises or at any other test center.
In case of evidence of noncompliance, it shall be binding on the part of Contractor to prove the
compliance of the items to the technical specifications by repeat tests, or correction of deficiencies,
or replacement of defective item all without any extra cost to the Employer.

6.1.5.7 Sample Batch for Type Testing


The Contractor shall offer material for selection of samples for type testing only after approval of the
Quality Assurance Plan. The sample shall be manufactured strictly in accordance with the Quality
Assurance Plan approved by Employer’s Representative.

The Contractor shall offer at least three drums for selection of sample required for conducting all the
type tests.

The Contractor is required to carry out all the Acceptance tests successfully in presence of
Employer’s Representative before sample selection.

6.1.5.8 Test Reports


Copies of type test reports shall be furnished in at least six copies along with one original. One copy
will be returned duly certified by the Employer’s Representative only after which the commercial
production of the material shall start.

Record of routine test reports shall be maintained by the Contractor at his works for periodic
inspection by the Employer's Representative.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Test Certificates of tests during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and when desired by the Employer’s Representative.

6.1.5.9 Test Facilities


The following additional test facilities shall be available at the Contractor’s works:

(a) Calibration of various testing and measuring equipment including tensile testing machine,
resistance measurement facilities, burette, thermometer, barometer etc.

(b) Standard resistance for calibration of resistance bridges.

(c) Finished Earth wire shall be checked for length verification and surface finish on separate
rewinding machine at reduced speed (variable from 8 to 16 meters per minute). The
rewinding facilities shall have appropriate clutch system and free of vibrations, jerks etc., with
traverse laying facilities.

6.1.6 Transportation of Earth Wire


6.1.6.1 Packing
The Earth wire shall be supplied in non-returnable, strong, wooden drums and provided with lagging
of adequate strength, constructed to protect the Earth wire against all damage and displacement
during transit, storage and subsequent handling and stringing operations in the field.

The Contractor shall be responsible for any loss or / and damage during transportation Storage due
to improper packing. The drums shall generally conform to IS: 1778-1980: except as otherwise
specified hereinafter.

The drums shall be suitable for wheel mounting and for letting off the earth wire under a minimum
controlled tension of the order of 5 KN.

The general outline of the drum for Earth wire shall be as per annexed drawing. The Contractor
should submit their proposed drum drawings along with the bid. For Earth wire, two standard lengths
shall be wound on each drum.

For Earth wire, each strand shall be individually welded to prevent parting of two lengths at a tension
less than 15 kN. The two ends where the first length finishes and the second length starts, shall be
clearly marked with adhesive tape and no weld should be present outside these marks. The length
between the two marks shall be treated as scrap and will not be taken into account for measurement
purposes.

All wooden components shall be manufactured out of seasoned softwood free from defects that may
materially weaken the component parts of the drums. Preservative treatment shall be applied to the
entire drum with preservatives of a quality which is not harmful to the earth wire.

The flanges shall be of two ply construction with each ply at right angles to the adjacent ply and
nailed together. The nails shall be driven from the inside face flange, punched and then clenched on
the outer face. The thickness of each ply shall not vary by more than 3 mm from that indicated in
the figure. There shall be at least 3 nails per plank of ply with maximum nail spacing of 75 mm.
Where a slot is cut in the flange to receive the inner end of the earth wire the entrance shall be in
line with the periphery of the barrel.

The wooden battens used for making the barrel of the earth wire shall be of segmental type. These
shall be nailed to the barrel supports with at least two nails. The battens shall be closely butted and

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
shall provide a round barrel with smooth external surface. The edges of the battens shall be rounded
or chamfered to avoid damage to the earth wire.

Barrel studs shall be used for the construction of drums. The flanges shall be holed and the barrel
studs shaft be threaded over a length on either end, sufficient to accommodate washers,
spindle plates and nuts for fixing flanges at the required spacing.

Normally, the nuts on the studs shall stand protruded of the flanges. All the nails used on the inner
surface of the flanges and the drum barrel shall be counter sunk. The ends of barrel shall generally
be flushed with the top of the nuts.

The inner cheek of the flanges and drum barrel surface shall be painted with a bitumen based
paint.

Before reeling, cardboard or double corrugated or thick bituminous waterproof bamboo paper
shall be secured to the drum barrel and inside of flanges of the drum by means of a suitable
commercial adhesive material. After reeling the earth wire, the exposed surface of the outer layer of
earth wire shall be wrapped with water proof thick bituminous bamboo paper to preserve the earth
wire from dirt, grit and damage during transport and handling.

A minimum space of 50 mm for earth wire shall be provided between the inner surface of the external
protective lagging and outer layer of the earth wire.

Each batten shall be securely nailed across grains as far as possible to the flange, edges with at
least 2 nails per end. The length of the nails shall not be less than twice the thickness of the battens.
The nails shall not protrude above the general surface and shall not have exposed sharp edges or
allow the battens to be released due to corrosion.

The nuts on the barrel studs shall be tack welded on the one side in order to fully secure them. On
the second end, a spring washer shall be used.

Outside the protective lagging there shall be minimum of two binder consisting of hoop
iron/galvanized steel wire. Each protective lagging shall have two recesses to accommodate the
binders.

The earth wire ends shall be properly sealed and secured on the side of one of the flanges to avoid
loosening of the earth wire layers during transit and handling.

6.1.6.2 Marking
Each drum shall have the following information stencilled on it in indelible ink along with other
essential data

(a) Contract/Award letter number.

(b) Name and address of consignee.

(c) Manufacturer’s name and address.

(d) Drum number

(e) Size of earth wire

(f) Length of earth wire in meters

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(g) Gross weight of drum with earth wire & lagging

(h) Weight of empty drum with lagging

(i) Arrow marking for unwinding

(j) Position of the earth wire ends

(k) Distance between outer most layer of Earth wire and the inner surface of lagging

(l) Barrel diameter at three locations and an arrow marking at the location of measurement

6.1.7 Verification and Standards


6.1.7.1 Verification of Earth Wire Length
The Employer’s Representative reserves the right to verify the length of earth wire after unreeling at
least ten (10%) percent of the drums in a lot offered for inspection.

6.1.7.2 Standards
The earth wire shall conform to the following Indian/ International Standards, which shall mean latest
revisions, amendments/changes adopted and published, unless otherwise in the Specification.

In the event of the supply of earth wire conforming to standards other than specified, the Contractor
shall confirm in his tender that these standards are equivalent to those specified. In case of award
salient features of comparison between the standards proposed by the Contractor and those
specified in these documents will be provided by the Contractor to establish their equivalence

Indian International
Standards Title
Standards
IS: 209-1992 Specification for Zinc BS: 3436-1986
IS: 398-1990 Specification for Aluminium IEC: 1089-1991
Conductors for Overhead- BS: 215-1970
Transmission Purposes
IS: 398-1998 Aluminium Conductor Galvanised Steel BS-215-1970
Part-II Reinforced IEC: 1089-1991
IS: 398-1996 Aluminium Alloy stranded conductor BS- 3242-1970
Part-IV IEC: 1089-1991
ASTM-8399 M86
IS: 398-1992 Aluminium conductor IEC:1089-1991
Part-V Galvanised Steel- BS: 215-1970
Reinforced for-
Extra High Voltage (400 KV) and
above
IS: 1778-1997 Reels and Drums for Bare Conductors BS: 1559-1949
IS: 1521-1991 Method of Tensile Testing of Steel ISO: 6892-1984
Wire
IS: 2629-1997 Recommended Practice for Hot Dip
Galvanising of Iron and Steel

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Indian International
Standards Title
Standards
IS: 2633-1990 Method of Testing Uniformity of
Coating on Zinc Coated Articles
IS: 4826-1991 Galvanized coating on Round Steel IEC 888-1987
Wires BS: 443-1969
IS: 6745-1991 Methods of Determination of Weight of BS: 433-1969
Zinc Coating of ISO: 1460-1973
Zinc Coated Iron and Steel Articles
IS: 8263- Method of Radio Interference Tests on 1EC: 437-1973
1983 High Voltage Insulator NEMA: 107-1964
CISPR
IS: 9997-1991 Aluminium Alloy Redraw Rods IEC: 104-1987
Zinc Coated steel wires for stranded IEC: 888-1987
Conductors
Hard drawn aluminium wire for IEC: 889-1987
overhead line conductors
IS: 5714 Method of measurement of resistivity of
metallic materials
IS: 12776 Specification for galvanized strand for
earthing

6.1.8 Tests on Earth wire


6.1.8.1 UTS Test
Circles perpendicular to the axis of the earth wire shall be marked at two places on a sample of earth
wire of minimum 5 m length suitably compressed with dead end clamps at either end. The load shall
be increased at a steady rate up to 50% of UTS and held for one minute. The circles drawn shall not
be distorted due to relative movement of strands. Thereafter the load shall be increased at steady
rate to 100% of UTS and held for one minute. The earth wire sample shall not fail during this period.
The applied load shall then be increased until the failing load is reached and the value recorded.

6.1.8.2 DC Resistance Test


Earth wire sample of minimum 5m length shall be fixed with a predetermined bolt torque using two
contact clamps.

The resistance is measured using a Kelvin double bridge/digital micro meter by placing the clamps
initially at zero meter and subsequently one meter apart. The test shall be repeated at least five
times and the average value be recorded. The value obtained shall be corrected to the value at
20oC. The resistance corrected at 20°C shall conform to the requirements of this Specification.

6.1.8.3 Chemical Analysis of Zinc


Samples taken from the zinc ingots shall be chemically/ spectrographically analyzed. The same
shall be in conformity to the requirements stated in the Specification.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6.1.8.4 Chemical Analysis of Steel
Samples taken from the steel ingots/coils/strands shall be chemically /spectrographically analyzed.
The same shall be in conformity to the requirements stated in this Specification.

6.1.8.5 Visual and Dimensional Check on Drums and Barrel Strength Test
The drums shall be visually and dimensionally checked to ensure that they conform to the
requirements of this Specification. The details regarding barrel strength test will be discussed and
mutually agreed to by Contractor and Employer’s Representative in the quality assurance
programme.

6.1.8.6 Visual Check for Joints, Scratches etc. and Length of Earth Wire
Ten percent drums from each lot shall be rewound in the presence of the Employer’s Representative.
The Employer’s Representative shall visually check for scratches, joints etc. and see that the earth
wire generally conforms to the requirements of this Specification. The length of earth wire wound
on the drum shall be measured with the help of counter meter during rewinding.

6.1.8.7 Dimensional Check


The individual strands shall be dimensionally checked to ensure that they conform to the requirement
of this Specification.

6.1.8.8 Lay Length Check


The lay length shall be checked to ensure that it conforms to the requirements of this specification.

6.1.8.9 Galvanizing Test


The test procedure shall be as specified in IS: 4826-1979. The material shall conform to the
requirements of this Specification. The adherence of zinc shall be checked by wrapping around a
mandrel four times the diameter of steel wire.

6.1.8.10 Torsion Test


The minimum number of twists which a single steel strand shall withstand during torsion test shall
be eighteen for a length equal to 100 times the standard diameter of the strand. In case test sample
length is less or more than 100 times the stranded diameter of the strand the minimum number of
twists will be proportioned to the length and if number comes in the fraction then it will be rounded
off to next higher whole number.

6.2 OPTICAL EARTH (GROUND) WIRE (OPGW)

6.2.1 Scope of Work


6.2.1.1 General
This specification covers the technical and associated requirements for Composite Overhead Earth
(Ground) Wires with Optical Fibers (OPGW) and their accessories, attachments, splice materials
and splice installation tools, for the use on overhead transmission lines rated 110 KV and above.

It is neither the intent to specify all technical requirements nor to set forth those requirements
adequately covered by applicable codes and standards. The Contractor shall furnish high quality
materials meeting the requirements of this specification and applicable industry standards.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The Contractor shall bear the full responsibility that the OPGW have been designed and
manufactured in accordance with all standards and applicable regulations and perform under the
condition and to the standards specified herein.

No deviations shall be made from this specification and standards unless waived or modified in
writing by the Employer’s Representative. The Contractor shall obtain from its sub-contractor a
statement in to compliance this specification without exception and/or if there are any exceptions,
these shall be described in detail and included in the Contractor’s Tender. The Contractor shall add
a statement that no other exceptions are taken to this specification.

6.2.1.2 Works to be provided by the Contractor


The Contractor shall provide the equipment, accessories and services specified in the Contract.

6.2.1.3 Properties of Cables


The recommended optical earth/ground wire should comply with the physical properties given in the
table below.

Optical Earth Wire Properties

Specification Earth wire


Tension Wires ACS (Aluminium Clad Steel):
Suspension optical fiber wires Aluminium tubes, stainless steel or slotted core
Minimum static bend diameter: 350 mm
Minimum Ultimate strength, Ref. UTS ACS Conventional ground wire
reference:
Minimum delivery length per 4.0 km
drum:

Specification Earth wire


Normal temperature range: 0 – 45°C
Maximum temperature < 1.0 180 o C
second:

The Fiber Cable should comply with the physical properties in the following table.

Optical Fiber properties

Specification Earth
Fiber type wire
Stand. single mode (ITU-T G.652)
Coating diameter 245 ±10 µm
Coating concentricity error < 12.5 µm
Coating non-circularity <6%
Finished cable attenuation < 0.40 dB/km at 1310 nm
< 0.23 dB/km at 1550 nm
Minimum number of fibers 24
Normal temperature range 0 - 45oC

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Maximum temperature < 1.0 sec. 160oC
Lifetime expected 40 years

6.2.2 Codes and Standards


6.2.2.1 General
The OPGW furnished shall be in accordance with, but not limited to, the latest issues of the following
applicable standards and recommendations, including all addenda, in effect at time of purchase
order unless otherwise stated in this specification.

IEC - International Electro Technical Commission Publications

60104 Aluminium-Magnesium-Silicon Alloy Wire for Overhead Line Conductors


60888 Zinc-Coated Steel Wires for Stranded Conductors
60889 Hard-Drawn Aluminium Wire for Overhead Lines
61089 Round Wire Concentric Laid Overhead Electrical Stranded Conductors
61232 Aluminium-clad steel wires for electrical purposes
61395 Overhead electrical conductors - Creep test procedures for stranded conductors
62219 Overhead electrical conductors - Formed wire, concentric lay, stranded
conductors
61284 Overhead lines - Requirements and tests for fittings
60304 Standard Colors for Identification and Coding
60793 Optical Fibers. Measurement methods and test procedures
60794 Optical Fiber Cables. Specifications

ITU - International Telecommunication Union

G.650 Definitions and test methods


G.652 Characteristics of single-mode optical fiber and cable

ISO - International Standards Organization

Quality System Model for Quality Assurance in Design/ Development,


9001
Manufacture and Testing
Quality System Model for Quality Assurance in Production, Installation and
9002
Servicing

These codes and standards set forth minimum requirements which may be exceeded by the
Contractor if, in the Contractor's judgment and Employer’s Representative's acceptance, superior or
more economic designs or materials are available for successful and continuous operation of the
Contractor's materials as required by this specification.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
In addition to the applicable standards, the Contractor shall comply with applicable national and local
laws, codes, regulations, statutes and ordinances.

The materials and services furnished shall comply with and not prevent compliance with all
applicable standards of the local codes.

It is the intent of this specification to allow supply of optical earth wires according to
International Standards (IEC, ISO, etc.). If the Contractor customarily produces the specified optical
earth wires of national standards other than mentioned, the Contractor shall describe the
equivalences and/or differences of such standards with his Tender. For any such standards, which
are not written in the English language, the Contractor shall make available copies of an English
translation thereof. In any event, the Contractor shall list all those standards he proposes to use in
the supply of the specified optical earth wire.

In the event of any apparent conflict among standards or theses specifications, the Contractor shall
refer the conflict to the Employer’s Representative for written resolution.

6.2.3 Technical Requirements


6.2.3.1 Description of Services
The composite fiber optic overhead ground wire covered by this specification shall be made up of
buffered flexible glass optical telecommunications fibers contained in a protective central fiber optic
unit surrounded by concentric-lay stranded metallic wires either in single or multiple layers as
required in the Contract. It has a dual purpose of providing the electrical and physical characteristics
of conventional overhead ground wire and the optical transmission properties of optical fiber. The
supply of OPGW shall include all the required cable accessories, hardware and components
necessary for proper installation and operation of the OPGW.

6.2.3.2 Design Requirements


General

The OPGW cable construction shall comply with the requirements set forth in the relevant IEC
publications.

The OPGW shall meet both the construction and performance requirements such that the ground
wire function, the optical fiber integrity and optical transmission characteristics are suitable for
intended purpose.

The cable shall consist of multiple optical fiber units. There shall be no factory splices within the
cable structure of a continuous cable length.

The OPGW shall withstand lightning, short circuit currents, induced currents and voltages from the
power conductors, and expected abnormal external conditions, as well as normal service conditions,
without impairment to the optical signal transmission or degradation of the optical fiber specification
for the lifetime of the project.

The complete OPGW shall have a design lifetime of at least 40 years of service.

The OPGW shall be grounded at each tower through jumper assemblies and approved clamps to
be used for connections.

The Contractor shall provide a written guarantee that the proposed OPGW to be supplied shall be
able to carry the specified fault current and its specified duration without causing annealing,

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
deformation degradation or damage to the stress carrying steel strands, the aluminium protective
coating, the aluminium-alloy wires if any, the central fiber optic unit encasing the optical fiber and
the supporting and guiding assembly (and any inserts and filling compounds used) and the optical
fibers.

Basic Construction

(a) General

The cable construction shall conform to the applicable requirements of this specification as well as
applicable clauses of IEC 1089 related to stranded conductors.

The basic construction shall have bare concentric-lay stranded metallic wires with the outer layer
having left-hand lay unless otherwise specified. The stranded wires may be of multiple layers with a
combination of various metallic wires within each layer. The direction of lay shall be reversed in
successive layers with the direction of the external layer being left hand.

The overhead ground wire shall be so stranded that when the complete OPGW is cut, the individual
wires can be readily regrouped and then held in place by one hand. For multilayer wires, the wires
in each layer shall be evenly and closely stranded around the underlying wire(s). The tension in
individual wires in a layer shall be sufficient to hold each wire firmly in place with only enough strand
separation to prevent crowding at the time of stranding and during installation.

The completed cable shall be uniformly cylindrical and shall withstand all handling during
manufacture, shipping and installation without being deformed from its cylindrical form in such a way
as to cause detrimental forces and stresses and/or damage to the encased optical fibers.

The make-up and lay of wires shall be such as to produce a cable essentially free from a tendency
to untwist or spring apart when cut.

The completed composite overhead ground wires with optical fiber (OPGW) shall be smooth, free
from nick, burrs, aluminium, zinc or steel particles, dirt and excessive die grease. The wire shall be
absolutely free of copper dust and copper particles.

The finished wires shall contain no joints or splices unless otherwise approved by the Employer’s
Representative.

(b) Breaking Strength

The rated breaking strength of the completed OPGW shall be taken as no more than 90% of the
sum of the rated breaking strengths of the individual wires, calculated from their nominal diameter
and the specified minimum tensile strength.

The rated breaking strength shall not include the strength of the optical unit. The fiber optic unit shall
not be considered a load bearing tension member when determining the total rated breaking strength
of the OPGW.

Central Fiber Optic Unit

(a) General

The central fiber optic unit shall be designed to house and protect multiple buffered optical fiber units
from damage due to forces such as crushing, bending, twisting, tensile stress, moisture and water
ingress. The central fiber optic unit and the outer stranded metallic conductors shall serve together

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
as an integral unit to protect the optical fibers from degradation due to vibration and galloping, wind
loading, wide temperature variations, lightning and fault current, as well as environmental effects,
which may produce hydrogen.

The optical fibers should be an aluminium tube, channeled aluminium rod or a stainless-steel tube.

For an aluminium and/or stainless steel tube, it may be fabricated as a seamless extruded tube,
seam welded or a tube without a welded seam.

For an aluminium rod, it may be fabricated with one or more channels or grooves and formed into a
helix to house the optical fibers. An outer protective shield may be applied around the rod such as
an aluminium tube or a helically applied overlapping aluminium tape to provide an additional
mechanical and environmental barrier.

(b) Filling Compound

The interstices of the fiber optic unit and cable shall be filled with a suitable compound to prohibit
any moisture ingress from outside or any water longitudinal migration along the fiber optic unit or
along the fiber optic cable. The water tightness of the cable shall meet or exceed the test
performance criteria as per IEC 60794. The filling compound to be used shall be compatible with all
the components it may come in contact with and shall absorb and/or inhibit generation of hydrogen
within the cable.

The filling compound shall not affect the colour of the primary or secondary coating, or encapsulates
commonly used in splice enclosures, shall be easily removed from the secondary coating with a non-
toxic cleaning solvent. The filling compound used shall be non-toxic homogenous waterproofing gel
that is free of dirt and foreign matter, non-hygroscopic, electrically non-conductive, non-nutritive to
fungus, free from all smell and shall not affect human skin.

The filling compound shall remain stable for ambient temperatures between –20°C and +80°C
and shall not drip, flow or leak with age or at high temperature during short duration lightning strikes
and short circuit currents.

(c) Central Structural Member(s)

Structural member(s), if necessary may be used to limit the stress on the fibers inside the central
fiber optical unit.

Optical Fiber

(a) Fiber Core and Cladding

The fibers shall comply with the geometrical data given in the Contract. Generally, single-mode
fibers, dispersion-unshifted and multi-mode fibers with 50/125 µm and 62.5/125 µm core/clad
diameters are considered in this specification.

The core and the cladding shall consist of all glass, which is predominantly silica (SiO2). Factory
splicing of fiber is not allowed.

The Contractor shall present a graph showing the typical reflective index profile of the fiber. The
Contractor shall also present a tension test and give the stress corrosion factor value and typical plot
of variables over tension and probability for break.

(b) Primary Coating

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The bare fiber shall be primary coated with UV-cured acrylic material for protection from abrasion
during subsequent handling or manufacturing.

The primary coated fibers shall be proof tested for a time longer than 1.0 s with a strain of minimum
1.0 %. The Contractor shall state the applied strain force.

Buffer Construction

A buffer for protection from physical damage shall surround the individually coated fibers during
fabrication, installation and performance of the OPGW. Depending on the requirement
specified in the Contract, the buffer construction that may be used to isolate the fibers, can either be
a loose buffer or a tight buffer construction.

For loose buffer construction, it shall consist of a tube that surrounds each fiber or fiber group, such
that the inner diameter of the tube is greater than the outside diameter of the fiber or fiber group.
The interstices inside and outside the tube may be filled with a filling compound.

The tight buffer construction shall consist of suitable materials that come in contact with the coated
fiber.

Marking of Fibers

The Contractor shall give information about:

- Number of tubes

- Number of fibers in each tube

- Colour codes

The colour shall have good-fast property and shall comply with the colours specified in IEC 60304.
The colour coding method shall be submitted to the Employer’s Representative for approval.

The original colour coding system shall be visible or discernible throughout the design life of the
OPGW.

Colouring utilized for colour coding optical fibers shall be integrated into the fiber coating and shall
be homogenous. The colour shall not bleed from one fiber to another and shall not fade during fiber
preparation for termination or splicing. The optical fiber colour code to be used shall be as stated in
the Contract.

Maximum Working Tension and Ultimate Tensile Strength

Maximum working tension (MWT) shall be calculated for maximum allowable sag of 2% on nominal
span lengths and under the wind conditions specified in the Contract.

Ultimate Tensile Strength (UTS) of the optical fiber cable shall be designed to exceed 2.5 times the
maximum working tension.

Associated Hardware and Fittings

Splice Box

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The fiber optic cable (OPGW) shall be joined in splice boxes located on the tower legs or pole body
at the locations where the OPGW is dead ended. The fiber optic leads shall be brought down and
up the towers/poles on the inside of the tower legs supporting the splice box.

The splice box shall be of the corrosion resistant metallic material and watertight. The box shall be
able to contain trays for the required number of fibers. The splice box shall be equipped with locker
and shall be designed for direct mounting to the tower.

The splice box shall include the mounting hardware, optical fiber splice kits, OPGW and/or cable
entry seals and all accessories for a permanent optical joint.

Splice boxes for transmission line towers/poles shall be designed for connection of two optical fiber
ground wires. Splicing boxes for the gantry towers of the substation shall be designed for connection
of one optical fiber ground wire and one optical fiber feeder cable.

The OPGW leads shall be attached to the tower/pole at 1.0 m interval by double groove aluminium
alloy clamps specifically designed to accommodate the diameter of the composite fiber optical
ground wire.

The splice box shall be installed on the towers/poles at a height of approximately 5 meters (min.)
from the ground. The OPGW leads shall be laid in a loop at the tower/pole side. The length of the
OPGW leads shall be such that the splicing can be made on the ground 10 meters from the
tower/pole.

The splicing shall be made by fusion welding. The attenuation in any single splice shall be less than
0.20 dB at 1550 nm with an average value of maximum 0.15 dB and at 1310 nm less than 0.25 dB
and 0.20 dB, respectively.

The Contractor shall submit with the bid complete information regarding the splice boxes and the
method and equipment to be used for mounting, splicing and testing.

Dead End Clamp Assembly

The Contractor shall furnish a complete assembly to dead end the OPGW to the transmission dead
end and terminal structures consisting of an approved dead end clamp, the necessary hardware
components to link the dead end clamp to the supporting structure and the jumper assembly to bond
and ground the OPGW to the structure.

Dead end clamps shall be of the type specified in the Contract and shall be of such design and
material capable of developing after installation a minimum of 95% of the rated breaking strength
of the OPGW and shall not permit slippage of the shield wire in the gripping section.

The dead end clamps shall be capable of carrying the maximum current for which the OPGW is
designed without causing overheating or loss of mechanical strength.

Dead end clamps shall allow the OPGW to be continuous through the clamp without cutting and
splicing.

The hardware linkage to connect the dead end clamp to the supporting structure shall be galvanized
steel with stainless steel center bolt with nut, stainless steel cotter key and galvanized steel
connecting plate.

The grounding jumper assembly shall be provided with a tight-fit aluminium alloy parallel groove
bolted clamp for the OPGW end and one-bolt galvanized steel clamp for the structure end.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Suspension Clamp Assembly

Contractor shall furnish a complete assembly to support the OPGW at the transmission suspension
structures consisting of an approved suspension clamp, armour rod set, the necessary hardware
components to link the suspension clamp to the supporting structure and the jumper assembly to
bond and ground the OPGW to the structure.

Suspension clamp shall be free-center bolted type and shall be provided with aluminium alloy armour
rod for mechanical protection of the OPGW. The body and keeper of the suspension clamp shall be
made of aluminium alloy, the center bolted pin and cotter key shall be of stainless steel and the U-
bolts shall be either galvanized steel or stainless steel.

The hardware linkage to connect the suspension clamp to the supporting structure shall be
galvanized steel with stainless steel bolted pins and nuts provide with stainless steel cotter keys.

The grounding jumper assembly shall be provided with a tight-fit aluminium alloy parallel groove
bolted clamp for the OPGW end and one-bolt galvanized steel clamp for the structure end.

Damping System

The Contractor shall recommend the type, number and location of dampers for vibration control of
the OPGW, based on the prevailing wind velocity, wire tension and low average temperature data.
The recommendation together with supporting calculations shall be submitted by the Contractor for
Employer’s Representative’s review and approval.

Aeolian vibration dampers shall be of the Stockbridge type of high efficiency damping characteristics
extending to the range of frequencies that may produce wire strand and central core tubing fatigue
damage.

Dampers shall be of such design and construction that when installed and working within the OPGW
design loads and operating environment, they will not become loose, twisted or cause abrasion
and/or fatigue to the strands at the clamping area. Damper clamps shall be provided with torque-
control bolts of the breakaway type.

6.2.3.3 Materials and Workmanship


The materials shall conform to the applicable Standards, of recent manufacture and unused.
Workmanship shall conform to industry standards and good practices.

6.2.3.4 Stress-Strain and Creep Data


Contractor shall supply Stress-Strain data for the specified cable(s) as stated in the Contract. The
data shall be in the form of coefficients and, additionally, in the form of stress - strain curves.
Contractor's stress-strain and creep data shall be obtained from stress-strain tests on the cable(s)
produced under this contract, if so required.

Stress-strain tests shall be performed according to IEC 61089 or Employer’s Representative


approved equivalent.

If no stress-strain test is required in the Contract, Contractor shall provide the stress- strain data
based on his own new tests, or based on previous tests on a cable identical to the specified or based

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
on a cable constituted of the same materials and number of strands as specified, approximately the
same lay (in function of cable outer diameter).

6.2.3.5 Sag /Tension Data


The Contractor shall furnish the initial and final Sag Tension Charts and data for the specified OPGW
based on the Stress-Strain and Creep test conducted under this specification. Calculations shall be
submitted to the Employer’s Representative for approval.

The OPGW sag shall not exceed 80 percent (theoretically calculated sag) of the final sag of the
conductor at the no wind loading condition. In addition, if a companion standard overhead earth wire
is installed in the same tower, the sags of both the optical ground wire and standard overhead earth
wire shall match the same no wind final condition, within one (1) wire diameter tolerance.

6.2.3.6 Tools
The Contractor shall furnish a list of special tools aside from those mentioned in the Contract,
identifying the function of each tools and the specific items for which it is used.

Contractor shall also provide instruction for the proper operation, maintenance and calibration of all
tools furnished, including instruction for proper storage.

If come along clamps are required in the installation, Contractor shall supply such tools and its
pertinent information. If, in the opinion of the Contractor, the specified come along clamps are not
adequate to properly hold the specified cable(s), Contractor shall offer the appropriate come along
clamps. Contractor shall provide instruction for the proper use, maintenance and storage of the come
along.

6.2.3.7 OPGW Reels


The OPGW cables shall be supplied on reels as specified. If returnable metal reels are specified,
they will be returned to the Contractor on or before a time period elapsed as indicated, after the
cables are received at the contract- designated destination.

The OPGW shall be packed for export and the reels shall be sturdy enough to withstand rough, but
normal and customary, handling during loading, transport, unloading, field deployment and
installation. The inside surfaces of the drum and flanges shall be smooth and without protrusions so
that the conductor is not damaged during winding and unwinding. The OPGW shall be protected by
plastic or other suitable material against dust and sprays (particularly salt spray). Steel-banded
lagging is required on the outside of wooden flanges and between the flange I-beams of metal reels.

Reels shall be marked with arrows showing the direction in which the reel should be rolled and in
which the outer end of the wire points.

6.2.3.8 Preparation for Shipping and Storage


(a) General

The Contractor shall prepare the OPGW, splicing material and special installation tools for shipment
to protect them from damage during shipment, inland transport and subsequent storage not
exceeding one year, unless otherwise specified.

The storage of the OPGW will be in an environment similar to the installed location. The splicing
materials and tools shall be stored in a warehouse or similar location.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The Contractor shall provide, at Employer’s Representative’s request, the Contractor’s
recommended instructions for long-term storage.

(b) Packing and marking of splicing materials and tools

Splicing materials and tool shall be packed in individual boxes. Individual boxes may be shipped in
larger shipping units such as containers or pallets. For shipping limitations, length, width, weight,
etc.

Such shipping units shall be plainly marked by stencil or with a firmly fastened metal tag with the
following information as a minimum:

- Name of the Employer

- Name of the Contractor

- Name of the Project

- Project/order number

- Destination

- Name of Supplier

- Case Number

- Shipping Unit (e.g., 1 of 3, etc.)

- Dimensions

- Handling instructions

- Gross weight (kg)

- Net weight (kg)

- Tare weight (kg)

(c) Marking of OPGW reels

Reel numbers shall be painted in clear and legible manner in two locations on the outside of each
flange and on two opposite locations on the lagging.

Each reel shall be tagged with two shipping tags. One tag shall be attached to the outside of one of
the reel flanges and the second tag shall be attached to the inside of the reel flange. Tags shall be
weather resistant metal tag containing the following information as a minimum:

- Name of the Employer

- Name of the Contractor

- Name of the Project

- Project/order number

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Destination

- Name of Supplier

- Case Number

- Shipping Unit (e.g., 1 of 3, etc.)

- Reel No.

- Dimensions

- Handling instructions

- OPGW length on reel (m)

- Gross weight (kg)

- Net weight (kg)

- Tare weight (kg)

The tags should clearly indicate OPGW in the description.

The outer end of the OPGW shall be fastened to the inner surface of the reel flange a minimum of
25 mm below the wood lagging. The cable end shall be securely fastened to prevent the cable from
becoming loose during shipment. A minimum of 4 m of the inner end of the OPGW shall be
accessible for connection to optical measuring equipment without removing wood lagging or outer
layer of protection. This length of cable shall be securely fastened and protected during shipment.

A seal shall be applied to each end of the OPGW to prevent the entrance of moisture into the optical
fibers or the escape of filling compound during shipment and storage. Two extra seals shall be
shipped with each reel and should be accessible without removing lagging.

Each reel shall be marked on the outside flange to indicate the direction the reel should be rolled
during shipment in order to prevent loosening of the cable on the reel.

The Contractor shall furnish at the time of shipment, a certified record of final quality control
measured values for each fiber on each reel. This certification shall be attached to the outside flange
of the reel in a weatherproof package.

6.2.3.9 Quality Assurance Requirements


The Contractor shall have methods to assure that items and services, including
subcontracted items and services, comply with this specification. The provisions of the Contract
shall apply.

6.2.3.10 Other Technical Requirements for OPGW


Other requirements and features for the optical ground wire, if required by the Employer’s
Representative are stated in the Contract.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6.2.4 Installation
Installation will be by the Contractor as specified in the Contract and monitored by Employer’s
Representative.

When the installation is by the Contractor such as for turnkey contracts, complete details of
installation and stringing methods, proper handling and storage, stringing methods and performance
records, etc. shall be furnished for Employer’s Representative’s review and approval.

6.2.5 Tests
6.2.5.1 General
The OPGW and its accessories shall comply with test criteria, and Employer’s Representative
acceptance of the OPGW and its accessories shall not relieve the Contractor of his
responsibility for meeting all the requirements of this specification. All routine tests required herein
should be witnessed by the Employer’s Representative or his authorized representative unless
waived in writing and no OPGW shall be shipped until released for shipment by the Employer’s
Representative or his authorized representative.

The test equipment, test methods, measurements and computation shall be in accordance with the
latest applicable requirements of the IEC Publications in cases where otherwise set forth and shall
be subject to the approval of the Employer’s Representative.

6.2.5.2 Cable Tests


Design Tests

The OPGW shall be subjected to the design (or Type) tests in accordance with the Test Methods
mentioned in the IEC publications. However, design tests may be waived at the option of the
Employer’s Representative if the OPGW of identical design has been previously tested to
demonstrate the capability of the manufacturer to furnish cable with the desired performance
characteristics. As a minimum, the following tests shall be performed on the cables:

(a) Water ingress test

No water shall leak through the open end of the 1 m sample. If the first sample fails, one additional
1 m sample, taken from a section of cable adjacent to the first sample shall be tested for acceptance.

(b) Seepage of flooding compound

The seepage of flooding compound tests shall be done in accordance with the IEC test specification.

The filling and flooding compound shall not flow (drip or leak) at 65°C.

(c) Short circuit test

An increase in measured optical attenuation greater than 1.0 dB/test fiber km at 1550 nm for single-
mode fibers and at 1300 nm for multimode fibers shall constitute failure. Bird caging or breaking of
the wire strands shall also constitute failure.

Dissection of the cable following the test should show no distortion of any component of the cable,
including the optical fibers, buffer tubes, and any aluminium or other components. Distortion of any
kind that can be attributed to the test other than test set up procedures or hardware shall constitute
failure.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(d) Aeolian vibration test

Any significant damage to any component of the cable, or permanent or temporary increase in optical
attenuation greater than 1.0 dB/test fiber km at 1550 nm for single-mode fibers and at 1300 nm for
multimode fibers shall constitute failure.

(e) Galloping test

Any significant damage to any component of the cable, or permanent or temporary increase in optical
attenuation greater than 1.0 dB/test fiber km at 1550 nm for single-mode fibers and at 1300 nm for
multimode fibers shall constitute failure.

(f) Sheave test

Any significant damage to the OPGW cable or central fiber optic unit at any points above deformation
limits of 0.50 mm shall constitute failure. A permanent increase in optical attenuation greater than
1.0 dB/test fiber km at 1550 nm for single-mode fibers and at 1330 nm for multimode fibers shall
constitute failure.

(g) Crush and impact test

This test shall be carried out in accordance with the IEC test specification.

A permanent or temporary increase in optical attenuation value greater than 0.1 dB change in sample
at 1550 nm for single-mode fibers and at 1300 nm for multimode fibers shall constitute failure. The
Contractor shall state the maximum crush strength.

(h) Creep test

This test shall be done in accordance with IEC test specifications.

(i) Fiber strain test

This test shall be carried out in accordance with IEC test specifications. Fiber breakage during the
test shall constitute a failure.

(j) Strain margin test

Strain margin is defined as the amount of stress a cable can sustain without strain on the fiber. A
permanent or temporary increase in optical attenuation greater than 1.0 dB/test fiber km at 1550 nm
for single-mode fibers and at 1300 nm for multimode fibers up to the strain margin shall constitute
failure.

(k) Stress-strain test

Any visual damage to the OPGW strands or permanent or temporary increase in optical attenuation
greater than 0.2 dB/test fiber km at 1550 nm for single-mode fibers and 0.5 dB/test fiber km at 1300
nm for multimode fibers shall constitute failure.

(l) Cable cut-off wavelength (single-mode fiber)

The cut-off wavelength, lcc of the cabled fiber shall be less than 1250 nm.

(m) Temperature cycling

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The Contractor shall prove that the cable operates according to the specification and shall maintain
its mechanical and optical integrity when exposed to the following temperature extremes: -40°C to
+85°C.

The change in attenuation between extreme operational temperatures for single-mode fibers shall
not be greater than 0.2 dB/km. For unshifted single-mode fibers, the attenuation change
measurements shall be made at 1310 nm and 1550 nm. For dispersion-shifted single-mode fibers,
the measurements shall be at 1550 nm. For multimode fibers, the change shall not be greater than
0.5 dB/km. The multimode fiber measurement shall be made at 850 nm and 1300 nm.

The result shall be presented in a diagram showing attenuation versus temperature for all fibers in
the cable, individually for both 1300 and 1550 nm. The Contractor shall state the number of cycles,
different temperatures and time before measurement at a temperature.

Routine Tests

Routine tests shall be performed on a sampling basis such that each reel will meet the criteria stated
below. The following routine tests, but not limited to these shall be performed on the cable:

(a) Mechanical and electrical test (wire before stranding)

Tests for the mechanical and electrical properties of the wires shall be made before the stranding.
This shall include determination of:

- Tensile

- Elongation

- Diameter

- Resistance

- Thickness of aluminium (applicable to aluminium clad steel wire)

- Twist test (applicable to aluminium clad steel wire)

- Bending test (applicable to aluminium alloy 6201-T81 wire)

(b) Mechanical and electrical tests on central fiber optic unit and spacers

This shall include determination of:

- Tensile strength

- Resistance

- Elongation

(c) Tests on complete OPGW

Tensile/elongation tests to determine the stress on cable (daN), strain on the cable (mm), attenuation
on looped fibers (dB) at 1550 nm, elongation on fiber (5) by phase shift method, and eventual
slippage at dead end clamp shall be performed in the completed OPGW. For the breaking strength
of the complete OPGW, it shall not be less than the specified rated breaking strength of the OPGW.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6.2.5.3 Fiber Tests
Design Tests

The following design tests but not limited to these shall be performed on the optical fiber:

(a) Attenuation variation with wavelength

The measurement shall be made in accordance with ITU recommendations.

For unshifted single-mode fibers, the attenuation coefficient for wavelengths between 1285 nm and
1330 nm measured in a cable delivery length shall not exceed the attenuation coefficient at 1310 nm
by more than 0.1 dB/km.

The attenuation coefficient, in wavelength interval 1530-1570 nm measured in a cable delivery


length, shall be max.. 0.22 dB/km as a mean value of all fibers and shall not exceed the maximum
limit of 0.25 dB/km for one individual fiber.

The Contractor shall provide graphs showing the typical spectral variation of the attenuation.

(b) Attenuation at the water peak

The measurement shall be made using the same procedures as item a. above.

For unshifted single-mode fibers, the attenuation coefficient at the water peak found within 1383 nm
+ 3 nm shall not exceed 3 dB/km.

For multimode fibers, the attenuation coefficient at 1380 nm shall not exceed the attenuation
coefficient at the 1300 nm wavelength by more than 3 dB/km.

(c) Attenuation with bending

The Contractor shall give the specification of how the test will be performed i.e. the weight of the
load, cylinder diameter (bending radius), and the number of bends.

(d) Temperature cycling

The Contractor shall prove that the optical fibers operate according to the specification and shall
maintain its mechanical and optical integrity when exposed to the following temperature extremes: -
55°C to +85°C.

The result shall be presented in a diagram showing attenuation versus temperature for all fibers in
the cable, individually for both 1300 and 1550 nm. The Contractor shall state the number of cycles,
different temperatures and time before measurement at a temperature.

Routine Tests

(a) Optical Requirements

(i) Attenuation Requirements:

The following measurements, if required in the Contract shall be performed on all fibers:

(A) multimode fiber attenuation coefficient at: (1) 850 nm

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(2) 1310 nm

(B) unshifted single-mode fiber attenuation coefficient at: (1) 1310 nm

(2) 1550 nm

(C) dispersion-shifted attenuation coefficient at 1550 nm

The attenuation coefficient for multimode fiber and unshifted single-mode fiber shall be
specified on the basis of the maximum individual fiber attenuation coefficient in the cable.

(ii) Attenuation Uniformity:

The attenuation of the fiber shall be distributed uniformly throughout its length such that there
are no point discontinuities in excess of 0.1 dB for single mode fiber and 0.2 dB for multimode
fiber at any design wavelength.

(iii) Chromatic Dispersion (Single-mode fiber):

Dispersion measurements shall be made in accordance with IEC publications.

(iv) Multimode fiber bandwidth:

Multimode fiber measurements shall be made in accordance with IEC test specifications.

(v) Mode field diameter (single-mode fiber):

Mode field diameter measurements shall be done in accordance with IEC test specification.

(b) Geometrical Requirements

(i) Multimode optical fibers

(A) Core Diameter: The permissible deviation from the nominal value for all designs (50
mm or 62.5 mm) shall be < 3 mm.

(B) Core non-circularity: Core non-circularity measurements shall be carried out.

(C) Concentricity error: Core-to-clad concentricity error measurements shall be made


in accordance with IEC test specifications.

(D) Numerical aperture measurements: The numerical aperture measurements shall be


made in accordance with IEC test specifications. The nominal value of NA shall be as
follows:

(1) 50/125: The nominal value shall be between 0.20 and 0.23.

(2) 62.5/125: The nominal value shall be between 0.27 and 0.29.

(ii) Single-mode optical fibers

Concentricity error: Core-to-clad concentricity error measurements shall be made in


accordance with IEC test specification. Offset between the center of the core and the center
of the cladding shall be < 1.0 mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(iii) Parameters common to both Multimode and Single-mode fibers

(A) Cladding diameter: The cladding diameter measurements shall be made in


accordance with ITU Recommendations. The cladding outside diameter shall be
125.0 mm + 2.0mm.

(B) Cladding non-circularity: Cladding non-circularity measurements shall be made in


accordance with ITU Recommendations. The cladding non-circularity shall be < 2%.

(C) Coating diameter: Coating diameter measurements shall be made in accordance


with ITU Recommendations. For tight buffer fibers, the Contractor shall specify a
method as long as the measurement accuracy and repeatability are equivalent to
the procedures described in the ITU Recommendations.

The nominal coating diameter should be 250 mm for standard protective coating.
For tight-buffered cable designs, an additional buffering with a nominal diameter of
400, 500, 700 or 900 mm may be used.

(c) Mechanical Requirements

(i) Fiber Tensile Proof Test:

Individual fiber shall proof tested in accordance with ITU recommendations. Fiber at each
end of the test sample that has not been subjected to full proof test loading shall be discarded.
All fibers shall be subjected to a minimum proof stress of 0.35 GN/m2 for 1 s equivalent.

6.2.5.4 Field Tests


Field tests and acceptance tests for the OPGW and accessories shall be performed by the
Contractor and witnessed by Employer’s Representative. The Contractor shall provide instructions
and acceptance criteria for field testing for Employer’s Representative’s review and approval prior to
conduct of such tests and commissioning the OPGW. The Contractor shall conduct no tests unless
approved by the Employer’s Representative.

6.2.5.5 Test Reports


Six (6) certified copies of tests reports of all standard tests performed subsequent to the date of
award and all routine and quality conformance tests shall be certified by the inspector and submitted
to the Employer’s Representative within fifteen (15) days after tests.

The Contractor shall bear the cost of furnishing these records and reports.

6.2.6 Data and Documentation Requirements


6.2.6.1 General
Contractor furnished data and information shall be the guaranteed performance data, predicted
performance, interface requirements and installation/stringing features of all Contractors' furnished
materials. The accuracy of such information and its compatibility with overall performance
requirements are the sole responsibility of the Contractor.

All information submitted as part of Tender Data will become part of contract data for successful
bidder. Any deviation from such data requires Employer’s Representative's approval.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-26


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
6.2.6.2 Data and Information to be Submitted with the Tender
The Contractor shall furnish the following information with his bid:

(a) Brochures and catalogues to support and to allow the Employer’s Representative to evaluate
the OPGW being offered;

(b) Descriptive material brochures, drawings, instructions and other reference material for the
specified splicing materials and installation tool and materials;

(c) A detailed overall schedule, sufficient to demonstrate Contractor's ability to perform the work
to meet the delivery, installation, stringing, testing and commissioning dates for the OPGW;

(d) Design/Type Test Report;

(e) QA program and ISO 9001 Certification;

(f) Reference lists;

(g) Detailed list of all exceptions and/or deviations taken by the Bidder to the requirements of
this specification or, if none are taken, a statement indicating that no exceptions or deviations
are taken by the Bidder.

6.2.6.3 Data and Information to be Submitted after Award of Contract


The Contractor shall furnish drawings and information in quality and quantity as specified in the
Contract, for Employer’s Representative’s review and comments as follows:

(a) Design Test and Quality Conformance Test reports, if not submitted with the bid;

(b) Drawings, instructions and other reference material for the specified splicing materials and
installation tool and materials;

(c) Drawings, instructions and other reference material for the stringing/installation methods of
OPGW;

(d) Sag tension charts and templates for the OPGW specified;

(e) Details of OPGW reels;

(f) Graphs showing the typical spectral variation of the attenuation

(g) Diagrams showing the effect of tensile load of the composite cable on the attenuation
characteristic and elongation of the fibers

(h) List of drawings and schedule of submittal;

(i) Detailed QA Program based on ISO 9001;

(j) Detailed Project Progress and Performance Review (PPR) for the OPGW;

(k) As-built drawings as finally approved.

The Contractor shall provide in the manner, number of copies and within the time set forth in the
specification, instruction manuals in accordance with the requirements of the Contract.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-27


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The Contractor shall furnish information indicating recommended maintenance practice,
approximate time required for routine maintenance and list of spare parts and tools required for this
maintenance.

Data Submission Schedule

Employer’s
Item Description Submittal date Representative
Review Prior to
Technical Data requested Fabrication or
with Tender Yes
Shipment
by this Specification
Proposed schedule to
with Tender Yes
meet delivery date
QA Programme and ISO
with Tender Yes
9001Certification
Stress-Strain and Creep Data with Tender (if no test is Yes
specified)
15 days after test (if test
Stress and Creep Data Yes
is specified)
Fabrication Sequence 45 days before fabrication No
Notification of Factory Test 30 days before test No
Packing and Storage 30 days before fabrication No
Installation Instruction 30 days before shipment No
Documents for Records With shipment No
Tests Reports 15 days after test Yes

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 6-28


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

CHAPTER 7: DISC INSULATORS

Table of Contents

7. DISC INSULATORS ................................................................................................................ 1


7.1 DETAILS OF DISC INSULATORS .................................................................................................... 1
7.2 PIN AND CAP .................................................................................................................................... 1
7.3 SECURITY CLIP ................................................................................................................................ 1
7.4 BALL AND SOCKET DESIGNATION ................................................................................................ 2
7.5 DIMENSIONAL TOLERANCE OF INSULATOR DISC (STANDARD) .............................................. 2
7.6 INTERCHANGEABILITY ................................................................................................................... 2
7.7 CORONA AND RI PERFORMANCE ................................................................................................. 2
7.8 MAINTENANCE ................................................................................................................................. 2
7.9 MATERIALS....................................................................................................................................... 3
7.9.1 Porcelain .................................................................................................................................... 3
7.9.2 Glaze .......................................................................................................................................... 3
7.9.3 Cement ...................................................................................................................................... 3
7.9.4 Pins and Caps............................................................................................................................ 3
7.9.5 Security Clips ............................................................................................................................. 3
7.10 WORKMANSHIP ............................................................................................................................... 3
7.11 EQUIPMENT MARKING .................................................................................................................... 4
7.12 DRAWINGS TO BE SUBMITTED WITH TENDER ........................................................................... 5
7.13 TESTS AND STANDARDS ............................................................................................................... 5
7.13.1 Type Tests ................................................................................................................................. 5

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7.13.2 Acceptance Tests ...................................................................................................................... 6
7.13.3 Routine Tests on Disc Insulators ............................................................................................... 7
7.13.4 Tests During Manufacturing (as applicable) .............................................................................. 7
7.13.5 Testing Expenses ...................................................................................................................... 7
7.13.6 Sample Batch for Type Testing ................................................................................................. 8
7.13.7 Schedule of Testing ................................................................................................................... 8
7.13.8 Repeat E&M Strength Test ........................................................................................................ 9
7.13.9 Co-ordination for Testing ........................................................................................................... 9
7.13.10 Guarantee .............................................................................................................................. 9
7.13.11 Test Reports .......................................................................................................................... 9
7.13.12 Inspection............................................................................................................................... 9
7.13.13 Packing and Marking ........................................................................................................... 10
7.13.14 Standards ............................................................................................................................. 10
7.14 TEST ON COMPLETE STRINGS WITH HARDWARE FITTINGS ................................................. 12
7.14.1 Voltage Distribution Test (For Disc Insulators only) ................................................................ 12
7.14.2 Corona Extinction Voltage Test (Dry) ...................................................................................... 12
7.14.3 RIV Test (Dry) .......................................................................................................................... 12
7.14.4 Mechanical Strength Test ........................................................................................................ 12
7.14.5 Vibration Test ........................................................................................................................... 12
7.14.6 Power - Arc Test ...................................................................................................................... 13
7.14.7 On Disc Insulator Units ............................................................................................................ 13
7.14.8 Tests on All Components (as applicable) ................................................................................ 15

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7. DISC INSULATORS

7.1 DETAILS OF DISC INSULATORS

The insulator strings shall consist of standard discs for a three phase, 50 Hz, effectively earthed 220
kV transmission systems in a lightly polluted atmosphere. The discs shall be cap and pin, ball and
socket type.

The size of disc insulator, minimum creepage distance, and the number to be used in different type
of strings, their electromechanical strength and mechanical strength of insulator string along with
hardware fittings shall be as follows:

Size of Minimum Mechanical


Electro
disc creepage No. of strength of
Type of mechanical
insulators distance discs insulator string
string strength of
(mm) of each along with
insulator disc
disc hardware fittings
(ken)
(mm) (kN)
Single “I” 255x145 292 1×16 70
suspension 70
Single ‘I’
255x145 292 1x16 70 70
suspension
Pilot
Double “I”
255x145 292 2x16 70 140
suspension
Double Tension
280x145 292 2x17 120 2x120
String

7.2 PIN AND CAP


Pin and cap shall be designed to transmit the mechanical stresses to the shell by compression and
develop uniform mechanical strength in the insulator. The cap shall be circular with the inner and
outer surfaces concentric and of such design that it will not yield or distort under load conditions.

The pin ball shall move freely in the cap socket but without danger of accidental uncoupling during
erection or in position. The design of the disc should be such that stresses due to expansion or
contraction in any part of the insulator shall not lead to deterioration.

7.3 SECURITY CLIP

Security clip for use with ball and socket coupling shall be of R-shaped hump type which shall provide
positive locking of the coupling as per IS: 2486-(Part Ill) / IEC: 372. The legs of the security clips
shall be spread after installation to prevent complete withdrawal from the socket. The locking device
should be resilient, corrosion resistant and of suitable mechanical strength. There shall be no risk of
the locking device being displaced accidentally or being rotated when in position. Under no
circumstances shall locking device allow separation of insulator units or fittings.

The hole for the security clip shall be countersunk and the clip shall be of such design that the eye
of clip may be engaged by a hot line clip puller to provide for disengagement under energized

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
conditions. The force required to pull the security clip into its unlocked position shall not be less than
50N (5 kg) or more than 500N (50 kg).

7.4 BALL AND SOCKET DESIGNATION

The dimensions of the balls and sockets shall be of 16 mm designation for 70 kN and 20 mm
designation for 120 and 160 kN disc insulator in accordance with the standard dimensions stated in
IS: 2486 - (Part - II)/IEC:120.

7.5 DIMENSIONAL TOLERANCE OF INSULATOR DISC (STANDARD)

It shall be ensured that the dimensions of the disc insulators are within the limits specified below:

(i) Diameter of disc (mm):


Standard Maximum Minimum
70 kN Disc 255 267 243
120 kN Disc 280 293 267
160 kN Disc 280 293 267

(ii) Ball to ball spacing between discs (mm):


Standard Maximum Minimum
70 kN Disc 145 149 141
120 kN Disc 145 149 141
160 kN Disc 170 175 165

7.6 INTERCHANGEABILITY

The disc insulators inclusive of the ball and socket fittings shall be of standard design suitable for
use with the hardware fittings of any make conforming to relevant Indian/International standards.

7.7 CORONA AND RI PERFORMANCE

All surfaces must be clean, smooth, without cuts, abrasions or projections. No part shall be subjected
to excessive localized pressure. The metal parts shall be so designed and manufactured that it shall
not generate any radio interference beyond specified limit and not produce any noise generating
corona under the operating conditions.

7.8 MAINTENANCE

The disc insulators offered shall be suitable for employment of hot line maintenance techniques so
that the usual hot line operations can be carried out with ease, speed and safety.

Tenderers shall indicate the methods generally used in the routine hot and dead line maintenance
of EHV Lines for which similar disc insulators have been supplied by them. Tenderers shall also
indicate the recommended periodicity of such maintenance.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7.9 MATERIALS

7.9.1 Porcelain

The porcelain used in the manufacture of shells shall be sound, free from defects thoroughly vitrified
and smoothly glazed. The porcelain used shall be non-porous of high dielectric, mechanical and
thermal strength, free from internal stress blisters, laminations, voids, foreign matter, imperfections
or other defects which might make it any way unsuitable for insulator shells. Porcelain shall remain
unaffected by climatic conditions, ozone, acid, alkalis, zinc or dust.

7.9.2 Glaze
The finished porcelain shall be glazed in brown colour. The glaze shall cover all exposed parts of
the insulator and shall have a good lusture, smooth surface and good performance under the
extreme weather conditions of a tropical climate. It shall not crack or chip by ageing under the normal
service conditions. The glaze shall have the same coefficient of expansion as of the porcelain body
throughout the working temperature range.

7.9.3 Cement
Cement used in the manufacture of the insulator shall not cause fracture by expansion or loosening
by contraction. The cement shall not give rise to chemical reaction with metal fittings and its
thickness shall be as small and uniform as possible. Proper care shall be taken to correctly center
and locate individual parts during cementing.

7.9.4 Pins and Caps


Pins and caps shall be made of drop forged steel and malleable cast iron/spheroidal graphite
iron/drop forges steel respectively, duly hot dip galvanized and shall not be made by jointing, welding,
shrink fitting or any other process from more than one piece of material.

7.9.5 Security Clips


Security clip shall be made of good quality stainless steel or phosphor bronze asper IS: 1385, and
2.5% extra security clip shall be provided.

7.10 WORKMANSHIP

All the material shall be of the latest design and conform to the best modern practices adopted in the
extra high voltage field. Suppliers shall offer only such insulators as are guaranteed by him to be
satisfactory and suitable for 220 kV transmission lines and will give continued good service.

The design, manufacturing process and material control at various stages shall be such as to give
maximum working load, highest mobility, best resistance to corrosion, good finish and elimination of
sharp edges and corners to limit corona and radio interference.

The design of the insulators shall be such that stresses due to expansion and contraction in any part
of the insulator shall not lead to deterioration.

Metal caps shall be free from cracks, seams, shrinks, air holes, burrs and rough edges. All surfaces
of the metal parts shall be perfectly smooth with no projecting points or irregularities which may
cause corona. All load bearing surfaces shall be smooth and uniform so as to distribute the loading
stresses uniformly.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
All ferrous parts shall be hot dip galvanized to give a minimum average coating of Zinc equivalent to
600 g/m² and shall be in accordance with the requirement of IS:2629 and shall satisfy the tests
mentioned in IS: 2633. The zinc used for galvanizing shall be of Grade Zn 99.95 as per IS: 209. The
zinc coating shall be uniform, adherent, smooth, reasonably bright, continuous and free from
imperfections such as flux, ash, rust stains, bulky white deposits and blisters. The galvanized metal
parts shall be guaranteed to withstand at least six successive dips each lasting for one minute
duration under the standard Preece test.

Before ball fittings are galvanized, all die flashing on the shank surface of the ball shall be carefully
removed without reducing the dimensions below the design requirements.

The design of the insulators shall be such that the shell shall not engage directly with hard metal.
The design shall also be such that when units are coupled together there is no contact between the
shell of one unit and metal of the next adjacent unit. The design of the shell ribs shall be such that
the security clip of the insulator can be engaged and disengaged easily with hot stick without
damaging the shell ribs.

Insulator units after assembly shall be concentric and co-axial within limits as permitted by the
relevant Indian Standards.

The manufacturer of the insulators shall guarantee an insulator failure rate not exceeding 1 per
10,000 per year for disc insulator per year. In case the annual failure rate during the first ten years
of service exceeds the above figure, under normal operating condition, as will be determined by
check to be conducted as per mutually agreed procedure and conditions up to ten years, (as
permitted by the operating situation), the manufacturer shall supply to the Employer free of cost
spare insulators equal to 10 times the excess failure.

The manufacturer shall guarantee that there shall not be any decapping/breaking of insulators on
line under normal operating conditions.

7.11 EQUIPMENT MARKING

Each insulator disc shall be legibly and indelibly marked with the trade mark of the manufacturer,
name of NEA and month & year of manufacture. The guaranteed combined mechanical and
electrical strength shall be indicated in kN followed by the word ‘kN’ to facilitate easy identification
and to ensure proper use.

For porcelain insulator, the marking shall be on porcelain. The marking shall be printed, not
impressed and shall be applied before firing. For toughened glass insulators the marking shall be on
the metal parts.

One 10 mm thick ring or 20 mm thick spot of suitable quality of paint shall be marked on the cap of
each porcelain insulator disc of particular strength for easy identification of the type of insulator. The
paint shall not have any deteriorating effect on the insulator performance. Following codes shall be
used as identification mark:

- 70 kN disc: Red

- 120 kN disc: Yellow

- 160 kN disc: Green

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7.12 DRAWINGS TO BE SUBMITTED WITH TENDER

The Tenderer shall furnish full description and illustration of the material offered.

The Tenderer shall furnish along with the tender the outline drawing (6 copies) of each insulator unit
including a cross sectional view of the insulator shell. The drawing shall include but not limited to the
following information:

(a) Shell diameter and ball to ball spacing with manufacturing tolerances

(b) Minimum creepage distance with positive tolerance

(c) Protected creepage distance

(d) Eccentricity of the disc

(i) Axial run out

(ii) Radial run out

(e) Unit mechanical and electrical characteristics

(f) Size and weight of ball and socket parts

(g) Weight of unit insulator disc/long rod units

(h) Materials

(i) Identification mark

(j) Manufacturer's catalogue number.

After placement of award, the manufacturer shall submit full dimensioned insulator drawings
containing all the details as given in this Chapter in 4 copies to Employer’s Representative for
approval. After getting approval from Employer’s Representative and successful completion of all
the type tests, the manufacturer shall submit 10 more copies of the same drawing to the Employer’s
Representative for further distribution and use on Site.

After placement of award the manufacturer shall also submit fully dimensioned insulator crate
drawing for different type of insulators.

After placement of award, the manufacturer shall submit full dimensioned manufacturing drawing of
insulator cap, pin and insulator shell in 6 copies to the Employer’s Representative for reference and
record.

7.13 TESTS AND STANDARDS

7.13.1 Type Tests


The following type tests shall be conducted on a suitable number of individual standard disc
insulators, components, materials or complete strings:

(i) Unit Disc Insulators (70 and 120 kN only):

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(a) Verification of dimensions As per IEC: 60383
(b) Thermal mechanical performance test As per Sub-Clause 7.14
(c) Power frequency voltage withstand and flashover
test under
As per IEC: 60383
(i) dry conditions
(ii) wet conditions
(d) Impulse voltage withstand and flashover test (dry) As per IEC: 60383
(e) Visible discharge test (dry) As per IS:731, Cl. 10.2
(f) RIV test (dry) As per IEC: 60437
(g) Residual strength test As per Sub-Clause 7.14
(h) Steep wave front test As per Sub-Clause 7.14
(i) Impact test As per Sub-Clause 7.14

(ii) Complete Disc Insulator String with Hardware Fittings:

(a) Power frequency voltage withstand test with corona As per IEC: 60383
control rings/grading ring and arcing horns under wet
condition
(b) Switching surge voltage withstand test under wet As per IEC: 60383
(c) condition
Impulse voltage withstand test under dry condition As per IEC: 60383
(d) Impulse voltage flash over test under dry condition As per IEC: 60383
(e) Voltage distribution test As per Sub-Clause 7.14
(f) Corona and RIV test under dry condition As per Sub-Clause 7.14
(g) Mechanical strength test As per Sub-Clause 7.14
(h) Vibration test As per Sub-Clause 7.14
(i) Power-arc test As per Sub-Clause 7.14

All the type test given for disc insulator string shall be conducted on Single 'I' suspension and double
tension insulator string (with 120 kN EMS) only along with hardware fittings.

7.13.2 Acceptance Tests


(i) All Disc Insulators:

(a) Visual examination As per IEC: 60383


(b) Verification of dimensions As per IEC: 60383
(c) Temperature cycle test As per IEC: 60383
(d) Galvanizing test As per IEC: 60383
(e) Mechanical performance test As per IEC: 60575Cl 4.0
(f) Test on locking device for ball and socket coupling As per IEC: 60372

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(g) Eccentricity test As per IEC: 60383
(h) Residual Strength Test As per IEC: 797
Clauses 4.4 and 4.5
(i) Metallurgical Test (for metal fittings only in black
condition):
– Grain size As per Sub-Clause 7.14
– Inclusion rating
– Chemical analysis
(j) – Microstructure
Chemical analysis of Zinc Sleeve As per Sub-Clause 7.14
(k) IR Measurement As per Sub-Clause 7.14
(l) Impact Test As per Sub-Clause 7.14
(m) Steep Wave front test As per Sub-Clause 7.14
(n) Thermal Mechanical performance test As per Sub-Clause 7.14

(ii) Porcelain Disc Insulators only:

(o) Electro-mechanical strength test As per Sub-Clause 7.14


(p) Porosity test As per IEC: 60383
(q) Puncture test As per IEC: 60383
7.13.3 Routine Tests on Disc Insulators

(a) Visual Inspection As per IS: 731, Cl. 10.13


(b) Mechanical routine test As per IS: 731 Cl. 10.14
(c) Electrical routine test (for porcelain disc insulator only) As per IS: 731 Cl. 10.15
(d) Thermal shock routine test (for glass insulator only) As per IEC: 60383
(e) Polarized Light Inspection (for glass insulator only) As per Sub-Clause 7.14

7.13.4 Tests During Manufacturing (as applicable)

(a) Chemical analysis of zinc used for galvanizing As per Sub-Clause 7.14
(b) Chemical analysis, mechanical, metallographic test
As per Sub-Clause 7.14
and magnetic particle inspection for malleable
(c) castings.
Chemical analysis hardness tests and magnetic
As per Sub-Clause 7.14
particle inspection for forgings
(d) Hydraulic Internal Pressure tests on disc insulator shells As per Sub-Clause 7.14
(e) Autoclave Test on Cement As per Sub-Clause 7.14

7.13.5 Testing Expenses


Testing charges for the type test specified shall be indicated separately in the prescribed schedule.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The Tenderer shall indicate unit type test charges for all type tests covered under Clause 4.1
separately, in the relevant schedule of Prices as applicable. Charges for each type tests shall be
separately indicated.

For Type Tests which involves the tests on the complete insulator string with hardware fitting the
vendor of hardware fittings shall supply the necessary number of sets of hardware fittings at the
place of testing free of cost.

In case of failure in any type test the Tenderer whose material has failed is either required to modify
the design of the material & successfully carry out all the type tests as has been detailed out in
Clause 4.1 of this specifications or to repeat that particular type test at least three times successfully
at his own expenses. In case of failure of the complete string in any type test, the manufacturer
whose product has failed in the use shall get the test repeated at his cost. The manufacturer whose
material has not failed in the test shall be required to supply the requisite quantity of material (that is
insulator or hardware fittings as the case may be) required for repeat testing at the place of testing
and the cost of supply shall be borne by the manufacturer whose material has failed in testing.

Manufacturer shall indicate the laboratories in which they propose to conduct the type tests. They
shall ensure that adequate facilities are available in the laboratory and the tests can be completed
in these laboratories within the time schedule guaranteed by them in the appropriate schedule.

The entire cost of testing for acceptance and routine tests and tests during manufacture specified
herein shall be treated as included in the quoted Ex-works/CIF Price.

In case of failure in any type test, if repeat type tests are required to be conducted, then all the
expenses for deputation of Employer's/Employer’s Representative’s representative shall be
deducted from the contract price. Also, if on receipt of the manufacturer's notice of testing, the
Employer’s Representative does not find plant to be ready for testing the expenses incurred by the
Employer and Employer’s Representative for retesting shall be deducted from the Contract Price.

The manufacturer shall intimate the Employer’s Representative about carrying out of the type tests
along with detailed testing programme at least 3 weeks in advance (in case of a domestic
manufacturer) and at least 6 weeks advance (in case of foreign manufacturer) of the scheduled date
of testing during which the Employer and Employer’s Representative will arrange to depute his
representative to be present at the time of carrying out the tests.

7.13.6 Sample Batch for Type Testing


The manufacturer shall offer material for sample selection for type testing only after getting Quality
Assurance Programme approved by the Employer’s Representative. The manufacturer shall offer at
least three times the quantity of materials required for conducting all the type tests for sample
selection. The sample for type testing will be manufactured strictly in accordance with the Quality
Assurance Programme approved by the Employer’s Representative.

Before sample selection for type testing, the manufacturer shall be required to conduct all the
acceptance tests successfully in presence of Employer's Representative.

7.13.7 Schedule of Testing


The Tenderer has to indicate the schedule of following activities in his Tender:

(a) Submission of drawing for approval

(b) Submission of Quality Assurance Programme for approval

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(c) Offering of material for sample selection for type tests

(d) Type testing.

7.13.8 Repeat E&M Strength Test


The Employer’s Representative reserves the right of having at the Employer's own expenses any
other test(s) of reasonable nature carried out at manufacturer's premises, at site, or in any other
place in addition to the aforesaid type, acceptance and routine tests to satisfy himself that the
material comply with the Specifications.

The Employer also reserves the right to conduct all the tests mentioned in this specification at his
own expense on the samples drawn from the site at manufacturer's premises or at any other test
center. In case of evidence of noncompliance, it shall be binding on the part of the manufacturer to
prove the compliance of the items to the technical specifications by repeat tests or correction of
deficiencies or replacement of defective items, all without any extra cost to the Employer.

7.13.9 Co-ordination for Testing


The manufacturer shall have to co-ordinate testing of insulators with hardware fittings to be supplied
by other manufacturer and shall have to guarantee overall satisfactory performance of the insulators
with the hardware fittings.

7.13.10 Guarantee
The manufacturer of insulators shall guarantee overall satisfactory performance of the insulators with
the hardware fittings.

7.13.11 Test Reports


Copies of type test reports shall be furnished in at least 6 copies along with one original. One copy
shall be returned duly certified by the Employer’s Representative only after which the commercial
production of the concerned material shall start.

Copies of acceptance test reports shall be furnished in at least 6 copies. One copy shall be returned
duly certified by the Employer’s Representative, only after which the material shall be dispatched.

Record of routine test reports shall be maintained by the manufacturer at his works for periodic
inspection by the Employer’s Representative.

Test certificates of test during manufacture shall be maintained by the manufacturer. These shall be
produced for verification as and when desired by the Employer’s Representative.

7.13.12 Inspection
The Employer’s Representative shall at all times be entitled to have access to the works and all
places of manufacture, where insulator, and its component parts shall be manufactured and the
representatives shall have full facilities for unrestricted inspection of the manufacturer’s and sub-
manufacturer’s works, raw materials, manufacture of the material and for conducting necessary test
as detailed herein.

The material for final inspection shall be offered by the manufacturer only under packed condition.
The Employer’s Representative shall select samples at random from the packed lot for carrying out
acceptance tests. No. of disc insulators in a packed lot shall not exceed 10000. The lot should be
homogeneous and should contain insulators manufactured in 3 to 4 consecutive weeks.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The manufacturer shall keep the Employer’s Representative informed in advance of the time of
starting and the progress of manufacture of material in their various stages so that arrangements
could be made for inspection.

No material shall be dispatched from its point of manufacture before it has been satisfactorily
inspected and tested unless the inspection is waived off by the Employer’s Representative in writing.
In the latter case the material shall also be dispatched only after satisfactory testing for all tests
specified herein have been completed.

The acceptance of any quantity of material shall be no way relieve the manufacturer of his
responsibility for meeting all the requirements of the specification and shall not prevent subsequent
rejection, if such material is later found to be defective.

7.13.13 Packing and Marking

All insulators shall be packed in strong seasoned wooden crates. The gross weight of the crates
along with the material shall not normally exceed 200 kg to avoid handling problems. For marine
transportation crates shall be palleted. The packing shall be of sufficient strength to withstand rough
handling during transit, storage and subsequent handling at Site.

Suitable cushioning, protective padding, or spacers shall be provided to prevent damage or


deformation during transit and handling.

All packing cases shall be marked legibly and correctly so as to ensure safe arrival at their destination
and to avoid the possibility of goods being lost or wrongly dispatched on account of faulty packing
and faulty or illegible markings. Each wooden case/crate shall have all the markings stencilled on it
in indelible ink.

7.13.14 Standards
The insulator strings and its components shall conform to the following Indian / International
Standards which shall mean latest revision, with amendments or changes adopted and published,
unless specifically stated otherwise in the Specification.

In the event of supply of insulators conforming to standards other than specified, the Tenderer shall
confirm in his Tender that these standards are equivalent to those specified. In case of award, salient
features of comparison between the standards proposed by the Tenderer and those specified in this
document will be provided by the manufacturer to establish equivalence.

International
Indian Standard Title
Standard
IS: 209-1992 Specification for zinc BS: 3436
IS: 406-1991 Method of chemical analysis of
BS: 3436
slab zinc
IS: 731-1991 Porcelain insulators for
BS: 137- (I&II) IEC:
overhead power lines with a
60383
nominal voltage greater than
1000 V
IS:2071 Part (I) – 1993
Methods of high voltage testing IEC:60060-1
(Part(II)- 1991 Part(III)-
1991

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
IS: 2486 Specification for insulator fittings
for overhead power lines with a
Part I -1993 nominal voltage greater than BS: 3288
1000V
Part II -1989 IEC: 60120
General requirements and
Part III -1991 tests dimensional IEC: 60372
requirements
Locking devices

Indian Standard Title International


Standard
IS:2629-1990 Recommended practice for hot
dip galvanization for iron and ISO-1461 (E)
steel
IS:2633-1992 Testing of uniformity of coating
of zinc coated articles
IS:3188-1988 Dimensions for disc insulators IEC: 60305
IS:6745-1990 Determination of weight of zinc
coating on zinc coated iron and BS:33-1969
steel articles ISO:1460-1973
IS:8263-1990 Methods of RI Test of HV IEC: 60437
insulators
NEMA Publication
No.07/ 1964/ CISPR
IS:8269-1990 Methods for Switching Impulse
Test on HV insulators IEC: 60506
Thermal Mechanical Performance
Test and mechanical performance IEC: 60575
test on string insulator units
Salt Fog Pollution Voltage IEC: 60507
Withstand Test
Residual strength of string
insulator units of glass or ceramic IEC: 60797
material for overhead lines after
mechanical damage of the
dielectric
Guide for the selection of IEC:60815
insulators in respect of polluted
conditions
Tests on insulators of ceramic
material or glass or glass for IEC:60383
overhead lines with a nominal
voltage greater than 1000V
Characteristics of string insulator IEC: 60433
units of the long rod type

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Standard test method for ASTM C151-93-a
autoclave expansion of Portland
Cement
American National Standard for
insulators wet process porcelain ANSI C29-2-1992
and toughened glass suspension
type
7.14 TEST ON COMPLETE STRINGS WITH HARDWARE FITTINGS

7.14.1 Voltage Distribution Test (For Disc Insulators only)


The voltage across each insulator unit shall be measured by sphere gap method. The result obtained
shall be converted into percentage. The voltage across any disc shall not exceed 9% for suspension
insulator strings and 10% for tension insulator strings.

7.14.2 Corona Extinction Voltage Test (Dry)

The sample assembly when subjected to power frequency voltage shall have a corona extinction
voltage of not less than 154 kV (rms) line to ground under dry condition. There shall be no evidence
of corona on any part of the sample. The atmospheric condition during testing shall be recorded and
the test results shall be accordingly corrected with suitable correction factor as stipulated in IEC:
383.

7.14.3 RIV Test (Dry)


Under the conditions as specified under Sub-Clause 7.14.2 the insulator string along with complete
hardware fittings shall have a radio interference voltage level below 1000 microvolts at 1 MHz when
subjected to 50 Hz AC voltage of 154 kV line to ground under dry condition. The test procedure
shall be in accordance with IS: 8263/IEC: 437.

7.14.4 Mechanical Strength Test


The complete insulator string along with its hardware fitting excluding arcing horn, corona control
ring, grading ring and suspension assembly/dead end assembly shall be subjected to a load equal
to 50% of the specified minimum ultimate tensile strength (UTS) which shall be increased at a steady
rate to 67% of the minimum UTS specified. The load shall be held for five minutes and then removed.
After removal of the load, the string components shall not show any visual deformation and it shall
be possible to disassemble them by hand. Hand tools may be used to, remove cotter pins and loosen
the nuts initially. The string shall then be reassembled and loaded to 50% of UTS and the load shall
be further increased at a steady rate till the specified minimum UTS and held for one minute. No
fracture should occur during this period. The applied load shall then be increased until the failing
load is reached and the value recorded.

7.14.5 Vibration Test

The suspension string shall be tested in suspension mode, and tension string in tension mode itself
in laboratory span of minimum 30 meters. In the case of suspension string a load equal to 600 kg
shall be applied along the axis of the suspension string by means of turn buckle. The insulator string
along with hardware fittings and two sub-conductors (each tensioned at 43 kN shall be secured with
clamps. The system shall be suitable to maintain constant tension on each sub-conductors
throughout the duration of the test. Vibration dampers shall not be used on the test span.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Both the sub-conductors shall be vertically vibrated simultaneously at one of the resonance
frequencies of the insulators string (more than 10 Hz) by means of vibration inducing equipment.
The peak to peak displacement in millimeters of vibration at the antinode point, nearest to the string,
shall be measured and the same shall not be less than 1000/f1.8 where f is the frequency of vibration
in cycles/sec. The insulator string shall be vibrated for not less than 10 million cycles without any
failure.

After the test the insulators shall be examined for looseness of pins and cap or any crack in the
cement. The hardware shall be examined for looseness, fatigue failure and mechanical strength test.
There shall be no deterioration of properties of hardware components and insulators after the
vibration test. The insulators shall be subjected to the following tests as per relevant standards:

Portion of Disc
Test Insulator Units
to be Tested
(a) Temperature cycle test followed by mechanical performance 60%
test
(b) Puncture test/steep wave front test 40%

7.14.6 Power - Arc Test


This test shall be performed on the complete string in accordance with IEC Technical Report IEC:
61467-1997 with the following test series:

Test Circuit Short Circuit Current Number and Duration of Tests


B In = Isys = 35 kA Two of tn = 0.2s and one of tn = 0.5s

The acceptance criteria after the completion of test series shall be following.

(a) Insulator separation not permitted.

(b) Burning / melting of metal components, breakage of insulator sheds, removal of glaze etc.is
permitted.

(c) The complete insulator string along with its hardware fitting excluding arching horn, corona
control ring/grading ring shall withstand 80% of UTS.

7.14.7 On Disc Insulator Units


7.14.7.1 Steep Wave Front Test
The following tests shall be performed on 10 insulator units in case of disc insulators selected at
random from the lot offered for selection of sample for type test.

(a) Each insulator unit shall be subjected to five successive positive and negative impulse
flashovers with a wave having minimum effective rate of rise of 2500 kV per microseconds.

(b) Each unit shall then be subjected to three dry power frequency voltage flashovers.

Acceptance Criteria:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
An insulator shall be deemed to have met the requirement of this test if, having been successfully
subjected to the ten impulse flashovers, the arithmetic mean of the three subsequent dry/power
frequency voltage flashover values equals or exceeds 95% of the rated dry power frequency
flashover voltage.

An insulator shall be deemed to have failed to meet the requirement of above testing if,

(a) It has no flashover when the oscillogram or peak voltage indicator shows a marked reduction
in voltage, or

(b) Any one of the subsequent three dry power frequency voltage flashover values is less than
80% of the value specified.

Failure of any one unit either in the steep wave front or subsequent low frequency voltage test shall
cause for testing on double number of units.

7.14.7.2 Hydraulic Internal Pressure Test on Shells


The test shall be carried out on 100% shells before assembly. The details regarding test will be as
discussed and mutually agreed to by the manufacturer and Employer’s Representative in Quality
Assurance Programme. However, in no case the value of pressure shall be 120 kg/cm2.

7.14.7.3 Thermal Mechanical Performance Test


Thermal Mechanical Performance Test shall be performed in accordance with IEC-60383-1 Clause
20 with the following modifications:

(a) The applied mechanical load during this test shall be 70% of the rated electromechanical or
mechanical value.

(b) The acceptance criteria shall be:

(i) X greater than or equal to R + 3.S

Where:

X = Mean value of the individual mechanical failing load

R = Rated electro-mechanical / mechanical failing load

S = Standard deviation.

(ii) The minimum sample size shall be taken as 20 for disc insulator units and 5 units for
long rod units.

(iii) The individual electromechanical failing load shall be at least equal to the rated

7.14.7.4 Electromechanical/Mechanical Failing Load Test


This test shall be performed in accordance with clause 18 and 19 of IEC 383 with the following
acceptance:

(i) X greater than or equal to R + 3.S

Where:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
X = Mean value of the electro-mechanical/mechanical/ failing load.

R = Rated electro-mechanical / mechanical failing load.

S = Standard deviation.

(ii) The minimum sample size shall be taken as 20 for disc insulators units and 5 for long rod
units. However, for larger lot size, IEC 591 shall be applicable.

(iii) The individual electro-mechanical/mechanical failing load shall be at least equal to the rated
value. In addition, electrical puncture shall not occur before the ultimate fracture.

7.14.7.5 Residual Strength Test


The above test shall be performed as per clause 4.4 and 4.5 of IEC 797 preceded by the temperature
cycle test, on both glass and porcelain disc insulators. The Sample size shall be 25 and the
evaluation of the results and acceptance criteria shall be as per clause No. 4.6 of IEC: 797.

7.14.7.6 IR Measurements
IR measurement shall be carried out by the instrument operating at 1 kV DC. IR value when
measured under fair weather condition shall not be less than 50 Mega ohms.

7.14.7.7 Impact Test


The Impact Test shall be carried out in accordance with ANSI-C-29.2 Clause 8.2.8 with the following
modification.

The breaking point of the pendulum shall be so adjusted that, when released the copper nose will
strike the outer rim of the shell or the most protruded rim of the shell squarely in a direction parallel
to the axis of the unit and towards the cap.

The test specimen shall receive an impact of 7 Nm for 70 kN and 120 kN disc and 10 Nm for 160 kN
disc by releasing the pendulum.

7.14.8 Tests on All Components (as applicable)


7.14.8.1 Chemical Analysis of Zinc used for Galvanizing
Samples taken from the zinc ingot shall be chemically analyzed as per IS: 209-1979. The purity of
zinc shall not be less than 99.95%.

7.14.8.2 Tests for Forgings


The chemical analysis hardness tests and magnetic particle inspection for forgings will be as per the
internationally recognized procedures for these tests. The sampling will be based on heat number
and heat treatment batch. The details regarding test will be as discussed and mutually agreed to by
the manufacturer and Employer’s Representative in Quality Assurance Programme.

7.14.8.3 Tests on Castings


The chemical analysis, mechanical and metallographic tests and magnetic, particle inspection for
castings will be as per the internationally recognized procedures for these tests. The samplings will
be based on heat number and heat treatment batch. The details regarding test will be as discussed
and mutually agreed to by the manufacturer and Employer’s Representative in Quality Assurance
Programme.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
7.14.8.4 Autoclave Test
For cement used in the assembly of the insulators six samples from different batches shall be tested
in accordance with ASTM C-151. The cement shall have an expansion less than 0.12%.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 7-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

CHAPTER 8: HARDWARE FITTINGS

Table of Contents

8. HARDWARE FITTINGS .......................................................................................................... 1


8.1 GENERAL .......................................................................................................................................... 1
8.1.1 Details of Hardware Fittings ...................................................................................................... 1
8.1.2 Dimensions of Insulator String Along with Hardware Fittings.................................................... 1
8.1.3 Interchangeability ....................................................................................................................... 1
8.1.4 Corona and RI Performance ...................................................................................................... 1
8.1.5 Maintenance .............................................................................................................................. 1
8.2 DETAILS OF FITTINGS .................................................................................................................... 2
8.2.1 Ball and Socket Designation ...................................................................................................... 2
8.2.2 Security Clips and Split Pins ...................................................................................................... 2
8.2.3 Arcing Horn/Intermediate Arcing Horn ....................................................................................... 2
8.2.4 Yoke Plates ................................................................................................................................ 2
8.2.5 Corona Control Rings / Grading Ring ........................................................................................ 2
8.2.6 Sag Adjustment Plate ................................................................................................................ 3
8.2.7 Suspension Assembly ............................................................................................................... 3
8.2.8 Envelope Type Suspension Clamp ........................................................................................... 5
8.2.9 Dead End Assembly .................................................................................................................. 5
8.2.10 Fasteners – Bolts, Nuts and Washers ....................................................................................... 5
8.2.11 Materials and Workmanship ...................................................................................................... 6
8.2.12 Drawings to be Submitted with the Tender ................................................................................ 9
8.3 ACCESSORIES FOR ACSR ‘BISON’ CONDUCTOR ..................................................................... 10
8.3.1 General .................................................................................................................................... 10

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8.3.2 Mid Span Compression Joint ................................................................................................... 10
8.3.3 Repair Sleeve .......................................................................................................................... 11
8.3.4 Vibration Damper ..................................................................................................................... 11
8.3.5 Bundle Spacer ......................................................................................................................... 13
8.3.6 Materials and Workmanship .................................................................................................... 15
8.3.7 Compression Markings ............................................................................................................ 16
8.3.8 Drawings to be submitted with the Tender .............................................................................. 16
8.4 GALVANIZED STEEL EARTH WIRE ACCESSORIES ................................................................... 16
8.4.1 Mid Span Compression Joint ................................................................................................... 16
8.4.2 Vibration Damper ..................................................................................................................... 17
8.4.3 Flexible Copper Bond .............................................................................................................. 18
8.4.4 Suspension Clamp ................................................................................................................... 18
8.4.5 Tension Clamp ......................................................................................................................... 19
8.4.6 Material and Workmanship ...................................................................................................... 19
8.4.7 Compression Markings ............................................................................................................ 20
8.4.8 Tender Drawings ..................................................................................................................... 20
8.5 TESTS AND STANDARDS ............................................................................................................. 20
8.5.1 Type Tests ............................................................................................................................... 20
8.5.2 Acceptance Tests .................................................................................................................... 23
8.5.3 Routine Tests ......................................................................................................................... 25
8.5.4 Testing During Manufacture .................................................................................................... 25
8.5.5 Testing Expenses .................................................................................................................... 25
8.5.6 Sample Batch for Type Testing ............................................................................................... 26
8.5.7 Schedule of Testing and Additional Tests ............................................................................... 26
8.5.8 Co-ordination for Testing ......................................................................................................... 27
8.5.9 Test Reports ............................................................................................................................ 27
8.5.10 Inspection ................................................................................................................................ 27
8.5.11 Packing and Marking ............................................................................................................... 27
8.5.12 Standards ................................................................................................................................ 28
8.6 TESTS ON COMPLETE STRINGS WITH HARDWARE FITTINGS ............................................... 29
8.6.1 Tests on Hardware Fittings ...................................................................................................... 29
8.6.2 Tests on Conductor and Earth wire Accessories .................................................................... 30
8.6.3 Tests on All Components (as applicable) ................................................................................ 36
8.7 ACCEPTANCE TESTS.................................................................................................................... 36
8.7.1 Hardness Test on Mid Span Compression Joint for Conductor and Earthwire ....................... 36
8.7.2 Flexible Copper Bond Slip Strength Test ................................................................................ 36
8.7.3 Vibration Damper for Conductor and Earth wire ..................................................................... 36
8.7.4 Spacer...................................................................................................................................... 38

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8. HARDWARE FITTINGS

8.1 GENERAL

8.1.1 Details of Hardware Fittings


Single “I” suspension, single suspension pilot and double tension hardware fittings shall be supplied
suitable for attaching to hanger/strain plate fixed to tower. Each hardware fitting shall be supplied
complete in all respects and shall include the following hardware parts:

- Suitable arcing horn;

- Suitable yoke plates;

- Corona control rings/grading ring with fittings for attachment to line side yoke plate;

- Sag -adjustment plate for double tension hardware fittings;

- Suspension and dead end assembly to suit conductor size;

- Provisions for attaching balancing weights on the line side yoke plate of single suspension
pilot hardware fittings;

- other necessary fittings such as D-shackles, eye links, extension links, ball clevis, socket
clevis, clevis eye, U-clevis and chain link etc. to make the hardware fittings complete;

- 2.5% extra fasteners and aluminium filler plugs.

8.1.2 Dimensions of Insulator String Along with Hardware Fittings


The various limiting dimensions of the single “I” suspension, single suspension pilot and double
tension insulator strings along with hardware fittings shall be in accordance with the relevant
requirements of the Technical Specification.

8.1.3 Interchangeability
The hardware for insulator strings together with ball and socket fittings shall be of standard design,
so that this hardware is interchangeable with each other and suitable for use with insulators of any
make conforming to relevant Indian/International Standard.

8.1.4 Corona and RI Performance


Sharp edges and scratches on all the hardware fittings shall be avoided. All surfaces must be clean,
smooth, without cuts and abrasions or projections. The Contractor must give suitable assurance
about the satisfactory corona and radio interference performance of the materials offered by him.

8.1.5 Maintenance
The hardware fittings offered shall be suitable for employment of hot line maintenance technique so
that usual hot line operations can be carried out with ease, speed and safety. The technique adopted
for hot line maintenance shall be generally bare hand method and hot stick method. The Contractor
should clearly establish in the Tender the suitability of his fittings for hot line maintenance.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The line side yoke plate shall have a notch and a working hole of suitable size. The design of corona
control rings/grading ring shall be such that it can be easily replaced by employing hot line
maintenance technique.

8.2 DETAILS OF FITTINGS

8.2.1 Ball and Socket Designation


The dimensions of the ball and socket shall be of 20mm designation for 120 kN and 160 kN insulators
and 16 mm for 70 kN insulators. The designation should be in accordance with the standard
dimensions stated in IS: 2486 (Part-II)/IEC: 120. The dimensions shall be checked by the appropriate
gauge after galvanizing only.

8.2.2 Security Clips and Split Pins

Security clips for use with ball and socket coupling shall be R-shaped, hump type which provides
positive locking of the coupling as per IS: 2486-(Part-III)/ IEC: 372. The legs of the security clips shall
be spread after assembly in the works to prevent complete withdrawal from the socket. The locking
device should be resilient, corrosion resistant and of suitable mechanical strength. There shall be no
risk of the locking device being displaced accidentally or being rotated when in position. Under no
circumstances, the locking devices shall allow separation of fittings.

The hole for the security clip shall be countersunk and the clip should be of such design that the eye
of clip may be engaged by a hot line clip puller to provide for disengagement under energized
conditions. The force required to pull the security clip into its unlocked position shall not be less than
50 N (5 kg) or more than 500 N (50 kg). Split pins shall be used with bolts and nuts.

8.2.3 Arcing Horn/Intermediate Arcing Horn


The arcing horn / Intermediate Arcing Horn shall be either ball-ended rod type or tubular type.

For insulator strings with disc insulators, the arcing horn shall be provided as shown on the drawing
of the hardware fittings, in this specification.

The air gap shall be so adjusted to ensure effective operation under actual field conditions.

8.2.4 Yoke Plates


The strength of yoke plates shall be adequate to withstand the minimum ultimate tensile strength as
specified in the tender drawings.

The plates shall be either triangular or rectangular in shape as may be necessary. The design of
yoke plate shall take into account the most unfavourable loading conditions likely to be experienced
as a result of dimensional tolerances for disc insulators as well as components of hardware fittings
within the specified range. The plates shall have suitable holes for fixing corona control rings/grading
ring/arcing horn. All the corners and edges should be rounded off with a radius of at least 3 mm.
Design calculations i.e. for bearing and tensile strength, for deciding the dimensions of yoke plate
shall be furnished by the Contractor. The holes provided for bolts in the yoke plate should satisfy
shear edge condition as per Clause No. 8.10 of IS: 800-1984.

8.2.5 Corona Control Rings / Grading Ring


The corona control rings/grading ring shall be provided with hardware fittings and shall be of such
design that it should cover at least one disc insulator in disc insulator strings so that they will reduce

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
the voltage across the insulator units. It shall also improve corona and radio interference
performance of the complete insulator string along with hardware fittings.

The corona control rings/grading ring shall be made of high strength heat treated aluminium alloy
tube of minimum 2.5 mm wall thickness. If mild steel brackets are used then the brackets shall not
be welded to the pipe but shall be fixed by means of bolts and nuts on a small aluminium plate
attachment welded to the pipe. The welded center of the corona control ring/grading ring shall be
grinded before buffing. Alternately, Aluminium tube/flats of suitable dimensions welded to the corona
control rings/grading rings may be used for connection to yoke plate.

The corona control rings/grading ring should have a brushed satin finish and not a bright glossy
surface. No blemish should be seen or felt when rubbing a hand over the metal. The limiting
dimensions of corona control ring shall be as per the specification drawings. Contractor may quote
for grading ring with armour grip suspension assembly. The grading ring shall be of open type design
with a gap of 125 mm. The open ends shall be suitably terminated. The outside diameter of the tube
shall be 60 mm. The ends of grading ring tube shall be sealed with welded aluminium cap duly
buffed.

8.2.6 Sag Adjustment Plate


The sag-adjustment plate to be provided with the double tension hardware fitting shall be of three
plate type. The sag adjustment plate shall be provided with a safety locking arrangement. The
device shall be of such design that the adjustment is done with ease, speed and safety.

The maximum length of the sag adjustment plate from the connecting part of the rest of the hardware
fittings shall be 520 mm. The details of the minimum and maximum adjustment possible and the
steps of adjustment shall be clearly indicated in the drawing. An adjustment of 150 mm minimum at
the interval of 6 mm shall be possible with the sag adjustment plate.

Design calculations for deciding the dimensions of sag adjustment plate shall be furnished by
Contractor. The hole provided for bolts should satisfy shear edge condition as per Clause No.8.10
of IS: 800-1984.

8.2.7 Suspension Assembly


8.2.7.1 General
The suspension assembly shall be suitable for ACSR ‘BISON’ Conductor.

The suspension assembly shall include free center type suspension clamp along with standard
preformed armour rods or armour grip suspension clamp; except for Pilot insulator string for which
only suitable Envelope type suspension clamp shall be used.

The suspension clamp along with standard preformed armour rods set shall be designed to have
maximum mobility in any direction and minimum moment of inertia so as to have minimum stress on
the conductor in the case of oscillation of the same.

The suspension clamp along with standard preformed armour rods/armour grip suspension clamp
set shall have a slip-strength between 18 to 26 KN for ACSR 'BISON' Conductor.

The suspension assembly shall be designed, manufactured and finished to give it a suitable shape,
so as to avoid any possibility of hammering between suspension assembly and conductor due to
vibration. The suspension assembly shall be smooth without any cuts, grooves, abrasions,
projections, ridges or excrescence, which might damage the conductor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The suspension assembly/clamp shall be designed so that it shall minimize the static and dynamic
stress developed in the conductor under various loading conditions as well as during wind induced
conductor vibrations. It shall also withstand power arcs and have required level of Corona/RIV
performance.

Contractors offering suspension assemblies with magnetic power loss more than 4 watts except for
envelope type clamps for which magnetic power loss more than 8 watts at sub- conductor current of
600 amps shall be liable to be rejected. Contractors should enclose test certificates for magnetic
power loss test along with their Tenders.

In case, the magnetic power loss of the suspension assembly obtained during type testing of the
same exceeds the value guaranteed by the Contractor in his Tender, the material can be rejected
outright by the Employer.

8.2.7.2 Free Centre Type Suspension Clamp


For the Free Center Suspension Clamp seat shall be smoothly rounded and curved into a bell mouth
at the ends. The lip edges shall have rounded bead. There shall be at least two U-bolts for tightening
of clamp body and keeper pieces together.

8.2.7.3 Standard Preformed Armour Rod Set


The Preformed Armour Rods Set suitable for ACSR ‘BISON’ Conductor shall be used to minimize
the stress developed in the sub-conductor due to different static and dynamic loads because of
vibration due to wind, slipping of conductor from the suspension clamp as a result of unbalanced
conductor tension in adjacent spans and broken wire condition. It shall also withstand power arcs,
chafing and abrasion from suspension clamp and localized heating effect due to magnetic power
losses from suspension clamps as well as resistance losses of the conductor.

The preformed armour rods set shall have right hand lay and the inside diameter of the helicals shall
be less than the outside diameter of the conductor to have gentle but permanent grip on the
conductor. The surface of the armour rod when fitted on the conductor shall be smooth and free from
projections, cuts and abrasions etc. The pitch length of the rods shall be determined by the
Contractor but shall be less than that of the outer layer of conductor and the same shall be accurately
controlled to maintain uniformity and consistently reproducible characteristic wholly independent of
the skill of linemen.

Each ACSR 'BISON' rod shall have a length of 2540 ± 25 mm and a diameter of 9.27 ± 0.10 mm.

The tolerance in length of the rods in complete set should be within 13 mm between the longest and
shortest rod. The end of armour rod shall be parrot billed. The number of armour rods in each set
shall be twelve for ACSR 'BISON'. Each rod shall be marked in the middle with paint for easy
application on the line. The armour rod shall not lose their resilience even after five applications.

The conductivity of each rod of the set shall not be less than 40% of the conductivity of the
International Annealed Copper Standard (IACS).

8.2.7.4 Armour Grip Suspension Clamp


The armour grip suspension clamp shall comprise of retaining strap, support housing, elastomer
inserts with aluminium reinforcements and AGS preformed rod set.

Elastomer insert shall be resistant to the effects of temperature up to 75°C, Ozone, ultraviolet
radiations and other atmospheric contaminants likely to be encountered in service. The physical
properties of the elastomer shall be of approved standard. It shall be electrically shielded by a cage

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
of AGS performed rod set. The elastomer insert shall be so designed that the curvature of the AGS
rod shall follow the contour of the neoprene insert.

The AGS preformed rod set shall be as detailed in clause 1.12.10.4 to 1.12.10.7 in general except
for the following.

The length of the AGS preformed rods shall be such that it shall ensure sufficient slipping strength
as detailed under Clause 1.12.4 and shall not introduce unfavourable stress on the conductor under
all operating conditions. However, the length of AGS preformed rods shall not be less than 2235 ±
25 mm for ACSR 'BISON'.

8.2.8 Envelope Type Suspension Clamp


The seat of the envelope type suspension clamp shall be smoothly rounded and suitably curved at
the ends. The lip edges shall have rounded bead. There shall be at least two U- bolts for tightening
of clamp body and keeper pieces together. Hexagonal bolts and nuts with split-pins shall be used
for attachment of the clamp.

8.2.9 Dead End Assembly


The dead-end assembly shall be suitable for ACSR ‘BISON’ Conductor (only with 160 kN insulator
string). The dead-end assembly shall be compression type with provision for comprising jumper
terminal at one end. The angle of jumper terminal to be mounted should be 30° with respect to the
vertical line. The area of bearing surface on all the connections shall be sufficient to ensure positive
electrical and mechanical contact and avoid local heating due to I2R losses. The resistance of the
clamp when compressed on the conductor shall not be more than 75% of the resistance of equivalent
length of conductor.

Die compression areas shall be clearly marked on each dead-end assembly designed for continuous
die compressions and shall bear the words ‘COMPRESS FIRST’ suitably inscribed near the point
on each assembly where the compression begins. If the dead end assembly is designed for
intermittent die compressions it shall bear identification marks‘ COMPRESSION ZONE’ AND ‘NON-
COMPRESSION ZONE’ distinctly with arrow marks showing the direction of compressions and
knurling marks showing the end of the zones.

Tapered aluminium filler plugs shall also be provided at the line of demarcation between
compression and non-compression zone. The letters, number and other markings on the finished
clamp shall be distinct and legible. The assembly shall not permit slipping of, damage to, or failure
of the complete conductor or any part thereof at a load less than 95% of the ultimate tensile strength
of the conductor.

8.2.10 Fasteners – Bolts, Nuts and Washers


All bolts and nuts shall conform to IS: 6639. All bolts and nuts shall be galvanized as per IS- 1367 -
(Part 13) /IS-2629. All bolts and nuts shall have hexagonal heads, the heads being forged out of
solid truly concentric, and square with the shank, which must be perfectly straight.

Bolts up to M16 and having length up to 10 times the diameter of the bolt should be manufactured
by cold forging and thread rolling process to obtain good and reliable mechanical properties and
effective dimensional control. The shear strength of bolt for 5.6 grade should be 310 MPa minimum
as per IS: 12427. Bolts should be provided with washer face in accordance with IS: 1363 Part-1 to
ensure proper bearing.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Nuts should be double chamfered as per the requirement of IS: 1363 Part-III. It should be ensured
by the manufacturer that nuts should not be over- tapped beyond 0.4 mm oversize on effective
diameter for size up to M16.

Fully threaded bolts shall not be used. The length of the bolt shall be such that the threaded portion
shall not extend into the place of contact of the component parts.

All bolts shall be threaded to take the full depth of the nuts and threaded enough to permit the firm
gripping of the component parts but no further. It shall be ensured that the threaded portion of the
bolt protrudes no less than 3 mm and not more than 8 mm when fully tightened. All nuts shall fit and
tight to the point where shank of the bolt connects to the head.

Flat washers and spring washers shall be provided wherever necessary and shall be of positive lock
type. Spring washers shall be electro-galvanized. The thickness of washers shall conform to IS:
2016-1967.

The Contractor shall furnish bolt schedules giving thickness of components connected. the nut and
the washer and the length of shank and the threaded portion of bolts and size of holes and any other
special details of this nature.

To obviate bending stress in bolt, it shall not connect aggregate thickness more than three time its
diameter.

Bolts at the joints shall be so staggered that nuts may be tightened with spanners without fouling.

To ensure effective in-process Quality control it is essential that the manufacturer should have all
the testing facilities for tests like weight of zinc coating, shear strength, other testing facilities etc. in-
house. The manufacturer should also have proper Quality Assurance system, which should be in
line with the requirement of this specification, and IS: 14000 services Quality System Standard.

Fasteners of grade higher than 8.8, are not to be used.

8.2.11 Materials and Workmanship


8.2.11.1 Materials
The materials of the various components shall be as specified hereunder.

The Contractor shall indicate the material proposed to be used for each and every component of
hardware fittings stating clearly the class, grade or alloy designation of the material, manufacturing
process and heat treatment details and the reference standards. The details of materials for different
component are listed in the table below.

Details of Materials

Process of
Name of Item Material Treatment Reference Remarks
Standard

Stainless steel / AISI 302 or 304-L


Security clips –
phosphor-bronze IS-1385

Mild steel rod / tube Hot dip As per IS-226


Arcing horn
type galvanized or IS-2062

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Drop forged,
Ball fittings,
normalized
socket, all shackles, Class IV steel As per IS 2004
hot dip
links, clevis etc.
galvanized
Hot dip As per IS: 226/IS-
Yoke plate Mild steel
galvanized 2062
Sag-adjustment Hot dip As per IS: 226/IS-
Mild steel
plate: galvanized 2062
High strength Al- Mechanical
(a) Corona ASTM B429
alloy tube strength of
controlling / grading Heat treated
(6061/6063/1100 or or as per IS welded joint
ring (220 kV)
5032/63400 type) ≥ 20 KN
High strength Al- Heat treated
(b) Supporting ASTM B429 or
alloy (6061/6063 or or IS-2062
brackets and
65032/63400 type) hot dip as per IS:226
mounting bolts
or mild steel galvanized
Free center clamp / envelope type clamp:
High strength Al- Cast or IS:617 or
(a) Clamp body /
alloy 4600/ LM-6 forged and
keeper piece ASTM B429
or 6061/65032 heat treated
(b) Cotter bolts
Hot dip
hangers, shackles, Mild steel IS-226 / IS-2062
galvanized
brackets
Stainless steel or
high strength Al- Forged and AISI 302 or 304-L
(c) U-bolts
alloy 6061/6063 or heat treated ASTM B429
65032/63400

Process of
Name of Item Material Treatment Reference Remarks
Standard
m
High strength Al- Heat treat- Min tensile
PA rod alloy type ment during ASTM B429 strength
6061/65032 manufacture 35 kg/mm2
AGS clamp:
High strength
(a) Supporting corrosion Cast/forged IS:617 or
house resistant heat treated ASTM B429
Al-alloy LM6 4600 or
6061/65032
(b) Aluminium insert forged and ASTM B429 or
High strength
and retaining strap heat treated as per IS
Al- alloy of type
6061/65032
Alloy (for
(c) Elastomer
Moulded on AACSR Al-
cushion
Aluminium alloy)
reinforcemen
t
Dead end assembly:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
EC grade
(a) Outer sleeve Aluminium- Al-purity
not less than 9.50%
Hot dip As per IS:226/IS-
(b) Steel sleeve Mild steel
galvanized 2062
Cast iron / MCI / Hot dip
Balancing weights
machined mild steel galvanized

Note: Alternate materials conforming to other national standards of other countries also may be
offered provided the properties and compositions of these are close to the properties and
compositions of material specified. Contractor should furnish the details of comparison of material
offered vis a vis specified in the Tender or else the Tender is liable to be rejected.

8.2.11.2 Workmanship
All the equipment shall be of the latest design and conform to the best modern practices adopted in
the Extra High Voltage field. The Contractor shall offer only such equipment as guaranteed by him
to be satisfactory and suitable for 220 kV transmission lines and will give continued good
performance.

The design, manufacturing process and quality control of all the materials shall be such as to give
the specified mechanical rating, highest mobility, elimination of sharp edges and corners to limit
corona and radio-interference, best resistance to corrosion and a good finish.

All ferrous parts including fasteners shall be hot dip galvanized, after all machining has been
completed. Nuts may, however, be tapped (threaded) after galvanizing and the threads oiled. Spring
washers shall be electro galvanized. The bolt threads shall be undercut to take care of the increase
in diameter due to galvanizing. Galvanizing shall he done in accordance with IS: 2629-1985 / IS-
1367 (Part 13) and shall satisfy the tests mentioned in IS: 2633-1986. Fasteners shall withstand four
dips while spring washers shall withstand three dips of one minute duration in the standard Preece
test. Other galvanized materials shall have an average coating of zinc equivalent to 600/gm/sq. shall
be guaranteed to withstand at least six successive dips each lasting one (1) minute under the
standard Preece test for galvanizing.

Before ball fittings are galvanized, all die flashing on the shank and on the bearing surface of the
ball shall be carefully removed without reducing the dimensions below the design requirements.

The zinc coating shall be perfectly adherent, of uniform thickness, smooth, reasonably bright,
continuous and free from imperfections such as flux, ash, rust stains, bulky white deposits and
blisters. The zinc used for galvanizing shall be zinc of any grade in IS: 209:1992 ingot (fourth
revision) or IS: 13229- 1991.

Pin balls shall be checked with the applicable “GO” gauges in at least two directions, one of which
shall be across the line of die flashing, and the other 90o to this line. "NO GO" gauges shall not pass
in any direction.

Socket ends, before galvanizing, shall be of uniform contour. The bearing surface of socket ends
shall be uniform about the entire circumference without depressions of high spots. The internal
contours of socket ends shall be concentric with the axis of the fittings as per IS: 2486/IEC: 120.

The axis of the bearing surfaces of socket ends shall be coaxial with the axis of the fittings. There
shall be no noticeable tilting of the bearing surfaces with the axis of the fittings.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
In case of casting, the same shall be free from all internal defects like shrinkage, inclusion, blow
holes, cracks etc. Pressure die casting shall not be used for casting of components with thickness
more than 5 mm.

All current carrying parts shall be so designed and manufactured that contact resistance is reduced
to minimum.

No equipment shall have sharp ends or edges, abrasions or projections and cause any damage to
the conductor in any way during erection or during continuous operation which would produce high
electrical and mechanical stresses in normal working. The design of adjacent metal parts and mating
surfaces shall be such as to prevent corrosion of the contact surface and to maintain good electrical
contact under service conditions.

All holes shall be cylindrical, clean cut and perpendicular to the plane of the material. The periphery
of the holes shall be free from burrs.

All fasteners shall have suitable corona free locking arrangement to guard against vibration
loosening.

Welding of aluminium shall be by inert gas shielded tungsten arc or inert gas shielded metal arc
process. Welds shall be clean, sound, smooth, uniform without overlaps, properly fused and
completely sealed. There shall be no cracks, voids incomplete penetration, incomplete fusion, under-
cutting or inclusions. Porosity shall be minimized so that mechanical properties of the aluminium
alloys are not affected. All welds shall be properly finished as per good engineering practices.

8.2.12 Drawings to be Submitted with the Tender


The Contractor shall furnish full description and illustrations of materials offered.

Fully dimensioned drawings of the complete insulator string hardware and their component parts
showing clearly the following arrangements shall be furnished in 5 copies along with the Tender.
Weight, material and fabrication details of all the components should be included in the drawings.

(i) Attachment of the hanger or strain plate.

(ii) Suspension or dead end assembly.

(iii) Arcing horn attachment to the string as specified in clause 1.8 of this technical specification.

(iv) Yoke plates

(v) Hardware fittings of ball and socket type for inter connecting units to the top and bottom Yoke
plates.

(vi) Corona control rings/grading ring attachment to conductor and other small accessories.

(vii) Links with suitable fittings.

(viii) Details of balancing weights and arrangements for their attachment in the single suspension
pilot insulator string.

All drawings shall be identified by a drawing number and contract number. All drawings shall be
neatly arranged. All drafting and lettering shall be legible. The minimum size of lettering shall be 3
mm. All dimensions and dimensional tolerances shall be mentioned in mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The drawings shall include:

(i) Dimensions and dimensional tolerance.

(ii) Material, fabrication details including any weld details and any specified finishes and
coatings. Regarding material designation and reference of standards are to be indicated.

(iii) Catalogue No.

(iv) Marking

(v) Weight of assembly

(vi) Installation instructions

(vii) Design installation torque for the bolt or cap screw.

(viii) Withstand torque that may be applied to the bolt or cap screw without failure of component
parts.

(ix) The compression dies number with recommended compression pressure.

(x) All other relevant terminal details.

After placement of award, the Contractor shall submit fully dimensioned drawing including all the
components in 4 copies to the Employer’s Representative for approval. After getting approval from
the Employer’s Representative and successful completion of all the type tests, the Contractor shall
submit ten (10) more copies of the same drawings to the Employer’s Representative for further
distribution and Site use.

8.3 ACCESSORIES FOR ACSR ‘BISON’ CONDUCTOR

8.3.1 General
This portion (under Clause 2.0) details the technical particulars of the accessories for ACSR
Conductors.

2.5% extra fasteners, filler plugs and retaining rods shall be provided.

8.3.2 Mid Span Compression Joint


Mid Span Compression Joint shall be used for joining two lengths of conductor. The joint shall have
a resistively less than 75% of the resistivity of equivalent length of conductor. The joint shall not
permit slipping off, damage to or failure of the complete conductor or any part thereof at a load less
than 95% of the ultimate tensile strength of the conductor.

The joint shall be made of steel and aluminium /aluminium alloy sleeves for jointing the steel core
and aluminium /aluminium alloy wires respectively. The steel sleeve should not crack or fail during
compression. The Brinnel Hardness of steel sleeve shall not exceed 200. The steel sleeve shall be
hot dip galvanized. The aluminium sleeve shall have aluminium of purity not less than 99.5%.
Tapered aluminium filler plugs shall also be provided on the line of demarcation between
compression and non-compression zone.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8.3.3 Repair Sleeve
Repair Sleeve of compression type shall be used to repair conductor with not more than two strands
broken in the outer layer. The sleeve shall be manufactured from 99.5% pure aluminium and shall
have a smooth surface. The repair sleeve shall comprise of two pieces with a provision of seat for
sliding of the keeper piece. The edges of the seat as well as the keeper piece shall be so rounded
that the conductor strands are not damaged during installation.

8.3.4 Vibration Damper


Vibration dampers of 4R-stockbridge type with four (4) different resonances spread within the
specified Aeolian frequency band width corresponding to wind speed of 1 m/s to 7 m/s shall be used
at suspension and tension points on each conductor in each span along with bundle spacers to
damp out Aeolian vibration as mentioned hereinafter.

Alternate damping systems or “Dog bone” dampers offering equivalent or better performance also
shall be accepted provided the manufacturer meets the qualifying requirements stipulated in the
Specifications. Relevant technical documents to establish the technical suitability of alternate
systems shall be furnished by the Contractor along with his Tender.

One damper minimum on each side per Conductor/Sub-conductor for suspension points and two
dampers minimum on each side per conductor/sub-conductor for tension points shall be used for
ruling design span of 350 meters for 220 kV.

The Contractor may offer damping system involving more number of dampers per ruling design span
than the specified.

The clamp of the vibration damper shall be made of high strength aluminium alloy of type LM-6. It
shall be capable of supporting the damper and prevent damage or chafing of the conductor during
erection or continued operation. The clamp shall have smooth and permanent grip to keep the
damper in position on the conductor without damaging the strands or causing premature fatigue
failure of the conductor under the clamp. The clamp groove shall be in uniform contact with the
conductor over the entire clamping surface except for the rounded edges. The groove of the clamp
body and clamp cap shall be smooth, free from projections, grit or other materials which could cause
damage to the conductor when the clamp is installed. Clamping bolts shall be provided with self-
locking nuts and designed to prevent corrosion of threads or loosening in service.

The messenger cable shall be made of high strength galvanized steel/stain less steel with a minimum
strength of 135 kg/sq.mm. It shall be of preformed and post formed quality in order to prevent
subsequent droop of weight and to maintain consistent flexural stiffness of the cable in service. The
number of strands in the messenger cable shall be 19. The messenger cable, other than stainless
steel shall be hot dip galvanized in accordance with the recommendations of IS: 4826 for heavily
coated wires.

The damper mass shall be made of hot dip galvanized mild steel/cast iron or a permanent mould
cast zinc alloy. All castings shall be tree from defects such as cracks, shrinkage, inclusions and
blowholes etc. The surface of the damper masses shall be smooth.

The damper clamp shall be cast over the messenger cable and offer sufficient and permanent grip
on it. The messenger cable shall not slip out of the grip at a load less than the mass pull-off value of
the damper. The damper masses made of material other-than zinc alloy shall be fixed to the
messenger cable in a suitable manner in order to avoid excessive stress concentration on the
messenger cables which shall cause premature fatigue failure of the same. The messenger cable
ends shall be suitably and effectively sealed to prevent corrosion. The damper mass made of zinc

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
alloy shall be cast over the messenger cable and have sufficient and permanent grip on the
messenger cable under all service conditions.

The damper assembly shall be so designed that it shall not introduce radio interference beyond
acceptable limits.

The vibration damper shall be capable of being installed and removed from energized line by means
of hot line technique. In addition, the clamp shall be capable of being removed and reinstalled on
the conductor at the designated torque without shearing or damaging of fasteners.

The contractor must indicate the clamp bolt tightening torque ensure that the slip strength of the
clamp is maintained between 2.5 kN and 5 kN. The clamp when installed on the conductor shall not
cause excessive stress concentration on the conductor leading to permanent deformation of the
conductor strands and premature fatigue failure in operation.

The vibration damper shall not have magnetic power loss more than 1 watt at 600 Amps. 50Hz
alternating current per sub-conductor when installed on a twin bundle system for 220 kV line.

The vibration analysis of the system, with and without damper and dynamic characteristics of the
damper as detailed under Sub-Clause 8.6, shall have to be submitted. The technical particulars for
vibration analysis and damping design of the system are as follows:

Description Technical Particulars


ACSR 'BISON'
Span length in meters
(i) Ruling design span 350 meters

(ii) Maximum span 1200 meters

(iii) Minimum span 100 meters

Configuration Twin bundle conductor per phase in vertical


configuration (D/C)
Tensile load in each sub- 4144 Kgf
conductor at temperature of
0 deg.C and still air
Armour rods used Standard preformed armour rods/AGS
Maximum permissible +/- 150 micro strains
dynamic strain

The damper placement chart for spans ranging from 100m to 1200m shall be submitted by the
Contractor. Placement charts should be duly supported with relevant technical documents and
sample calculations.

The damper placement charts shall include the following

(a) Location of the dampers for various combinations of spans and line tensions clearly indicating
the number of dampers to be installed per conductor per span.

(b) Placement distances clearly identifying the extremities between which the distances are to
be measured.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(c) Placement recommendation depending upon type of suspension clamps (viz Free center
type/Armour grip type etc.)

(d) The influence of mid span compression joints, repair sleeves and armour rods (standard and
AGS) in the placement of dampers.

8.3.5 Bundle Spacer


Armour grip bundle spacers shall be used to maintain the spacing of 450 mm between the two sub-
conductors of each bundle under all normal working conditions.

Spacers offering equivalent or better performance shall also be accepted provided offer meets the
qualifying requirements stipulated in the Specification.

The offer shall include placement charts recommending the number of spacers per phase per span
and the sub span lengths to be maintained between the spacers while installing on the twin bundle
conductors.

- The placement of spacers shall be in such a way that adjacent sub spans are sufficiently
detuned and the critical wind velocity of each sub span shall be kept more than 30 km/hr and
to avoid clashing of sub conductors. The placement shall ensure bundle stability under all
operating conditions.

- The placement chart shall be provided for spans ranging from 100 m to 1200m. The number
of spacers recommended for a ruling design span of 350m shall however be seven with no
sub-span greater than 70m and no end sub-span longer than 40m.

- The Contractor may offer more number of spacers per ruling design span than the specified.

- The Contractor shall also furnish all the relevant technical documents in support of their
placement charts along with his Tender.

Jumpers at tension points shall also be fitted with spacers so as to limit the length of free conductor
to 3.65 m and to maintain the sub conductor spacing of 450 mm. The Contractor shall quote for rigid
spacer for jumper. It shall meet all the requirements of spacer used in line except for its vibration
performance. Spacers requiring retaining rods shall not be quoted for jumpers.

The spacer offered by the Contractor shall satisfy the following requirements.

- Spacer shall restore normal spacing of the sub conductors after displacement by wind,
electromagnetic and the electrostatic forces under all operating conditions including the
specified short circuit level without permanent deformation damage either to conductor or to
the assembly itself. They shall have uniform grip on the conductor

- For spacer requiring retaining rods, the retaining rods shall be designed for the specified
conductor size. The preformed rods shall be made of high strength, special aluminium alloy
of type 6061/65032 and shall have minimum tensile strength of 35 kg/sq.mm. The ends of
retaining rods should be ball ended. The rods shall be heat-treated to achieve specified
mechanical properties and give proper resilience and retain the same during service.

- 4 (Four) number of rods shall be applied on each clamp to hold the clamp in position. The
minimum diameter of the rods shall be 7.87 + 0.1 mm and the length of the rods shall not be
less than 1100 mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
- Where elastomer surfaced clamp grooves are used, the elastomer shall be firmly fixed to the
clamp. The insert should be forged from aluminium alloy of type 6061/65032. The insert shall
be duly heat treated and aged to retain its consistent characteristics during service.

- Any nut used shall be locked in an approved manner to prevent vibration loosening. The
ends of bolts and nuts shall be properly rounded for specified corona performance or suitably
shielded.

- Clamp with cap shall be designed to prevent its cap from slipping out of position when being
tightened.

- The clam grooves shall be in uniform contact with the conductor over the entire surface,
except for rounded edges. The groove of the clamp body and clamp cap shall be smooth and
free of projections, grit or other material, which cause damage to the conductor when the
clamp is installed.

- For the spacer involving bolted clamps, the manufacturer must indicate the clamp bolt
tightening torque to ensure that the slip strength of the clamp is maintained between 2.5 kN
and 5 kN. The clamp when installed on the conductor shall not cause excessive stress
concentration on the conductor leading to permanent deformation of the conductor strands
and premature fatigue failure in operation.

- Universal type bolted clamps, covering a range of conductor sizes, will not be permitted.

- No rubbing, other than that of the conductor clamp hinges or clamp swing bolts, shall take
place between any parts of the spacer. Joint incorporating a flexible medium shall be such
that there is no relative slip between them.

- The spacer shall be suitably designed to avoid distortion or damage to the conductor or to
themselves during service.

- Rigid spacers shall be acceptable only for jumpers.

- The spacer shall not damage or chafe the conductor in any way which might affect its
mechanical and fatigue strength or corona performance.

- The clamping system shall be designed to compensate for any reduction in diameter of
conductor due to creep.

- The spacer assembly shall not have any projections, cuts, abrasions etc. or chattering parts
which might cause corona or RIV.

- The spacer tube shall be made of aluminium alloy of type 6061/65032. If fasteners of ferrous
material are used, they shall conform to and be galvanized conforming to relevant Indian
Standards. The spacer involving ferrous fasteners shall not have magnetic power loss more
than one watt at 600 Amps 50 Hz alternating current per sub- conductor.

- Elastomer, if used, shall be resistant to the effects of temperature up to 75°C, ultraviolet


radiation and other atmospheric contaminants likely to be encountered in service. It shall
have good fatigue characteristics. The physical properties of the elastomer shall be of
approved standard.

- The spacer assembly shall have electrical continuity. The electrical resistance between the
sub-conductor across the assembly in case of spacer having elastomer clamp grooves shall

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
be suitably selected by the manufacturers to ensure satisfactory electrical performance and
to avoid deterioration of elastomer under all service conditions.

- The spacer assembly shall have complete ease of installation and shall be capable of
removal/reinstallation without any damage.

- The spacer assembly shall be capable of being installed and removed from the energized
line by means of hot line technique.

8.3.6 Materials and Workmanship

All the equipment shall be of the latest proven design and conform to the best modern practice
adopted in the extra high voltage field. The Contractor shall offer only such equipment as guaranteed
by him to be satisfactory and suitable for 220 kV transmission line applications with bundle
conductors and will give continued good performance.

The design, manufacturing process and quality control of all the materials shall be such as to achieve
requisite factor of safety for maximum working load, highest mobility, elimination of sharp edges and
corners, best resistance to corrosion and a good finish.

All ferrous parts shall be hot dip galvanized, after all machining has been completed. Nuts may,
however, be tapped (threaded) after galvanizing and the threads oiled. Spring washers shall be
electro galvanized as per grade 4 of IS-1573-1970. The bolt threads shall be undercut to take care
of increase in diameter due to galvanizing. Galvanizing shall be done in accordance with IS: 2629/IS-
1367 (Part-13) and satisfy the tests mentioned in IS-2633.

Fasteners shall withstand four dips while spring washers shall withstand three dips. Other galvanized
materials shall have a minimum overall coating of zinc equivalent to 600 gm/sq.m and shall be
guaranteed to withstand at least six dips each lasting one minute under the standard Preece test
for galvanizing unless otherwise specified.

The zinc coating shall be perfectly adherent, of uniform thickness, smooth, reasonably bright,
continuous and free from imperfections such as flux, ash, rust stains, bulky white deposits and
blisters. The zinc used for galvanizing shall be of grade Zn.99.95 as per IS: 209.

In case of castings, the same shall be free from all internal defects like shrinkage, inclusion, blow
holes, cracks etc.

All current carrying parts shall be so designed and manufactured that contact resistance is reduced
to minimum and localized heating phenomenon is averted.

No equipment shall have sharp ends or edges, abrasions or projections and shall not cause any
damage to the conductor in any way during erection or during continuous operation which would
produce high electrical and mechanical stresses in normal working. The design of adjacent metal
parts and mating surfaces shall be such as to prevent corrosion of the contact surface and to
maintain good electrical contact under all service conditions.

Particular care shall be taken during manufacture and subsequent handling to ensure smooth
surface free from abrasion or cuts.

The fasteners shall conform to the requirements of IS: 6639. All fasteners and clamps shall have
corona free locking arrangement to guard against vibration loosening.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8.3.7 Compression Markings
Die compression areas shall be clearly marked, on each equipment designed for continuous die
compressions and shall bear the words ‘COMPRESS FIRST’ suitably inscribed on each equipment
where the compression begins. If the equipment is designed for intermittent die compressions, it
shall bear the identification marks ‘COMPRESSION ZONE’ and ‘NON- COMPRESSION ZONE’
distinctly with arrow mark showing the direction of compression and knurling marks showing the end
of the zones. The letters, number and other markings on finished equipment shall be distinct and
legible.

8.3.8 Drawings to be submitted with the Tender


The Contractor shall furnish detailed dimensioned drawings of the equipment and all component
parts. Each drawing shall be identified by a drawing number and Contract number. All drawings shall
be neatly arranged. All drafting and lettering shall be legible. The minimum size of lettering shall be
3 mm. All dimensions and dimensional tolerances shall be mentioned in mm.

The drawings shall include:

(a) Dimensions and dimensional tolerances

(b) Material, fabrication details including any weld details and any specified finishes and
coatings. Regarding material, designations and reference of standards are to be indicated.

(c) Catalogue No.

(d) Weight of assembly

(e) Installation instructions

(f) Design installation torque for the bolt or cap screw

(g) Withstand torque that may be applied to the bolt or cap screw without failure of component
parts

(h) The compression die number with recommended compression pressure.

(i) All other relevant technical details

(j) Placement charts for spacer and damper.

The above drawings shall be submitted in 5 copies with all the details as stated above along with
this Tender. After the placement of award, the Contractor shall again submit the drawings in 4 copies
to the Employer’s Representative for approval. After Employer’s Representative's approval and
successful completion of all type tests, 10 more sets of drawings shall be submitted to Employer’s
Representative for distribution and site use.

8.4 GALVANIZED STEEL EARTH WIRE ACCESSORIES

8.4.1 Mid Span Compression Joint


Mid Span Compression Joint shall be used for joining two lengths of earth wire. The joint shall be
made of mild steel with aluminium encasing. The steel sleeve should not crack or fail during
compression. The Brinnel Hardness of steel should not exceed 200. The steel sleeve shall be hot

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
dip galvanized. The aluminium sleeve shall have aluminium of purity not less than 99.5%. Filler
aluminium sleeve shall also be provided at the both ends. The joints shall not permit slipping off,
damage to or failure of the complete earth wire or any part thereof at a load not less than 95% of the
ultimate tensile strength of the earth wire. The joint shall have resistivity less than 75% of resistivity
of equivalent length of earth wire. The dimensions and the dimensional tolerances of the joint shall
be as per the table given below.

Dimensions prior to Dimensions after compression


compression (mm) (mm)
Item
Corner to Face to
ID OD Length
Corner Face
Aluminium Sleeve 25.0
22.0 +0.5 32 +0.5 400 +5 29.4 +0.5
+0.5
Steel Sleeve 17.5
11.5 +0.2 21 +0.5 230 +5 20.2 +0.5
+0.5
Filler Aluminium Sleeve 11.5 +0.2 21 +0.5 60 +5

8.4.2 Vibration Damper

Vibration dampers of 4R-Stockbridge type with four (4) different frequencies spread within the
specified aeolian frequency band-width corresponding to wind speed of 1 M/s to 7 m/s shall be used
for suspension and tension points on each earth wire in each span to damp out aeolian vibrations
as mentioned herein after.

Alternate damping systems or “Dogbone” dampers offering equivalent or better performance also
shall be acceptable provided the manufacturer meets the qualifying requirements stipulated in the
Specifications. Relevant technical documents to establish the technical suitability of alternate
systems shall be furnished by the Contractor along with the Tender.

One damper minimum on each side per earth wire at suspension points and two dampers on each
side per earth wire at tension points shall be used for ruling design span of 350 meters for 220 kV
line.

The Contractor may offer damping system involving a greater number of dampers per ruling design
span than the specified.

The clamp of the vibration damper shall be made of aluminium alloy. It shall be capable of supporting
the damper during installation and prevent damage or chafing of the earth wire during erection or
continued operation. The clamp shall have smooth and permanent grip to keep the damper in
position on the earth wire without damaging the strands or causing premature fatigue failure of the
earth wire under the clamp. The clamp groove shall be in uniform contact with the earth wire over
the entire clamping surface except for the rounded edges. The groove of the clamp body and clamp
cap shall be smooth, free from projections, grit or materials which could cause damage to the earth
wire when the clamp is installed. Clamping bolts shall be provided with self-locking nuts designed
to prevent corrosion of the threads or loosening during service.

The messenger cable shall be made of high strength galvanized steel/stainless steel with a minimum
strength of 135 Kg/sq.mm. It shall be of preformed and post formed quality in order to prevent
subsequent droop off weights and to maintain consistent flexural stiffness of the cable in service.
The number of standards in the messenger cable shall be 19. The messenger cable ends shall be
suitably and effectively sealed to prevent corrosion.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The damper mass shall be made of hot dip galvanized mild steel/cast iron or a permanent mould
cast zinc alloy. All castings shall be free from defects such as cracks, shrinkages, inclusions and
blow holes etc. The inside and outside surfaces of the damper masses shall be smooth.

The vibration analysis of the system, with and without damper, dynamic characteristic of the damper
as detailed under Sub-Clause 8.6, shall have to be submitted by the Contractor along with his
Tender. The technical particulars for vibration analysis and damping design of the system are as
follows:

Description of Technical Particulars Value

Span length: 220 kV


(i) Ruling design span 350 meters
(ii) Maximum span 1200 meters
(iii) Minimum span 100 meters
Tensile load in each earth wire at temperature of 0°C and still air 1340 kgf
Tensile load in each earth wire at temperature of 32°C and full wind 2620 kgf
Maximum permissible dynamic strain ±150 micro strain

The damper placement chart for spans ranging from 100 m to 1200 m shall be submitted by the
Contractor. All the placement charts should be duly supported by relevant technical documents.

The damper placement charts shall include the following:

(a) Location of the dampers for various combinations of spans and line tensions clearly indicating
number of dampers to be installed per earth wire per span.

(b) Placement distances clearly identifying the extremities between which the distances are to
be measured.

(c) Placement recommendation depending upon type of suspension clamps (viz, free center
type/trunion type etc.)

(d) The influence of mid span compression joints in the placement of dampers.

8.4.3 Flexible Copper Bond

The flexible copper bond shall be circular in cross-section of minimum 34 sq.mm equivalent copper
area and not less than 500 mm in length. It shall consist of 259 wires of 0.417 mm dia. tinned copper
conductor. It shall be laid up as 7 stranded ropes, each of 37 bunched wires. The tinning shall be as
per relevant Indian Standard. Two tinned copper connecting lugs shall be press jointed to either
ends of the flexible copper cable. One lug shall be suitable for 12 mm, dia. bolt and the other for 16
mm dia bolt. The complete assembly shall also include one 16 mm dia., 40 mm long HRH MS Bolt
hot dip galvanized with nut and lock washer.

8.4.4 Suspension Clamp


Standard anchor shackle/twisted shackle for earth wire suspension clamp shall be supplied for
attaching to the hanger plate of tower.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
At all suspension towers, suitable suspension clamps shall be used to support the earth wire of
7/3.35 mm size for 220KV. The clamps shall be of either free center type or trunion type and shall
provide adequate area of support to the earth wire. The groove of the clamp shall be smooth, finished
in a uniform circular or oval shape and shall slope downwards in a smooth curve to avoid edge
support and hence to reduce the intensity of bending moment on earth wire.

There shall be no sharp point in the clamps coming in contact with earth wire. There shall not be any
displacement in the configuration of the earth wire strands nor shall the strands be unduly stressed
in final assembly during working conditions.

The clamping piece and the clamp body shall be clamped by at least two U-bolts of size not less
than 10 mm diameter having one nut and one 3 mm thick lock nut with washer on each of its limbs.
Suspension clamps shall be provided with inverted type U-bolts. One limb of the U-bolt shall be long
enough to accommodate the lug of the flexible copper bond.

The Contractor shall supply all the components of the suspension assembly including shackles,
bolts, nuts, washers, split pin etc. The total drop of the suspension assembly from the center point
of the attachment to the center point of the earth wire shall not exceed 150 mm. The design of the
assembly shall be such that the direction of run of the earth wire shall be same as that of the
conductor.

The complete assembly shall be guaranteed for slip strength of not less than 12 kN and not more
than 17 kN. The breaking strength of the assembly shall not be less than 25 kN.

8.4.5 Tension Clamp


At all tension towers suitable compression type tension clamps shall be used to hold 7/3.35 mm
galvanized steel earth wire for 220KV. Anchor shackle shall be supplied which shall be suitable for
attaching the tension clamp to strain plates.

The clamps shall have adequate area of bearing surface to ensure positive electrical and mechanical
contact and shall not permit any slip to the earth wire under working tension and vibration conditions.
The angle of jumper terminal to be mounted should be 30 deg. with respect to the vertical line.

The clamps shall be made of mild steel with aluminium encasing. The steel should not crack or fail
during compression. The Brinnel hardness of steel sleeve shall not exceed 200. The steel sleeve
shall be hot dip galvanized. The aluminium encasing shall have aluminium of purity not less than
99.5%. Filler aluminium sleeve shall also be provided at the end.

The complete assembly shall be so designed as to avoid undue bending in any part of the clamp
and shall not produce any hindrance to the movements of the clamps in horizontal or vertical
directions.

The slip strength of the assembly shall not be less than 95% of the ultimate strength of the earth
wire.

The clamps shall be complete with all the components including anchor shackle, bolts, nuts,
washers, split pin, jumper arrangement etc.

8.4.6 Material and Workmanship


The requirements of Sub-Clause 8.3.6 shall apply to the galvanized steel earth wire accessories to
be provided under the Contract.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
2.5% extra fasteners shall be supplied.

8.4.7 Compression Markings


The requirements of Sub-Clause 8.3.7 shall apply to the galvanized steel earth wire accessories to
be provided under the Contract.

8.4.8 Tender Drawings


The requirements of Sub-Clause 8.3.8 shall apply to the galvanized steel earth wire accessories to
be provided under the Contract.

8.5 TESTS AND STANDARDS

8.5.1 Type Tests


(i) On Suspension Hardware Fittings only:

(a) Magnetic power loss test for suspension assembly


(b) Clamp slip strength Vs torque test for suspension clamp
Sub-Clause 8.6
(c) Mechanical strength Test
(d) OZONE Test on elastomer
(e) Shore hardness test of elastomer cushion for AG IS:2121 (Part I),
suspension clamp Clauses 7.5, 7.10 and
(f) Bend test for armour rod set 7.11

(g) Resilience test for armour rod set IS:2121 (Part I),
Clauses 7.5, 7.10 and
(h) Conductivity test for armour rods set
7.11
(i) Visual Examination IS: 2486-(Part-I
(j) Verification of dimensions
(k) Galvanizing/Electroplating test
(l) Mechanical strength test of each component (excluding
corona control rings/ grading ring and arcing horn) Sub-Clause 8.6
(m) Mechanical Strength test of welded joint
(n) Test on locking device for ball and socket coupling IEC: 60372 (2)

(ii) Tension Hardware Fittings only:

(a) Electrical resistance test for dead end Assembly


IS: 2486 (Part I),
(b) Heating cycle test for dead- end Assembly
Clauses 5.4 and 5.6
(c) Slip strength test for dead-end Assembly
(d) Mechanical strength test Sub-Clause 8.6

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(e) Visual Examination IS: 2486 (Part I)
(f) Verification of dimensions
(g) Galvanizing/Electroplating test

(iii) Mid Span Compression Joint for Earth Wire:

(a) Chemical analysis of materials Sub-Clause 8.6


(b) Electrical resistance test IS:2121 (Part II),
Clauses 6.5 and 6.6
(c) Slip strength test Sub-Clause 8.6

(iv) Flexible Copper Bond:

(a) Slip strength test Sub-Clause 8.6

(v) Vibration Damper for Conductor and Earth Wire:

(a) Chemical analysis of materials


(b) Dynamic characteristics test
(c) Vibration analysis Sub-Clause 8.6
(d) Clamp slip test
(e) Fatigue tests
(f) Damper Efficiency test IS: 9708
(g) Magnetic Power loss test
(h) Corona extinction voltage test (Dry) Sub-Clause 8.6
(i) Radio interference voltage test (Dry)

(vi) Bundle Spacer:

(a) Chemical analysis of materials


(b) Clamp slip test
(c) Vibration test
(i) Vertical vibration
(ii) Longitudinal vibration
(iii) Sub span Oscillation Sub-Clause 8.6
(d) Ozone Test
(e) Magnetic Power Loss Test
(f) Corona Extinction Voltage Test (Dry)
(g) Radio Interference Voltage Test (Dry)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(h) Compression - Tension Test

(vii) Rigid Spacer for Jumper (for ACSR 'BISON'):

(a) Chemical analysis of materials


(b) Clamp slip test
(c) Magnetic power loss test (if applicable)
Sub-Clause 8.6
(d) Tension compression test
(e) Corona extinction voltage test (dry)
(f) Radio interference voltage test (dry)

(viii) Earth Wire Suspension Clamp Assembly:

(a) Chemical analysis of materials


(b) Mechanical strength test
Sub-Clause 8.6
(c) Clamp slip strength Vs Torque test for Suspension
assembly
Visual examination and Dimensional verification IS: 2121 (Part II)

(ix) Earth Wire Tension Clamp Assembly:

(a) Chemical analysis of materials


(b) Mechanical strength test (excluding clamp)
Sub-Clause 8.6
(c) Slip strength test on tension assembly
(d) Electrical resistance test on tension clamp
(e) Visual examination and dimensional verification IS: 2121 (Part II)

The magnetic power loss test specified under (i)(a) above shall be conducted on single I suspensions
and single suspension pilot assembly.

Heating cycle test on dead end assembly, mid span compression joint for Conductor and
performance test on dampers shall not be required to be carried out if a valid test certificate is
available for a similar design, i.e., test conducted earlier should have been conducted in accredited
laboratory (accredited based on ISO/IEC guide 25/17025 or EN 45001 by the National Accreditation
body of the country where laboratory is located) or witnessed by the representative of NEA. The test
reports submitted shall be for tests conducted within the last 5 (five) years prior to the date of Tender
opening.

In case the tests have been conducted earlier than the above stipulated period or in the event of any
discrepancy in the test report (i.e., any test report not applicable due to any design/manufacturing
change including substitution of components or due to non-compliance with the requirement
stipulated in the Technical Specification) the tests shall be conducted by the Contractor at no extra
cost to the Employer.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8.5.2 Acceptance Tests
(i) Both Suspension and Tension Hardware Fittings:

(a) Visual Examination


IS: 2486 (Part I),
(b) Verification of dimensions
Clauses 5.8 and
(c) Galvanizing/Electroplating test 5.9
(d) Mechanical strength test of each component (excluding
corona control rings/ grading ring and arcing horn) Sub-Clause 8.6
(e) Mechanical Strength test of welded joint
(f) Mechanical strength test for corona control rings/ grading BS: 3288 (Part
ring and arcing horn I), Clause 7.3.2
(g) Test on locking device for ball and socket coupling IEC:372 (2)
(h) Chemical analysis, hardness tests, grain size, inclusion
rating and magnetic particle inspection for
forgings/castings Sub-Clause 8.6

(i) Assembly test

(ii) Suspension Hardware Fittings only:

(a) Clamp Slip strength Vs Torque test for suspension clamp


(b) Shore hardness test of elastomer cushion for AG Sub-Clause 8.6
suspension clamp
(c) Bend test for armour rod set IS: 2121 (Part I),
Clauses 7.5, 7.10 and
7.11
(d) Resilience test for armour rod set IS: 2121 (Part I),
Clauses 7.5, 7.10
(e) Conductivity test for armour rods set
and 7.11

(iii) Tension Hardware Fittings only:

(a) Slip strength test for dead- end assembly IS: 2486 ( Part
I), Clause 5.4

(iv) Mid Span Compression Joint for Earth Wire:

(a) Visual examination and Dimensional verification IS: 2121 (Part II),
Clauses 6.2, 6.3 and 6.7
(b) Galvanising test
Sub-Clause 8.7
(c) Hardness test
(d) Slip strength test IS: 2121 (Part II)

(v) Flexible Copper Bond:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(a) Visual examination and Dimensional verification IS: 2121 (Part II),
Clauses 6.2, 6.3
(b) Slip strength test Sub-Clause 8.7

(vi) Vibration Damper for Conductor and Earth Wire:

(a) Visual examination and dimensional verification IS: 2121 (Part II),
Clauses 6.2, 6.3 and 6.7
(b) Galvanizing test
(i) On damper masses
(ii) On messenger cable
(c) Verification of resonance frequencies
(d) Clamp slip Sub-Clause 8.7
(e) Clamp bolt torque test
(f) Strength of the messenger cable
(g) Mass pull off test
(h) Dynamic characteristics test

(vii) Spacer for Conductor/Spacer for Jumper:

(a) Visual examination and Dimensional verification IS: 2121 (Part II),
Clauses 6.2, 6.3 and 6.7
(b) Galvanizing test
(c) Movement test (except for spacers for jumpers)
(d) Clamp slip test
(e) Clamp bolt torque test Sub-Clause 8.7
(f) Compressive and tensile test
(g) Assembly torque test
(h) Hardness test for Elastomer (if applicable)

(viii) Earth Wire Suspension Clamp Assembly:

(a) Visual examination and Dimensional verification


IS: 2121 (Part II)
(b) Galvanizing test
(c) Clamp slip strength test
Sub-Clause 8.6
(d) Mechanical strength test on each component
(e) Chemical analysis of materials

(ix) Earth Wire Tension Clamp Assembly:

(a) Visual examination and Dimensional verification

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) Galvanizing test IS: 2121 (Part II)

(c) Slip strength test for tension clamp


(d) Mechanical strength test on each component (excluding
clamp) Sub-Clause 8.6
(e) Hardness test
(f) Chemical analysis of materials

8.5.3 Routine Tests

(i) Hardware Fittings

(a) Visual examination IS: 2121 (Part II)

(b) Proof Load Test Sub-Clause 8.6

(ii) Conductor and Earth Wire Accessories:

(a) Visual examination and Dimensional verification


IS: 2121 (Part II), Clauses
6.2 and 6.3

8.5.4 Testing During Manufacture

(i) All Components – as applicable

(a) Chemical analysis of Zinc used for galvanizing


(b) Chemical analysis, mechanical metallographic test and
magnetic particle inspection for malleable castings. Sub-Clause 8.6
(c) Chemical analysis, hardness tests and magnetic particle
inspection for forgings

8.5.5 Testing Expenses


Testing charges for the type test specified shall be indicated separately in the prescribed schedule.

Contractor shall indicate charges for all type tests covered under Sub-Clauses 8.5.1 to 8.5.4
separately. The charges for each type test shall be separately indicated.

For type tests which involve the tests on the complete insulator string with hardware fittings, the sub-
vendor of hardware fittings shall supply the necessary number of sets of hardware fittings at the
place of testing free of cost.

In case of failure in any type test, the Contractor whose material has failed is either required to modify
the design of the material and successfully carryout all the type tests as has been detailed out in
Sub-Clause 8.5.1 or to repeat that particular type test at least three times successfully at his own
expenses. In case of failure of the complete string in any type test, the manufacturer whose product

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
has failed in the test shall get the test repeated at his cost. The Contractor whose material has not
failed in the test shall be required to supply the requisite quantity of material (that is, insulator
discs or hardware fittings as the case may be) required for repeat testing at the place of testing and
the cost of supply shall be borne by the sub-vendor whose material has failed in testing.

Contractor shall indicate the laboratories in which they propose to conduct the type tests. They shall
ensure that adequate facilities for conducting the tests are available in the laboratory and the tests
can be completed in these laboratories within the time schedule guaranteed by them in the
appropriate schedule.

The entire cost of testing for acceptance and routine tests and tests during manufacture specified
herein shall be treated as included in the quoted Ex-works/CIF Price.

In case of failure in any type test, repeat type tests are required to be conducted; then, all the
expenses for retesting of the Employer’s Representative shall be deducted from the contract price.
Also if on receipt of the Contractor's notice of testing, the Employer’s Representative does not find
plant to be ready for testing the expenses incurred by the Employer and the Employer’s
Representative for retesting shall be deducted from contract price.

The Contractor shall intimate the Employer’s Representative about carrying out of the type tests
along with detailed testing programme at least 3 weeks in advance (in case of Domestic Contractor
and at least 6 weeks advance in case of Foreign Contractor) of the scheduled date of testing during
which the Employer’s Representative will arrange to depute his representative to be present at the
time of carrying out the tests.

8.5.6 Sample Batch for Type Testing


The Contractor shall offer material for sample selection for type testing only after getting Quality
Assurance Programme approved by the Employer’s Representative. The Contractor shall offer at
least three times the quantity of materials required for conducting all the type tests for sample
selection. The sample for type testing will be manufactured strictly in accordance with the Quality
Assurance Programme approved by the Employer’s Representative.

Before sample selection for type testing the Contractor shall be required to conduct all the
acceptance tests successfully in presence of the Employer’s Representative.

8.5.7 Schedule of Testing and Additional Tests


The Contractor has to indicate the schedule of following activities in their Tenders

(a) Submission of drawing for approval.

(b) Submission of Quality Assurance programme for approval.

(c) Offering of material for sample selection for type tests.

(d) Type testing.

The Employer reserves the right of having at his own expense any other test(s) of reasonable nature
carried out at Contractor’s premises, at site, or in any other place in addition to the aforesaid type,
acceptance and routine tests to satisfy himself that the material complies with the specifications.

The Employer also reserves the right to conduct all the tests mentioned in this specification at his
own expense on the samples drawn from the site at Contractor’s premises or at any other test center.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-26


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
In case of evidence of noncompliance, it shall be binding on the part of Contractor to prove the
compliance of the items to the technical specifications by repeat tests, or correction of deficiencies,
or replacement of defective items, all without any extra cost to the Employer.

8.5.8 Co-ordination for Testing


The Contractor shall coordinate testing of its hardware fittings with insulators which may be supplied
by other manufacturers.

8.5.9 Test Reports


Copies of type test reports shall be furnished in at least six copies along with one original. One copy
shall be returned duly certified by the Employer’s Representative, only after which the commercial
production of the concerned material shall start.

Copies of acceptance test report shall be furnished in at least six copies. One copy shall be returned,
duly certified by the Employer’s Representative, only after which the materials will be dispatched.

Record of routine test report shall be maintained by the Contractor at his works for periodic inspection
by the Employer’s.

Test certificates of tests during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and when desired by the Employer’s Representative.

8.5.10 Inspection
The Employer’s Representative shall at all times be entitled to have access to the works and all
places of manufacture, where the material and/or its component parts shall be manufactured and
the representatives shall have full facilities for unrestricted inspection of the Contractor’s, sub-
Contractor’s works raw materials, manufacturers of all the material and for conducting necessary
tests as detailed herein.

The material for final inspection shall be offered by the Contractor only under packed condition as
detailed in clause 4.11 of this part of the Specification. The Employer’s Representative shall select
samples at random from the packed lot for carrying out acceptance tests.

The Contractor shall keep the Employer’s Representative informed in advance of the time of starting
and of the progress of manufacture of material in its various stages so that arrangements could be
made for inspection.

Material shall not be dispatched from its point of manufacture before it has been satisfactorily
inspected and tested unless the inspection is waived off by the Employer’s Representative in writing.
In the latter case also the material shall be dispatched only after all tests specified herein have been
satisfactorily completed.

The acceptance of any quantity of material shall in no way relieve the Contractor of his responsibility
for meeting all the requirements of the Specification, and shall not prevent subsequent rejection, if
such materials are later found to be defective.

8.5.11 Packing and Marking


All material shall be packed in strong and weather resistant wooden cases/crates. The gross weight
of the packing shall not normally exceed 200 Kg to avoid handling problems.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-27


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The packing shall be of sufficient strength to withstand rough handling during transit, storage at site
and subsequent handling in the field.

Suitable cushioning, protective padding, dunnage or spacers shall be provided to prevent damage
or deformation during transit and handling.

Bolts, nuts, washers, cotter pins, security clips and split pins etc. shall be packed duly installed and
assembled with the respective parts and suitable measures shall be used to prevent their loss.

Each component part shall be legibly and indelibly marked with trade mark of the manufacturer and
year of manufacture.

All the packing cases shall be marked legibly and correctly so as to ensure safe arrival at their
destination and to avoid the possibility of goods being lost or wrongly dispatched on account of faulty
packing and faulty or illegible markings. Each wooden case/crate shall have all the markings
stencilled on it in indelible ink.

8.5.12 Standards
The Hardware fittings; conductor and earth wire accessories shall conform to the following
Indian/International Standards which shall mean latest revisions, with amendments / changes
adopted and published, unless specifically stated otherwise in the Specification.

In the event of the supply of hardware fittings; conductor and earth wire accessories conforming to
standards other than specified, the Contractor shall confirm in his tender that these standards are
equivalent to those specified. In case of award, salient features of comparison between the
Standards proposed by the Contractor and those specified in this document will be provided by the
Contractor to establish their equivalence.

Indian International
Title
Standard Standards
IS: 209 Specification for Zinc BS:3436-1986
IS: 398 Aluminium Conductor Galvanized Steel- Reinforced for IEC:1089-1991
Part V Extra High Voltage (400 KV) and above
IS 1573 Electroplated Coating of Zinc on iron and Steel
IS: 2121 Specification for Conductor and Earthwire Accessories for
Overhead Power lines
Part I Mid-span Joints and Repair Sleeves for Conductors
IS: 2486 Specification for Insulator Fittings for Overhead power
Lines with Nominal Voltage greater than 1000 V
Part I General Requirements and Tests
IS: 2629 Recommended Practice for Hot Dip Galvanizing of Iron
and Steel
IS: 2633 Method of Testing Uniformity of Coating on Zinc Coated
Articles
Ozone test on Elastomer ASTM-D1171
Tests on insulators of Ceramic material or glass for IEC: 383-1993
overhead lines with a nominal voltage greater than
1000V

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-28


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
IS: 4826 Galvanized Coating on Round Steel Wires ASTMA472-729
BS:443-1969

Indian International
Title
Standard Standards
IS: 6745 Methods of Determination of Weight of Zinc Coating of BS: 433-1969
Zinc Coated Iron and Steel Articles ISO: 1460 (E)
IS: 8263 Method of Radio Interference Tests on High Voltage IEC:437-1973
Insulators NEMA: 107-1964
CISPR
IS: 6639 Hexagonal Bolts for Steel Structures ISO/R 272-1968
IS: 9708 Specification for Stock Bridge Vibration Dampers for
Overhead Power Lines
IS: 10162 Specification for Spacers Dampers for Twin Horizontal
Bundle Conductors

8.6 TESTS ON COMPLETE STRINGS WITH HARDWARE FITTINGS

8.6.1 Tests on Hardware Fittings


8.6.1.1 Magnetic Power Loss Test for Suspension Assembly
For Twin bundle "BISON" two hollow aluminium tubes of 32 mm diameter shall be placed 450 mm
apart and an alternating current over the range of 400 to 800 Amps, shall be passed through each
tube. The reading of the wattmeter with and without two suspension assemblies along with line side
yoke plate, clevis eye shall be recorded. Not less than three suspension assemblies shall be tested.
The average power loss for suspension assembly shall be plotted for each value of current. The
value of the loss corresponding to 600 amperes for 220 kV line, shall be read off from the graph.

8.6.1.2 Galvanizing/Electroplating Test


The test shall be carried out as per Clause 5.9 of IS: 2486 (Part 1) except that both uniformity of zinc
coating and standard Preecee test shall be carried out and the results obtained shall satisfy the
requirements of this specification.

8.6.1.3 Mechanical Strength Test of Each Component


Each component shall be subjected to a load equal to the specified minimum ultimate tensile strength
(UTS) which shall be increased at a steady rate to 67% of the minimum UTS specified. The load
shall be held for five minutes and then removed. The component shall then again be loaded to 50%
of UTS and the load shall be further increased at a steady rate till the specified UTS and held for
one minute. No fracture should occur. The applied load shall then be increased until the failing load
is reached and the value recorded.

8.6.1.4 Mechanical Strength Test of Welded Joint


The welded portion of the component shall be subjected to a Load of 2000 kgs for one minute.
Thereafter, it shall be subjected to die-penetration/ultrasonic test. There shall not be any crack at
the welded portion.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-29


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8.6.1.5 Clamp Slip Strength Vs. Torque Test for Suspension Clamp
The suspension assembly shall be vertically suspended by means of a flexible attachment. A
suitable length of ACSR 'BISON'' Conductor shall be fixed in the clamp. The clamp slip strength at
various tightening torques shall be obtained by gradually applying the load at one end of the
conductor. The Clamp slip strength vs. torque curve shall be drawn. The above procedure is
applicable only for free center type suspension clamp. For AG suspension clamp only clamp slip
strength after assembly shall be found out.

8.6.1.6 Shore Hardness Test for Elastomer Cushion for AG Suspension Assembly
The shore hardness at various points on the surface of the elastomer cushion shall be measured by
a shore hardness meter and the shore hardness number shall be between 65 to 80.

8.6.1.7 Proof Load Test


Each component shall be subjected to a load equal to 50% of the specified minimum ultimate tensile
strength which shall be increased at a steady rate to 67% of the UTS specified. The load shall be
held for one minute and then removed. After removal of the load the component shall not show any
visual deformation.

8.6.1.8 Tests for Forging Casting and Fabricated Hardware


The chemical analysis, hardness test, grain size, inclusion rating and magnetic particle inspection
for forging, castings and chemical analysis and proof load test for fabricated hardware shall be as
per the internationally recognized procedures for these tests. The sampling will be based on heat
number and heat treatment batch. The details regarding test will be as in the Quality Assurance
programme.

8.6.1.9 Mechanical Strength Test for Suspension/Tension Hardware Fittings


The complete string without insulators excluding arcing horn, corona control rings/grading ring and
suspension assembly/dead end assembly shall be subjected to a load equal to 50% of the specified
minimum ultimate tensile strength (UTS) which shall be increased at a steady rate to 67% of the
minimum UTS specified. This load shall be held for five minutes and then removed. After removal of
the load, the string component shall not show any visual deformation and it shall be possible to
disassemble them by hand. Hand tools may be used to remove cotter pins and loosen the nuts
initially. The string shall then be reassembled and loaded to 50% of UTS and the load shall be further
increased at a steady rate till the specified minimum UTS is reached and held for the one minute.
No fracture should occur during this period. The applied load shall then be increased until the failing
load is reached and the value recorded.

8.6.1.10 Ozone Test for Elastomer


This test shall be performed in accordance with ASTM D-1171 by the Ozone chamber exposure
method (method B). The test duration shall be 500 hours and the ozone concentration 50 PPHM.
At the test completion, there shall be no visible crack under a 2 x magnification.

8.6.2 Tests on Conductor and Earth wire Accessories


8.6.2.1 Slip Strength Test on Mid Span Compression Joint for Conductor and Earth Wire

The fitting compressed on conductor /earth wire shall not be less than one meter in length. The test
shall be carried out as per IS:2121 (Part-II) clause 6.4 except that the load shall be steadily increased
to 95% of minimum ultimate tensile strength of conductor/earth wire and retained for one minute at

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-30


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
this load. There shall be no movement of the conductor/ earth wire relative to the fittings and no
failure of the fit tings during this one minute period.

8.6.2.2 Flexible Copper Bond Slip Strength Test


On applying a load of 3 kN between the two ends, stranded flexible copper cable shall not come out
of the connecting lugs and none of its strands shall be damaged. After the test, the lugs shall be cut
open to ascertain that the gripping of cable has not been affected.

8.6.2.3 Vibration Damper for Conductor and Earth wire


(a) Dynamic Characteristics Test

The damper shall be mounted with its clamp tightened with torque recommended by the
manufacturer on shaker table capable of simulating sinusoidal vibrations for aeolian vibration
frequency band ranging from 5 to 40 Hz for damper for 'BISON' conductor, and 10 to 60 Hz for
damper for earth wire. The damper assembly shall be vibrated vertically with a + 1 mm amplitude
from 5 to 15 Hz frequency and beyond 15 Hz at ± 0.5mm to determine following characteristics with
the help of suitable recording instruments:

- Force vs Frequency

- Phase angle vs Frequency

- Power Dissipation vs Frequency

The Force Vs Frequency curve shall not show steep peaks at resonance frequencies and deep
troughs between the resonance frequencies. The resonance frequencies shall be suitably spread
within the aeolian vibration frequency-band between the lower and upper dangerous frequency,
limits determined by the vibration analysis of conductor/earth wire without dampers.

Acceptance criteria for vibration damper:

(i) The above dynamic characteristics test on five dampers shall be conducted.

(ii) The mean reactance and phase angle Vs frequency curves shall be drawn with the criteria
of best fit method.

(iii) The above mean reactance response curve should lie within following limits:

VD for "BISON”: .............................. 0.191 f to 0.762 f kgf/mm

VD for "7/3.35" Earth wire: .............. 0.060 f to 0.357 f kgf/mm

where, f is frequency in Hz.

(iv) The above mean phase angle response curve shall be between 25° to 130° within the
frequency range of interest.

(v) If the above curve lies within the envelope, the damper design shall be considered to have
successfully met the requirement.

(vi) Visual resonance frequencies of each mass of damper are to be recorded and to be
compared with the guaranteed values.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-31


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) Vibration Analysis

The vibration analysis of the conductor/earthwire shall be done with and without damper installed on
the span. The vibration analysis shall be done on a digital computer using energy balance approach.
The following parameters shall be taken into account for the purpose of analysis:

(i) The analysis shall be borne for single conductor/earthwire without armour rods as per the
parameters given under clause 2.5.13 and 3.3.8 of this part of the Specification. The tension
shall be taken as 43 kN and 14 kN for ACSR ‘BISON’ conductor and 7/3.35 mm earthwire
respectively for a span ranging from 100 m to 1200 m.

(ii) The self-damping factor and flexural stiffness (El) for conductor and earthwire shall be
calculated on the basis of experimental results.The details of experimental analysis with
these data should be furnished.

(iii) The power dissipation curve obtained from Dynamic Characteristics Test shall be used for
analysis with damper.

(iv) Examine the aeolian vibration level of the conductor/earthwire with and without vibration
damper installed at the recommended location or wind velocity ranging from 0 to 30 Km per
hour, predicting amplitude, frequency and vibration energy input.

(v) From vibration analysis of conductor/earthwire without damper, antinode vibration amplitude
and dynamic strain levels at clamped span extremities as well as antinodes shall be
examined and thus lower and upper dangerous frequency limits between which the aeolian
vibration levels exceed the specified limits shall be determined.

(vi) From vibration analysis of conductor/earthwire with damper/dampers installed at the


recommended location, the dynamic strain level, at the clamped span extremities, damper
attachment point and the antinodes on the conductor/earthwire shall be determined. In
addition to above damper clamp vibration amplitude and antinode vibration amplitudes shall
also be examined.

The dynamic strain levels at damper attachment points, clamped span extremities and
antinodes shall not exceed the specified limits. The damper vibration amplitude shall not be
more than that of the specified fatigue limits.

(c) Clamp Slip and Fatigue Tests

(i) Test Set Up

The clamp slip and fatigue tests shall be conducted on a laboratory set up with a minimum
effective span length of 30 m. The ACS ‘BISON’ conductor shall be tensioned at 43 kN,
7/3.35 mm earthwire at 14 kN and shall not be equipped with protective armour rods at any
point. Constant tension shall be maintained within the span by means of lever arm
arrangement. After the conductor /earthwire has been tensioned, clamps shall be installed to
support the conductor /earthwire at both ends and thus influence of connecting hardware
fittings are eliminated from the free span. The clamps shall not be used for holding the tension
on the conductor/earthwire. There shall be no loose parts, such as suspension clamps, U
bolts on the test span supported between clamps mentioned above. The span shall be
equipped with vibration inducing equipment suitable for producing steady standing vibration.
The inducing equipment shall have facilities forstep less speed control as well as step less
amplitude arrangement. Equipment shall be available for measuring the frequency,
cumulative number of cycles and amplitude of vibration at any point along the span.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-32


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(ii) Clamp Slip Test

The vibration damper shall be installed on the test span. The damper clamp, after lightning
with the manufacturer’s specified tightening torque, when subjected to a longitudinal pull of
2.5 kN parallel to the axis of conductor/earth wire for a minimum duration of one minute shall
not slip i.e. the permanent displacement between conductor/earth wire and clamp measured
after removal of the load shall not exceed 1.0 mm. The load shall be further increased till the
clamp starts slipping. The load at which the clamp slips shall not be more than 5 kN.

(iii) Fatigue Test

The vibration damper shall be installed on the test span with the manufacturer’s specified
tightening torque. It shall be ensured that the damper shall be kept minimum three loops
away from the shaker to eliminate stray signals influencing damper movement.

The damper shall then be vibrated at the highest resonant frequency of each damper mass.
For dampers involving torsional resonant frequencies, tests shall be done at torsional modes
also in addition to the highest resonant frequencies at vertical modes. The resonance
frequency shall be identified as the frequency at which each damper mass vibrates with the
maximum amplitude on itself. The amplitude of vibration of the damper clamp shall be
maintained not less than ± 25/f mm, where f is the frequency in Hz.

The test shall be conducted for minimum ten million cycles at each resonant frequency
mentioned above. During the, test if resonance shift is observed the test frequency shall be
tuned to the new resonant frequency.

The clamp slip test as mentioned hereinabove shall be repeated after fatigue test without
retouring or adjusting the damper clamp and the clamp shall withstand a minimum load equal
to 80% of the slip strength for a minimum duration of one minute.

After the characteristic of the damper. The damper then shall be cut open and inspected.
There shall not be any broken, loose, or damaged part. There shall not be significant
deterioration or wear of the damper. The conductor/earthwire under clamp shall also be free
from any damage.

For the purpose of acceptance, the following criteria shall be applied.

(A) There shall not be any frequency shift by more than +2 Hz for frequencies lower than 15
Hz and ± 3 Hz for frequencies higher than 15 Hz.

(B) The force response curve shall generally lie within guaranteed %variation in reactance
after fatigue test in comparison with that before fatigue test by the Contractor.

(C) The power dissipation of the damper shall not be less than guaranteed % variation in
power dissipation before fatigue test by the Contractor. However, it shall not be less than
minimum power dissipation which shall be governed by lower limits of reactance and
phase angle indicated in the envelope.

8.6.2.4 Spacer (for twin bundle)


(a) Vibration Tests

The spacer assembly shall be clamped to conductor. During the vibration tests the axis of the clamp
of sample shall be maintained parallel to its initial static position by applying a tension of 43 kN on

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-33


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
the ACSR ‘BISON’ conductor. The spacer assembly shall be free to vibrate and shall not be re-
torqued or adjusted between the tests.

All the vibration tests mentioned hereunder shall be conducted on the same sample on the same
test span. The samples shall withstand the vibration tests without slipping on the conductor
loosening, damage or failure of component parts. After each vibration test, clamp slip test shall be
carried out as per the procedure given in Clause No 3.5 (b) below

(i) Longitudinal Vibration Test

The stationary conductor and the vibrating conductor/equivalent diameter of aluminium alloy
tube shall be restrained by fixed clamps. The displacement of the vibrating conductor shall
be 25mm minimum on either side. The longitudinal movement shall be parallel to the
conductor at frequency not less than 2 Hz for minimum one million cycles.

(ii) Vertical Vibration Test

The spacer/spacer damper shall be installed in the middle of the test span and the frequency
chosen so as to get an odd number of loops. The shaker shall be positioned at least two
loops away from the test specimen to allow free movement of the conductor close to the
test specimen. One conductor shall be connected to the shaker and vibrated to an amplitude
such that.

f1.8 Ymax > 1000 mm/sec.

where, Ymax being the antinode displacement (mm) and f is the test frequency (Hz). The
test frequency shall be greater than 24 Hz and the total number of cycles shall be more than
10 million.

(iii) Sub-span Oscillation Test

The test shall be conducted for oscillation in horizontal plane at a frequency higher than 3 Hz
for minimum one million cycles. The amplitude for oscillation shall be kept equivalent to
amplitude of 150 mm for a full sub-span of 80m. Both the conductor shall be vibrated 180
deg. out of phase with the above minimum amplitude.

(b) Clamp Slip Test

The spacer assembly shall be installed on test span of twin ACSR ‘BISON’ conductor bundle string
at a tension of 43 kN. In case of spacer for jumper, the clamp of sample shall be tightened with a
specified tightening torque. One of the clamps of the sample when subjected to a longitudinal pull
of 2.5 kN parallel to the axis of conductor for a minimum duration of one minute shall not slip on the
conductor i.e. The permanent displacement between the conductor and the clamp of sample
measured after removal of the load, shall not exceed 1.0 mm. similar test shall be performed on the
other clamp of the same sample. Such clamp slip tests shall also be conducted after each of the
vibration test mentioned in clause 3. 5(a). Each clamp shall withstand a minimum longitudinal load
of 2 kN for a minimum duration of one minute after the vibration test without any adjustment of
sample.

8.6.2.5 Magnetic Power Loss Test for Damper/Spacer


The sample involving ferrous parts shall be tested in a manner to simulate service conditions for 50
Hz pure sine-wave. The test should be carried out at various currents ranging from 400 amperes to
800 amperes and the magnetic power loss at various currents should be specified in a tabulated

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-34


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
graphical form. The difference between the power losses without and with sample at room
temperature shall be limited to 1 watt for 600 amperes current (rms) for 'BISON' conductor. The
losses shall be determined by averaging the observations obtained from at least four samples.

8.6.2.6 Mechanical Strength Test for Earth Wire Suspension/Tension Clamp


(a) Suspension Assembly and Tension Assembly Strength Test

The suspension assembly/tension assembly (excluding tension clamp) shall be subjected to a load
equal to 50% of the specified minimum ultimate tensile strength (UTS) which shall be increased at
a steady rate to 67% of the minimum UTS specified. This load shall be held for five minutes and then
removed. After removal of the load, the components shall not show any visual deformation and it
shall be possible to disassemble them by hand. Hand tools may be used to loosen the nuts initially.
The assembly shall then be reassembled and loaded to 50% of UTS and the load shall be further
increased at a steady rate till the specified minimum UTS is reached and held for one minute. No
fracture should occur during this period. The applied load shall then be increased until the failing
load is reached and the value recorded.

(b) Clamp Slip Strength Vs. Torque Test for Suspension Assembly

The suspension assembly shall be vertically suspended by means of a flexible attachment. A


suitable length of Earthwire shall be fixed in the clamps. The clamp slip strength at various tightening
torques shall be obtained by gradually applying the load at one end of the earthwire. The clamp slip
strength Vs torque curve shall be drawn. The clamp slip strength at the recommended tightening
torque shall be more than 12 kN but less than 17 kN for 7/3.35 mm earthwire.

(c) Slip Strength Test of Tension Clamp

Tension clamps shall be compressed on a 5 m length of earthwire on both ends. The assembly shall
be mounted on a tensile testing machine and anchored in a manner similar to the arrangement to
be used in service. A tensile load of 50% of the specified breaking load of the earthwire shall be
applied and the sample shall be marked in such a way that movement relative to the fitting can easily
be detected. Without any subsequent adjustment of the fitting, the load shall be steadily increased
to 95% of the specified breaking load and maintained for one minute. There shall be no movement
of the earthwire relative to the fitting during this one minute period and no failure of the fitting also.

(d) Electrical Resistance Test of Tension Clamp

The tension clamp and the jumper shall be compressed on two suitable lengths of earthwire. The
electrical resistance shall be measured between points on earthwire near the clamp and near the
jumper mouth keeping 25 mm clearance of the fitting and should not exceed 75% of the measured
resistance of equivalent length of earthwire. The test shall be conducted with direct current. The
current connections shall be at a distance not less than 50 times the diameter of earthwire from the
fitting and shall be made so that effective contact is ensured with all those strands of the earth wire
which would be considered in calculating its equivalent resistance. The test shall be repeated with
the polarity reversed and the average of the two results considered as the measured value.

8.6.2.7 Corona Extinction Voltage Test (Dry)


The sample when subjected to power frequency voltage shall have a corona extinction voltage of
not less than 154 kV rms line to ground under dry condition for 220 kV line. There shall be no
evidence of corona on any part of the sample. The atmospheric condition during testing shall be
recorded and the test results shall be accordingly corrected with suitable correction factor as
stipulated in IS: 731

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-35


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
8.6.2.8 Radio Interference Voltage Test (Dry)
Under the conditions as specified under Sub-Clause 8.6.2.7 the sample shall have a radio
interference voltage level below 1000 micro volts at one MHz when subjected to 50 Hz AC voltage
of 154 kV rms line to ground for 220 kV under dry condition. The test procedure shall be in
accordance with IS: 8263.

8.6.2.9 Chemical Analysis Test


Chemical analysis of the material used for manufacture of items shall be conducted to check the
conformity of the same with Technical Specification and approved drawing.

8.6.3 Tests on All Components (as applicable)


8.6.3.1 Chemical Analysis of Zinc used for Galvanizing
Samples taken from the zinc ingot shall be chemically analyzed as per IS-209-1979. The purity of
zinc shall not be less than 99.95%.

8.6.3.2 Tests for Forgings


The chemical analysis hardness tests and magnetic particle inspection for forgings will be as per the
internationally recognized procedures for these tests. The, sampling will be based on heat number
and heat treatment batch. The details regarding test will be as discussed and mutually agreed to by
the Contractor and Employer’s Representative in Quality Assurance Programme.

8.6.3.3 Tests on Castings


The chemical analysis, mechanical and metallographic tests and magnetic particle inspection for
castings will be as per the internationally recognized procedures for these tests. The samplings will
be based on heat number and heat treatment batch. The details regarding test will be as discussed
and mutually agreed to by the Contractor and Employer’s Representative in Quality Assurance
Programme.

8.7 ACCEPTANCE TESTS

8.7.1 Hardness Test on Mid Span Compression Joint for Conductor and Earthwire

The Brinnel hardness at various points on the steel sleeve of conductor core and of the earthwire
compression joint and tension clamp shall be measured.

8.7.2 Flexible Copper Bond Slip Strength Test


The test requirements for this test are similar to those given in Sub-Clause 8.6.2.2.

8.7.3 Vibration Damper for Conductor and Earth wire


(a) Verification of Resonance Frequencies

The damper shall be mounted on a shaker table and vibrate at damper clamp displacement of ± 0.5
mm to determine the resonance frequencies. The resonance shall be visually identified as the
frequency at which damper mass vibrates with maximum displacement on itself. The resonance
frequency thus identified shall be compared with the guaranteed value. A tolerance of ± 1 Hz at a
frequency lower than 15 Hz and ± 2 Hz at a frequency higher than 15 Hz only shall be allowed.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-36


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) Clamp Slip Test

The test requirements for this test are similar to those given in Sub-Clause 8.6.2.3 (c) (ii).

(c) Clamp Bolt Torque Test

The clamp shall be attached to a section of the conductor/earth wire. A torque of 150 percent of the
manufacturer’s specified torque shall be applied to the bolt. There shall be no failure of component
parts. The test shall be set up in accordance with the requirements of Sub-Clause 8.6.2.3 (c) (i).

(d) Strength of the Messenger Cable

The messenger cable shall be fixed in a suitable tensile testing machine and the tensile load shall
be gradually applied until yield point is reached. Alternatively, each strand of message caste may be
fixed in a suitable tensile testing machine and the tensile load shall be gradually applied until yield
point is reached. In such a case, the 95% of yield strength of each wire shall be added to get the
total strength of the caste. The load shall be not less than the value guaranteed by the Contractor

(e) Mass Pull off Test

Each mass shall be pulled off in turn by fixing the mass in one jaw and the clamp in the other of a
suitable tensile testing machine. The longitudinal pull shall be applied gradually until the mass begins
to pull out of the messenger cable. The pull off loads shall not be less than the value guaranteed by
the Contractor.

(f) Dynamic Characteristics Test

The test will be performed as acceptance test with the procedure mentioned for type test with
sampling mentioned below:

1 sample for each 1000 No. or less


Vibration Damper of
3 samples for each lot above 1000 and up to 5000 No
Conductor
1 additional sample for every additional 1500 No above 5000 No

The acceptance criteria will be as follows

(i) The above dynamic characteristics curve for reactance and phase angle will be done for
frequency range of 10 Hz to 60 Hz for vibration damper for 7/3.35 mm earthwire.

(ii) If the entire individual curve for dampers is within the envelope as already mentioned for type
test for reactance and phase angle, the lot passes the test.

(iii) If individual results do not fall within the envelope, averaging of characteristics shall be done.

(iv) Force of each damper corresponding to particular frequency shall be taken and average force
of three dampers at the frequency calculated.

(v) Similar averaging shall be done for phase angle.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-37


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(vi) Average force vs frequency and average phase vs frequency curves shall be plotted on graph
paper. Curves of best fit shall be drawn for the entire frequency range.

(vii) The above curves shall be within the envelope specified.

8.7.4 Spacer
(a) Test Set up

The set up for the test described in this Sub-Claus shall be in accordance with the requirements of
Sub-Clause 8.6.2.3 (c) (i).

(b) Movement Test

The spacer assembly shall be capable of the following movements without damaging the conductor,
assuming one conductor is fixed and the other moving:

(i) Longitudinal movement parallel to the conductor ± 50 mm


(ii) Longitudinal movement parallel to the conductor angle to the conductor ± 25 mm
(iii) Torsional movement/angular movement in a vertical plane parallel to the
± 5o
conductor

(c) Compressive and Tensile Test

The spacer assembly shall withstand ultimate compressive load of 14 kN and tensile load of 7.0 kN
applied between sub conductor bundle and held for one minute without failure. Line distance
between clamps shall be recorded during each of the compression and tension test. Measurement
shall be recorded at (i) no load (ii) with load (iii) after release of load. The center line distance under
load shall be within ± 100 mm of the nominal design spacing.

After release of load it shall be possible to retain the clamps at their original position using only slight
hand pressure. There shall be no deformation or damage to the spacer assembly which would impair
its function of maintaining the normal spacing.

(d) Clamp Slip Test

Requirements of this test are same as described in sub-Clause 8.6.2.4 (b).

(e) Clamp Bolt Torque Test

The spacer assembly shall be attached to conductor. A torque of 150% of the manufacturer's
specified tightening torque shall be applied to the clamp bolts or cap screws. There shall be no failure
of the component parts.

(f) Assembly Torque Test

The spacer assembly shall be installed on conductor. The same shall not rotate on either clamp on
applying a torque of 0.04 kN in clockwise or anti-clockwise direction.

(g) Hardness test for Elastomer

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-38


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The Shore hardness at different points on the elastomer surface of cushion grip clamp shall be
measured by shore hardness meter. They shall lie between 65 and 80.

(h) UTS of Retaining Rods

The ultimate tensile strength of the retaining rods shall be measured. The value shall not be less
than 35 kg/mm2.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 8-39


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

SECTION 9: 11 KV OVERHEAD LINES & POLE-MOUNTED EQUIPMENT

Table of Contents

9. 11 KV OVERHEAD LINES ........................................................................................................... 1


9.1 GENERAL .......................................................................................................................................... 1
9.1.1 Scope ......................................................................................................................................... 1
9.1.2 Route Survey ............................................................................................................................. 2
9.1.3 Optimization of Pole Location .................................................................................................... 3
9.1.4 Crossings ................................................................................................................................... 3
9.1.5 Details Enroute .......................................................................................................................... 3
9.1.6 Final Schedule ........................................................................................................................... 4
9.2 TECHNICAL SPECIFICATIONS FOR MAIN EQUIPMENT .............................................................. 4
9.2.1 Supports (Poles and Towers) .................................................................................................... 4
9.2.2 11 kV PIN Insulators .................................................................................................................. 6
9.2.3 G.I Pins for 11 kV Pin Insulators ................................................................................................ 8
9.2.4 Porcelain Disc Insulator (T & C TYPE) 45 kN ......................................................................... 10
9.2.5 ACSR Rabitt Conductors ......................................................................................................... 11
9.2.6 11 kV Isolators ......................................................................................................................... 13
9.2.7 11 kV Lightning Arrestors ........................................................................................................ 15
9.2.8 G.I Stay Wire (7/3.15mm & 7/2.5mm) ..................................................................................... 17
9.2.9 Line DP Structure .................................................................................................................... 19
9.2.10 G.I Wire 8 SWG ....................................................................................................................... 22
9.2.11 Earthing.................................................................................................................................... 22
9.2.12 Earthing of Poles ..................................................................................................................... 22

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.2.13 Protective Guards .................................................................................................................... 23
9.2.14 Anti Climbing Devices .............................................................................................................. 23
9.2.15 Danger Plates .......................................................................................................................... 23

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9. 11 KV OVERHEAD LINES

9.1 GENERAL

9.1.1 Scope
This specification covers minimum technical requirements for supply, design, and manufacturing,
testing at manufacturer’s works before dispatch, loading at manufacturer’s works, insurance,
transportation. All the required accessories, documents and equipment whether specified herein or
not shall be in the scope of the bidder. The installations shall generally be carried out in conformity
with the requirements of Nepal Electricity Act, 1993. The work shall be executed as per National
Electrical Code and if any item is not covered there under or there is any doubt, the specification
approved by the Engineer-in-charge will be final and binding.

Ambient Conditions:

All electrical installations and equipment shall be suitable to work in following ambient conditions.

• Maximum Temperature : 40 Degree Celsius

• Relative Humidity : 100%

• In the vicinity : Tamakoshi River Nepal

System Conditions:

The electrical installations and equipment shall be suitable for operation in following system
conditions.

• Supply voltage : 11,000 Volts +/- 10%

• Supply frequency : 50 Hz, +/-5%

• Number of Phases : Three

Scope of Work:

The scope of work covered under this contract includes

• erection and commissioning of 11 kV transmission line of about 2,070 m length from the
Terminal and Ventilation Building to Employer’s Permanent Camp as shown in drawing 5310-
Q 1600.

• installation of 11 kV/400 V, 400 kVA transformer along with equipment and accessories like
11 kV VCB, lighting arrestors, disconnecting switches with and without earth switch, 11 kV
power cables etc.

Salient features:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
• Type of Line: Outdoor OH 11 kV Line

• Supports: 10 m long MS Tubular Poles

• Conductor: ACSR Rabbit Conductor

• Nominal system voltage: 11 kV

• Highest system voltage: 12 kV

• System earthing: Solidly earthed system

• Frequency (Hz): 50

• Lightning Impulse withstand Voltage (kV Peak): 75

• Power frequency withstand Voltage (kV rms) in wet condition: 28

The materials and accessories that are required for completing the work would form part of the work
although they have not been specified separately.

The work shall include all reasonable precautions and provisions for safety of operation and
maintenance personnel.

The scope of the bidder is to conduct a detailed route survey followed by design engineering and
generate pole spotting report and undertake construction of the transmission line system.

9.1.2 Route Survey


Route survey including pole spotting shall have to be carried out by the contractor.

11kV lines shall be routed along the Public access road side as far as possible as shown in the Plan
layout drawing and must be avoided to pass through private properties. Wherever the lines has to
pass through private properties, the contractor should carry out site work with due care and attention
to avoid any type of inconvenience to land owner or public.

The contractor is required to make a detailed route survey for optimization of route length for erection
of the line and fix up pole location at an average fix span as near as possible to the basic design
span indicated in clause 1.1.3 of this section and shall submit a detailed route map of line for
purchaser’s approval.

Care should be taken to see that tree cutting and compensation is minimized. In the course of
surveying by the contractor, and conspicuous variation in the route length of the line shall considers
this variation unavoidable, shall make necessary alteration in line route which shall be carried out
accordingly and revised route map shall be submitted for purchaser’s approval by the contractor.

The final route map for 11kV is to be prepared showing the proposed pole position, ground
clearance, conductor sag and various crossings i.e. Communication lines, EHT lines, rivers, road
and stream crossings.

Failure containment poles to prevent cascade failure along the entire length shall be provided. For
11 kV lines, a failure containment pole/structure shall be provided at the following locations:

i. At all the points where DT is to be installed

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
ii. At all the points as per REC construction dwg. (for the diversion angle of 10-60 degree)

iii. At the distance of 0.7km max from the last Failure containment pole/structure.

iv. Both side poles at all the crossing for main road, Nallaha, etc.

v. At some tapping points & dead end poles

During detailed engineering, the contractor shall propose failure containment structures for approval
of the purchaser.

Tapping points & roads where the failure containment structure is to be erected shall be decided
during detailed engineering.

9.1.3 Optimization of Pole Location


9.1.3.1 Pole spotting
To optimize the line length, the contractor shall spot the poles in such a way so that the line is as
close as possible to the straight line drawn between the start & end point of the line. The pole
locations shall be marked with wooden pegs. While locating the poles on the lines , the following
shall be borne in mind:

9.1.3.2 Span
The span should be as near as possible to the basic design span indicated below:

• 11kV line AAAC equivalent to ACSR rabbit conductor 50 - 60 m

Maximum safe span shall be worked out which could be used for crossings larger than the designed
span.

9.1.4 Crossings
9.1.4.3 Road Crossings
At all road crossings, the poles shall be fitted with strain type insulators. The ground clearance from
the road surfaces under maximum sag condition shall be as per IS 5613.

9.1.4.4 Power Line Crossings

Where the line is to cross over another line of the same voltage or lower voltage, provisions to
prevent the possibility of their coming into contact with each shall be made in accordance with the
Nepal Electricity Rules 1993 as amended from time to time. All the works related to the above
proposal shall be deemed to be included in the scope of the contractor.

9.1.4.5 Telecommunication Line Crossings


The angle pf crossing shall be as near to 90 degrees as possible. However, deviation to the extent
of 30 degree may be permitted under exceptionally different situations.

9.1.5 Details Enroute


After survey and finalization of route, the contractor shall submit detailed route map for each line.
This would be include following details:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
a) All topographical details, permanent features, such as trees, building etc. 5.5 meter on either
side of the alignment shall be detailed on the route plan for 11 kV feeders.

b) All poles on both sides of all the crossings shall be tension poles i.e. disc type insulators shall
be used on these poles. At all the crossing described above the contractor shall use
protective guarding as per REC Construction Standard to fulfill statutory requirements for
11kV lines.

c) Clearance from Ground, Building, Trees etc.- Clearance from ground, buildings, trees and
telephone lines shall be provided in conformity with the Nepal Electricity Rules, as amended
up to date. The vendor shall select the height (out of 10mt.) of the poles in order to achieve
the prescribed electrical clearances.

9.1.6 Final Schedule

The final schedule indicating location of poles ( specifically marking location of 10mt. pole), failure
containment pole/structure, DTs, 11kV line sectionalisers, line tapping points; angle of deviation at
various tension pole locations, all type of crossings of and other details shall be submitted for the
approval of the Purchaser. After approval the contractor shall submit six more sets of the approved
documents along with one set in reproducible forms to purchaser for record purpose.

9.2 TECHNICAL SPECIFICATIONS FOR MAIN EQUIPMENT

9.2.1 Supports (Poles and Towers)


9.2.1.6 Supply
a) The supports shall be suitable for the wind loads as per IS-875. The minimum factor of safety
for supports shall be as per Safety regulations notified by the Authority.

b) The supports shall be using twin Steel Tubular pole.

c) Poles shall conform to IS 2713 (Part I & II) 1980 and latest amendments.

d) Following tests will be performed on the Poles:

- Verification of dimension & weight

- Reflections test

- Permanent Set test

- Drop Test

e) The Tolerance on the dimensions shall be as per above ISS except weight. The Poles shall
be made of steel tubes having minimum tensile strength 42 Kg per mm² minimum yield stress
and minimum percentage allocation as specified in IS: 1161-1998 and latest amendments
thereof.

f) The H.R. strip coil by which these tubes are made should be conforming to IS: 10748-1995
and latest amendments thereof.

g) The Poles shall be made in 3 sections of dimensions. The tubes should be swaged jointed
to form the desired poles to give a strong joint which shall withstand all the tests as per ISS

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
without any circumferential welding. The circumferential welding is only to be done after
carrying out all the tests. No circumferential joints shall be permitted in the individual tube
length of poles. The poles shall be painted with black bituminous paint internally & externally
up to the level which goes inside the earth and remaining portion of exterior shall be painted
with one coat of red oxide primer as specified in IS: 2713 1980. A through hole of 14 mm
diameter shall be provided in each pole at a height of 300 mm above the planting depth. The
Pole should be complete with finals, base plates and taper plugs as per details given in the
para 15“Finals and base plates of IS : 2713-1980” and latest amendments thereof regarding
convex shape top cover and base plate .

h) The supplier will engrave / paint by stencil on each pole (Manufacturer’s name & year of
Manufacturing).

i) The testing of these poles shall be performed as per procedures contained in clause -10 of
relevant IS: 2713 part-1-1980.

9.2.1.7 Pole Erection


Erection of poles shall be carried out in accordance with the provisions of IS 4091 and IS 5613.
Following shall also be taken care of:

a) Line Span :

- Line span shall be decided taking into consideration topography, wind pressure, type of
support, conductor configuration and ultimate tensile strength.

- The span shall be within the range specified by IS-5613.

- While constructing a line, if a road is crossings at mid spans then a pole shall be placed
on one side of the road.

- While crossing another power line, the lower voltage line shall be underneath. The lower
line shall cross at mid span of the upper line.

- While placing poles on high places, use of shorter poles can be made to maintain proper
ground clearance at the middle of the span.

- Poles shall normally not be placed along the edges or cuts or embankment of creeks
and streams.

b) It shall be ensured that the poles are held in vertical position (by spirit level);

c) The average spacing of the poles shall be about 60 m. However, the exact location of pole
supports shall be finalized as per site conditions in consultation with the engineer-in-charge.

d) Pole pits of size (0.9-m x 0.6-m of suitable depth; one sixth of the pole to be planted inside
ground) shall be excavated in all kinds of soil and rock. 1:3:6 PCC base padding of thickness
150-mm shall be provided at the bottom of the pole pit using 40-mm HG metal. Balance
portion of the pit shall be poured with 1:2:4 concrete (M20) with 40-mm HG metal. Concrete
foundation shall be at least 150mm above ground.

e) Anti-climbing device and Danger notice boards shall be fixed on the poles as per I.E. Rules
/ REC Specification.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
f) Nomenclature of the poles shall be made with enamel paint. All the steel supports shall be
painted with one coat of red oxide primer, above ground level. The embedded portion
including plinth shall be well painted with coal-tar of good quality. All type of supports along
the roads shall be painted with black and yellow strips of 30 cm width up to 1.80 meter, to
protect them against possible danger during night by fast moving vehicles on the road and
to be visible to running animals. Fluorescent paint may be considered on roads with fast
moving traffic.

g) A pole shall be erected as a strut when support to the pole by a stay is not possible .The strut
pole shall be of the same specification as the normal poles. The strut poles shall be erected
at an angle of 45 deg. approximately with the horizontal. All other erection procedures shall
be same as stated above for pole erection.

9.2.2 11 kV PIN Insulators


9.2.2.8 Scope
This specification covers the details of the porcelain insulator for use on 11 kV overhead power lines
as an additional component to disc insulator which will be used on all tubular poles. These will be
used on poles where line is turning between the two disc insulators.

9.2.2.9 Applicable standards:


IS 731-1971 and the latest version thereof.

9.2.2.10 Classification:
The insulators shall confirm to Type ’B’ of IS 731-1971.

General requirements:

a) The porcelain should be sound free from defects thoroughly vitrified and smoothly glazed.

b) The glaze shall be brown in colour the glaze shall cover all the porcelain part of the insulator
except those areas, which serve as supports during firing or left unglazed for the purpose of
assembly.

c) The design of insulators shall be such that stresses due to expansion and contraction in
any part of the insulator shall not lead to deterioration. The porcelain shall not engage directly
with the hard metal.

d) Cement used in the construction of the insulator shall not cause fracture by expansion or
loosing by contraction and proper care shall be taken to locate the individual parts correctly
during cementing. The cement shall not give rise to chemical reaction with metal fittings and
its thickness shall be as uniform as possible.

9.2.2.11 Basic insulation Level


The basic insulation levels of the insulators are given as under in Table ’A’.

In this specification power frequency voltage are expressed as peak divided by √2 and impulse
voltages are expressed as peak value and the withstand flashover voltage are referred to the
atmospheric conditions specified in IS: 731-1971 and the latest version thereof.

Table A

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Highest system Visible discharge Wet power Power frequency Impulse voltage
voltage (rms) test voltage kV frequency puncture withstand test kV
(rms) withstand voltage withstand test (peak)
kV (rms) voltage (rms)

12 9 35 105 75

9.2.2.12 Mechanical Failing Load


11 kV pin insulator shall be suitable for minimum failing load of 5 kN. The minimum creepage shall
be given here under Table ‘B’

Table B

Highest system voltage (kV) Creepage distance for normal and moderately polluted atmosphere
(Total)

12 230 mm

9.2.2.13 Thimble
The pinhole for 11 kV pin insulators shall be completed with cemented zinc or lead thimble and shall
be suitable for receiving a steel headed galvanized pin. The dimension of which shall be per figures
I A REF s of IS: 2486 Part-II 1974 and its latest amendment thereof, if any.

9.2.2.14 Tests
The insulators shall comply with all the type, routine and acceptance tests as per latest editions of
IS: 731-1971 and amendment thereof, if any.

Type tests:

a) Visual examination.

b) Verification of dimensions.

c) Visible discharge tests

d) Impulse voltage with stand

e) Wet power frequency with stand test.

f) Temperature cycle test.

g) Mechanical failing load test.

h) Puncture test.

i) Porosity test.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Acceptance Tests: To be carried out in the presence of Inspection team on each lot offered:

a) verification of dimensions

b) temperature cycle test

c) Mechanical failing load test.

d) Inspection team on each lot offered

e) Porosity test.

Routine Tests:

a) Visible examination test.

b) Electrical routine test. (To be submitted along with each offer of inspection for a particular
and its record to be maintained by supplier’s works. This record may be made available to
the inspection team at their request)

9.2.2.15 Marking
Each insulator shall be legibly and indelibly marked to show the following:

a) Name of trade mark of the manufacture.

b) Month and year of manufacture.

c) Minimum failing load in kN, and

d) Country of manufacture.

Insulators may be marked with ISI certification marks, if any and Markings on porcelain shall be
printed and shall be applied before firing.

9.2.2.16 Packing
All insulators shall be packed in wooden crates suitable for easy rough handling and acceptable for
rail road transport. Where more than one insulator are packed in a crate, Wooden separators shall
be fixed between the insulators to keep individual in position without movement within the crates.

The material shall confirm to the guaranteed technical particulars annexed.

9.2.3 G.I Pins for 11 kV Pin Insulators


9.2.3.1 Scope
This specification covers the design, manufacture, testing, supply; and delivery G.I pins for 11 K.V
pins insulators suitable for use on 11 K.V overhead power lines.

9.2.3.2 Application Standard


Except when they conflict with the specific requirement in the specification the pins shall comply with
the Indian standard speciation IS: 2486 (part-1) 1971, IS: 2486(part-II & III 1974 or the latest version
thereof.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.2.3.3 General Requirements
The pins shall be of single piece obtained by the process of forging. These shall not be made by
jointing, welding, shrinks fitting or any other process from more than one piece of material. These
shall be of good finish, free from flaws and other defects. The finish of the collar shall be such that
angle between the collar and the shank is avoided.

9.2.3.4 Suitability
The pins shall be so as to match with the pins insulators as per IS: 731-1971 or its latest version
thereof.

9.2.3.5 Material

• The pins shall be made of forged steel confirming to class 2 of IS: 2004 1970 or its latest
version thereof.

• The nuts shall be made of material confirming to property class 4ofIS: 1367(Table: 12)

• Spring washers shall be made of spring steel.

• For galvanizing zinc confirming to grade Zn 98 of IS: 209-1966 shall be used.

9.2.3.6 Galvanizing
The pins spring washers and nuts shall be hot dip galvanized including the threaded portion of the
pins with the exception of female threads of nuts which shall be cut after galvanizing and shall be
protected from rust by means of greasing. The hot dip galvanizing shall be done confirming to
IS.2667-1985 or its latest edition. If any and shall also fulfill the requirements of IS.2633-1977.1984
or latest edition, if any, in respect of uniformity, thickness and weight of zinc coating. The galvanizing
should be uniform so as to given smooth finish.

9.2.3.7 Testing

The pins shall be subjected to all the tests as per IS: 2486 (Part-I) IS: 2486 (Part-II) and galvanizing
test as per IS: 2629, IS: 2633 and IS: 4759 and material test as per IS: 2004 and IS: 228 as
enumerated below:-

Acceptance Tests:

a) Checking of threads : To be carried by inspecting team

b) Galvanizing tests : On each lot offered

c) Mechanical tests.

Routine Tests:

Visual examination test shall be carried out as routine tests: Certificate of having done routine tests
to be submitted along with the each offer of inspection for a particular lot.

9.2.3.8 Marking
The pins shall be legibly and indelibly marked/embossed with trademark of the manufacturer and
marking.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.2.3.9 Packing
The packing of the pins shall be done in rail worthy double gunny bags. The heads and threaded
portions of pins shall be properly protected against damage. The gross weight of each packing will
not normally exceed 50 Kg.

9.2.3.10 Tolerances
± 1% in dimension only. No. (-) negative tolerance is permitted in minimum guaranteed weight.

9.2.4 Porcelain Disc Insulator (T & C TYPE) 45 kN


9.2.4.1 Scope
This specification covers the details regarding design manufacture and supply of the porcelain
insulators for use on Overhead Power Lines.

9.2.4.2 General Requirements

• The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly glazed.

• The glaze shall be brown in colour. The glaze shall cover all the porcelain parts of the
insulator except those areas which serve as supports during firing or left unglazed for the
purpose of assembly.

• The design of the insulators shall be such that stresses due to expansion and contraction in
any part of the insulator shall not lead to deterioration. The porcelain shall not engage directly
with the hard metal.

• Cement used in the construction of the insulator shall not cause fracture by expansion or
loosening by contraction and proper care shall be taken to locate the individual parts correctly
during cementing. The cement shall not give rise to chemical reaction with metal fittings and
its thickness shall be as uniform as possible.

9.2.4.3 Packing
All insulators shall be packed in wooden crates suitable for easy rough handling and acceptable for
Rail / Road transport. Where more than one insulators are packed in a crate, wooden separators
shall be fixed between the insulators to keep individual in position without movement within the
crates.

9.2.4.4 Applicable Standards


Unless otherwise stipulated in this specification, the insulator shall comply with the Indian Standard
specification, IS: 731-1, or its latest version thereof.

9.2.4.5 Classification
The insulators shall conform to Type `B’ of IS: 731-1971.

9.2.4.6 Basic Insulation Level


The basic insulation levels of the insulators are given as under in table `A’

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.2.4.7 11 kV Disc Insulator Hardware (T & C Type)
The fitting shall be suitable for use with tongue and clevis type 11kV Disc Insulators having E.M.
strength of 4,500 Kg. Conforming to IS: 2486 Part-II and IS: 731.

The fitting shall comprise of the following parts:

i. A set of cross arm straps complete with one 16mm dia bolt, one spring washer, one nut and
split pin suitable for fitting to cross arm channel having flanges 100mm apart on one side and
to the clevis on the other side as per fig. 26 of IS: 2486 (Part-II).

ii. Set of clevis cum snail type strain clamp complete with keeper having ‘U’ Bolt of 10mm dia.
Nuts, plain washer, spring washer etc. and cotter bolt with drawing. The clevis arrangement
shall be as per fig. 25 of IS: 2486 (Part-II). The clamp shall be accommodating ACSR
conductor up to size 50mm (ACSR Rabbit Conductor). The slip strength of the strain clamp
shall not be less than 90% of the breaking strength of the conductor for which fitting are to
be used.

The minimum falling load of complete disc fitting as well as that of clevis cum snail type strain clamp
shall not be less 3000 kgs., when tested in accordance with IS:2486 (Part-I)/ 1971.

9.2.4.8 Tests
Disc fitting shall comply with all type, routine and acceptance tests as per IS: 2486 Part-I / Part-II or
their latest amendment. They shall furnish all attested Photo copy of latest type test certificate for
the test in accordance with ISS from Govt. test house/ recognized laboratory of repute along with
certified copy of drawing with their offer.

9.2.5 ACSR Rabitt Conductors


Keeping in view of line voltage, voltage regulation, factor of safety, power to be transmitted, and
length of line and mechanical strength desired, the size of conductor shall be (ACSR) Rabbit
conductor. The contractors shall comply with the following Indian standard specification with latest
amendments unless otherwise stipulated in this specification:

i. 1. IS:398 ( Part-II) 1976 Specification for Aluminium conductor

ii. 2. IS: 2629-1685 Hot dip galvanizing of iron and steel

iii. 3. IS:4826-1979 Specification for Hot dipped Galvanized coating bon round
steel wire

iv. 4. IS:209-1966 Electrolytic high grade zinc

v. 5. IS: 1778:1980 Specification for reels and for Bare conductor

The clearances provided for various parameters shall be as per relevant ISS except for the following
technical parameters.

a) Lay Ratio For Aluminum Wires:

Lay Ratio for aluminum wires of Aluminum Stranded Conductors (herein after denoted as
AAC ) and Aluminum Conductors, galvanized steel reinforced ( herein after denoted as ACSR
) shall be minimum 10 (Ten ) and Maximum 12 (Twelve).

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
b) Tolerance on nominal sizes:

No. negative tolerance shall be permitted on the nominal diameter of aluminum wires used
in the manufacture of ACSR conductor. However, positive tolerance in this respect shall be
as provided in IS-398 (Part-I & Part-II) modified upto date.

c) Lengths and Variation in lengths:

- The standard length of ACSR conductor shall be 2 (Two) Kms. However, for ACSR
conductor, short length shall not be less than 80% (Eighty percent) of the standard length
specified as above and the total acceptable quantity of such short lengths shall be within
7% (Seven percent) quantity of the allotted quantity to each consignee of the respective
size of the conductor. The maximum continuous length of the conductors should not be
more than 105 % of the standard length prescribed above.

- Conductor Drums: The conductor to be supplied shall be packed in the drums. The
drums used shall be conforming to IS specification No. 1778/1961 amended upto date
applicable for reels and drums for bare wire and the dimensions of the conductor drums
(wooden reel ) shall be such that after accommodating suitable number of lengths of the
conductor the total weight of the drum with conductor on it should not exceed the values
given below:

ACSR Rabbit - 1000 kg.

The supplies affected with gross weight of drum exceeding the above values shall not be
accepted.

The conductor drum shall bear the following markings:

i. Name of the supplier

ii. Order reference No. and date

iii. Drum No. or identification No.

iv. Size of conductor

v. Number of length of pieces of conductor in each drum

vi. Bare weight of drum

vii. Gross weight of drum

viii. ISI mark

Before reeling, cardboard or double corrugated or thick bituminised water proof bamboo
paper shall be secured to the drum barrel and inside of flanges of the drums by means of a
suitable commercial adhesive materials. After reeling the conductor, the exposed surface of
the outer layer of the conductor shall be wrapped with water proof thick bituminised bamboo
paper or preserve the conductor from dirt, grit and damages during transport and handling.

The minimum space of 75 mm shall be provided between the inner surface of the external
protective lagging and outer layer of the conductor.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
The conductor ends shall be properly sealed and secured with the help of nails or bolts on
the side of one of the flanges to avoid loosening of the conductor layers during transit and
handling. The supplies effected without complying the above packing conditions shall not be
accepted.

d) Verification of length of conductor:

i. Company shall ascertain the length of ACSR conductor at supplier’s works and at the
receiving store centers by measuring the actual length by length measuring machine
used for the purpose. The supplier should ensure that length measuring machine is
available for measurement of the length by our inspecting officer.

ii. ii) Both ends of the ACSR conductor will be sealed by supplier and the seals will be
contained in the drum and not exposed out of drum.

iii. iii) The declared length will be measured between manufacturer’s seals at both ends off1
ACSR conductor.

iv. iv) Weight of the ACSR conductor will also be checked for ensuring correct lay and length
of the ACSR conductor.

e) Rejections

i. While measuring the length the sample piece from each length shall be taken for carrying
out the test as per IS-398 (Part-I & II) amended upto date. All the values of each sample
should not exceed the values of the relevant IS read with specification. In case of
deviation, whole lot will be rejected at works.

ii. ii) Specific resistivity of Aluminum used should not exceed 0.02845 ohm.sq.mm/m at 20
degree centigrade as prescribed in IS-398. If the results are at variance, the whole lot
shall be rejected.

f) IS Certification mark

The AAC/ ACSR conductors with BIS ISI ) marking only is required by the Company against
this tender specification and as such only those tenderers who hold valid BIS license for AAC
/ACSR conductor need quote against this invitation of tender. A copy of BIS license valid on
the due date of the tender should be submitted with the offer, duly attested failing which, the
offer shall be rejected.

9.2.5.9 Stringing of Conductors


The conductor stringing shall be carried out maintaining proper sag and tension. Laying of ACSR
Rabbit conductor shall be done carefully such that no sharp twist and no scratch should be
developed in the conductor. All required bindings and jumpering shall be done using Aluminium
binding wire and PG clamps only. Proper clearances as specified in IE Rules shall be maintained.

9.2.6 11 kV Isolators
9.2.6.1 Scope
This specification covers 11 kV, 50 Hz Air Break Switches for outdoor installation. The switches are
suitable for operation under off- load conditions only and are intended for use on feeder circuit at
project and Distribution sub-station for 11 kV lines.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.2.6.2 Applicable Standards
Unless otherwise stipulated in this specification, the AB switches shall conform to IS: 9920 (Pt.I to
IV).

9.2.6.3 Rated Voltage


The rated voltage shall be 11 kV.

9.2.6.4 Rated Normal Current


The rated normal current shall be 400 Amps.

9.2.6.5 Rated Lightning Impulse Withstand Voltage kV (peak)


i. To earth and between poles 75 kV

ii. Across the terminal of open switch 85 kV

9.2.6.6 Rated One Minute Power Frequency Withstand Voltage kV (rms)


i. To earth and between poles 28 kV

ii. Across the terminal of open switch 32 kV

Note: The withstand values in clauses 5 & 6 above shall apply at the standard reference atmosphere
(temperature, pressure and humidity) specified in IS: 2071 (Part – I) 1974.

9.2.6.7 Temperature Rise


The temperature rise shall not exceed the maximum limits specified below:

i. Temperature rise limit at ambient temperature not exceeding-40ºC

ii. Copper contacts (Silver faced ) in air- 65ºC

iii. Terminals of the switch intended to be connected to external conductors by bolts- 50ºC

9.2.6.8 Rated Short Time Current


The rated short time current shall be 16 kA.

9.2.6.9 Constructional Features - Isolators


The Air Break Switch shall have triple pole construction and shall be suitable for horizontal or vertical
mounting as required by the purchaser. The switch shall have two 11 kV post insulators per phase
suitably on angle irons to enable easy movement of insulators. The angle supports shall, be mounted
on a 70 mm hollow beam suitable for fixing on a steel frame made of two angle/channel supports.
The switch shall be manually operated with a rocking type arrangement through a 30 mm2 G.I
coupling rod.

All current carrying parts shall be made of silver or nickel-plated 90% electrolytic copper. The arcing
horns shall be made of phosphor bronze and shall have spring-assisted operation. The switch shall
have a spring mechanism so as to ensure that the speed of opening of contacts is independent of
the speed of manual operation. The spacing between the phases shall, be adjustable between 600
mm to 760 mm. Total length of the square beam/base frame shall be kept as 2650 mm. The switch

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
assembly shall be suitable for mounting on a H-pole structure with center to center distance between
poles up to 244 mm.

The vertical rod shall comprise of 25 mm (Nominal bore) Galvanized steel tube (medium class) as
per IS: 1161-1 979. Length of the operating tube shall vary from 580 mm to 6000 mm depending
upon the mounting position of the switch on the structure (Exact length to be specified by the
purchaser).

Suitable arrangement shall be provided to pad-lock the operating handle in ‘ON’ and ‘OFF’ Position.

The switch shall be provided with bimetallic connectors on the incoming side to accommodate ACSR
of sizes 20, 30 and 50 mm2. On the outgoing side, about ½ meter long flexible coil type cable jumper
of not less than 50 mm aluminum section shall be provided.

All iron parts shall be not hot dip galvanized. The tubes shall be galvanized in accordance with IS:
4736- 1968.

9.2.6.10 Isolator and Earth Switch Operation


The isolating switch shall be equipped with local manual operating device intended for operation. It
shall be possible to padlock the manual–operating handle both in the open and closed positions of
the switches. Additional electromagnetic type interlock shall be provided on the manual operating
handle and control cubicle for motor operation so as to prevent the operation of isolator manually
and locally when the corresponding circuit breaker is ‘ON’. Earth switches shall also be local manual
operated by separate operating mechanism.

9.2.7 11 kV Lightning Arrestors


9.2.7.1 Scope
This specification covers station class, 10 kA, heavy duty, non-linear resistance, and metal oxide
type gapless lightning arrestor for 11 kV systems.

9.2.7.2 Applicable Standards


As the Indian Standard on metal oxide lightning arrestors is under finalization, the lightning arrestors
shall generally conform to stipulations made in IEC document TC-37.

9.2.7.3 Rated Voltage


The rated voltage of arrestors shall be 9 kV (rms). These ratings are applicable for effectively earthed
systems with the transformer neutral effectively earthed.

9.2.7.4 Nominal Discharge Current Rating


The nominal discharge current rating of arrestors shall be 5 kA for 11 kV systems.

9.2.7.5 Current Impulse Withstand Levels


The 9 kV arrestors shall withstand 18 impulses of long duration current with a peak level of 75 Amps
and duration 1000 micro-sec.

9.2.7.6 Protective Levels


These arrestors shall meet the following maximum protective levels:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
Table C

9 kV

Maximum residual voltage at nominal discharge current 32


11 kV (peak)

Maximum steep current impulse residual voltage at 38


nominal discharge current kV (peak)

Maximum switching impulse residual voltage at 500 A Not applicable

9.2.7.7 Terminal Arrangement

The top metal cap and the base of the lightning arrestors shall be galvanized. The line terminal shall
have a built-in-clamping device which can be adjusted for both horizontal and vertical take off to suit
ACSR (Conductor size to be specified by the purchaser). The base of the lightning arrestors shall
be provided with two separate terminals distinctly marked for connection to earth.

9.2.7.8 Sealing
The arrestors shall be hermetically sealed to avoid ingress of moisture. Suitable rubber gaskets with
effective sealing system should be used. Manufacturers should devise a suitable routing production
testing to verify the efficacy of sealing.

9.2.7.9 Disconnecting Device


The arrestors for 11 kV system may be provided with a suitable disconnecting device. This shall be
connected in series with the ground lead and should not affect the sealing system of the arrestors.
The disconnecting device shall conform to the requirements as specified in IS: 3070 (Part-2) 1985.

9.2.7.10 Pressure relief device


The arrestors for 11 kV system should have a suitable pressure relief system in order to avoid
damage to its porcelain housing.

9.2.7.11 Tests
Type Tests:

a) Insulation withstand test

b) Residual voltage test

c) Current impulse test

d) Operating duty test

e) Test for arrestor disconnectors

f) Temperature cycle test on porcelain housing

g) Porosity test for porcelain components

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
h) Galavanizing test on exposed steel metal parts

i) Visual examination

Acceptance Tests: The following tests shall be done on the lower whole number of the cube root of
the number of arrestors to be supplied:

a) Power frequency reference voltage test at reference current on complete arrestors

b) Lightning impulse residual voltage test at nominal discharge current on complete arrestors

c) Galvanizing test on exposed steel parts

d) Visual examination

Routine Tests:

a) Measurement of the reference voltage on the complete arrestors

b) Residual voltage test at nominal discharge current on the complete arrestors of sections

c) Test to verify the efficacy of sealing

9.2.8 G.I Stay Wire (7/3.15mm & 7/2.5mm)


9.2.8.1 Standards
The G.I Wires shall comply with IS-2141-1979 with latest amendments unless otherwise modified in
this specification.

9.2.8.2 Materials
The wire shall be drawn from steel made by the open hearth basic oxygen or Electric Furnace
process and of such quality that when drawn to the size of wire specified and coated with Zinc, the
finished strand and the individual wire shall be of uniform quality and have the properties and
characteristics as specified in this specification. The wires shall not contain sulphur and
phosphorous exceeding 0.060 percent each.

• The wires shall be coated with Zinc of Grade ZN-98 (IS-209-1966).

• The wires shall be circular and shall be free from scale, irregularities imperfection, split
surface flaws, rough jagged and imperfect edges.

• The Zinc coating shall be smooth, even and bright.

• Joints shall be permitted in the individual wires during stranding but these stranding joints
shall be less than 15 meters apart in the finished strands.

9.2.8.3 Construction
The wires shall be of Grade 4 having minimum tensile strength of 70 Kgf/mm Sq.

The constructional details shall be as specified in table given below. The Galvanized Stay Strand
shall be of 7(Seven) Wires and the wires shall be so stranded together that when an evenly

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
distributed pull is applied at the ends of the completed wire, each strand will take an equal share of
the pull.

Table D

No. Single Wire Before Stranding Strand


of
Wires Diameter Tolerance Min. Min. Break- Length of Min. Break-
(mm) % Elongation ing Load Lay ing Load
% kN/mm² kN/mm²

7 3.15 + 2.5 with a 10 5.45 12 to 18 x 36.26


minimum of the strand
0.025 mm diameter

7 2.5 + 2.5 with a 7.5 3.45 12 to 18 x 23.00


minimum of the strand
0.025 mm diameter

9.2.8.4 Sampling Criteria


Sampling Criteria and the tests shall be in accordance with IS: 2141-1979.

9.2.8.5 Tests

Tests on wires before manufacture.

a) D Test in accordance with IS: 1755.

b) Measurement of Diameter.

Tests on completed strand.

a) Tensile and elongation tests as per IS: 2141.

b) Chemical analysis of sample from each lot.

c) Coating Test.

The uniformity of Zinc coating shall be tested by the method specified IS:2633-1964. The wire shall
be with stand the number dips as specified in IS:4826-1968 as indicated below.

Table E: Weight of Coating and Number of Dips Heavily – Coated Wire

Head No. of Dips

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-18


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

Nominal diameter of Weight of coating g/mm² 1 Min. ½ Min.


Galvanized wire (mm)

3.15 250 3

2.5 230 2

9.2.8.6 General
i. Weight of Coil: The wires shall be supplied in 50 Kg Coils.

ii. Marking: Each coil shall be provided with a label fixed firmly on the inner part of the coil
bearing the following information.

a) Manufacture’s Name or Trademark.

b) Lot Number & Coil Number.

c) Size.

d) Construction.

e) Tensile Designation

f) Lay.

g) Coating.

h) Length.

i) Mass.

j) Contract No.

k) ISI Certification marks if any.

l) Identification Mark.

9.2.8.7 Samples
Sample piece of two to three meters long shall be submitted along with the tender.

9.2.8.8 Packing
Each coil shall be wrapped in Hessian and packed as per manufacturer practice.

9.2.9 Line DP Structure


The structure members shall be as per the drawing. The spacing between the poles of DP structure
shall determine the length of structure materials. The spacing between the poles shall be maintained
as per REC standard and satisfying the I.E. Rules. It shall be provided with the required top channels
made of ISMC-100, which will support the lightning arrestors. The incoming 11 kV line shall be
terminated to the DP structure/ S/S support on these channels by means of T&C type disc insulator

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-19


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
with hardware fittings. Holes, pressure bolts and GI nut-bolts of suitable size and numbers shall be
provided on top channels for the same. The AB switch and HG fuse shall be mounted on 75 x 40 x
5mm mild steel channels. These structure materials shall be fastened with clamps or other structure
materials by means of 5/8" diameter Nut bolts of appropriate length only. After fabrication or erection
the structure materials/ cross arms shall be painted with two coats each of red oxide primer and
aluminium paint.

9.2.9.1 Structure Installation


The structural shall be properly fixed on the pole with nut and bolt after de-rusting. These shall be
painted with two coats of red oxide primer and finished with two coats aluminum painting. Earthing
lead connection shall be made to the cross arms by 6 swg GI wire from pole top earthing point.

9.2.9.2 Cross Arms & Clamps


i. X- Arms shall be made out of 75 x 40 x 6 mm M.S. channel for 11 kV.

ii. The cross arms shall be hot dipped galvanized generally conforming to IS- 2633/72.

iii. The X- arm should not be welded/ jointed at any place expect as specified.

iv. The clamps for the X- arm shall be of G.I. & shall be hop dipped galvanized generally
conforming to IS – 2633/72.

v. The clamps shall be designed to fit for the specified poles.

9.2.9.3 Shape & Size


i. The cross arms shall be of MS channel.

ii. The cross arms shall have two holes of 22 mm dia. (for 11 kV line) for fixing of pin insulators.
The center-to-center distance between the holes shall be 1070 mm (for 11 kV) and holes
shall be in the middle of the top width of cross arm.

iii. If required by the owner, holes of specified size and spacing shall also be provided for fixing
of pole back clamp to suit the pole.

9.2.9.4 Marking
The following information shall be marked on each cross arm:

• Manufacturer’s name or trademark.

• Year of manufacture.

9.2.9.5 G. I. STAY SET:


Stay sets shall be installed at all end points, tapping points, DP structure and cut points of the
overhead line. The HT stay set comprising of stay rod, turn buckle, thimble, anchor plate, 7/10 GI
stay wire and HT guy insulator etc. shall be supplied by confirming to the following technical
specification. All the metal parts shall be galvanized.

• MS stay rod of 20-mm diameter 1800mm in length, one side formed an eye and welded with
internal diameter 40mm with one thimble and the other side of the rod is threaded and fitted
with 2 nos. Suitable hexagonal nuts with one round washer of 3 mm thickness complete with

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-20


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
ms anchor plate 250x250x6mm dimension with centre hole of 22mm diameter. The entire
rod, plate, thimble, nuts and washer should be hot dipped galvanized as per IS: 2633-1972.

• Single bow turnbuckle made of 16mm diameter MS rod and the centre rod of 20mm diameter
of length 450mm with one end formed an eye and welded. The threaded length of the centre
rod should be 300mm. The base channel of the bow of size 75x40x6mm and 180mm in
length with thimble and 2 nos. suitable hexagonal nuts. The items should be hot dipped
galvanized as per IS-2633/1972 ( As per drawing No-9675/92)

All other materials required for installation of stay sets such as stay clamps, nut bolts, cement, metal
etc shall be provided by the contractor.

9.2.9.6 Stay Sets Installation

• To prevent tilting of pole from its normal position due to abnormal wind pressure and deviation
of alignment, the pole shall be kept in position by stays. The stays shall be provided at:

a. Angle locations

b. Dead end locations

c. Tee off points

d. Steep gradient locations

• Galvanized iron stay wires and stay rods of adequate size shall be used. The individual wire
used to form “stranded stay-wire” shall have a minimum tensile strength of 700 N/mm2 as
per IS: 2141, IS 4826 and IS 6594.

• For double pole structure (DP), four stays along the line, two in each direction and two stays
along the bisection of the angle of deviation or as required depending on the angle of
deviation are to be provided.

• When two or more stays are provided on the same pole, each stay shall be grouted entirely
separate from the other.

• The angle between the pole and stay wire shall be about 45 degrees and in no case it shall
be less than 30 degrees.

• Stays shall be anchored either by providing base plates, angle iron or rail.

• Stay wires shall be connected to the pole with a Porcelain guy strain insulator. The standard
Guy Strain insulators shall be of as per IS 5300.. Porcelain insulation shall be inserted in the
stay wire at a height of 3 m vertically above the ground level. The insulators shall be from
defects, thoroughly vitrified and smoothly glazed.

• Stay pit shall be (0.9-m x 0.6-m x 1.4-m depth) in all kinds of soil and rock. The stay rod with
anchor plate shall be installed therein and the pit shall be filled in with 1:3:6 PCC using 40-
mm HG metal. Proper curing of PCC shall be done to enable the concrete to acquire strength

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-21


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.2.10 G.I Wire 8 SWG
Hot dipped galvanized annealed iron wire confirming to provision of 15280/1978 and relevant
standard indicated there in having tensile strength of 300-550 MPA and galvanized of heavily coated
No. 8 SWG ( 5 mm dia )

9.2.11 Earthing
The Earthing installations shall generally conform to IS:3043/1966 and requirements of Indian
Electricity Rules, 1956.

9.2.11.7 Pipe Earthing


Pipe earth electrodes shall be of perforated class B G.I. pipe of specified length and diameter.
Galvanising of pipes shall conform to relevant ISS. The G.I. pipe electrode shall be cut tapered at
the bottom and provided with holes of 12mm dia drilled not less than 75mm from each other in zigzag
manner upto 500mm from the top of the electrode. A pair of 50mm x 5mm G.I. flat clamp with 2 nos
18mm dia drilled holes on either side shall be welded to the electrode at about 150mm below the
top of the pipe.

The electrode shall be buried in the ground vertically with its top not less than 200mm below the
ground level. The pipe earth electrode shall be surrounded by, either salt & charcoal in alternate
layers or a homogeneous mixture of the both, for a radius of about 150mm and upto a height of
about 250mm below the top of the electrode. The balance portion of the excavated pit shall be filled
with good quality soil and properly compacted.

A brick masonry chamber with hinged cast iron/ removable RCC inspection cover of size 300mm x
300mm shall be constructed within the tendered rate. Watering arrangement shall be made with
funnel and wire mesh fixed by means of a reducer socket on the top of the electrode.

All materials required for earthing such as earth electrode, salt, charcoal etc shall be supplied by the
Contractor.

9.2.11.8 Earthing Leads


GI flats / wire of appropriate size as specified in bill of quantities shall be laid as earthing lead. For
earthing of cross arms No-6 GI wire shall be used as earthing lead.

9.2.12 Earthing of Poles

• All metallic supports shall be permanently and effectively earthed. The earthing arrangement
shall conform to IS 3043.

• Continuous wire will be run at the top or below the conductors and securely fastened to each
pole and connected with earth normally at three points in every km

• The support on either side of a road crossing, railway crossing or river crossing shall be
earthed.

• Wherever the electric lines passes close to a well or a permanently moist place, an earth
should be provided in the well or the marshy place and connected to electric line pole.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-22


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
9.2.13 Protective Guards
Guard wire shall be used where an overhead line crosses or is in proximity to any telecommunication
line or any other overhead line and in populated localities. Every guard wire shall be connected to
earth wherever its electrical continuity is broken. The minimum factor of safety for stay wires, guard
and bearer wires shall not be less than 2.5 based on ultimate strength of the wire.

9.2.14 Anti Climbing Devices


Anti climbing devices shall be provided on the supports. For this purpose barbed wire conforming
to IS-278 and IS-1340 for a vertical distance of 30 to 40 cm. at a height of 3.5 to 4 meters from
ground level or clamps with protruding spikes at a height of 3 to 4 meter shall be used.

9.2.15 Danger Plates

All the overhead line shall be fitted with danger notice boards mentioning the system voltage
confirming to IS: 2551/1963. The danger notice boards shall be fitted at a height of 3000mm above
the ground level in case of overhead line supports. It shall be made of a 1.6mm thick mild steel sheet
duly derusted, primered, vitreous enameled with white letters and marked with conventional skull
and bone signal in red color. The "Danger" & its appropriate translated word along with the system
voltage shall be written in English and Hindi languages. The recommended size is : 250mm x
200mm.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-23


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
ATTACHMENTS

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-24


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-25


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-26


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-27


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-28


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-29


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-30


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-31


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-32


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-33


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-34


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-35


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-4 / 9-36


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES
CHAPTER VI, ANNEXURE-1, VOLUME 3T
PARTICULAR TECHNICAL SPECIFICATIONS
TRANSMISSION LINES

CHAPTER 10: ENVIRONMENTAL PROTECTION REQUIREMENTS

Table of Contents

10. ENVIRONMENTAL PROTECTION REQUIREMENTS ......................................................... 1


10.1 PRINCIPLES OF ENVIRONMENTAL PROTECTION ...................................................................... 1
10.1.1 General ...................................................................................................................................... 1
10.1.2 Monitoring .................................................................................................................................. 1
10.1.3 Relevance to Transmission Line Work ...................................................................................... 1
10.1.4 Administrative Institutions .......................................................................................................... 2
10.2 ENVIRONMENTAL ASPECTS OF DESIGN ..................................................................................... 2
10.3 ENVIRONMENTAL ASPECTS OF CONSTRUCTION ...................................................................... 3
10.3.1 General Guidelines for Construction ......................................................................................... 3
10.3.2 Temporary Works ...................................................................................................................... 4
10.4 PROTECTION OF FLORA AND FAUNA .......................................................................................... 5
10.4.1 Bush Clearing in the Line Route ................................................................................................ 5
10.4.2 General Woodland Vegetation .................................................................................................. 5
10.4.3 Rare and Endangered Vegetation Species ............................................................................... 5
10.4.4 Wetland Areas ........................................................................................................................... 6
10.4.5 Sites of Special Interest ............................................................................................................. 6
10.4.6 Protection of Fauna ................................................................................................................... 6
10.5 PROTECTION OF HUMAN AND SOCIAL FEATURES .................................................................... 6
10.5.1 Infrastructure and Private Property ............................................................................................ 6
10.6 PARTICULAR AREAS OF ENVIROMENTAL PROTECTION .......................................................... 9
10.6.1 Erosion Protection ..................................................................................................................... 9
10.6.2 Refuse and Waste Control......................................................................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
10.6.3 Water Pollution Control ............................................................................................................ 10
10.6.4 Air Pollution Control ................................................................................................................. 11
10.6.5 Noise Pollution Control ............................................................................................................ 12
10.6.6 Explosives ................................................................................................................................ 12
10.6.7 Earthmoving and Sources of Material ..................................................................................... 12
10.7 WELFARE CONTRACTOR'S WORKFORCE ................................................................................. 14
10.7.1 Labour Camps ......................................................................................................................... 14
10.7.2 General Health Matters............................................................................................................ 14
10.7.3 Training of Employees ............................................................................................................. 15
10.8 REHABILITATION OF WORKS AREAS ......................................................................................... 15
10.8.1 General .................................................................................................................................... 15
10.8.2 Shaping of Areas ..................................................................................................................... 16
10.8.3 Grassing................................................................................................................................... 16
10.8.4 Trees and Shrubs .................................................................................................................... 17

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
10. ENVIRONMENTAL PROTECTION REQUIREMENTS

10.1 PRINCIPLES OF ENVIRONMENTAL PROTECTION

10.1.1 General
This Chapter outlines the Contractor’s duties and responsibilities with respect to environmental
protection during the Contract. These requirements are based on the Environmental Impact
Assessment (EIA) for the project as well as established international practice.

The Contractor shall comply with all the requirements of this Chapter to the satisfaction of the
Employer’s Representative, and the costs of compliance are deemed to be included in the contract
price.

If so instructed by the Employer’s Representative, the Contractor shall implement such necessary
mitigation measures without any claim for additional cost.

10.1.2 Monitoring
The Environmental Supervisor (ES) is to be a senior staff member of the Contractor and will be on
site on a full-time basis to monitor the works with respect to environmental protection. The ES will
coordinate closely with the Employer’s Representative and will participate in all project meetings and
day-to-day matters on Site which have any relevance to environmental issues.

The environmental monitoring will mainly concentrate on minimising the following potential impacts
during construction by means of preventive measures:

- line route bush clearance;

- site establishment;

- soil erosion;

- noise and dust nuisance;

- water pollution;

- disturbance of archaeological and cultural sites;

- disruption of the socio-economic fabric;

- local employment and other specified benefits to indigenous communities.

In addition, the ES will handle directly all wayleave (right of way) issues which are the responsibility
of the Contractor under the Contract.

10.1.3 Relevance to Transmission Line Work


The construction of high voltage transmission lines gives rise to potential environmental impacts
associated with earth-moving, loss of vegetative cover, foreclosure of other land uses, soil erosion;
degradation of vistas, destruction of cultural sites and interference with movements of wildlife,
livestock, and local residents. The impacts of maintenance and repair, although similar, are less

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
significant than those from construction because the latter breaks previously undisturbed ground,
with potential ecological and social implications.

Transmission lines themselves exert few indirect impacts, and virtually all environmental impacts of
transmission lines are direct and occur along or very near the line.

In general efforts have been made to avert adverse impacts by alignment (line routing), as long as
this was technically and economically feasible. Other impacts shall be mitigated within the context
of the Contract.

10.1.4 Administrative Institutions


In addition to the requirements of this Chapter, the Contractor shall comply with the statutory
environmental requirements of Nepal. The following relevant institutions, directorates and offices are
located in Kathmandu:

- Co-ordination of Environmental Affairs

- Agriculture and Fisheries

- Support and Control Industry

- Commerce and Tourism

- Public Works and Housing

- Education

- Culture, Youth and Sport

- Transport and Communications

- Planning and Finances

- Mineral Resources and Energy.

10.2 ENVIRONMENTAL ASPECTS OF DESIGN

The following safety features shall be applied:

(a) Anti-climbing device to prevent climbing of towers.

(b) Tower-foot earthing for lightning and overvoltage protection.

(c) Design of lower part of tower legs to prevent animals from getting trapped.

(d) Adherence to statutory electrical clearances.

(e) Bird guards to prevent insulator contamination by bird droppings.

(f) Use of anti-theft bolts and nuts to reduce the risk of tower collapse resulting from pilfering of
steel members.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(g) At substations, the transformer foundation plinth shall be designed with a sump to trap oil in
the event of accidental spillage; the sump shall be sized to accommodate all the oil in the
transformer, including allowances for expansion of the oil due to high temperature. The sump
shall be covered with a steel grid overlaid by a layer of stones, to reduce oxygen supply and
thereby minimise the risk of oil fires.

(h) To improve visibility, spans crossing flight path within 2000 m of an aerodrome or airport, the
conductors or earthwires shall have spherical markers of diameter not less than 60 cm and
spaced not more than 30m located on the highest line; red or white with orange coloured
markers shall be displayed alternately.

10.3 ENVIRONMENTAL ASPECTS OF CONSTRUCTION

10.3.1 General Guidelines for Construction


In general, the Contractor shall conduct his activities so as to cause the least possible disturbance
to existing amenities, whether natural or man-made, and so as to comply with all relevant statutory
requirements.

Requirements with respect to access roads and wayleaves are specified under Chapters 1 and 2 of
these Specifications.

The Contractor shall abide by the following general environmental guidelines during the course of
undertaking the works.

(a) The Contractor shall not establish or undertake any activities that, in the opinion of the
Employer’s Representative, are likely to permanently affect the scenic quality of the works
area. Where required, the Employer’s Representative may direct the Contractor to refrain
from such activities or to take ameliorative actions to reduce the adverse effect of such
activities on the scenic quality of the environment.

(b) Painting or marking of natural features shall not be permitted. Marking for surveying and
other purposes shall be carried out only with pegs and beacons.

(c) No work shall be carried outside the defined area of the Works without the prior written
approval from the Employer’s Representative.

(d) The Contractor shall take all necessary actions to ensure that water quality in nearby rivers
and streams is not adversely affected. Other than that which must be there for operational
reasons, no construction activity will take place within 30 metres of a riverbank, whether the
riverbed is dry or wet.

(e) The effects of runoff and erosion within construction areas shall be minimised.

(f) To minimise air and noise pollution, the Contractor shall use only equipment in good
condition, which shall be properly maintained.

(g) Blasting shall only be carried out when unavoidable. Where blasting has to be carried out it
shall be strictly controlled.

(h) On- or off-site, workers shall not wantonly kill or injure any creatures except those (such as
rats, flies and mosquitoes) known to be vectors of disease.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(i) The Contractor's Health & Safety Officer (Check requirements) and the Employer’s
Representative shall document accidents at a construction site. Safety rules and procedures
shall be tightened in the light of that information to reduce the chances of recurrence.

(j) Contractor shall at all times exercise due care and diligence not to damage fences, walls,
drains, roads, tracks, buildings, fields, pasture, hedges and trees. All damage shall be made
good at the first opportunity, at the Contractor’s cost.

(k) Disturbance or disruption of the daily lives of local communities and their livelihood, including
noise and dust pollution shall be minimised in as far as is practicable.

(l) The contractor shall ensure that the construction Site is maintained in a neat and tidy
condition at all times.

The following specific environmental guidelines shall be observed and implemented by the
Contractor in mitigation of potential environmental impacts in areas of activity, access roads, borrow
areas, spoil disposal areas, labour camps and storage areas.

10.3.2 Temporary Works


(a) Use of existing facilities such as access roads and site establishment sites and/or their
improvement shall be preferred to the construction of new ones.

(b) Public access roads used by the Project shall be maintained in a trafficable, safe and
minimum dust condition, at all times. Driving speeds shall be limited to 40km/hr. Courtesy
shall be extended to other road users with all construction traffic expected to give way to
members of the public.

(c) A minimum of two toilets for temporary camps, and full ablution facilities for permanent camps
shall be provided. The use of the bush for relieving oneself shall be strictly prohibited. Latrines
at camps will be closed and sealed after completion of works.

(d) Camps and storage areas shall be located away from drainage courses and wetlands.
Wherever possible, they will be sited within urban industrial areas.

(e) Camps and work-sites shall be kept clean and tidy.

(f) Fuel, lubricants and other chemicals shall be stored in above ground storage facilities such
that the entire surface area can be visually inspected. Tanks shall be inspected twice daily
and any leakage stopped immediately.

(g) Sumps surrounded by low bunds and floored with impermeable material shall be constructed
beneath all oil storage tanks. Other than trivial amounts, oil spilled to sumps will be removed
for recycling or safe disposal.

(h) Oil changes in machinery and equipment including vehicles shall take place only in depots
(never in the field). Drip pans will be placed under the equipment throughout oil changes and
lubrication.

(i) Construction workers are discouraged from wood cutting and fishing, and shall be dismissed
for unauthorised hunting. Contractors and their workforce may use local supplies of wood,
within moderation, if there is no local shortage; but they should purchase wood from the local
population rather than just taking it freely.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(j) Demobilisation from a site will include removal and safe disposal of all temporary structures
and wastes. Stored top-soil shall be restored to site which will be planted with indigenous
grasses, where instructed by the Employer’s Representative. No un-drained water will remain
on site.

10.4 PROTECTION OF FLORA AND FAUNA

10.4.1 Bush Clearing in the Line Route


Bush clearing is specified under Chapter 4 “Detailed Survey, Soil Investigation, Foundation,
Erection, Stringing & Commissioning” of these technical specifications.

10.4.2 General Woodland Vegetation


The Contractor shall ensure that all work is undertaken in a manner that minimises the impact on
vegetation, outside the immediate area of the Works. The following shall apply with respect to the
protection of areas of vegetation adjacent to the area of the Works.

(a) Vegetation clearance shall only take place within the wayleave.

(b) To facilitate line of sight for the line survey, branches may be pruned from mature tees but
without chopping down the entire tree; younger and flexible trees shall be pulled as necessary
from the line of sight taking due care to avoid permanent damage.

(c) No tree or shrub outside the area of the Works shall be felled, topped, cut, pruned, or
otherwise interfered with, without the prior written approval of the Employer’s Representative.

(d) No tree or shrub outside the area of the Works shall be felled, topped, cut or pruned until it
has been clearly designated for this purpose by the Employer’s Representative. Where
pruning is required it shall be by carried out with manual methods.

(e) Spoil shall not be heaped directly against trees if in so doing it can damage the stem.

(f) No tree or other combustibles outside the area of the works shall be burned for any purpose.

(g) Where the Works involve clearing and ground excavation, top-soil and sub-soil shall be
selectively removed and stockpiled separately for replacement in the reverse order in which
they were removed, to facilitate reinstatement of sites and their subsequent natural
rehabilitation.

(h) Trees which have been selected for preservation within or adjacent to any area of the Works
shall be fenced around their dripline, and no open fires shall be permitted under these trees.

(i) Earth-moving equipment shall be thoroughly washed before bringing to site and the washings
caught in a sump, and incinerated. So doing is intended to destroy adhering seeds and soil.
Equipment brought from outside Nepal will be repainted before importation, and sprayed with
insecticide on arrival, to reduce the risk of introducing exotic pests to the country.

10.4.3 Rare and Endangered Vegetation Species


Any protected plant species found shall be reported to the Employer’s Representative, prior to
clearing or stripping any area, who will provide specific guidelines for their removal and transplanting.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
10.4.4 Wetland Areas
Wetlands are frequently nesting areas for reed nesting bird species, and are natural habitats for a
variety of sensitive ecological communities. Where disturbance of these sensitive areas cannot be
avoided, the following construction guidelines shall apply:

(a) Construction work shall, where possible, be restricted to the late dry season.

(b) Wetlands shall be excavated by approved methods, that avoid the development of quagmire
conditions and subsurface compaction that would result from the use of heavy machinery.

(c) After construction, the natural ground level and drainage pattern shall be restored.

10.4.5 Sites of Special Interest


These are sites that normally are very limited in extent and number. If they contain rare or
endangered species of flora and fauna, then it will be highly desirable that such sites are minimally
disturbed, or preferably, that the line route avoids them altogether.

Sites of special interest shall be identified during the survey, and the conservation practice shall be
specified on a case to case basis.

10.4.6 Protection of Fauna


The mitigation guidelines on vegetation, if adhered to, will generally help to protect those species
whose habitat is in the project area.

The Contractor shall ensure that all work is undertaken in a manner that minimises the impact on
the local fauna. The following guidelines shall apply with respect to fauna management and
protection.

(a) Under no circumstances shall any animals be handled, removed, killed or interfered with by
the Contractor, his employees, his subcontractors or his subcontractors’ employees.

(b) The Contractor, his subcontractors or their employees shall not bring any domestic animals
onto the Site.

(c) The Contractor shall ensure that the Site is kept clean and tidy and free from rubbish which
would attract animal pest species.

(d) There shall be no feeding of native animals.

(e) Where animal tracks are found, these paths shall be kept open and freely passable at all
times.

10.5 PROTECTION OF HUMAN AND SOCIAL FEATURES

10.5.1 Infrastructure and Private Property


The following guidelines shall apply in order to mitigate the impacts of construction activities on
public infrastructure and private property in the project area.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
10.5.1.1 Roads and Road Transport
(a) General

(i) In carrying out construction of the Works, the Contractor, subcontractors and their suppliers
of materials shall comply with the provisions of the relevant laws of Nepal.

(ii) Where designated access routes are indicated in the Contract, the Contractor shall use no
other without the approval of the Employer’s Representative.

(iii) Where possible, medium-sized vehicles shall be used in transporting labour and materials in
order to minimise noise and general wear of the roads.

(iv) Where black cotton soils are prevalent, heavy construction vehicles and plant should not be
used on access roads during the rainy season, unless the access roads are upgraded by
laying suitable gravel and installing drainage to prevent the occurrence of quagmire
conditions.

(b) Maintenance of Roads

(i) All public and private roads used by the Contractor, subcontractors or suppliers for the
construction of the Works shall be kept trafficable and free of excessive dirt and mud arising
from the Works.

(ii) Where existing gravel roads are used frequently by the project in any part of the works as
access roads for transporting labour, plant and materials, the Contractor shall contribute
towards the maintenance or upgrading of the roads in any one of the following ways:

(A) routine maintenance, consisting of gravelling and dust control by watering, for which the
level of contribution, specific programme and equipment to be used shall be agreed with
the Employer’s Representative; or

(B) negotiation of a road maintenance/users fee, payable to the relevant authorities in lieu
of road maintenance described above:

(1) the Contractor shall select his preferred option, formulate and implement the
necessary administrative details with relevant parties, without any undue delay, and
where there is delay for any reason, contingency plans shall be put in place, upon
approval of the Employer’s Representative;

(2) any area of public road, which is closed because of the Works, shall not be reopened
until appropriate safety and traffic management measures have been completed and
until the Employer’s Representative confirms that it is in a suitable condition for use
by the public;

(3) the Contractor shall periodically water all gravel roads in the proximity of dwellings,
where these are heavily used by construction traffic, to minimise dust emission.

(c) Third Party Access

(i) The Contractor shall, at all times maintain access for the authorised representatives of utility
providers and allow emergency operations to be carried out on any utility or service facilities
within the site.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(ii) The Contractor shall not use public or private rights of way for depositing or storing plant or
materials, and shall maintain those parts of the public or private right of way not temporarily
occupied by the Works in a clean, passable and safe condition at all times.

(iii) The Contractor shall execute the Works in such a manner that safe access, (including
disabled persons access, where they existed prior to site possession), to all properties is
maintained at all times. Methods of construction and programming of the Works shall be such
that vehicular access to properties affected by the Works is not restricted. Normal access
shall be reinstated immediately after completion of the Works.

(iv) The Contractor, his employees, subcontractors and their employees, in all instances shall
exercise utmost driving control and driver care.

(d) Traffic Safety and Management

(i) Where work is carried out on or adjacent to a trafficked highway, the Contractor shall ensure
that personnel shall, at all times, wear high visibility fluorescent garments.

(ii) All proposals, details, execution, maintenance, removal and necessary reinstatement
associated with traffic safety and management, temporary decking, road crossings for
transmission lines, and other structures on public roads, shall be subject to the approval of
the Roads Authority. The Contractor shall supply all information required for consultation with
appropriate authorities, including the Local Authority and Police.

(iii) All traffic safety and management measures necessitated by the Works shall be fully
operational before the Contractor commences work which affects a highway.

(iv) The Contractor shall provide suitable entry and exit signs, at points of access to and from the
site, for vehicles and plant engaged on the Works.

(v) The Contractor shall make all necessary arrangements including notices to relevant
authorities for the provision, erection, maintenance, repositioning, covering and uncovering
and final removal of all traffic signs as the progress of the works requires.

10.5.1.2 Water Supplies


(a) Where possible, the transmission line shall be routed in such a manner that dams, boreholes,
wells and pipelines are avoided.

(b) In the event of unavoidable disruption to water supplies, the Contractor shall provide
alternative water supplies to those communities whose supply is affected.

(c) The provisions in these technical specifications on water pollution control shall apply.

10.5.1.3 Private Property, Schools and Institutions


Along a transmission line route, there may be several private properties, schools and other
institutions that may be disrupted during construction.

The following guidelines shall apply to mitigate the impacts on private property and institutions:

(a) Where possible, the transmission line route shall be selected to avoid houses and built up
areas, plantations, cattle kraals, orchards, and other valuable private property.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) The siting of spoil dumps, borrow areas, access roads and labour camps shall avoid areas
where valuable private property will be disturbed or destroyed.

(c) Where blasting is required, pre-blasting inspections of buildings falling inside the blast
pressure zone shall be carried out by the Contractor to establish and record the status of the
buildings.

(d) Blasting shall be carried out in accordance with the provisions of Nepal regulations.

(e) The provisions in these technical specifications on pollution abatement shall apply.

(f) Where possible, the Contractor shall confine construction work through schools and
institutions to periods during school holidays. Where this is not possible maximum care shall
be taken when working i and around schools to avoid injuring children and damage to
property.

(g) Work through crop fields shall, if possible, be carried out during the agricultural off- season.

(h) Where fences are breached or sports fields dug up, the Contractor shall reinstate them
immediately after completion of construction. Where required, alternative facilities shall be
provided.

(i) The Contractor shall ensure that access to services, fields water supply by private property
owners is not disrupted.

(j) Any reasonable conditions demanded by the land owner shall be respected and complied
with; in as far as it is practicable.

10.6 PARTICULAR AREAS OF ENVIROMENTAL PROTECTION

10.6.1 Erosion Protection


(a) Where tower construction is undertaken on steep embankments of loose soil, measures shall
be taken, as approved by the Employer’s Representative, to prevent disturbed soil being
washed into the rivers during storms.

(b) Slopes may be stabilised with lines of brushwood anchored in place by driven stakes. The
stakes shall be of durable timber so as not to rot or be eaten too quickly by termites.
The steeper the bank, and the looser the soil, the more deeply shall the stakes be driven in.

(c) Where the transmission line crosses streams and drainage paths, the Contractor shall submit
erosion protection plans for approval by the Employer’s Representative.

(d) For sites prone to land slip erosion, grouted stone pitching with weep holes for drainage shall
be used. The Employer’s Representative and the Contractor shall agree beforehand areas
where erosion protection is required.

10.6.2 Refuse and Waste Control


(a) Littering shall be avoided. All refuse shall initially be placed in bins provided by the Contractor
for such purposes, and subsequently disposed of in approved refuse dumps. No burning of
waste shall be permitted.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) All hazardous wastes, materials soiled with hazardous wastes and non-biodegradable matter
shall not be disposed of on the Site. All such waste shall be stored in an approved manner,
on Site, and removed at regular intervals to off Site waste disposal facilities designed to
handle such hazardous waste.

(c) Wooden conductor drums, nails and other waste material deemed to be useful might be
donated to the local communities on approval by the Employer’s Representative.

10.6.3 Water Pollution Control


10.6.3.1 General Guidelines
(a) The Contractor shall design, construct, maintain and operate suitable temporary pollution
control facilities necessary to prevent the discharge of polluting matter or visible
suspended materials into private property, rivers, streams or existing drainage systems.

(b) All diverted and pumped water shall be discharged at locations on the surface from which
it cannot re-enter the Works, and in a manner which does not cause erosion, pollution or
nuisance to landholders, other contractors employed by the Employer, or other persons
within or adjacent to the Site.

(c) Disposal of waste oil from workshops and other areas shall not cause pollution. Oil separators
shall be employed, where necessary.

(d) The burning of plastic material shall not be permitted and all such material shall be
disposed of in a manner acceptable to the Employer’s Representative.

(e) Soil contaminated by cement or other chemicals shall be removed and placed in
approved disposal areas, identified by the Contractor.

(f) Before any work is carried out in any area of the site, all specified or directed or
approved pollution control measures shall be in place and operational.

10.6.3.2 Water Discharge from the Works


Wastewater quality standards of effluent from construction sites that shall be maintained for the
general protection of public health and the ecosystem are outlined below.

(a) Quality of Discharge Water

(i) All water effluent discharge from the Works areas, whether run-off or construction operations,
shall be free from chemical and oil pollution.

(ii) The wastewater or effluent shall contain no other constituents in concentrations which are
poisonous or injurious to humans, animals, fish or other forms of aquatic life, or which are
deleterious to agricultural use.

(b) Testing

(i) Where there is a risk of pollution of water course from the Contractor’s operations, the
Contractor shall arrange to take water samples at each discharge point as and when
necessary, or as directed by the Employer’s Representative, and shall have the samples
analysed for pollutants by an approved laboratory. Copies of the reports shall be submitted
to the Employer’s Representative within fourteen days of the tests having been carried out.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(ii) In addition to samples from the discharge points, the Contractor shall take and have tested
water samples from 500 m upstream and 500 m downstream of the Works. The suspended
sediment concentration in the watercourse, 500 m downstream from the discharge point
shall be limited to 10% above baseline conditions.

10.6.3.3 Fuel Storage and Workshop Areas


(a) Fuel dispensing areas and workshop areas for machinery maintenance shall be provided
with concrete hard standing surfaces draining to oil separators.

(b) Drainage into watercourses from fuel storage and machinery maintenance areas shall be
treated to remove oil and/or fuel.

(c) Soil contaminated by fuel and oil leakage shall be removed and disposed of off Site in an
approved manner.

10.6.3.4 Ablution and Toilet Facilities


(a) The Contractor’s labour force shall be provided with approved adequate ablution and toilet
facilities within labour camps. All construction sites served by migratory site establishments
shall have Blair type or other approved toilet facilities, which shall be properly rehabilitated
upon demobilisation of the transit camp. Alternatively, transit camps may be provided with
chemical toilets.

(b) Pit latrines and septic tank soak-aways shall be sighted a minimum distance of 30 m down-
slope from wells, boreholes and springs. Distances should be greater in sandy soils, or
fissured material through which water can easily percolate.

(c) Relieving oneself in the bush or bathing and washing utensils, vehicles and equipment in
rivers and streams shall be strictly forbidden.

10.6.3.5 Groundwater
(a) The Contractor’s working methods and systems shall be designed so as not to significantly
affect groundwater around the Works. Removal of ground water shall not cause damage to
the Works, or to the property of third parties, and shall not cause nuisance.

(b) Significant lowering of the natural groundwater table shall be avoided.

(c) Disposal of water taken from the works shall be in a safe and proper manner, and shall fulfil
the pollution control requirements specified in these specifications.

(d) Temporary works for the control of groundwater shall be removed and the ground
reinstated when they are no longer required.

10.6.4 Air Pollution Control


(a) The Contractor shall take measures, as necessary, to reduce the emission of particulate
matter from blasting operations, excavations, road transport, rock crushing, material
sieving, borrow areas, and other related construction activities.

(b) Equipment and vehicles that exhibit excessive emissions of exhaust gas due to poor engine

(c) Burning of cleared trees and brush, combustible materials, construction materials and
rubbish shall only be permitted when the Employer’s Representative considers atmospheric

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
conditions favourable. It is preferable that such material be used in slope stabilisation,
erosion control works, site rehabilitation, or made available to local landowner or users.

10.6.5 Noise Pollution Control


10.6.5.1 General
Construction activities such as blasting, operation of plant and equipment, and heavy vehicles
will result in noise nuisance to residents and animals in the project area. The following
guidelines shall be followed to restrict noise levels to acceptable limits.

10.6.5.2 Plant and Equipment


(a) As far as is practicable, the Contractor shall bring to Site, and employ on the works, only
environmentally acceptable and quietly operating plant and equipment, compatible with the
safe and efficient construction of the Works.

(b) All plant shall be properly maintained and relevant service records completed. All plant shall
be provided with effective silencers and anti-vibration devices, and shall be operated
according to the manufacturer’s recommendations, in such a manner as to avoid causing
excessive noise emissions or vibrations.

10.6.6 Explosives
(a) The Contractor shall use explosives only in circumstances where it is safe to do so, having
due regard to the safety of persons, third party property and the safety of the works.

(b) The Contractor shall obtain all necessary licenses and shall provide and, where appropriate,
maintain a secure explosive store in accordance with the relevant Explosives Regulations
and to the approval of the Employer’s Representative.

(c) Blasting shall be carried out carefully so as to avoid loosening or shattering rock beyond the
required line of excavation, and all loose or shattered rock shall be removed by scaling
down or other means before personnel will be permitted to restart operations after blasting.

(d) Notices of blasting operations shall be posted on site. Before each firing, the Contractor shall
give audible warning, clear the area, and shall take positive measures to prevent personnel
from entering the danger area.

(e) The Contractor shall strictly comply with the provisions of Nepal law.

(f) Explosives shall be stored in structures appropriately designed for them.

(g) Where there is blasting in and close to rivers, no pollution of watercourses resulting from the
chemicals shall be permitted.

(h) Where explosives may damage existing foundations or structures, alternative methods, such
as silent demolition, shall be employed using approved chemicals.

10.6.7 Earthmoving and Sources of Material


10.6.7.1 Stockpiles and Spoil Dumps
(a) Where no longer required, stockpiles and spoil dumps shall be shaped and re- vegetated
to

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(b) Drainage shall be provided to control base water flow such that migration of fines is kept
within the stockpile or dump.

(c) Where possible, old borrow pits shall be used for disposal sites in preference to
undisturbed sites.

10.6.7.2 Borrow Areas and Quarry Sites


(a) Borrow pits and quarry sites shall be excavated in such a manner that water, except for direct
precipitation, will not collect and stand therein.

(b) In operating borrow pits and quarry sites, the requirements in these specifications on water,
air and noise pollution shall apply.

(c) When locating borrow pits, all wetlands, archaeological sites, and burial sites shall be
avoided.

(d) Special care shall be exercised for borrow areas located in stream courses. The following
guidelines shall apply:

(i) Before removing or preparing to remove river sand from any stream, approval shall be
obtained from the relevant authorities.

(ii) The Contractor shall comply with provisions of Nepal regulations regarding conditions
for abstraction of sand.

(iii) Sand abstraction and rehabilitation works shall, where possible, be undertaken in the dry
season.

(iv) Before undertaking any sand abstraction, the Contractor shall submit plans, including safety
provisions, for sand abstraction for approval by the Employer’s Representative.

(v) In accessing the river bed to remove sand, care shall be taken not to damage the stream
banks, and where possible existing access routes shall be utilised. In all cases a single
route shall be used to access the river. The extraction of sand shall be limited to river bed
deposits. Priority shall be given to desilting operations where possible.

(vi) The use of plant and machinery in the riverbed to abstract the sand shall be minimised
as much as possible. A back-acting excavator, with limited usage of a bulldozer or a shovel
dozer, shall undertake excavation and loading.

(vii) The Contractor shall take all measures necessary to minimise water pollution for the
protection of downstream users. The measures shall include temporary diversion of the
stream, if necessary.

(viii) The Contractor shall avoid stockpiling sand in the vicinity of the sand abstraction site, and
shall, as far as possible, load sand directly onto trucks for haulage. If stockpiling cannot be
avoided, the sand piles shall be located a minimum distance of 30 m from the riverbanks.

(ix) The contractor shall rehabilitate the sand abstraction site soon after extracting the required
amount of sand, in accordance with the provisions of these specifications.

(x) Boulders shall reinforce unconsolidated bank material disturbed by sand abstraction works
or gabions fitted flush with the bank.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(xi) Slopes on bank approaches shall be adequately protected as appropriate to prevent
erosion.

10.7 WELFARE CONTRACTOR'S WORKFORCE

10.7.1 Labour Camps


In establishing labour camps, the following general guidelines shall apply:

(a) Camps shall be sited on naturally level ground and on deep soils suited to the
construction of ablution and toilet facilities.

(b) Sites shall not impinge on scenic undisturbed areas or other areas used by the public, and
shall be screened from major roads. No labour camp shall be established in National
Parks.

(c) The provisions in these specifications for the protection of vegetation, wetlands, animals and
pollution control shall apply.

(d) Drainage facilities shall be installed in and around the site to prevent storm water from
flooding the site.

(e) Cutting of indigenous trees for firewood for cooking and warming shall be strictly
prohibited. The Contractor shall supply the labour force with adequate firewood.

(f) Grass and forest fires shall be prevented by sound control of cooking and warming fires.

(g) Proper security measures shall be employed to ensure that public property in the
vicinity of the site is not pilfered or damaged by the labour force.

(h) The Contractor shall provide own facilities so as to avoid over-stressing of existing local
medical facilities.

(i) A First Aid post and portable chemical toilets shall be provided at each temporary
labour camp.

(j) Adequate accommodation and ablution facilities shall be provided to avoid overcrowding.

(k) All non-migratory labour camps shall be fenced and gated. Access into and out of the camps
shall ensure human and traffic safety, at all times.

(l) On demobilisation, the area shall be made good and re-vegetated in accordance with the
provisions in these specifications.

(m) Permanent structures shall be handed over to local communities at the end of the
Contract.

10.7.2 General Health Matters


The transient nature of transmission line construction could serve as a vehicle for spreading disease
such as cholera and some resistant strains of STD and malaria, particularly in densely
populated areas. To minimise the spread of communicable diseases the following guidelines shall
apply during construction:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(a) Where practicable, and without prejudice to the Contractor’s other contractual
obligations, preferential employment shall be given to members of the local community
through which the work front or fronts will be located during the course of construction of the
transmission line. This policy will minimise migrant labour and the spread of communicable
diseases with which it is associated.

(b) The Contractor shall provide health facilities and First Aid posts for the labour force to avoid
over-stressing existing facilities. Such facilities shall be properly staffed.

(c) In areas where malaria is prevalent, preventive medicines shall be distributed to the
workforce free of charge, on a regular basis.

(d) The Contractor shall take measures to educate and sensitise the labour force on the risks of
communicable diseases such as malaria, STD’s, including AIDS.

(e) In the case of serious injuries on site, traffic accidents etc., the Contractor shall formulate
a plan to deal with such emergencies, prior to possession of site, for approval by the
Employer’s Representative.

(f) Protective clothing shall be issued to categories of the workforce who require such clothing,
free of charge.

(g) The provisions in these specifications on pollution control and sanitation shall apply.

10.7.3 Training of Employees


The Contractor shall arrange that all his employees and those of his subcontractors are trained to
ensure the following:

(a) A basic understanding of the key environmental features of the Site and its environs.

(b) Thorough familiarity with the environmental protection requirements as they apply to the
Works.

(c) The ability to identify archaeological artefacts, burial sites, special flora and fauna.

(d) Awareness of any other environmental matters, which are deemed to be necessary by the
Employer’s Representative.

(e) Basic first aid.

10.8 REHABILITATION OF WORKS AREAS

10.8.1 General
The Contractor shall rehabilitate disturbed areas of both Permanent and Temporary Works, including
but not limited to quarries, borrow and spoil areas, the Contractor’s works and accommodation areas
(including the areas designated for the Employer’s use) and the areas required for the construction
of temporary access roads, as well as such other areas as may be specified. Such rehabilitation
shall comprise, where necessary, grassing and planting of trees and shrubs, and erosion protection,
and shall be carried out at the earliest opportunity during the course of the Works. The following
general guidelines for the rehabilitation of work areas shall apply:

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(a) On slopes where the risk of erosion is likely, low ridges or beams parallel to the contours, or
other approved erosion control features shall be made across the working width.

(b) Heavily compacted soils shall be lightly ripped to encourage re-vegetation in areas not prone
to erosion.

(c) Where coarse substrate exists (e.g. rockwaste, gravel etc.), a layer of subsoil from the
stockpiles shall be placed to a minimum depth of 75 mm and lightly compacted. Top-soil shall
then be placed preferentially on sites of greatest disturbance to a depth of 75 mm on top of
the sub-soil layer. The natural seed store contained in the top-soil should be sufficient for
natural re-vegetation over one to two years.

(d) On loose or erosion-prone slopes, grass planting or seeding is required, preferably using
local indigenous creeping grasses.

(e) The planting of grass, trees and shrubs shall be carried out during periods most likely to
produce beneficial results.

(f) Rehabilitation measures shall be at the latest carried out immediately following completion
of construction of the permanent Works.

10.8.2 Shaping of Areas


(a) Cut and fill slopes shall be shaped in a manner such that the final ground appears as a natural
extension of the adjacent undisturbed ground profiles.

(b) Shaped surfaces shall be left slightly rough to facilitate binding with topsoil or the natural
establishment of vegetation.

10.8.3 Grassing
The method of establishing grass may be sodding, hydro-seeding or hand seeding as approved by
the Employer’s Representative.

(a) Sodding

Areas to be grassed by sodding shall be given a layer of topsoil at least 75 mm thick unless, due to
the presence of suitable subsoil, the Employer’s Representative determines that the topsoil may be
omitted. The areas to be sodded shall be thoroughly watered before hand, so that they are wet to a
depth of at least 150 mm when sods are placed. The surface shall be made slightly rough to ensure
a good penetration of roots into the soil. Sods shall be protected against drying out and shall be kept
moist from the time of harvesting until finally placed.

The first row of sods shall, where it is possible, be laid in a straight line and, if on a slope, starting at
the bottom of the slope. The sods shall be butted tightly against each other, care being taken not to
stretch or overlap sods. Where a good fit cannot be obtained, the intervening space shall be filled
with topsoil. Adjacent rows shall be placed with the joints staggered. Each sod shall be held in
position by a wooden stake approximately 300 mm long by 20 mm in diameter hammered into the
soil.

(b) Grass Types

Grass types planted shall be those normally endemic to the area, and shall not be of the exotic type.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents : Section VI Volume 3T
TAMAKOSHI V HYDROELECTRIC PROJECT Particular Technical Specifications
(c) Maintenance of Grass

(i) All planted grass shall receive a good dressing of suitable fertiliser at about one handful per
square metre (about 400 kg per hectare).

(ii) The Contractor shall maintain the grassed areas for a period of 3 months.

10.8.4 Trees and Shrubs


Trees and shrubs shall be planted as directed by the Employer’s Representative.

Directly after planting, each plant shall be well watered to establish the plant firmly in the soil. After
the soil is set, additional soil shall be added where necessary to bring the hole backfill to within 150
mm of the ground surface, in order to re-ensure that sufficient water can be retained. All trees shall
be tied to a suitable treated timber stake planted firmly in the ground. After planting, the ground
surface around the plant shall be covered with mulch in order to minimise evaporation.

The Contractor shall maintain the trees and shrubs for a period of 3 months. Maintenance shall
include watering and keeping the plants free from weeds and pests.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-3T / 10-17


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document
TAMAKOSHI V HYDROELECTRIC PROJECT File 2

Tamakoshi Jalvidhyut Company Limited

Tamakoshi V Hydroelectric Project

Electro-Mechanical Equipment
and
Transmission Lines Works

Bidding Document

Section VI- Employer’s Requirements

File 2 (Book-3)

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment
Employer: Tamakoshi Jalvidhyut Company Ltd. and Transmission Lines Works
Bidding Document – Part II: Requirements
TAMAKOSHI V HYDROELECTRIC PROJECT Section VI: Employer’s Requirement (ERQ) Annexure 2

ANNEXURE 2

ToR of the Employer’s Representative


(to be provided later)

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT – 2: Electro-Mechanical Equipment and
Employer: Tamakoshi Jalvidhyut Company Ltd. Transmission Lines Works
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms:Technical Data Sheets

ANNEXURE 3

Technical Data Sheets to be filled out by the Bidders for the


Electrical, Mechanical and Transmission Lines Equipment

As per ITB 11.2 (h) requirements “The Bidder shall submit with its
Technical Bid the following additional documents:

• 1E- Electrical Equipment

• 1M- Mechanical Equipment

• 1T- Transmission Lines

TAMAKOSHI V HYDROELECTRIC PROJECT


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2

ELECTRO-MECHANICAL EQUIPMENT AND


TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment
Technical Data Sheets (TDS)
Table of Contents

CHAPTER 00 INTRODUCTION
CHAPTER 01 GENERATORS
CHAPTER 02 EXCITATION SYSTEMS
CHAPTER 03 GENERATOR MAIN CIRCUITS
CHAPTER 04 MAIN TRANSFORMERS
CHAPTER 05 220 KV GAS INSULATED SWITCHGEAR (GIS) & TOY
CHAPTER 06 220 KV CABLE SYSTEMS
CHAPTER 07 LV AC AUXILIARY SUPPLY SYSTEM
CHAPTER 08 AUXILIARY TRANSFORMERS
CHAPTER 09 DIESEL GENERATING UNITS
CHAPTER 10 DC AND UPS SYSTEMS
CHAPTER 11 ELECTRICAL PROTECTION SYSTEMS
CHAPTER 12 COMPUTERISED CONTROL SYSTEM
CHAPTER 13 COMMUNICATION SYSTEMS
CHAPTER 14 SECURITY SYSTEMS
CHAPTER 15 EARTHING AND LIGHTNING PROTECTION SYSTEMS
CHAPTER 16 MV AND LV CABLE SYSTEMS
CHAPTER 17 LIGHTING AND SMALL POWER INSTALLATIONS
CHAPTER 18 ELECTRICAL WORKSHOP

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)

CHAPTER 0: INTRODUCTION

Table of Contents

0. INTRODUCTION ........................................................................................................................................ 1
0.1 CURRENT TRANSFORMER ............................................................................................................ 2
0.2 VOLTAGE TRANSFORMER ............................................................................................................. 2

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 0-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

0. INTRODUCTION

Tenderers shall consider the following instructions and information for completing the TDS. Failure to adhere
to specific instructions may lead to the rejection of the Tender.
(1) Technical data shall be entered by the Tenderer into the attached forms. Data shall be given either
as numerical values or YES/NO answers or by repetition of the choice as offered in the question,
whichever is applicable. Questions not applicable shall be answered “N.A.”
(2) Where an extended answer is to be given, such an answer should be provided separately in the
Tender, stating the related reference in the corresponding TDS.
(3) All proposed deviations from the Technical Specifications shall be compiled in the relevant
schedule stating both, the Tender requirements and the Tenderer’s alternative proposal.
Deviations stated elsewhere will not be considered.
(4) Where repeated technical data are required for a series of equipment, the relevant pages of the
technical data sheets may be used, and the page number amended by suffix A, B, C, etc.
(5) The Tenderer shall submit all technical data and required information to support his Tender.
The following characteristics shall be given the highest priority:
- Basic design data
- Efficiencies
- Losses
- Temperature limits
- Main dimensions and weights
The duly completed and signed Data Sheets shall be submitted on request prior to the
commencement of the contract negotiations.
(6) The technical data as finally agreed upon and entered into the Contract Documents shall constitute
the minimum target to be achieved. The full scope of technical data as per the agreed final design
shall be submitted at the proper time during the execution of the Contract.
This implies that that Contractor may propose other data with his final selection of equipment,
provided such data are not inferior to the contractual data. Improvements shall be realised at no
extra cost.
(7) The Tenderer may propose a variety of manufacturers for an individual piece of equipment,
provided all such manufacturers and places of manufacture are listed in the form “Subcontracts
and Manufacturers”. Upon award of the Contract, the Employer/Engineer shall approve one or
more proposed manufacturers which then become binding for the execution of the Contract.
The statement “or equivalent” implies that the first choice remains with the manufacturer explicitly
mentioned and the Employer/Engineer reserves the right to accept or reject without justification any
future proposal.
(8) In case of discrepancies between the requirements of the Technical Specifications and the entries
in the Data Sheets, the Technical Specifications shall take precedence.
(9) Standard forms for current and voltage transformers are given on the following pages. The
Tenderer shall use these forms whenever requested in the TDS.

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 0-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

0.1 CURRENT TRANSFORMER

(This standard form shall be used for all current


transformers installed in HV and MV systems)

Manufacturer ...........................

Type ...........................

Quantity No. ...........................

Class of insulation ...........................

Number of cores ...........................

Ratio A ...........................

Place of installation ...........................

Code number ...........................

Burden/Accuracy/Overcurrent Factor

Core 1 for....................................... VA / % / n

Core 2 for...................................... VA / % / n

Core 3 for...................................... VA / % / n

Core 4 for....................................... VA / % / n

0.2 VOLTAGE TRANSFORMER

(This standard form shall be used for all voltage


transformers installed in HV and MV systems)

Manufacturer ...........................

Type ...........................

Quantity No. ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 0-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

Class of insulation ...........................

Number of cores ...........................

Ratio V ...........................

Place of installation ...........................

Code number ...........................

Burden/Accuracy Factor

Core 1 for............................................. VA / % ..........................

Core 2 for........................................... VA / % .........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 0-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 1: GENERATORS

Table of Contents

1 GENERATORS.......................................................................................................... 1
1.1 BASIC DESIGN DATA ...................................................................................................... 1
1.2 DESIGN TEMPERATURES AT MCR ................................................................................ 2
1.3 NO-LOAD LOSSES AT RATED SPEED AND VOLTAGE ................................................. 2
1.4 LOAD LOSSES AT MCR................................................................................................... 3
1.5 EFFICIENCIES AT RATED PF & PF 1.0 ........................................................................... 3
1.6 RESISTANCES, REACTANCES ....................................................................................... 3
1.7 TIME CONSTANTS........................................................................................................... 4
1.8 STATOR ........................................................................................................................... 5
1.9 STATOR WINDING ........................................................................................................... 5
1.10 ROTOR ............................................................................................................................. 6
1.10.1 Shaft ......................................................................................................................................................... 6
1.10.2 Safety factor (B/A*100) ........................................................................................................................... 7
1.10.3 Hub ........................................................................................................................................................... 7
1.10.4 Spider ....................................................................................................................................................... 7
1.11 ROTOR WINDING ............................................................................................................ 7
1.12 UPPER GUIDE BEARING................................................................................................. 8
1.13 LOWER GUIDE BEARING ................................................................................................ 8
1.14 THRUST BEARING........................................................................................................... 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
1.15 COOLING SYSTEMS........................................................................................................ 9
1.15.1 Air Cooling System .................................................................................................................................. 9
1.15.2 Cooling System for Combined Thrust/Guide Bearing.............................................................................. 9
1.15.3 Upper Guide Bearing Cooling System ................................................................................................... 10
1.15.4 Closed Circuit Cooling System .............................................................................................................. 10
1.15.5 Common Data of Heat Exchangers ........................................................................................................ 10
1.16 MASSES ......................................................................................................................... 11
1.17 MAIN DIMENSIONS........................................................................................................ 11
1.18 FORCES AND TORQUES .............................................................................................. 12
1.19 ELEVATIONS.................................................................................................................. 12
1.20 GENERATOR AUXILIARY EQUIPMENT ........................................................................ 12
1.20.1 Mechanical Braking & Jacking System .................................................................................................. 12
1.20.2 Brake & Carbon Dust Exhaust System ................................................................................................... 13
1.20.3 Oil Mist Exhaust System ........................................................................................................................ 13
1.20.4 PD Monitoring System ........................................................................................................................... 13
1.20.5 Shaft Current Monitoring System ........................................................................................................... 13
1.20.6 Vibration Monitoring System ................................................................................................................. 13
1.20.7 Art Gap Monitoring System ................................................................................................................... 13
1.20.8 Fire Fighting System .............................................................................................................................. 13
1.20.9 Current Transformers ............................................................................................................................. 14
1.21 INFORMATION TO BE SUBMITTED WITH THE TENDER ............................................. 14
1.21.1 Drawings ................................................................................................................................................ 14
1.21.2 Characteristic Generator Curves ............................................................................................................. 14
1.21.3 Detailed Descriptions and Leaflets ......................................................................................................... 15
1.21.4 Schematic / Block Diagrams .................................................................................................................. 15

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

1 GENERATORS
Employer's
Item / Description Unit Requirement Bidder's Offer

1.1 BASIC DESIGN DATA

Manufacturer ...........................

Place of manufacture ...........................

Standards ...........................

Type of construction) or IM 8425 (W41).

Max. continuous rating at rated pf and MVA 38

class B temperature rise (MCR)


Permissible continuous rating at rated pf and
class F temperature rise MVA ...........................

Max. continuous rating at pf 0 over excited Mvar ...........................

Max. continuous rating at pf 0 under excited Mvar ...........................

Line charging capability Mvar ...........................

Rated voltage kV 11

Voltage adjustment range at MCR ±% 5

Rated current A ...........................

Rated power factor p.u. 0.85

Max. unbalanced load referred to rated current % ...........................

Rated frequency Hz 50

Rated speed 1/min 600

Max. runaway speed 1/min 1,100

Max. speed at full load rejection 1/min ...........................

Direction of rotation seen from top clockwise

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Max. voltage at full load rejection kV ...........................

Moment of inertia (GD²) tm² ...........................

Mean time between major overhauls years ...........................

Generator availability % ...........................

Utilisation factor ...........................

1.2 DESIGN TEMPERATURES AT MCR

Cooling water inlet °C ...........................

Cooling water outlet °C ...........................

Cold air °C ...........................

Warm air °C ...........................

Stator winding °C ...........................

Rotor winding °C ...........................

Stator core °C ...........................

Rotor core °C ...........................

Sliprings °C ...........................

Thrust bearing pads °C ...........................

Guide bearing pads °C ...........................

Thrust bearing oil °C ...........................

1.3 NO-LOAD LOSSES AT RATED


SPEED AND VOLTAGE

Friction losses kW ...........................

Windage losses kW ...........................

Iron losses kW ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Field I²R losses at 75°C kW ...........................

Other losses kW ...........................

Total no-load losses kW ...........................

1.4 LOAD LOSSES AT MCR

Additional friction losses kW ...........................

Stator I²R losses at 75°C kW ...........................

Stray losses kW ...........................

Additional field I²R losses at 75°C kW ...........................

Other losses kW ...........................

Total load losses kW ...........................

Heat dissipation from generator pit kW ...........................

1.5 EFFICIENCIES AT RATED PF & PF


1.0

0.50 p.u. MCR % ............../.............

0.60 p.u. MCR % ............../.............

0.70 p.u. MCR % ............../.............

0.80 p.u. MCR % ............../.............

0.90 p.u. MCR % ............../.............

1.0 p.u. MCR % ............./..............

Guaranteed weighted efficiency % ...........................

1.6 RESISTANCES, REACTANCES

Stator winding resistance at 20°C Ω/phase ...........................

Rotor winding resistance at 20°C Ω ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Direct axis synchronous reactance Xd

- saturated p.u. ...........................

- unsaturated p.u. ...........................

Direct axis transient reactance X'd

- saturated p.u. ...........................

- unsaturated p.u. ...........................

Direct axis subtransient reactance X"d

- saturated p.u. ...........................

- unsaturated p.u. ...........................

Poitier reactance Xp p.u. ...........................

Negative phase sequence reactance X2 p.u. ...........................

Zero sequence reactance X0 p.u. ...........................

Short circuit ratio p.u. ...........................

Capacitance to ground μF ...........................

1.7 TIME CONSTANTS

Direct axis transient time constant (stator open) s ...........................

T’do
Direct axis transient time constant (stator shorted)
T’d s ...........................

Direct axis sub-transient time constant s ...........................

(stator shorted) T"d

Aperiodic time constant Ta s ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

1.8 STATOR

Number of segments No. ...........................

Flux density at rated voltage: ...........................

- Air gap T ...........................

- 1/3 height of teeth T ...........................

- poles T ...........................

- yoke T ...........................

Magnetisation losses of laminations at 1 T W/kg ...........................

Number of slots / pole / phases No. ...........................

Slot current A ...........................

Bore diameter mm ...........................

Core outer diameter mm ...........................

Total length of core mm ...........................

Length of active core material mm ...........................

Tooth width mm ...........................

1.9 STATOR WINDING

Turns per phase No. ...........................

Bars per slot No. ...........................

Number of parallel bars per phase No. ...........................

Connection ...........................

Insulation class ...........................

Type of insulation ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Thickness of insulation mm ...........................

Max. insulation thickness mm ...........................

Insulation design field strength kV/mm ...........................

Insulation breakdown voltage kV/mm ...........................

Corona inceptive voltage kV ...........................

Conductor material ...........................

Max. current density A/mm² ...........................

Active conductor cross-section per bar mm² ...........................

Total conductor cross-section per bar mm² ...........................

Length x width x height of one bar mm ...........................

Weight of one bar kg ...........................

1.10 ROTOR

Rotor outer diameter mm ...........................

Air gap mm ...........................

Rim cooling (yes/no) ...........................

Fans (axial / radial / separate) ...........................

Rotor max. peripheral speed m/s ...........................

1.10.1 Shaft

Material ...........................

Ultimate strength MPa ...........................

Yield strength (A) MPa ...........................

Design stress at runaway speed (B) MPa ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

1.10.2 Safety factor (B/A*100) % ...........................

1.10.3 Hub

Material ...........................

Ultimate strength MPa ...........................

Yield strength (A) MPa ...........................

Design stress at runaway speed (B) MPa ...........................

Safety factor (B/A*100) % ...........................

1.10.4 Spider

Material ...........................

Ultimate strength MPa ...........................

Yield strength (A) MPa ...........................

Design stress at runaway speed (B) MPa ...........................

Safety factor (B/A*100) % ...........................

Speed up to which rim remains tightly fixed 1/min ...........................

1.11 ROTOR WINDING

Number of poles No. ...........................

Turns per pole No. ...........................

Insulation class ...........................

Type of insulation ...........................

Max. current density A/mm² ...........................

Conductor cross-section mm² ...........................

Conductor material ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Material of damper winding ...........................

1.12 UPPER GUIDE BEARING

Number of pads No. ...........................

Bearing diameter mm ...........................

Length of sleeve mm ...........................

Specific bearing pressure MPa ...........................

Required oil flow l/min ...........................

Volume of tank m³ ...........................

1.13 LOWER GUIDE BEARING

Number of pads no ...........................

Bearing diameter mm ...........................

Length of sleeve mm ...........................

Specific bearing pressure MPa ...........................

Required oil flow l/min ...........................

Volume tank m³ ...........................

1.14 THRUST BEARING

Number of pads No. ...........................

Bearing diameter mm ...........................

Max. peripheral speed m/s ...........................

Total effective pad surface area mm² ...........................

Specific bearing pressure MPa ...........................

Max. hydraulic load kN ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Weight of turbine shaft and runner t ...........................

Thrust bearing design load kN ...........................

Required oil flow l/min ...........................

Volume of tank m³ ...........................

Rated injection oil pressure MPa ...........................

Number and rating of oil injection pumps No. x % ...........................

Nameplate rating of motor V/kW ...........................

1.15 COOLING SYSTEMS

1.15.1 Air Cooling System

Number of heat exchangers No. ...........................

Rated water pressure MPa ...........................

Rated water flow m³/h ...........................

Temperature rise of water inlet/outlet K ...........................

Total losses to be dissipated kW ...........................

1.15.2 Cooling System for Combined


Thrust/Guide Bearing

Number and rating of heat exchangers No. x % ...........................

Rated water pressure MPa ...........................

Rated water flow m³/h ...........................

Number and rating of oil pumps (if any) No. x % ...........................

Nameplate rating of motor V/kW ...........................

Temperature rise of water inlet/outlet K ...........................

Temperature rise of water inlet/outlet K ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Total losses to be dissipated kW ...........................

1.15.3 Upper Guide Bearing Cooling


System

Number and rating of heat exchangers No. x % ...........................

Rated water pressure MPa ...........................

Rated water flow m³/h ...........................

Number and rating oil pumps (if any) No. x % ...........................

Nameplate rating of motor V/kW ...........................

Temperature rise water inlet/outlet K ...........................

Total losses to be dissipated kW ...........................

1.15.4 Closed Circuit Cooling System

Number and rating of heat exchangers No. x % ...........................

Rated raw water pressure / clean water pressure MPa ...........................

Rated raw / clean water flow m³/h ...........................

Number and rating pumps No. x % ...........................

Nameplate rating of motor V/kW ...........................

Temperature rise of water inlet / outlet K ...........................

Total losses to be dissipated kW ...........................

1.15.5 Common Data of Heat Exchangers

Material of tubes ...........................

Material of water boxes ...........................

Material of fins ...........................

Service water pressure MPa ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

1.16 MASSES

Stator segment with windings t ...........................

Stator complete t ...........................

Rotor shaft t ...........................

Rotor spider t ...........................

Rotor pole t ...........................

Rotor complete t ...........................

Upper bearing bracket assembled with bearing t ...........................

Lower bearing bracket assembled with bearing t ...........................

Remaining components t ...........................

Total generator net weight t ...........................

Heaviest part during shipment t ...........................


Heaviest piece to be assembled at the erection
bay t ...........................
Heaviest equipment to be lifted by powerhouse
crane (including lifting beam) t ...........................

1.17 MAIN DIMENSIONS

Stator outer diameter mm ...........................

Generator pit dimensions D x H mm ...........................

Height of complete rotor with shaft mm ...........................

Rotor withdrawal length mm ...........................

Max. transport dimensions L x W x H mm ...........................

Max. assembly area required at erection bay m² ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

1.18 FORCES AND TORQUES

Load on stator foundation kN ...........................


Load on lower bearing bracket foundation with
generator operating at MCR kN ...........................

Max. torque at generator MCR kNm ...........................


Max. torque with 3-phase short circuit and 1.05
rated voltage kNm ...........................

Max. torque at double-pole rotor earth fault kNm ...........................


Max. expected torque due to unbalanced
magnetic pull kNm ...........................

1.19 ELEVATIONS

Generator floor m asl ...........................

Stator soleplates m asl ...........................

Soleplates of lower bearing bracket m asl ...........................

Centreline at turbine / generator coupling m asl ...........................

Highest point of enclosure above generator floor m asl ...........................

1.20 GENERATOR AUXILIARY


EQUIPMENT

1.20.1 Mechanical Braking & Jacking


System

Number of brake cylinders/hydraulic jacks No. ...........................

Braking air pressure MPa ...........................

Jacking oil pressure MPa ...........................

Number of compressors/compressed air vessels No. ...........................

Number and rating of jacking pumps No. x % ...........................

Nameplate rating of motor V/kW ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

1.20.2 Brake & Carbon Dust Exhaust


System

Manufacturer ...........................

Type ...........................

1.20.3 Oil Mist Exhaust System

Manufacturer ...........................

Type ...........................

1.20.4 PD Monitoring System

Manufacturer ...........................

Type ...........................

1.20.5 Shaft Current Monitoring System

Manufacturer ...........................

Type ...........................

1.20.6 Vibration Monitoring System

Manufacturer ...........................

Type ...........................

1.20.7 Art Gap Monitoring System

Manufacturer ...........................

Type ...........................

1.20.8 Fire Fighting System

Manufacturer ...........................

Type ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Deluge valve approval NFPA

Generator effective air volume m³ ...........................

Booster pumps ...........................

Rated water pressure MPa ...........................

Required water quantity for safe fire fighting m³ ...........................

Type of deluge release system ...........................

1.20.9 Current Transformers

Standard form TDS shall be used.

1.21 INFORMATION TO BE SUBMITTED


WITH THE TENDER

1.21.1 Drawings
Arrangement drawings showing the main
dimensions and physical arrangement / layout of
the following components: ...........................

Generator cross section and plan view ...........................

Neutral point arrangement ...........................

Line side arrangement ...........................

Stator bar insulation cross-section ...........................

Slip ring arrangement ...........................

Guide and thrust bearing arrangement ...........................

1.21.2 Characteristic Generator Curves

Unbalanced load versus time


Reactive power versus active power capability
with limits of stability ...........................

3-phase short circuit curve ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

No-load curve ...........................

Load curve for pf 1.0 and rated pf ...........................

1.21.3 Detailed Descriptions and Leaflets

Stator core fixing method ...........................

Slot wedges fastening method ...........................

Bearing oil system ...........................

Brake and Carbon Dust Exhaust System ...........................

Oil Mist Exhaust System ...........................

PD Monitoring System ...........................

Shaft Current Monitoring System ...........................

Vibration Monitoring System ...........................

Art Gap Monitoring System ...........................

1.21.4 Schematic / Block Diagrams

Closed circuit cooling system ...........................

Bearing cooling circuits ...........................

Mechanical braking and jacking system ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 1-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 2: EXCITATION SYSTEMS

Table of Contents

2 EXCITATION SYSTEMS ........................................................................................... 1


2.1 GENERAL ......................................................................................................................................... 1
2.2 BASIC DESIGN DATA..................................................................................................................... 1
2.3 THYRISTORS ................................................................................................................................... 1
2.4 RATED EXCITATION VALUES (DC) ............................................................................................ 2
2.5 LOSSES AND HEAT DISSIPATION ............................................................................................... 2
2.6 FIELD CB & DISCHARGE RESISTOR ........................................................................................... 2
2.7 AUTOMATIC VOLTAGE REGULATOR (AVR) .......................................................................... 3
2.8 EXCITATION TRANSFORMER ..................................................................................................... 3
2.9 DIMENSIONS ................................................................................................................................... 4
2.10 MASSES ............................................................................................................................................ 4
2.11 INFORMATION TO BE SUBMITTED WITH THE TENDER ...................................................... 4
2.11.1 Drawings and Leaflets .............................................................................................................................. 4
2.11.2 Schematic/Block Diagrams ...................................................................................................................... 5

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 2-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

2 EXCITATION SYSTEMS
Employer's
Item / Description Unit Requirement Bidder's Offer

2.1 GENERAL

Manufacturer ...........................

Place of manufacture ...........................

Type ...........................

Standards ...........................

2.2 BASIC DESIGN DATA

Rated voltage V DC ...........................

Rated current V DC ...........................

Ceiling voltage V DC ...........................

Ceiling current V DC ...........................

Short-time rating s ...........................

Forcing duration s ...........................

Response time ms ...........................

2.3 THYRISTORS

Manufacturer ...........................

Type ...........................

Design rating A/V ...........................

Peak inverse voltage V ...........................


Type of connection (half/full wave
controlled) ...........................

No. of series connected diodes No. ...........................

No. of parallel connected diodes No. ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 2-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Diode cooling (air/water) ...........................

No. of fans and design capacity No. x % ...........................


Max. permissible DC current with any one
of the thyristors out of services A ...........................

2.4 RATED EXCITATION VALUES


(DC)

Generator at no-load and rated voltage V ...........................

Generator at MCR and pf 1.0 V ...........................

Generator at MCR and rated pf V ...........................


Ratio of DC/AC figures when referred to the
phase values of a 3-phase AC system ...........................

2.5 LOSSES AND HEAT


DISSIPATION
Total losses with generator at MCR and pf
1.0 kW ...........................
Total losses with generator at MCR and
rated pf kW ...........................

Heat dissipation of excitation cubicles kW ...........................

Heat dissipation of excitation transformer kW ...........................

2.6 FIELD CB & DISCHARGE


RESISTOR

Manufacturer ...........................

Design voltage V ...........................

Rated current A ...........................

Short-time current (3 s) A ...........................

Breaking capacity kA ...........................

Resistance of discharge resistor Ω

Current rating of resistor A/s ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 2-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Material of resistor ...........................


Time for field de-excitation to 10% of rated
generator voltage s ...........................
Initial DC surge voltage imposed on field
winding after actuating discharge resistor V ...........................

2.7 AUTOMATIC VOLTAGE


REGULATOR (AVR)

Manufacturer ...........................

Type ...........................
Accuracy of regulation over entire control
range % ...........................
Maximum generator voltage after full load
rejection referred to rated voltage %
Max. time to restore generator voltage after
sudden load variation within ± 2% of pre-set
value s ...........................

Voltage setting range for automatic channel ±% ...........................

Voltage setting range for manual channel ±% ...........................

2.8 EXCITATION TRANSFORMER

Manufacturer ...........................

Type ...........................

Cast resin, dry type ...........................

Place of installation ...........................

No-load voltage ratio V/V ...........................

Range of voltage adjustment ±% ...........................

Impedance voltage % ...........................

Continuous rated output kVA ...........................

Max. short-time rating (30 s) kVA ...........................

Ambient design temperature °C ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 2-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Type of cooling (AN/AF)) ...........................

No load losses kW ...........................

Load losses at rated output kW ...........................

Power frequency impulse withstand voltage kV rms 38

Rated lightning impulse withstand voltage kV rms 95

Three-phase or single-phase type

2.9 DIMENSIONS

Thyristor cubicles mm ...........................

Field CB and resistor cubicles mm ...........................

AVR cubicle mm ...........................

Excitation transformer mm ...........................

2.10 MASSES

Excitation / AVR cubicles kg ...........................

Excitation transformer kg ...........................

2.11 INFORMATION TO BE
SUBMITTED WITH THE
TENDER

2.11.1 Drawings and Leaflets


Layout and arrangement drawings showing
the main dimensions and physical
arrangement of the main components with
detailed descriptions and leaflets shall be
submitted for:

Excitation cubicles, braking system

Excitation transformer

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 2-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

2.11.2 Schematic/Block Diagrams

Excitation and electrical braking system

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 2-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 3: GENERATOR MAIN CIRCUITS

Table of Contents

3 GENERATOR MAIN CIRCUITS ................................................................................ 1


3.1 PHASE-ISOLATED BUSDUCTS 11 kV .......................................................................................... 1
3.1.1 Connection between Generator and Main Transformer (Main busduct) ....................................................... 1
3.1.2 Tie-Branches from Main Busduct ................................................................................................................. 4
3.2 GENERATOR VOLTAGE SWITCHGEAR ..................................................................................... 6
3.2.1 General .......................................................................................................................................................... 6
3.2.2 Busbars ......................................................................................................................................................... 7
3.2.3 Circuit Breaker .............................................................................................................................................. 8
3.2.4 Earthing Switch........................................................................................................................................... 10
3.2.5 Current Transformer ................................................................................................................................... 10
3.2.6 Voltage Transformer ................................................................................................................................... 10
3.2.7 Surge Arrester ............................................................................................................................................. 10
3.2.8 Capacitor ..................................................................................................................................................... 11
3.3 BRAKING SWITCH CUBICLES ................................................................................................... 11
3.4 GENERATOR NEUTRAL EARTHING CUBICLES .................................................................... 12
3.4.1 Earthing Transformer .................................................................................................................................. 12
3.4.2 Earthing Resistor......................................................................................................................................... 12
3.4.3 Current Transformer ................................................................................................................................... 12
3.4.4 Voltage Transformer ................................................................................................................................... 12
3.4.5 Cubicles ...................................................................................................................................................... 12
3.5 INFORMATION TO BE SUBMITTED WITH THE TENDER .................................................... 13

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

3 GENERATOR MAIN CIRCUITS


Employer's Bidder's
Item / Description Unit Requirement Offer

3.1 PHASE-ISOLATED BUSDUCTS 11 KV

3.1.1 Connection between Generator and


Main Transformer (Main busduct)

(1) Main Data

Manufacturer ...........................

Place of manufacture ...........................

Standards ...........................

Type: .

3-phase segregated with bare conductors ..........................

3-phase non-segregated with insulated conductors ..........................

Number of phases ...........................

Conductor size mm² ...........................

Enclosure:

- material ...........................

- shape ...........................

- thickness mm ...........................

- overall dimension H x W mm ...........................

Type of insulator ...........................

Rated voltage kV ...........................

Maximum operating voltage kV ...........................

Rated current at 50°C ambient air temperature A ...........................

Rated frequency Hz ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Rated short-time withstand current, (3 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Short-circuit forces kg/m ...........................

Lightning impulse withstand voltage (1.2/50 μs) kV peak ...........................

Power-frequency withstand voltage, 1 min kV rms ...........................

(2) Maximum permissible temperatures:

Conductor °C ...........................

Enclosures:

- accessible surface °C ...........................

- inaccessible surface °C ...........................

- shorting links °C ...........................

- isolating links °C ...........................

(3) Materials

Conductor ...........................

Bolts, nuts, washers ...........................

Isolating links ...........................

Shorting links ...........................

Shape of conductor ...........................

Grade of Al-conductor used:

- conductor ...........................

- enclosure ...........................

Type of cooling ...........................

Current density of bus-conductor A/mm² ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Conductivity of bus-conductor Ω/mm² ...........................

Inductive reactance per phase at rated frequency Ω/m ...........................

Capacitance per phase at rated frequency μF/m ...........................

DC resistance Ω/m ...........................

Losses at rated current:

Total losses of three-phase conductors W/m ...........................

Total losses of three-phase enclosure W/m ...........................

Total losses per system kW ...........................

Type of joints for:

- busduct ...........................

- enclosure ...........................

Distance between phases mm ...........................

Method of earthing ...........................

Spacing of enclosure supports ...........................


Minimum recommended clearance between busduct
enclosure and structural steel work mm ...........................

Supporting structures: ...........................

- material ...........................

- finishing ...........................

- mass kg ...........................

Mass of one meter three-phase system kg/m ...........................

Total length of three-phase busduct system m ...........................

Enclosure finishing ...........................


Current transformers in generator line and neutral
terminals

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Standard form TDS shall be used!

3.1.2 Tie-Branches from Main Busduct

(1) Main Data

Manufacturer ...........................

Place of manufacture ...........................

Standards ...........................

Number of phases ...........................

Conductor size mm² ...........................

Enclosure:

- material ...........................

- shape ...........................

- thickness mm ...........................

- overall dimensions H x W mm ...........................

Type of insulator ...........................

Rated voltage kV ...........................

Maximum operating voltage kV ...........................

Rated current at 50°C ambient air temperature A ...........................

Rated frequency Hz ...........................

Rated short-time withstand current, (3 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Short-circuit forces kg/m ...........................

Lightning impulse withstand voltage (1.2/50 μs) kV peak ...........................

Power-frequency withstand voltage, 1 min kV rms ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

(2) Maximum permissible temperatures:

Conductor °C ...........................

Enclosures:

- accessible surface °C ...........................

- inaccessible surface °C ...........................

- shorting links °C ...........................

- isolating links °C ...........................

(3) Materials

Conductor ...........................

Bolts, nuts, washers ...........................

Isolating links ...........................

Shorting links ...........................

Shape of conductor ...........................

Grade of Al-conductor used:

- conductor ...........................

- enclosure ...........................

Type of cooling ...........................

Current density of bus-conductor A/mm² ...........................

Conductivity of bus-conductor Ω/mm² ...........................

Capacitance per phase at rated frequency μF/m ...........................

DC resistance Ω/m ...........................

Losses at rated current:

Total losses of three-phase conductors W/m ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Total losses of three-phase enclosure W/m ...........................

Total losses per system kW ...........................

Type of joints for:

- busduct ...........................

- enclosure ...........................

Distance between phases mm ...........................

Method of earthing ...........................

Spacing of enclosure supports ...........................


Minimum recommended clearance between busduct
enclosure and structural steel work mm ...........................

Supporting structures:

- material ...........................

- finishing ...........................

- mass kg ...........................

Mass of one meter three-phase system kg/m ...........................

Total length of three-phase busduct system m ...........................

Coating ...........................

3.2 GENERATOR VOLTAGE SWITCHGEAR

Manufacturer ...........................

Place of manufacture ...........................

Standards ...........................

Type ...........................

3.2.1 General

Number of cubicles No. ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Rated voltage kV ...........................

Maximum operating voltage kV ...........................

Rated frequency Hz ...........................

Rated busbar current A ...........................

Temperature rise at ambient air of +40°C K ...........................

Rated short-time current (3 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Rated power frequency withstand voltage (1 min) kV rms ...........................

Rated lightning impulse withstand voltage kV peak ...........................

Rated supply voltage of auxiliary circuits V ...........................

Type and material of support insulators ...........................

Thickness of sheet steel mm ...........................

Protection class IP...........................

Cubicle dimensions:

- width mm ...........................

- depth mm ...........................

- height mm ...........................

Mass of heaviest cubicle kg ...........................

Mass of switchgear kg ...........................

3.2.2 Busbars

Material ...........................

Cross-section mm² ...........................

Clearance between phases mm ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Phase-earth clearance mm ...........................

3.2.3 Circuit Breaker

Type (SF6 or Vacuum) ...........................

Rated frequency Hz ...........................

Rated voltage kV ...........................

Maximum operating voltage kV ...........................

Rated current at ambient temperature of +50°C A ...........................

Rated breaking current:

- symmetrical component kA ...........................

- asymmetrical component % ...........................

Rated peak-making current kA peak ...........................

Rated short-time current (3 s) kA rms ...........................

Rated small inductive breaking current A ...........................

Recovery voltage parameters

- rate of rise kV rms ...........................

- peak kV peak ...........................

Rated power frequency withstand voltage kV ...........................

Rated lightning impulse withstand voltage kV ...........................

Rated operating sequence with automatic reclosure ...........................


Opening time at rated breaking current (till separation
of arcing contacts) ms ...........................

Total breaking time ms ...........................

Closing time at rated making current ms ...........................

Dead-time ms ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Phase-ground creepage distance mm ...........................

Material of main contacts of SF6 / Vacuum CB ...........................

Mass of SF6 per pole kg ...........................

Mass of circuit breaker (for each type and size) kg ...........................

Rated SF6 pressure MPa ...........................

SF6 leakage per year % ...........................

Number of CO operations before overhaul No. ...........................

- at no load mechanical No. ...........................

- at rated current No. ...........................

- at rated short circuit current No. ...........................

Operating Mechanism

Type ...........................

- number of drives per 3 phases No. ...........................

- control voltage V ...........................

- motor rating W ...........................

Closing Coil/ Tripping Coil

Rated voltage V ...........................

Maximum operating voltage V ...........................

Minimum operating voltage V ...........................

Rated power W ...........................

Number of auxiliary contacts

- closing ...........................

- opening ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

3.2.4 Earthing Switch

Type ...........................

Rated current A ...........................

Rated short-time withstand current (3 s) kA rms ...........................

Operating time, closing / opening s ...........................

Operating mechanism:

- number of drives per 3 phases No. ...........................

- control voltage V ...........................

- motor rating W ...........................

Number of CO operations before overhaul No. ...........................

3.2.5 Current Transformer

Standard form TDS shall be used!

3.2.6 Voltage Transformer

Standard form TDS shall be used!

3.2.7 Surge Arrester

Type ...........................

Rated voltage kV ...........................

Rated discharge current acc. to IEC kA peak ...........................

Maximum continuous operating voltage kV ...........................

Temporary over-voltage (TOV):

-1s kV rms ...........................

- 10 s kV rms ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Maximum residual voltage at wave with current of:

- switching surge:

* 0.5 kA kV peak ...........................

* 1 kA kV peak ...........................

* 2 kA kV peak ...........................

- lightning impulses 8/20 ms

* 5 kA kV peak ...........................

* 10 kA kV peak ...........................

* 20 kA kV peak ...........................
External insulation power frequency withstand voltage
(1 min) kV peak ...........................

Lightning impulse withstand voltage kV peak ...........................

Mass kg ...........................
Other surge limiting devices (detailed description and
characteristics shall be attached.)

3.2.8 Capacitor

Type ...........................

Capacitance nF ...........................

3.3 BRAKING SWITCH CUBICLES

Manufacturer ...........................

Type (load break switch / CB) ...........................

Rated current A ...........................

Rated short-time withstand current (3 s) kA rms ...........................

Short-time withstand current (10 min) kA ...........................

Operating time, closing / opening s ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Operating mechanism:

- number of drives per 3 phases No. ...........................

- control voltage V ...........................

- motor rating W ...........................

Number of CO operations before overhaul No. ...........................

3.4 GENERATOR NEUTRAL EARTHING


CUBICLES

3.4.1 Earthing Transformer

Ratio kV/kV ...........................

Rating kVA ...........................

Rated short-time duty s ...........................

Type of insulation ...........................

Type of cooling ...........................

3.4.2 Earthing Resistor

Resistance Ω ...........................

Rated short-time duty s ...........................

Protection class IP...........................

3.4.3 Current Transformer

The standard form TDS shall be used

3.4.4 Voltage Transformer

The standard form TDS shall be used

3.4.5 Cubicles

Protection class IP...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Thickness of sheet steel mm ...........................

Dimensions:

- length mm ...........................

- width mm ...........................

- height mm ...........................

Mass kg ...........................

3.5 INFORMATION TO BE SUBMITTED


WITH THE TENDER
Layout and dimension drawings showing the main
dimensions and physical arrangement of major
components with detailed descriptions and leaflets
shall be submitted for:

- Busduct systems

- Generator voltage switchgear

- Surge protection equipment

- Generator circuit breaker

- Brake switch cubicle

- Generator neutral earthing cubicle

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 3-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 4: MAIN TRANSFORMERS

Table of Contents

4 MAIN TRANSFORMERS........................................................................................... 1
4.1 GENERAL ......................................................................................................................................... 1
4.2 RATINGS ........................................................................................................................................... 1
4.3 COOLING AND OPERATION DETAILS ....................................................................................... 3
4.4 BUSHINGS ........................................................................................................................................ 3
4.5 CURRENT TRANSFORMERS ......................................................................................................... 5
4.6 OFF-CIRCUIT TAP CHANGER ....................................................................................................... 5
4.7 4.7 Under-Ceiling CRANE................................................................................................................. 5
4.8 TESTS ................................................................................................................................................ 5
4.9 MASSES AND DIMENSIONS ......................................................................................................... 6
4.10 INFORMATION TO BE SUBMITTED WITH THE TENDER ..................................................... 7

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

4 MAIN TRANSFORMERS
Employer's
Item / Description Unit Requirement Bidder's Offer

4.1 GENERAL

Manufacturer ...........................

Place of manufacture / testing ...........................

Standards IEC 60076

Type three-phase

Core design: ...........................

- core form

- type

Type of tank upper flange

Tank fully vacuum-proof yes

Number of windings two

Insulation oil:

- manufacturer ...........................

- type ...........................
IEC 60296, special
- specification of oil
application

4.2 RATINGS
Rated power MT1 & MT2 & MT3
MVA 40 / 44
(ODWF/OFWF)
- at ONAN cooling MVA ...........................

Rated frequency Hz 50

Ambient temperature °C 40

Maximum service altitude m 1,000


Temperature rise limit at all tap-changer
settings and 10% over- or under-excitation

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- oil / top K 45

- windings / average K 55

Rated voltages (no-load):

- HV winding kV 230

- LV winding kV 11

Voltage variation range kV ±

Tapping range % ±5

Number of steps steps ±2

Principal tapping kV 230

Vector group YNd11


Magnetic flux density at rated voltage and
T 1.65 max
frequency
Core losses (W17/50) W/kg 1.05 max

No-load losses kW ...........................

No-load current (lo/ln) % ...........................

Impedance voltages

- tap changer in position "3" % 10 approx.

- tap changer in position "1" %

- tap changer in position "5" %

Load-losses

- tap changer in position "1" kW ...........................

- tap changer in position "3" kW ...........................

- tap changer in position "5" kW

Winding insulation design:

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- primary winding non-uniform

- secondary winding uniform

Insulation Level / HV winding

- lightning impulse level kV 1,050

- power frequency withstand voltage kV 460

Insulation Level / LV winding

- power frequency withstand voltage kV 38

- lightning impulse level kV 95


Insulation levels shall be coordinated with
yes/no yes
actually transferred over-voltages

4.3 COOLING AND OPERATION


DETAILS

Cooling method ODWF / OFWF ...........................

Number of oil/water heat exchangers (min 2) No. x %

Number of oil circulating pumps No. x %

Number of water circulating pumps No. x %

Power consumption of cooling plant kW ...........................


Noise level (LpA) at a measuring distance of
dB(A)
2.00 m
Full power output at all tap positions under
yes
specified conditions
Continuous operation within specified
temperature rise limit at over- and under- % 10
excitation

4.4 BUSHINGS

HV bushings (Oil/Oil type)

- manufacturer ...........................

- type ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- rated current A ...........................

- power frequency test voltage kV 460

- lightning impulse level kV 1,050


Bushing installed in oil-filled cable box,
yes
termination of XLPE type cable
HV bushings for connection of GI-type
surge arresters
- manufacturer ...........................

- type ...........................

- rated current A ...........................

- power frequency test voltage kV 460

- lightning impulse level kV 1,050


Bushing installed in oil-filled cable box of HV
yes
bushings as above
HV-N bushing (outdoor type)

- manufacturer ...........................

- type ...........................

- rated current A ...........................

- power frequency test voltage kV 185

- lightning impulse level kV 450

- minimum creepage distance mm 1,600

LV bushings (outdoor type)

- manufacturer ...........................

- type ...........................

- rated current A ...........................

- power frequency test voltage kV 38

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- lightning impulse level kV 95

- minimum creepage distance mm 350


Bushing installed in terminal box for bus-duct
yes
termination

4.5 CURRENT TRANSFORMERS

The standard form TDS shall be used.

4.6 OFF-CIRCUIT TAP CHANGER

Manufacturer

Type

Rated through current A

Lightning impulse level (1.2 / 50 μs) kV

Power frequency withstand test voltage kV

Short-time current

- 3 s value kA

- peak value kA

4.7 4.7 UNDER-CEILING CRANE

Manufacturer ...........................

Type ...........................

Capacity kN ...........................

Main dimensions (span, hook height) m ...........................

4.8 TESTS
Routine tests according to IEC 60076 and
on each unit
Specifications
Switching impulse test (lines only) on each unit

- HV winding kV 850

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
Lightning impulse test (lines only) on each unit

Full wave

- HV winding kV 1,050

- LV winding kV 95

Chopped wave

- HV winding kV as per IEC

- LV winding kV
Separate source AC voltage withstand
on each unit
test
- HV winding kV as per IEC

- LV winding kV
Induced AC withstand voltage tests
(ACSD), acc. to IEC 60076-3, sub-clause 12 on one unit
(phase-to-ground and phase-to-phase)
- test voltage / HV winding kV as per IEC

- test voltage / LV winding kV


Partial discharge measurement acc. to IEC
on each unit
76-3, sub-clause 12.4 (three-phase test)
- test voltage between line and neutral

U1 = 1.8 x Um / 3 kV as per IEC

U2 = 1.6 x Um / 3 kV as per IEC

- permissible partial discharges at U2 pC as per IEC


Test temperature rise (at all kinds of cooling
on one unit
and at overloads as below)
Test of noise level (special test) on one unit
All other type tests and special tests
on one unit
according to the Specification

4.9 MASSES AND DIMENSIONS

Transformer masses:

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- total mass kg ...........................

- transportation mass kg ...........................

- untanking mass kg ...........................

- mass of insulation oil kg ...........................

Overall dimensions including bushings:

- height mm ...........................

- depth mm ...........................

- width mm ...........................

Shipping dimensions:

- height mm ...........................

- depth mm ...........................

- width mm ...........................

Height of crane hook mm ...........................


Minimum space requirement for the
...........................
transformer bays (civil works):
- width m ...........................

- depth m ...........................

4.10 INFORMATION TO BE SUBMITTED


WITH THE TENDER
Dimension drawing showing the main
dimensions and physical arrangements of
major components
Detailed descriptions or leaflets of:

- Arrangement and insulation of windings

- Core and tank

- Conservator and breather

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- Cooling circuits

- Tap changer (Off-Circuit)

- Measuring / monitoring instruments

- Transformer auxiliaries

- Control and marshalling cubicle

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 4-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 5: 220 KV GAS INSULATED SWITCHGEAR (GIS) & TOY

Table of Contents

5 220 KV GAS INSULATED SWITCHGEAR (GIS) & TOY .......................................... 1


5.1 GENERAL ........................................................................................................................ 1
5.2 COMMON CHARACTERISTICS....................................................................................... 1
5.3 SWITCHGEAR ENCLOSURES ........................................................................................ 2
5.4 GAS SYSTEM .................................................................................................................. 2
5.5 CIRCUIT BREAKER ......................................................................................................... 2
5.6 DISCONNECTING SWITCH ............................................................................................. 4
5.7 MAINTENANCE EARTHING SWITCH.............................................................................. 5
5.8 HIGH SPEED EARTHING SWITCH ................................................................................. 6
5.9 CURRENT TRANSFORMER ............................................................................................ 7
5.10 VOLTAGE TRANSFORMER ............................................................................................ 7
5.11 SURGE ARRESTERS (indoor/outdoor) ............................................................................ 8
5.12 BAY CONTROL UNIT (BCU) .......................................................................................... 10
5.13 BRIDGE CRANE ............................................................................................................ 11
5.14 TAKE-OFF-YARD (TOY) ................................................................................................ 11
5.15 DIMENSIONS AND MASSES ......................................................................................... 12
5.16 INFORMATION TO BE SUBMITTED WITH THE TENDER ........................................... 12

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

5 220 KV GAS INSULATED SWITCHGEAR (GIS) & TOY


Employer's
Item / Description Unit Requirement Bidder's Offer

5.1 GENERAL

Manufacturer ...........................

Place of manufacture ...........................

Standards ...........................

Type of switchgear, designation ...........................

Type tested: ...........................

- each component

- complete GIS

5.2 COMMON CHARACTERISTICS

Rated voltage kV 245

Nominal system voltage kV 220

Rated frequency Hz 50

Rated power frequency withstand voltage kV ...........................

Rated lightning impulse withstand voltage kV peak ...........................

Rated switching impulse withstand voltage kV peak ...........................

Rated current of busbar/feeder A ...........................

Rated shor-time withstand current (3 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Maximum permissible ambient temperature °C ...........................

Partial discharge level pC

Annual gas leakage % ..........................

Total quantity of SF6 gas for initial filling kg ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

5.3 SWITCHGEAR ENCLOSURES

Single-phase enclosure yes

Enclosure material ...........................

Outside diameter of busbar enclosure mm ...........................

Wall thickness of enclosure mm ...........................

Protection class IP 54

Test pressure kPa ...........................

Type of pressure relief devices ...........................

Tripping pressure of relief device kPa ...........................

Type of seal used for enclosure connections ...........................

Type of seal used between gas compartments ...........................

5.4 GAS SYSTEM

Normal operating pressure kPa ...........................

Maximum/minimum operating pressure kPa ...........................

Quantity of gas for one complete GIS feeder


kg ...........................
bay

Quantity of make-up gas for the complete GIS kg/a ...........................

Maximum gas pressure generated during


kPa ...........................
operation

Dew point temperature at max. gas pressure °C ...........................

Nominal filling density at 20°C g/dm³ ...........................

5.5 CIRCUIT BREAKER

Type ...........................

Designation

Manufacturer ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Standards ...........................

Rated withstand voltages across open contacts:

- lightning impulse kV ...........................

- switching impulse kV ...........................

- power frequency kV ...........................

Rated withstand voltages phase to earth:

- lightning impulse kV ...........................

- switching impulse kV ...........................

- power frequency kV ...........................

Rated current A ...........................

Rated short-circuit breaking current kA rms ...........................

Rated making current kA peak ...........................

First pole to clear factor ...........................

Rated operating times

- Breaking time ms ...........................

- Opening time ms ...........................

- Closing time ms ...........................

- Close-open time ms ...........................

Rated cable and line-charging breaking current A ...........................

SF6 gas pressures:

- nominal pressure at 20°C kPa ...........................

- alarm pressure kPa ...........................

- blocking pressure kPa ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Operating mechanism

- type ...........................

- number per three-phase circuit breaker No. ...........................

- rated operating sequence ...........................

- number of closing coils No. ...........................

- number of tripping coils No. ...........................

- rated control voltage VDC 110

- operating noise level (one CB) at 1 m distance dB (A) ...........................

Number of CO operations before overhaul

- at no load mechanical CO ...........................

- at rated current CO ...........................

- at rated short circuit current CO ...........................

Gas volume dm³ ...........................

Total mass of 3 phase unit kg ...........................

5.6 DISCONNECTING SWITCH

Type ...........................

Designation ...........................

Manufacturer ...........................

Standards ...........................

Rated withstand voltages across open contacts:

- lightning impulse kV ...........................

- switching impulse kV ...........................

- power frequency kV ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Rated withstand voltages phase to earth:

- lightning impulse kV ...........................

- switching impulse kV ...........................

- power frequency kV ...........................

Rated current A ...........................

Switching of capacitive current (bus charging) A ...........................

Bus transfer switching A ...........................

Operating mechanism:

- type ...........................

- number of drives per 3-phase No. ...........................

- drive gear yes/no ...........................

- opening time s ...........................

- closing time s ...........................

- control voltage VDC 110

Number of CO operations before overhaul CO ...........................

Gas volume dm³ ...........................

Total mass of 3 phase unit kg ...........................

5.7 MAINTENANCE EARTHING


SWITCH

Type ...........................

Designation ...........................

Manufacturer ...........................

Standards ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Withstand voltage of insulation to earth kV ...........................

Electrical endurance class according to IEC ...........................

Operating mechanism:

- type ...........................

- number of drives per 3-phase ...........................

- opening time s ...........................

- closing time s ...........................

- control voltage VDC 110

Number of CO operations before overhaul CO ...........................

Gas volume dm³ ...........................

Total mass of 3 phase unit kg ...........................

5.8 HIGH SPEED EARTHING SWITCH

Type ...........................

Designation ...........................

Manufacturer ...........................

Standards ...........................

Rated short circuit making current kA ...........................

Rated induced inductive current A ...........................

Rated induced capacitive current A ...........................

Electrical endurance class according to IEC ...........................

Operating mechanism:

- type ...........................

- number of drives per 3 phase ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- closing time ms ...........................

- opening time s ...........................

- control voltage VDC 110

Number of CO operations before overhaul CO ...........................

Gas volume dm³ ...........................

Total mass of 3 phase unit kg ...........................

5.9 CURRENT TRANSFORMER

Type ...........................

Designation ...........................

Manufacturer ...........................

Standards ...........................

Number of cores No. ..........................

Rated current A ...........................

Accuracy ..........................

Rated burden VA ...........................

Rated power frequency withstand voltage kV ...........................

Rated lightning impulse withstand voltage kV ...........................

Rated switching impulse withstand voltage kV ...........................

Gas volume dm³ ...........................

Mass of one CT kg ...........................

5.10 VOLTAGE TRANSFORMER

Type ...........................

Designation ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Manufacturer ...........................

Standards ...........................

Number of cores No. ...........................

Rated voltage

- Primary winding kV ...........................

- Secondary winding V 110

Rated power frequency withstand voltage ...........................

- Primary winding kV rms ...........................

- Secondary winding kV rms ...........................

Rated lightning impulse withstand voltage kV ...........................

Rated switching impulse withstand voltage kV ...........................

Accuracy ...........................

Burden VA ...........................

Total thermal rating VA ...........................

- rated burden VA ...........................

- rated voltage factor ...........................

Gas volume dm³ ...........................

Total mass of one VT kg ...........................

5.11 SURGE ARRESTERS


(INDOOR/OUTDOOR)

Type ...........................

Designation ...........................

Manufacturer ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Standards ...........................

Max. system voltage kV rms ..........................

Rated voltage kV rms ...........................

Max. cont. operation voltage (COV) kV rms ...........................

Min. temporary over-voltage capability (TOV):

-1s kV rms ...........................

- 10 s kV rms ...........................

Pressure relief capability kA rms ...........................

Line discharge class as per IEC ...........................

Nominal discharge current as per IEC ...........................

High current impulse with-stand, 4/10 μs ...........................

Max. residual voltage (8/20 μs)

- 2.5 kA kV crest ...........................

- 5 kA kV crest ...........................

- 10 kA kV crest ...........................

- 20 kA kV crest ...........................

Max. residual voltage (30/60 s)

- 500 A kV crest ...........................

- 1,000 A kV crest ...........................

Mechanical characteristics:

- creepage distance class as per IEC ...........................

- average mechanical breaking load kN ...........................

Minimum failing loads:

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- tensile loads kN ...........................

- torsional loads kN ...........................

- cantilever loads kN ...........................

- compressive loads kN ...........................

Max. permissible static and dynamic pull kN ...........................

Total mass of one unit kg ...........................

5.12 BAY CONTROL UNIT (BCU)

Manufacturer ...........................

Type ...........................

Standards ...........................

Type of Programmable Logic Controller (PLC) ...........................

Number of PLC No. ...........................

Type of MMI:

- touch screen ...........................

- keyboard ...........................

Number of displays No. ...........................

Memory capacity Mbytes ...........................

Type of interface to CCS ...........................

Type of bus system ...........................

Type of communication protocol ...........................

Possibility to integrate protection devices yes/no ...........................

Power supply:

- voltage VDC ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- number of DC/DC converters No. ...........................

- number of AC/DC converters No. ...........................

- power requirement VA ...........................

EMC capability acc. to IEC ...........................

Numerical Multifunction Instrument:

- Manufacturer ...........................

- Type ...........................

Cubicle data:

- protection class IP...........................

- sheet steel thickness mm ...........................

- dimensions:

height mm ...........................

width mm ...........................

depth mm ...........................

Mass kg ...........................

5.13 BRIDGE CRANE

Manufacturer ...........................

Type ...........................

Capacity kN ...........................

Main dimensions (span, hook height) m ...........................

5.14 TAKE-OFF-YARD (TOY)

Disconnecting & earthing switch ...........................

Manufacturer ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Type & designation ...........................

Type of operating mechanism ...........................

Surge arrester

Manufacturer ...........................

Type & designation ...........................

Window type CT

Manufacturer ...........................

Type & designation ...........................

5.15 DIMENSIONS AND MASSES

Transformer / line feeder bay

- length mm ...........................

- width mm ...........................

- depth mm ...........................

Mass per feeder bay kg ...........................

Overall dimensions of complete GIS assembly:

- length mm ...........................

- width mm ...........................

- depth mm ...........................

Mass of complete GIS assembly kg ...........................

5.16 INFORMATION TO BE SUBMITTED


WITH THE TENDER
Detailed descriptions and/or leaflets of the
proposed equipment (GIS assembly and
components)
Layout and dimension drawing of the (GIS) &
BCU

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Typical single-line diagrams of feeder bays

Take-off Yard layout drawing

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 5-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 6: 220 KV CABLE SYSTEMS

Table of Contents

6 220 kV CABLE SYSTEMS ........................................................................................ 1


6.1 GENERAL DATA .............................................................................................................. 1
6.2 RATINGS.......................................................................................................................... 1
6.3 CHARACTERISTICS ........................................................................................................ 1
6.4 TRANSPORT AND INSTALLATION ................................................................................. 3
6.5 SEALING ENDS ............................................................................................................... 3
6.5.1 Main Transformer Terminations..................................................................................... 3
6.5.2 GIS Terminations .......................................................................................................... 4
6.5.3 Outdoor Terminations .................................................................................................... 4
6.6 SUPPORTING STRUCTURES ......................................................................................... 5
6.7 INFORMATION TO BE SUBMITTED WITH THE TENDER ............................................. 5

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 6-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

6 220 KV CABLE SYSTEMS


Employer's
Item / Description Unit Requirement Bidder's Offer

6.1 GENERAL DATA

Manufacturer ...........................

Place of manufacture ...........................

Type designation ...........................

Type tested yes

Standards ...........................

6.2 RATINGS

(Related to site conditions)

Rated voltage between conductor and sheath kV ...........................

Highest system voltage (Um) kV ...........................

Rated power frequency withstand voltage


between conductor and sheath (5 min)

Rated lightning impulse withstand voltage kV ...........................

Rated switching impulse withstand voltage kV ...........................

DC voltage test applied after installation (15 min) kV ...........................

Continuous current carrying capacity A ...........................

Maximum current carrying capacity for 1 s kA ...........................

Rated peak withstand current kA ...........................

Maximum conductor temperature

- during continuous service °C ...........................

- during short-circuit for 1 s °C ...........................

6.3 CHARACTERISTICS

(Related to 20°C)

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 6-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
Inductive reactance at 50 Hz Ω/km ...........................

Zero-sequence reactance for three-phase circuit Ω/km ...........................

Capacitance pF/km ...........................

DC resistance Ω/km ...........................

Tangent delta losses:

- dielectric losses at rated voltage W/km ...........................

- copper losses during continuous service W/km ...........................

- additional losses at rated voltage and during


W/km ...........................
continuous service

Conductor:

- total cross section mm² ...........................

- number of cores ...........................

- overall diameter of conductor mm ...........................

- material of conductor ...........................

Insulation:

- insulating material ...........................

- thickness mm ...........................

- material of semi-conductive screens ...........................

- electrical stress across primary insulation kV/mm ...........................

- thickness of each semi-conductive screen mm ...........................

Sheath:

- type ...........................

- material ...........................

- thickness mm ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 6-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- cross-section mm² ...........................

mm
Diameter of the cable across the sheath ...........................
approx.
mm
Overall diameter of the cable ...........................
approx.

6.4 TRANSPORT AND INSTALLATION

Nominal supply length of cable on one drum m ...........................

Mass of the cable kg/m ...........................

kg
Shipping mass of one drum with cable ...........................
approx.

Overall diameter of cable drum mm ...........................

Width of cable drum mm ...........................

Minimum admissible bending radius mm ...........................

Maximum mechanical tension to be applied kN ...........................

Installation method:

Flat formation ...........................

Three-foil formation ...........................

Type of fixing system ...........................

Type of supporting system ...........................

Bonding / Earthing Method ..........................

6.5 SEALING ENDS

6.5.1 Main Transformer Terminations

Manufacturer ...........................

Standards ...........................

Type ...........................

Type tested yes

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 6-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
Power frequency withstand voltage (1 min) kV ...........................

Total creepage distance mm ...........................

Dimensions and mass:

- height mm ...........................

- length mm ...........................

- largest diameter mm ...........................

Total mass kg ...........................

6.5.2 GIS Terminations

Manufacturer ...........................

Standards ...........................

Type ...........................

Type tested yes

Power frequency withstand voltage (1 min) kV ...........................

Total creepage distance mm ...........................

Dimensions and mass:

- height mm ...........................

- length mm ...........................

- largest diameter mm ...........................

Total mass kg ...........................

6.5.3 Outdoor Terminations

Manufacturer ...........................

Standards ...........................

Type ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 6-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
Type tested yes

Power frequency withstand voltage (1 min) kV …........................

Total creepage distance mm …........................

Dimensions and mass:

- height mm …........................

- length mm …........................

- largest diameter mm …........................

Total mass kg …........................

6.6 SUPPORTING STRUCTURES

Manufacturer …........................

Material …........................

Dimensions and mass:

- height mm …........................

- length/width mm ...........................

Total mass kg ...........................

6.7 INFORMATION TO BE SUBMITTED


WITH THE TENDER
Detailed descriptions or leaflets to describe
experience and production of the 220 kV cables
Cross-section of 220 kV cable showing the
various metal and insulation layers
Description and principle drawings showing the
cable laying method and termination gantries

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 6-5


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 7: LV AUXILIARY SUPPLY SYSTEMS

Table of Contents

7 LV AC AUXILIARY SUPPLY SYSTEM ..................................................................... 1


7.1 GENERAL ........................................................................................................................ 1
7.2 CIRCUIT BREAKERS ....................................................................................................... 2
7.3 MOTOR STARTERS ........................................................................................................ 3
7.4 MAIN SWITCHBOARD ..................................................................................................... 3
7.5 UNIT MCC ........................................................................................................................ 4
7.6 TC DISTRIBUTION BOARD ............................................................................................. 4
7.7 GIS DISTRIBUTION BOARD ............................................................................................ 5
7.8 WORKSHOP DISTRIBUTION BOARDS........................................................................... 5
7.9 TVB DISTRIBUTION BOARD ........................................................................................... 6
7.10 OB DISTRIBUTION BOARD ............................................................................................. 6
7.11 VC DISTRIBUTION BOARDS ........................................................................................... 7
7.12 OS DISTRIBUTION BOARD ............................................................................................. 8
7.13 LV BUSDUCT SYSTEM ................................................................................................... 8
7.14 INFORMATION TO BE SUBMITTED WITH THE TENDER .............................................. 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-i


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

7 LV AC AUXILIARY SUPPLY SYSTEM

Employer's
Item / Description Unit Requirement Bidder's Offer

7.1 GENERAL

Manufacturer ...........................

Place of manufacture ...........................

Standards ...........................

Type ...........................

Type tested yes/no yes

Rated voltage V ...........................

Maximum operating voltage V ...........................

Rated frequency Hz 50

Bus bar material ...........................

Bus bar insulation material ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Rated power frequency withstand voltage kV ...........................

Protection class IP 54

Thickness of sheet steel mm ...........................

Dimensions of standard cubicle:

- width mm ...........................

- depth mm ...........................

- height mm ...........................

kg
Mass per cubicle ...........................
approx.

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-1


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

7.2 CIRCUIT BREAKERS


(To be filled in for each type and size of circuit
breaker)

Manufacturer ...........................

Type ...........................

Designation ...........................

Standards ...........................

Rated voltage V ...........................

Rated current A ...........................

Rated short-circuit breaking current kA ...........................

Rated short-circuit making current kA ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Operating mechanism:

- type (manual, electromagnetic, electric motor) ...........................

- rated voltage V ...........................

- power demand W ...........................

Closing / tripping coil:

- voltage V ...........................

- power demand VA ...........................

Releases: overload / overcurrent:

- rated current A ...........................

- operation current setting, range of adjustment A ...........................

- operation time, range of adjustment ms ...........................

Full opening, closing time ms ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-2


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Number of auxiliary contacts No. ...........................

Mass kg ...........................

7.3 MOTOR STARTERS


(To be filled in for each type and size of motor
starter)

Manufacturer ...........................

Type ...........................

Designation ...........................

Standards ...........................

Category of main application ...........................

Rated current of main contacts A ...........................

Rating of motors to be switched kW ...........................

Rated current of auxiliary contacts A ...........................

Rated voltage of auxiliary contacts V ...........................

7.4 MAIN SWITCHBOARD

Number of cubicles No. ...........................

Type ...........................

Rating of main CB A ...........................

Busbar rating A ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Dimensions: mm

- length mm ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-3


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- width ...........................

- height ...........................

Total weight kg ...........................

7.5 UNIT MCC

Number of cubicles No. ...........................

Type ...........................

Rating of main CB A ...........................

Busbar rating A ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

Total weight kg ...........................

7.6 TC DISTRIBUTION BOARD

Number of cubicles No. ...........................

Type ...........................

Rating of main CB A ...........................

Busbar rating A ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-4


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

Total weight kg ...........................

7.7 GIS DISTRIBUTION BOARD

Number of cubicles No. ...........................

Type ...........................

Rating of main CB A ...........................

Busbar rating A ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

Total weight kg ...........................

7.8 WORKSHOP DISTRIBUTION


BOARDS

Number of cubicles No. ...........................

Type ...........................

Rating of main CB A ...........................

Busbar rating A ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-5


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

Total weight kg ...........................

7.9 TVB DISTRIBUTION BOARD

Number of cubicles No. ...........................

Type ...........................

Rating of main CB A ...........................

Busbar rating A ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

Total weight kg ...........................

7.10 OB DISTRIBUTION BOARD

Number of cubicles No. ...........................

Type ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-6


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Rating of main CB A ...........................

Busbar rating A ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

Total weight kg ...........................

7.11 VC DISTRIBUTION BOARDS

Number of cubicles No. ...........................

Designation ...........................

Type ...........................

Rating of main CB A ...........................

Busbar rating A ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

Total weight kg ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-7


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

7.12 OS DISTRIBUTION BOARD

Number of cubicles No. ...........................

Type ...........................

Rating of main CB A ...........................

Busbar rating A ...........................

Rated short-time withstand current (1 s) kA rms ...........................

Rated peak withstand current kA peak ...........................

Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

Total weight kg ...........................

7.13 LV BUSDUCT SYSTEM

Manufacturer ...........................

Type ...........................

Rating A ...........................

Busbar conductor material ...........................

Busbar enclosure material ...........................

Dimensions: mm

- length mm ...........................

- width ...........................

- height ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-8


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Weight kg / m ...........................

7.14 INFORMATION TO BE SUBMITTED


WITH THE TENDER
Layout and dimension drawing for each
distribution board

Typical single-line diagrams

Technical leaflets for:

- Switchgear and distribution boards

- Circuit breaker

- Contactors

- Protection relays and auxiliary devices

- LV busduct system

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 7-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)

CHAPTER 8: AUXILIARY TRANSFORMERS

Table of Contents

8 AUXILIARY TRANSFORMERS ................................................................................ 1


8.1 GENERAL ........................................................................................................................ 1
8.2 STATION SERVICE TRANSFORMERS ........................................................................... 1
8.3 DISTRIBUTION TRANSFORMERS .................................................................................. 2
8.4 INFORMATION TO BE SUBMITTED WITH THE TENDER ............................................. 3

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 8-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

8 AUXILIARY TRANSFORMERS
Employer's Bidder's
Item / Description Unit Requirement Offer

8.1 GENERAL

Manufacturer ...........................

Place of manufacture ...........................

Standards ...........................

3-phase cast resin


Type
indoor

Type tested yes/no ...........................

Type of cooling AN

Rated ambient temperature °C 40

8.2 STATION SERVICE


TRANSFORMERS

Rated output at site conditions kVA

Rated frequency Hz 50

No-load voltage ratio kV/kV 11/0.415

Voltage adjustment ±% 5

Number of off-circuit taps 4

Vector group Dyn5

Neutral point solidly earthed

Insulation class HV/LV F/F

Impedance voltage % ...........................

No-load losses kW ...........................

Load losses kW ...........................

Power frequency impulse withstand voltage kV rms 38

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 8-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer
Rated lightning impulse withstand voltage kV peak 95

Maximum temperature rise K 90

Type of HV termination ...........................

Type of LV termination ...........................

Temperature monitoring device ...........................

8.3 DISTRIBUTION TRANSFORMERS

Rated output at site conditions kVA

Rated frequency Hz 50

No-load voltage ratio kV/kV 11/0.415 & 11/11

Voltage adjustment ±% 5

Number of off-circuit taps 4

Vector group Dyn5 & Yy0

Neutral point solidly earthed

Insulation class HV/LV F/F

Impedance voltage % ...........................

No-load losses kW ...........................

Load losses kW ...........................

Power frequency impulse withstand voltage kV rms 38

Rated lightning impulse withstand voltage kV peak 95

Maximum temperature rise K 90

Type of HV termination ...........................

Type of LV termination ...........................

Temperature monitoring device ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 8-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer
8.3 ENCLOSURES

Protection class IP 23

Thickness of sheet steel ...........................

Dimensions:

- height mm ............../.............

- width mm ............./..............

- depth mm ............../.............

Masses:

- transformer kg .............../............

- total, transformer including enclosure kg ............../.............

8.4 INFORMATION TO BE SUBMITTED


WITH THE TENDER

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 8-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 9: DIESEL GENERATING UNIT

Table of Contents

9 DIESEL GENERATING UNITS ................................................................................. 1


9.1 DIESEL GENERATING UNIT ........................................................................................... 1
9.2 DIESEL ENGINE .............................................................................................................. 1
9.3 SPEED GOVERNOR ........................................................................................................ 2
9.4 STARTING SYSTEM ........................................................................................................ 2
9.5 COOLING SYSTEM ......................................................................................................... 2
9.6 LUBRICATING SYSTEM .................................................................................................. 3
9.7 FUEL SYSTEM ................................................................................................................. 3
9.7.1 Day Tank....................................................................................................................... 3
9.7.2 Fuel Storage Tank ......................................................................................................... 3
9.7.3 Fuel Transfer System .................................................................................................... 4
9.8 GENERATOR & EXCITATION SYSTEM .......................................................................... 4
9.8.1 General Data ................................................................................................................. 4
9.8.2 Ratings and Characteristics........................................................................................... 4
9.8.3 Excitation System.......................................................................................................... 5
9.9 MONO RAIL ..................................................................................................................... 5
9.10 DIMENSIONS AND MASSES ........................................................................................... 5
9.10.1 Dimensions ................................................................................................................... 5
9.10.2 Masses.......................................................................................................................... 5
9.11 INFORMATION TO BE SUBMITTED WITH THE TENDER .............................................. 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 9-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

9 DIESEL GENERATING UNITS


Employer's
Item / Description Unit Requirement Bidder's Offer

9.1 DIESEL GENERATING UNIT

Manufacturer ...........................

Place of manufacture ...........................

Type ...........................

Guaranteed continuous output at site conditions,


kVA ...........................
p.f. 0.80

Speed rise at full load rejection % ...........................

Voltage rise at full load rejection % ...........................

Sound level dB(A) ...........................

Type of base frame ...........................

Type of ant-vibration mountings ...........................

9.2 DIESEL ENGINE

Manufacturer ...........................

Place of manufacture ...........................

Type ...........................

IEC 60034-3, ISO


Standards
3046
Rated output at site conditions kW ...........................

ISO rating kW ...........................

Permissible overload during 1 h % ...........................

Rated speed rpm ...........................

Number and arrangement of cylinders ...........................

Total cylinder volume dm³ ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 9-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Type of cooling ...........................

Fuel consumption:

- at 100% load g/kWh ...........................

- at 75% load g/kWh ...........................

- at 50% load g/kWh ...........................

Lube-oil consumption g/kWh ...........................

Service intervals h ...........................

9.3 SPEED GOVERNOR

Manufacturer ...........................

Type ...........................

Regulating range % ...........................

9.4 STARTING SYSTEM

Type ...........................

Type of batteries ...........................

Voltage V ...........................

Capacity Ah ...........................

Starting time s ...........................

9.5 COOLING SYSTEM

Type of cooling ...........................

Water volume dm³ ...........................

Type of cooling water pump drive ...........................

Cooling water pump rating m³/h ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 9-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Fan:

- rated power kW ...........................

- type of drive ...........................

9.6 LUBRICATING SYSTEM

Method of lubrication ...........................

Lubricating oil:

- quantity dm³ ...........................

- grade ...........................

- consumption g/kWh ...........................

Oil change interval after running hours h ...........................

Main lubricating pumps:

- number No. ...........................

- capacity l/min ...........................

- mode of driving ...........................

Pre-lubrication mode / pre-heating ...........................

9.7 FUEL SYSTEM

9.7.1 Day Tank

Number per DG unit No. 1

Capacity m³ ...........................

9.7.2 Fuel Storage Tank

Number No. 1

Capacity m³ ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 9-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

9.7.3 Fuel Transfer System

Automatic yes/no ...........................

Manual yes/no ...........................

9.8 GENERATOR & EXCITATION


SYSTEM

9.8.1 General Data

Manufacturer ...........................

Type designation ...........................

Standards ...........................

9.8.2 Ratings and Characteristics

Rated voltage V ...........................

Rated continuous output at 50°C kVA ...........................

Rated power factor 0.8

Rated frequency Hz 50

Voltage regulation range % 5

Continuous unbalanced load % ...........................

Rated speed rpm ...........................

Efficiency at rated output % ...........................

Initial three-phase short-circuit current kA ...........................

Direct axis synchronous reactance % ...........................

Direct axis transient reactance % ...........................

Direct axis sub-transient reactance % ...........................

Class of winding insulation ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 9-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

9.8.3 Excitation System

Type of excitation ...........................

Type of AVR ...........................

Rated field current A ...........................

Rated field voltage V ...........................

9.9 MONO RAIL

Manufacturer ...........................

Type ...........................

Capacity kN ...........................

Standards ...........................

Main dimensions (length, hook height) m ...........................

9.10 DIMENSIONS AND MASSES

9.10.1 Dimensions

Overall dimensions of complete set.

- length mm ...........................

- width mm ...........................

- height mm ...........................

9.10.2 Masses

Diesel engine kg ...........................

Auxiliaries kg ...........................

Generator kg ...........................

Complete DG set with base frame kg ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 9-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Heaviest part to lift during erection / maintenance kg ...........................

9.11 INFORMATION TO BE SUBMITTED


WITH THE TENDER
Arrangement and dimension drawings showing
the main components

Detailed descriptions and leaflets of:


.............
.............
- Diesel Engine with auxiliary systems .............
.............
..
.............
.............
- Generator with excitation system .............
.............
..

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 9-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 10: DC AND UPS SYSTEMS

Table of Contents

10 DC AND UPS SYSTEMS........................................................................................... 1


10.1 110 V STORAGE BATTERY............................................................................................. 1
10.2 110 V BATTERY CHARGER ............................................................................................ 2
10.3 110 V DC MAIN SWITCHBOARD ..................................................................................... 3
10.3.1 Switchboard ............................................................................................................... 3
10.3.2 Battery Circuit Breakers ............................................................................................. 3
10.3.3 Outgoing Feeder Circuit Breakers .............................................................................. 4
10.3.4 Busbars ..................................................................................................................... 4
10.3.5 Measuring Instruments .............................................................................................. 4
10.4 SUB-DISTRIBUTION BOARDS ........................................................................................ 5
10.5 UPS SYSTEM................................................................................................................... 5
10.5.1 Uninterrupted Power Supply Unit ............................................................................... 5
10.5.2 Inverter ...................................................................................................................... 6
10.5.3 UPS Switchboard....................................................................................................... 7
10.6 INFORMATION TO BE SUBMITTED WITH THE TENDER ............................................. 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

10 DC AND UPS SYSTEMS


Employer's Bidder's
Item / Description Unit Requirement Offer

10.1 110 V STORAGE BATTERY PC/OB

Place of manufacture ...........................

ISO 12254-1, IEC


Standards
61427
Type ...........................

Rated voltage V .............../............

Number of cells No. ............../.............

Capacity with 10 h discharge Ah ............../.............

Discharge rated current (10 h) A .............../............

Trickle-charging voltage V/cell .............../............

Rated voltage of fully charged cell V/cell .............../............

Charging voltage at cells V/cell .............../............

Electrolyte type ...........................

Electrolyte density kg/dm³ ...........................

Container material ...........................

Permissible temperature range °C ...........................

Cell dimensions:

- height mm .............../............

- width mm ............../.............

- depth mm .............../............

Mass of electrolyte kg .............../............

Total mass of storage battery with electrolyte kg ................/...........

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

10.2 110 V BATTERY CHARGER PC / OB

Manufacturer ...........................

Place of manufacture ...........................

ISO 12254-3, IEC 60335-


Standards
2-29
- voltage V ............./..............

- current A ............./..............

- frequency Hz ...........................

- capacity W ............../.............

- voltage V ............../.............

- output voltage adjustment range V .............../............

- current at ambient air temperature of 40°C A ............../.............

Efficiency at: ............../.............

- 20% rated load % .............../............

- 50% rated load % .............../............

- 100% rated load % ................/...........

Protection class IP...........................

Thickness of sheet steel mm ...........................

Dimensions:

- height mm ............./..............

- width mm ............../.............

- depth mm .............../............

Mass kg .............../............

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

10.3 110 V DC MAIN SWITCHBOARD PC / OB

10.3.1 Switchboard

Manufacturer ...........................

Place of manufacture ...........................

Type ...........................

ISO 8509-1, IEC 60529,


Standards
IEC 60664-1
Rated voltage V ...........................

Maximum permissible voltage V ...........................

Rated current A .............../............

Rated short-time withstand current kA .............../............

Rated power frequency withstand voltage kV ...........................

Protection class IP 43

Thickness of sheet steel mm ...........................

Dimensions:

- height mm ............./..............

- width mm ............./..............

- depth mm ............../.............

Mass kg ............./.............

10.3.2 Battery Circuit Breakers PC / OB

Manufacturer ...........................

Place of manufacture ...........................

Type designation ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer
Operating mechanism ...........................

Standards ...........................

Number of poles ...........................

Rated current A .............../............

Rated breaking current kA .............../............

10.3.3 Outgoing Feeder Circuit Breakers

Manufacturer ...........................

Type designation ...........................

Operating mechanism

Standards ...........................

Number of poles ...........................

Rated current A ...........................

Rated breaking current kA ...........................

10.3.4 Busbars

Material ...........................

Cross-section mm² ...........................

Rated current A ...........................

Rated short-time withstand current kA ...........................

10.3.5 Measuring Instruments

Accuracy class ...........................

Size mm ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

10.4 SUB-DISTRIBUTION BOARDS


110 V DC circuit breakers (to be filled in for each
type and size)

Type ...........................

Manufacturer ...........................

Standards ...........................

Rated voltage V ...........................

Rated current A ...........................

Rated short-circuit breaking current kA ...........................

Rated short-time withstand current (1s) kA ...........................

Protection class IP...........................

Thickness of sheet steel mm ...........................

Dimensions:

- height mm ...........................

- width mm ...........................

- depth mm ...........................

Mass kg ...........................

10.5 UPS SYSTEM

10.5.1 Uninterrupted Power Supply Unit

Manufacturer ...........................

Place of manufacture ...........................

Standard IEC 62040

Type ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer
Input parameters:

- nominal voltage of main power supply source V ...........................

- frequency Hz ...........................

- voltage variation range of standby DC source V ...........................

Output parameters:

- nominal output kVA ...........................

- nominal voltage V ...........................

- nominal current A ...........................

- frequency Hz ...........................

- number of phases No. ...........................

- efficiency % ...........................

- power factor ...........................

Protection class IP...........................

Thickness of sheet steel mm ...........................

Dimensions:

- height mm ...........................

- width mm ...........................

- depth mm ...........................

Mass kg ...........................

10.5.2 Inverter

Manufacturer ...........................

Place of manufacture ...........................

Standard IEC 62109

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer
Technical data:

- nominal output kW ...........................

- nominal voltage V ...........................

- maximum output kW ...........................

- output current A ...........................

- efficiency % ...........................

- power factor ...........................

Protection class IP 65

Thickness of sheet steel mm ...........................

Dimensions:

- height mm ...........................

- width mm ...........................

- depth mm ...........................

Mass kg ...........................

10.5.3 UPS Switchboard

Manufacturer ...........................

Place of manufacture ...........................

Type ...........................

Standards ...........................

Rated voltage V ...........................

Maximum permissible voltage V ...........................

Rated current A ...........................

Rated short-time withstand current kA ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer
Rated power frequency withstand voltage kV ...........................

Protection class IP...........................

Thickness of sheet steel mm ...........................

Dimensions:

- height mm ...........................

- width mm ...........................

- depth mm ...........................

Mass kg ...........................

10.6 INFORMATION TO BE SUBMITTED


WITH THE TENDER
10.6.1 Layout and dimension drawings for
equipment rooms and components

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 10-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 11: ELECTRICAL PROTECTION SYSTEMS

Table of Contents

11 ELECTRICAL PROTECTION SYSTEMS .................................................................. 1


11.1 GENERAL ........................................................................................................................................... 1
11.1.1 Protection Devices .................................................................................................................................... 1
11.1.2 Interfaces .................................................................................................................................................. 1
11.1.3 Tripping / Signalling Contacts.................................................................................................................. 1
11.1.4 Tripping Matrix ........................................................................................................................................ 2
11.1.5 Special Protection Features ...................................................................................................................... 2
11.1.6 Test Equipment......................................................................................................................................... 2
11.1.7 Rated Input Data ....................................................................................................................................... 2
11.1.8 Auxiliary Power Supply ........................................................................................................................... 2
11.1.9 Cubicle Data ............................................................................................................................................. 3
11.1.10 Climatic Conditions .................................................................................................................................. 3
11.2 GENERATOR & MT ........................................................................................................................... 3
11.2.1 (21) Distance / Impedance Protection ...................................................................................................... 3
11.2.2 (24) Overinduction Protection .................................................................................................................. 4
11.2.3 (27) Undervoltage Protection ................................................................................................................... 4
11.2.4 (32) Reverse Power Protection ................................................................................................................. 4
11.2.5 (40) Field Failure Protection .................................................................................................................... 5
11.2.6 (46) Negative Phase Sequence Prot. ......................................................................................................... 5
11.2.7 (49R/49S) Rotor / Stator Thermal Prot. .................................................................................................... 6
11.2.8 (49ET) Excitation Tr. Thermal Prot. ........................................................................................................ 6
11.2.9 (50/50N) Instantaneous OC Protection ..................................................................................................... 7
11.2.10 (51/51N) Time-delayed OC Pr. ................................................................................................................ 7
11.2.11 (59/59N) Overvoltage Protection ............................................................................................................. 7
11.2.12 (60) Voltage Balance Monitoring ............................................................................................................. 8
11.2.13 (64R) Rotor Earth Fault Protection .......................................................................................................... 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

11.2.14 64S) Stator Earth Fault Prot. (100%)........................................................................................................ 9


11.2.15 (78) Out-of-step Protection....................................................................................................................... 9
11.2.16 (81) U / O Frequency Protection ............................................................................................................ 10
11.2.17 (87G) Generator Differential Pr. ............................................................................................................ 10
11.2.18 (87N) Differential Pr. (restricted E/F) .................................................................................................... 10
11.2.19 (87T) Transformer Differential Prot. ...................................................................................................... 11
11.2.20 Dimensions and Masses ......................................................................................................................... 11
11.3 220 kV GIS & CABLE SYSTEMS ..................................................................................................... 12
11.3.1 (21.1/21.2) Distance Protection .............................................................................................................. 12
11.3.2 (50/50N) Instantaneous OC Protection ................................................................................................... 12
11.3.3 (51/51N) Time-delayed OC Protection .................................................................................................. 13
11.3.4 (87B-1, 87B-2) Busbar Differential Prot. ............................................................................................... 13
11.3.5 (87C) Cable Differential Protection ....................................................................................................... 14
11.3.6 (85) Tele-Protection Signalling Device .................................................................................................. 14
11.3.7 Dimensions and Masses ......................................................................................................................... 15
11.4 STATION AUXILIARY SYSTEMS .................................................................................................... 15
11.4.1 (49DG) DGU Generator Thermal Prot. .................................................................................................. 15
11.4.2 (50/50N) Instantaneous OC Prot. ........................................................................................................... 16
11.4.3 (51/51N) Time-delayed OC Protection .................................................................................................. 16
11.4.4 (87ST) SST Differential Protection ........................................................................................................ 16
11.5 INFORMATION TO BE SUBMITTED WITH THE TENDER ........................................................... 17

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

11 ELECTRICAL PROTECTION SYSTEMS


Employer's
Item / Description Unit Requirement Bidder's Offer

11.1 GENERAL

Manufacturer ...........................

Place of manufacture ...........................

IEC 60036, ISO


Standards
3856
Protection-type, designation ...........................

Years in service a ...........................

11.1.1 Protection Devices

Type tested acc. to relevant IEC Standards yes/no ...........................

Modular, 19" plug-in design yes/no ...........................

Fully digital processing yes/no ...........................

Internal / external bus communication yes/no ...........................

Protection class IP 65 / IP23

11.1.2 Interfaces

Type of communication protocol / standards ...........................

Bus interface for data transfer to CCS yes/no ...........................

Serial interface for connection of laptop yes/no ...........................

Serial interface for connection of portable


yes/no ...........................
protocol printer

11.1.3 Tripping / Signalling Contacts

Switching voltage V DC ...........................

Permissible continuous current A ...........................

Number of auxiliary contacts NO/NC No. ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

11.1.4 Tripping Matrix

Double diode plug-in ...........................

Software matrix ...........................

Matrix inputs ...........................

Matrix outputs ...........................

11.1.5 Special Protection Features

Trip-circuits supervision yes/no yes

Local / remote reset yes/no ...........................

11.1.6 Test Equipment


Manual test set yes/no ...........................

Automatic test set yes/no ...........................

Built-in test features yes/no ...........................

11.1.7 Rated Input Data

Measuring Circuits:

- Rated current lN A 1

- Rated voltage UN V 110

- Rated frequency fN Hz 50

11.1.8 Auxiliary Power Supply

Redundant auxiliary DC-supply for each system yes/no yes

- Supply voltage V DC 110

- DC/DC converter V/V ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

11.1.9 Cubicle Data

Thickness of sheet steel mm ...........................

Dimensions:

- height mm ...........................

- depth mm ...........................

- width mm ...........................

Front glass door yes/no ...........................

Rear door yes/no ...........................

Hinged swing frame for relay installation yes/no ...........................

Protection class IP 65

Mass kg ...........................

11.1.10 Climatic Conditions

Ambient temperature °C ...........................

Operation temperature range °C ...........................

Relative humidity range % ...........................

11.2 GENERATOR & MT

11.2.1 (21) Distance / Impedance


Protection

Type designation ...........................

Measurement principle ...........................

Setting circular characteristic, R-X diagram ...........................

- impedance xUN/lN ...........................

- time delay: range stage 1 (t1) s ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Range stage 2 (t1, t2, t3) s ...........................

11.2.2 (24) Overinduction Protection

Type designation ...........................

Measurement principle ...........................

Setting:

- pick-up value x UN/fN ...........................

- delay time: range t1 s ...........................

range t2 s ...........................

- frequency range x fN ...........................

- reset ratio % ...........................

- start time (with no delay) ms ...........................

11.2.3 (27) Undervoltage Protection

Type designation ...........................

Measurement principle

Setting:

- under voltage U< at fN xUN ...........................

- delay time s ...........................

- min. response time ms ...........................

- frequency independent Hz ...........................

11.2.4 (32) Reverse Power Protection

Type designation ...........................

Measurement principle ...........................

Setting:

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- reverse power range % P/PN ...........................

- time delay s ...........................

- drop-out to pick-up ratio % ...........................

11.2.5 (40) Field Failure Protection

Type designation ...........................

Measurement principle ...........................

Setting (circular characteristic) ...........................

- reactance XA xUN/lN ...........................

- reactance XB xUN/lN ...........................

- delay s ...........................

- angle (in steps of 30°) degree ...........................

- reset ratio (related to origin of circle) % ...........................

- start time <ms ...........................

11.2.6 (46) Negative Phase Sequence


Prot.

Type designation ...........................

Measurement principle ...........................

Setting:

- Negative phase sequence current x lN ...........................

- Delay time: range stage 1 (t1) s ...........................

stage 2 (t1, t2) s ...........................

stage 3 (t1, t2, t3) s ...........................

- Reset ratio ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- Accuracy of pick-up x lN ...........................

- Suppression of harmonics 3fN ...........................

11.2.7 (49R/49S) Rotor / Stator Thermal


Prot.

Type designation ...........................

Measurement principle ...........................

Setting:

- base current (lB) x lN ...........................

- pick-up current (la) x lb ...........................

- temperature range °C ...........................

- setting time: at sustained forcing s ...........................

over load limit protection s ...........................

- operating characteristics ...........................

- inverse time characteristic ...........................

11.2.8 (49ET) Excitation Tr. Thermal


Prot.

Type designation ...........................

Measurement principle ...........................

Setting:

- base current (lB) x lN ...........................

- pick-up current (la) x lb ...........................

- temperature range °C ...........................

- setting time s ...........................

- inverse time characteristic ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- operating characteristics ..........................

11.2.9 (50/50N) Instantaneous OC


Protection

Type designation ...........................

Measurement principle ...........................

Setting:

- current (in steps 0.1 lN) x lN ...........................

- delay time s ...........................

- reset ratio (for max. function) % ...........................

(for min. function) % ...........................

- trip-time (with no delay) ms ...........................

- wide frequency range x fN ...........................

11.2.10 (51/51N) Time-delayed OC Pr.

Type designation ...........................

Measurement principle ...........................

Setting:

- current x lN ...........................

- delay time s ...........................

- reset ratio for l>> % ...........................

- trip time (with no delay) ms ...........................

11.2.11 (59/59N) Overvoltage Protection

Type designation ...........................

Measurement principle ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Setting:

- inclination characteristic ...........................

- range of voltage setting % VN ...........................

- time delay s ...........................

- reset ratio % ...........................

- pick-up - Alarm stage % ...........................

- Tripping stage % ...........................

- drop-out to pick-up ratio % ...........................

- min. response time ms ...........................

11.2.12 (60) Voltage Balance Monitoring

Type designation ...........................

Measurement principle ...........................

Setting ...........................

11.2.13 (64R) Rotor Earth Fault


Protection

Type designation ...........................

Measurement principle ...........................

Setting:

- pick-up

- alarm stage ...........................

- tripping stage ...........................

- injection coupling elements ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

11.2.14 64S) Stator Earth Fault Prot.


(100%)

Type designation ...........................

Measurement principle ...........................

Setting:

- alarm stage setting % ...........................

- tripping stage % ...........................

- 95% stage % ...........................

- reset ratio ...........................

11.2.15 (78) Out-of-step Protection

Type designation ...........................

Measurement principle ...........................

Setting:

- sensitivity: a) voltage V> ...........................

b) current l> ...........................

- overload capacity l< ...........................

- linearity: a) voltage V< ...........................

b) current l< ...........................

- response time all characteristics <ms ...........................

Pole slipping protection shall include:

- pole slipping relay yes/no ...........................

- metering relay yes/no ...........................

- directional relay yes/no ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

11.2.16 (81) U / O Frequency Protection

Type designation ...........................

Measurement principle ...........................

Setting:

- frequency range Hz ...........................

- time s ...........................

- min. voltage V ...........................

- accuracy of pick-up value % ...........................

- reset ratio % ...........................

11.2.17 (87G) Generator Differential Pr.

Type designation ...........................

Measurement principle ...........................

Setting:

- g, basic setting x lN ...........................

- v, pick-up ratio V ...........................

Trip-time (max.):

- for ldiff>2lN ms ...........................

- for ldiff<2lN ms ...........................

Accuracy of pick-up of g % ...........................

Frequency range Hz ...........................

11.2.18 (87N) Differential Pr. (restricted


E/F)

Type designation ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Measurement principle ...........................

Setting:

- g, basic setting x lN ...........................

- v, pick-up ratio V ...........................

- b, setting holding current x lN ...........................

- trip time (max.) ms ...........................

- reset condition ldiff ...........................

11.2.19 (87T) Transformer Differential


Prot.

Type designation ...........................

Measurement principle ...........................

Setting ...........................

-g, basic setting x lN ...........................

- v, pick-up ratio v ...........................

Trip-time (max.):

- for ldiff>2lN ms ...........................

- for ldiff <2lN ms ...........................

Accuracy of pick-up of g % ...........................

Frequency range Hz ...........................

11.2.20 Dimensions and Masses

Number of cubicles per unit No. ...........................

Dimensions of cubicle assembly:

- height mm ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- depth mm ...........................

- width mm ...........................

Total mass kg ...........................

11.3 220 KV GIS & CABLE SYSTEMS

11.3.1 (21.1/21.2) Distance Protection

Type designation ...........................

Measurement principle ...........................

Setting circular characteristic, R-X diagram ...........................

- impedance xUN/lN ...........................

- time delay: range stage 1 (t1) s ...........................

range stage 2 (t1, t2, t3) s ...........................

11.3.2 (50/50N) Instantaneous OC


Protection

Type designation ...........................

Measurement principle ...........................

Setting:

- current (in steps 0.1 lN) x lN ...........................

- delay time s ...........................

- reset ratio (for max. function) % ...........................

(for min. function) % ...........................

- trip-time (with no delay) ms ...........................

- wide frequency range x fN ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

11.3.3 (51/51N) Time-delayed OC


Protection

Type designation ...........................

Measurement principle ...........................

Setting:

- current x lN ...........................

- delay time s ...........................

- reset ratio for l>> % ...........................

- trip time (with no delay) ms ...........................

11.3.4 (87B-1, 87B-2) Busbar Differential


Prot.

Type designation ...........................

Measurement principle ...........................

Protection settings, setting ranges: ...........................

- Differential current: x lN ...........................

- in steps of ...........................

- accuracy % ...........................

- Stabilizing factor k ...........................

- in steps of ...........................

- special applications ...........................

- Accuracy % ...........................

- Differential current x lN ...........................

- alarm ...........................

- Integration time 50 Hz ms ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- Operation times ms ...........................

- tripping time (incl. aux. output voltage) ms ...........................

- they are valid for fault currents > ...........................

11.3.5 (87C) Cable Differential Protection

Type designation ...........................

Measurement principle ...........................

Protection settings, setting ranges: ...........................

- Differential current: x lN ...........................

- in steps of ...........................

- accuracy % ...........................

- Stabilizing factor k ...........................

- in steps of ...........................

- special applications ...........................

- Accuracy % ...........................

- Differential current x lN ...........................

- alarm ...........................

- Integration time 50 Hz ms ...........................

- Operation times ms ...........................

11.3.6 (85) Tele-Protection Signalling


Device

Type designation ...........................

Number of commands No. ...........................

Transfer time range ms ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Input voltage V ...........................

Tele-protection management Yes/no

Event monitoring/registration Yes/no

Communication interface Type

11.3.7 Dimensions and Masses

Number of cubicles No. ...........................

Dimensions of cubicle assembly:

- height mm ...........................

- depth mm ...........................

- width mm ...........................

Total mass kg ...........................

11.4 STATION AUXILIARY SYSTEMS

11.4.1 (49DG) DGU Generator Thermal


Prot.

Type designation ...........................

Measurement principle ...........................

Setting:

- base current (lB) x lN ...........................

- pick-up current (la) x lb ...........................

- temperature range °C ...........................

- setting time s ...........................

- inverse time characteristic ...........................

- operating characteristics ..........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

11.4.2 (50/50N) Instantaneous OC Prot.

Type designation ...........................

Measurement principle ...........................

Setting:

- current (in steps 0.1 lN) x lN ...........................

- delay time s ...........................

- reset ratio (for max. function) % ...........................

(for min. function) % ...........................

- trip-time (with no delay) ms ...........................

- wide frequency range x fN ...........................

11.4.3 (51/51N) Time-delayed OC


Protection

Type designation ...........................

Measurement principle ...........................

Setting:

- current x lN ...........................

- delay time s ...........................

- reset ratio for l>> % ...........................

- trip time (with no delay) ms ...........................

11.4.4 (87ST) SST Differential Protection

Type designation ...........................

Measurement principle ...........................

Setting ...........................

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- g, basic setting x lN ...........................

- v, pick-up ratio v ...........................

Trip-time (max.):

- for ldiff>2lN ms ...........................

- for ldiff <2lN ms ...........................

Accuracy of pick-up of g % ...........................

Frequency range Hz ...........................

11.5 INFORMATION TO BE SUBMITTED


WITH THE TENDER

3) Typical diagrams for:

- power supply

- trip circuit with supervision

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 11-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 12: COMPUTERISED CONTROL SYSTEM

Table of Contents

12 COMPUTERISED CONTROL SYSTEM (CCS) ......................................................... 1


12.1 GENERAL SYSTEM DATA ............................................................................................................. 1
12.2 CENTRAL CONTROL ROOM EQUIPMENT ................................................................................. 2
12.2.1 Operator Station........................................................................................................................................ 2
12.2.2 Large Screen with Controller ................................................................................................................... 4
12.2.3 Fire Detection and Alarm Panel ............................................................................................................... 5
12.2.4 Video Surveillance System ....................................................................................................................... 5
12.2.5 Metering Station ....................................................................................................................................... 5
12.2.6 Archiving System for Long Term and Spontaneous Data Archiving ....................................................... 5
12.2.7 Training and Simulation Station ............................................................................................................... 6
12.2.8 Engineering Station .................................................................................................................................. 6
12.2.9 Redundant Main Servers .......................................................................................................................... 6
12.2.10 Interface with Firewall to Office LAN and Web Client ........................................................................... 7
12.2.11 GPS Master Clock System ....................................................................................................................... 7
12.2.12 Redundant Gateway to NLDC & UTK .................................................................................................... 7
12.2.13 Portable Service Station............................................................................................................................ 8
12.2.14 Redundant Fibre Optic Main Gigabit Bus System ................................................................................... 8
12.2.15 Redundant Fibre Optic Process Gigabit Bus System ................................................................................ 8
12.2.16 CCR Furniture .......................................................................................................................................... 9
12.2.17 Printers.................................................................................................................................................... 10
12.3 UNIT CONTROL BOARD (UCB) .................................................................................................. 12
12.3.1 General ................................................................................................................................................... 12
12.3.2 Synchronising Equipment....................................................................................................................... 13
12.3.3 Interface Systems (for each LCU) .......................................................................................................... 13
12.3.4 Power Supply (for each LCU) ................................................................................................................ 15

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
12.4 LCU - STATION AUXILIARY SYSTEMS .................................................................................... 15
12.5 LCU - COMMON SERVICES......................................................................................................... 15
12.6 LCU – 220 kV GIS ........................................................................................................................... 16
12.7 INFORMATION TO BE SUBMITTED WITH THE TENDER ..................................................... 16

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

12 COMPUTERISED CONTROL SYSTEM (CCS)


Employer's
Item / Description Unit Bidder's Offer
Requirement

12.1 GENERAL SYSTEM DATA

Manufacturer

Place of manufacture

Type

Applied Standards IEC

Electromagnetic Compatibility according to IEC yes/no

IEC
Communication protocol type
60870-5
R1 > 8,760
Reliability class according to IEC 60870-4 (MTBF)
h

Time change in PLC input to change in diagram <2s

Time executing command diagram change output


<2s
PLC

Processing module microprocessor type

Max. possible number of process stations on the


bus

Max. ambient temperature (continuous operation)

Max. relative humidity (continuous operation)

Bus system cable kind/ type

Max. number of clients

Resolution time tagged event and alarms in PLC 10 ms

Resolution time tagged event alarms protection


2 ms
relays

Total number of data points

Total number of digital inputs

Total number of digital outputs

Total number of analogue inputs

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
Total number of analogue outputs

Standard cubicle:

- protection class IP

- thickness of sheet steel mm

- dimensions

height mm

depth mm

width mm

Auxiliary power supply

- AC source V AC

- DC source V DC

- internal power supply V

- type of back-up power supply

Permissible ambient conditions

- operating temperature range °C

- relative humidity range %

12.2 CENTRAL CONTROL ROOM


EQUIPMENT

12.2.1 Operator Station

Manufacturer ……………………

Type ……………………

Number of operator stations No.

Number of process display

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
Average display exchange ms

Updating time for dynamical values ms

3 per operator
− Number of monitors No.
station

− Picture size (diagonal) inches

pixel x
− Resolution
pixel

− Max. number of process displays ……………………

− Max. number of process displays ……………………

− Average display exchange ms ……………………

− Updating time of dynamical values ms ……………………

Memory (RAM)

− Type ……………………

− Installed capacity ……………………

− Expandable / max. capacity ……………………

Hard Disk

− Type SSD

− Capacity GB ……………………

Monitor

− Manufacturer ……………………

− Type ……………………

− Number

− Screen size inches

− Resolution pixels ……………………

− Supply voltage V ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
− Power demand VA ……………………

− Mean lifetime a ……………………

− Number of colours No. ……………………

− Number of colour combinations No. ……………………

Keyboard

− Manufacturer ……………………

− Type ……………………

− Alphanumeric keys Standard ……………………

− Type of contacts ……………………

− Control/special function keys ……………………

− Size mm ……………………

− Total number (per PC/workstation) No. ……………………

− Number of free keys that can be programmed ……………………

12.2.2 Large Screen with Controller ……………………

Manufacturer ……………………

Type ……………………

Overall dimensions:

- height mm ……………………

- width mm ……………………

- depth mm ……………………

Screen size

- height mm ……………………

- width mm ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
- depth mm ……………………

Number of screen modules No. ……………………

Brightness homogeneity % ……………………

Power demand W ……………………

Supply voltage V ……………………

Large screen controller

− Manufacturer ……………………

− Type ……………………

12.2.3 Fire Detection and Alarm Panel

Manufacturer ……………………

Type ……………………

12.2.4 Video Surveillance System

Manufacturer ……………………

Type ……………………

12.2.5 Metering Station

Manufacturer ……………………

Type of PC/Workstation ……………………

Quantity No. ……………………

Display (MONITOR, one per PC/Workstation) ……………………

Keyboard ……………………

12.2.6 Archiving System for Long Term


and Spontaneous Data Archiving

Manufacturer ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
Type ……………………

12.2.7 Training and Simulation Station

Manufacturer ……………………

Type ……………………

12.2.8 Engineering Station

Manufacturer ……………………

Type ……………………

Number of workstations No. ……………………

Memory (RAM)

− Type ……………………

− Installed capacity MB ……………………

− Expandable / max. capacity MB ……………………

Mass Memory

− Type ……………………

− Capacity GB ……………………

Display monitor ……………………

Keyboard ……………………

12.2.9 Redundant Main Servers

Manufacturer ……………………

Type ……………………

Number of redundant servers No. ……………………

Memory (RAM)

− Type ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
− Installed capacity MB ……………………

− Expandable / max. capacity MB ……………………

Mass Memory / storage unit

− Type ……………………

− Capacity GB ……………………

Number of cubicles ……………………

Power demand VA ……………………

Meantime between failure (MTBF) months ……………………

12.2.10 Interface with Firewall to


Office LAN and Web Client

Manufacturer ……………………

Type ……………………

12.2.11 GPS Master Clock System

Manufacturer ……………………

Type ……………………

Supply voltage V ……………………

Power demand VA ……………………

Number of channels for secondary clocks No. ……………………

Number of secondary clocks per channels No. ……………………

12.2.12 Redundant Gateway to NLDC


& UTK

Manufacturer ……………………

Type ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement

12.2.13 Portable Service Station

Manufacturer ……………………

Type ……………………

Processor clock frequency

Installed RAM MB ……………………

Installed mass memory

− hard-disc GB ……………………

− CD ROM GB ……………………

Display type / size ……………………

Keyboard ……………………

12.2.14 Redundant Fibre Optic Main


Gigabit Bus System

Manufacturer ……………………

Type ……………………

Communication principle ……………………

Transmission rate Mbit/s ……………………

Typical performance data ……………………

Max. bus length without repeaters m ……………………

Transmission standard, applied protocols ……………………

Potential separation between bus cable and bus


coupler

Type of switches ……………………

12.2.15 Redundant Fibre Optic


Process Gigabit Bus System

Type / Manufacturer ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
Type of bus cable ……………………

Communication principle ……………………

Transmission rate Mbit/s ……………………

Typical performance data ……………………

Max. bus length without repeaters m ……………………

Transmission standard, applied protocols ……………………

Potential separation between bus cable and bus


coupler

Type of switches ……………………

12.2.16 CCR Furniture

Manufacturer ……………………

Type ……………………

Number of operator positions No. ……………………

Number of computer desks No. ……………………

Dimensions

height mm ……………………

width mm ……………………

depth mm ……………………

Number of tables No. ……………………

Dimensions

height mm ……………………

width mm ……………………

depth mm ……………………

Number of swivel chairs No. ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
Dimensions

height mm ……………………

width mm ……………………

depth mm ……………………

Number of file cabinets No. ……………………

Dimensions

height mm ……………………

width mm ……………………

depth mm ……………………

12.2.17 Printers

12.2.17.1 Alarm / Event Printer

Manufacturer ……………………

Type ……………………

Quantity No. 1

Printing method / number of pins ……………………

Printer speed ……………………

Number of characters/lines ……………………

Paper size / type ……………………

Paper handling feature ……………………

Number of colours No. ……………………

Memory

− installed MB ……………………

− expandable to MB ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
End of paper signal yes/no ……………………

Printer fault signal yes/no ……………………

Automatic on/off yes/no ……………………

Mean lifetime a ……………………

12.2.17.2 Report Printer

Manufacturer ……………………

Type ……………………

Quantity No. 1

Printing method / number of pins ……………………

Printer speed ……………………

Number of characters/lines No. ……………………

Paper size / type ……………………

Paper handling feature ……………………

Number of colours No. ……………………

Memory ……………………

− installed MB ……………………

− expandable to MB ……………………

End of paper signal yes/no ……………………

Printer fault signal yes/no ……………………

Automatic on/off yes/no ……………………

Mean lifetime a ……………………

12.2.17.3 Hardcopy Printer

Manufacturer ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
Type ……………………

Quantity No. 1

Printing method / number of pins ……………………

Printing time / picture s / picture ……………………

Resolution ……………………

Number of colours No. ……………………

Paper size ……………………

Type of paper to be used ……………………

Paper handling feature ……………………

Storage life of the paper a ……………………

Number of colours No. ……………………

Memory

− installed MB ……………………

− expandable to MB ……………………

− number of pictures that can be stored No. ……………………

End of paper signal yes/no ……………………

Printer fault signal yes/no ……………………

Automatic on/off yes/no ……………………

Mean lifetime a ……………………

12.3 UNIT CONTROL BOARD (UCB)

12.3.1 General

Manufacturer ……………………

Type ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
Number of cubicles No. ……………………

Power demand W ……………………

Meantime between failure (MTBF) months ……………………

Controller type ……………………

Dimensions

- height mm ……………………

- width mm ……………………

- depth mm ……………………

Mass kg ……………………

12.3.2 Synchronising Equipment

Manufacturer ……………………

Type ……………………

Maximum permissible sliding frequency range Hz ……………………

Circuit breaker close time adjustment range s ……………………

Voltage transformer circuits:

- voltage V ……………………

- frequency Hz ……………………

Power demand W ……………………

12.3.3 Interface Systems (for each LCU)

Digital inputs 77.

79.
− Type
……………………

− Inputs per module ……………………

− No. of modules ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
− Input signal V DC ……………………

Digital outputs

− Type ……………………

− Outputs per module No. ……………………

− Number of modules No. ……………………

− Contact capability A ……………………

− Output voltage, AC/DC V ……………………

− Max. load VA ……………………

Analogue inputs

− Type ……………………

− Inputs per module ……………………

− Number of modules ……………………

− Input signals ……………………

Analogue outputs

− Type ……………………

− Outputs per module ……………………

− Number of modules ……………………

0-5 Volt / 4-20


− Output range V / mA
mA

Interface to protection system

− Type ……………………

− Communication protocol ……………………

− Standard ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement

12.3.4 Power Supply (for each LCU)

Manufacturer ……………………

Type ……………………

Rated power input/output W ……………………

V AC / V
Rated voltage input/output ……………………
DC
V DC / V
Rated voltage input/output ……………………
DC

12.4 LCU - STATION AUXILIARY


SYSTEMS

Manufacturer ……………………

Type ……………………

Number of cubicles No. ……………………

Power demand W ……………………

Meantime between failure (MTBF) months ……………………

CPU type ……………………

Dimensions

- height mm ……………………

- width mm ……………………

- depth mm ……………………

Mass kg ……………………

12.5 LCU - COMMON SERVICES

Manufacturer ……………………

Type ……………………

Number of cubicles No. ……………………

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
Power demand W ……………………

Meantime between failure (MTBF) months ……………………

CPU type ……………………

Dimensions

- height mm ……………………

- width mm ……………………

- depth mm ……………………

Mass kg ……………………

12.6 LCU – 220 KV GIS

Manufacturer ……………………

Type ……………………

Number of cubicles No. ……………………

Power demand W ……………………

Meantime between failure (MTBF) months ……………………

CPU type ……………………

Dimensions

- height mm ……………………

- width mm ……………………

- depth mm ……………………

Mass kg ……………………

12.7 INFORMATION TO BE SUBMITTED


WITH THE TENDER

− System architecture drawing

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Bidder's Offer
Requirement
− Layout and dimension drawings of LCU

− Supporting technical descriptions of the


proposed equipment and systems

− List of relevant standard software

(Place and Date) (Signature)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 12-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 13: COMMUNICATION SYSTEMS

Table of Contents

13. COMMUNICATION SYSTEMS ................................................................................. 1


13.1 TELEPHONE SYSTEM .................................................................................................................... 1

13.1.1 Automatic Digital Exchange (PABX) ................................................................................................ 1

13.1.2 Failure and Call Printer....................................................................................................................... 1

13.1.3 Operator Console ................................................................................................................................ 1

13.1.4 Telephone Set ..................................................................................................................................... 2

13.1.5 Multifunction Telephone Set .............................................................................................................. 2

13.1.7 Automatic Recorder for Operator Communication ............................................................................ 2

13.1.8 Terminal Box for Telephone Cables .................................................................................................. 3

13.1.9 Telephone Distribution Cabinet.......................................................................................................... 3

13.1.10 Single & Multipair Telephone Cables ............................................................................................... 3

13.2 TELECOMMUNICATION SYSTEM ............................................................................................... 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

13.2.1 SDH/MUX.......................................................................................................................................... 4

13.2.2 DDF .................................................................................................................................................... 4

13.2.3 ODF .................................................................................................................................................... 4

13.2.4 Optical line terminals (Transceiver) ................................................................................................... 4

13.2.5 Interface module ................................................................................................................................. 4

13.2.6 Router & Switches .............................................................................................................................. 4

13.3 PUBLIC ADDRESS SYSTEM .......................................................................................................... 5

13.2.1 Amplifier Unit .................................................................................................................................... 5

13.2.2 Call Station ......................................................................................................................................... 5

13.2.3 Indoor Loudspeaker ............................................................................................................................ 6

13.2.4 Horn Loudspeaker .............................................................................................................................. 6

13.3 RADIO COMMUNICATION SYSTEM ........................................................................................... 6

13.3.1 Radio Repeater Station ....................................................................................................................... 6

13.3.2 Antenna............................................................................................................................................... 7

13.3.3 Portable Radio Phones ........................................................................................................................ 7

13.4 CLOCK SYSTEM .............................................................................................................................. 8

13.4.1 Master Clock ...................................................................................................................................... 8

13.4.2 Secondary Clocks – Digital Type ....................................................................................................... 9

13.4.3 Secondary Clocks - Analogue Type ................................................................................................... 9

13.4.4 Clock Cable Distribution System ....................................................................................................... 9

13.5 INFORMATION TO BE SUBMITTED WITH THE TENDER ....................................................... 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

13. COMMUNICATION SYSTEMS


Employer's
Item / Description Unit Requirement Bidder's Offer

13.1 TELEPHONE SYSTEM

13.1.1 Automatic Digital Exchange


(PABX)
Manufacturer ...........................
Type ...........................
Designation ...........................
Standard ISO/IEC 11801,
IEC 60950-1
Technical data:
- specific subscriber capacity ...........................
- specific channel capacity Erlang ...........................
Supply voltage:
- main V ...........................
- standby V ...........................
- power demand W ...........................
PABX cabinet data:
- height mm ...........................
- depth mm ...........................
- width mm ...........................
- mass kg ...........................
- number of PABX cabinets No. ...........................

13.1.2 Failure and Call Printer


Manufacturer ...........................
Type ...........................
Characters per line No. ...........................
Noise level dB(A) ...........................

13.1.3 Operator Console


Manufacturer ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-1
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Type ...........................
Night-board type ...........................

13.1.4 Telephone Set


Data for each type to be given ...........................
Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- noise level dB ...........................
- volume adjustment dB ...........................
- sound brightness % ...........................
- level of calling signal volume dB ...........................
- supply voltage V ...........................

13.1.5 Multifunction Telephone Set


Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- supply voltage V ...........................
- power demand W ...........................
- noise level dB ...........................
- sound brightness % ...........................

13.1.7 Automatic Recorder for Operator


Communication
Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- supply voltage V ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-2
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- power demand W ...........................
- number of channels No. ...........................
- magnetic/hard disc type ...........................
- continuous recording time h ...........................
Overall dimensions:
- height mm ...........................
- depth mm ...........................
- width mm ...........................
Mass kg ...........................

13.1.8 Terminal Box for Telephone


Cables
Manufacturer ...........................
Type ...........................
Designation ...........................
Cable termination capacity pair ...........................

13.1.9 Telephone Distribution Cabinet


Manufacturer ...........................
Type ...........................
Designation ...........................
Cable termination capacity pair ...........................

13.1.10 Single & Multipair Telephone


Cables
Manufacturer ...........................
Designation ...........................
Standard ...........................
Technical data:
- type ...........................
- number of pairs pair ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-3
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- conductor size mm ...........................

13.2 TELECOMMUNICATION SYSTEM

13.2.1 SDH/MUX
Manufacturer …........................
Type …........................
Designation …........................

13.2.2 DDF
Manufacturer …........................
Type …........................
Designation …........................

13.2.3 ODF
Manufacturer …........................
Type …........................
Designation …........................

13.2.4 Optical line terminals


(Transceiver)
Manufacturer …........................
Type/ Designation …........................
Optical transmitter power W …........................
Distance to next unit km …........................

13.2.5 Interface module


Manufacturer …........................
Type …........................
Designation …........................

13.2.6 Router & Switches


Manufacturer …........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-4
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Type …........................
Designation …........................

13.3 PUBLIC ADDRESS SYSTEM

13.2.1 Amplifier Unit


Manufacturer …........................
Type …........................
Designation …........................
Standard ISO 7579, IEC
60065
Technical data:
- number of channels No. ...........................
- number of zones No. ...........................
- PABX interface type ...........................
- supply voltage V ...........................
- power demand W ...........................
Cabinet dimensions
- height mm ...........................
- depth mm ...........................
- width mm ...........................
Mass kg ...........................

13.2.2 Call Station


Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- supply voltage V ...........................
- power demand W ...........................
- input sound level dB ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-5
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- frequency response Hz ...........................
- output impedance Ω ...........................

13.2.3 Indoor Loudspeaker


Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- output W ...........................
- frequency response range Hz ...........................
- nominal input voltage V ...........................
- nominal impedance Ω ...........................
- characteristic sensitivity level dB ...........................

13.2.4 Horn Loudspeaker


Manufacturer ...........................
Type ...........................
Designation ...........................

Technical data:
- output W ...........................
- frequency response range Hz ...........................
- nominal input voltage V ...........................
- nominal impedance Ω ...........................
- characteristic sensitivity level dB ...........................

13.3 RADIO COMMUNICATION


SYSTEM

13.3.1 Radio Repeater Station


Manufacturer ...........................
Type ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-6
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Designation ...........................
Standard ISO/IEC 29167-1,
IEC 60945
Technical data:

- frequency range MHz ...........................


- number of channels ...........................
- audio output W/Ω ...........................
- antenna impedance Ω ...........................
- Type of PABX interface ...........................
- supply voltage V ...........................
- input power W ...........................
Overall dimensions:
- height mm ...........................
- depth mm ...........................
- width mm ...........................
Mass kg ...........................

13.3.2 Antenna
Manufacturer ...........................
Type ...........................
Height m ...........................
Emission range km ...........................

13.3.3 Portable Radio Phones


Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- frequency range MHz ...........................
- channel spacing kHz ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-7
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- frequency stability ppm ...........................
- audio response dB ...........................
- rated audio W ...........................
Charger station:

- supply voltage V ...........................


- power demand W ...........................
- number of charging positions No. ...........................
Overall dimensions:
- height mm ...........................
- depth mm ...........................
- width mm ...........................
Mass kg ...........................

13.4 CLOCK SYSTEM

13.4.1 Master Clock


Common with CCS
Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- accuracy % ...........................
- duration of impulse s ...........................
- impulse current A ...........................
- number of channels for secondary clocks No. ...........................
- number of secondary clocks per channel No. ...........................
- supply voltage V ...........................
- power demand VA ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-8
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

13.4.2 Secondary Clocks – Digital Type


Manufacturer ...........................
Type ...........................
Designation ...........................
- time yes/no ...........................

- date & time yes/no ...........................


Dimensions:
-hxwxd mm ...........................
- diameter mm ...........................

13.4.3 Secondary Clocks - Analogue


Type
Manufacturer ...........................
Type ...........................
Designation ...........................
Dimensions:
-hxwxd mm ...........................
- diameter mm ...........................

13.4.4 Clock Cable Distribution System


Manufacturer ...........................
Cable type ...........................
Conductor size mm ...........................
Max. cable length from master to secondary m ...........................
clocks

13.5 INFORMATION TO BE
SUBMITTED WITH THE TENDER
- Technical descriptions and leaflets ......................................................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-9
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- Typical block diagrams ......................................................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 13-10
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E


Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 14: SECURITY SYSTEMS

Table of Contents

14. SECURITY SYSTEMS .......................................................................................................................... 1


14.1 CLOSED CIRCUIT TELEVISION SYSTEM (CCTV)..................................................................1
14.1.1 Matrix Control System................................................................................................................1
14.1.2 Digital Video Recorder...............................................................................................................1
14.1.3 Monitors.....................................................................................................................................2
14.1.4 Cameras.....................................................................................................................................2
14.2 ACCESS CONTROL SYSTEM..................................................................................................3
14.2.1 General......................................................................................................................................3
14.2.2 Central Access Controller..........................................................................................................3
14.2.3 Access and Door Control...........................................................................................................4
14.2.4 Time Registration Terminals......................................................................................................4
14.3 INFORMATION TO BE SUBMITTED WITH THE TENDER.....................................................5

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 14-i


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

14. SECURITY SYSTEMS

Employer's
Item / Description Unit Requirement Bidder's Offer

14.1 CLOSED CIRCUIT TELEVISION


SYSTEM (CCTV)

14.1.1 Matrix Control System


Manufacturer ...........................
Type ...........................
Description ...........................
Technical data:
- CPU type ...........................
- Type of keyboard ...........................
- Number of video I/O No. ...........................
- Auto/manual camera selection yes/no ...........................
- Type of interface to CCS ...........................
- Supply voltage V ...........................
- Power demand W ...........................
Dimensions:
- height mm ...........................
- width mm ...........................
- depth mm ...........................
Mass kg ...........................

14.1.2 Digital Video Recorder


Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- Record rate ips ...........................
- Recording resolution ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 14-1
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- Storage capacity GB ...........................
- Supply voltage V ...........................
- Power demand W ...........................

14.1.3 Monitors
Manufacturer ...........................
Type ...........................
Designation ...........................
Technical data:
- Size inch ...........................
- Sync format ...........................
- Resolution pixel ...........................
- Supply voltage V ...........................
- Power demand W ...........................

14.1.4 Cameras
Manufacturer ...........................
Type ...........................
Designation ...........................
Installation
- wall mounted ...........................
- pole mounted ...........................
- indoor ...........................
- outdoor ...........................
Lens
- digital zoom yes/no ...........................
- auto-focus with manual override yes/no ...........................
Day/night mode lux ...........................

Protection class IP 66
Temperature range °C ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 14-2
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Relative humidity % ...........................

14.2 ACCESS CONTROL SYSTEM

14.2.1 General
Manufacturer ...........................
Type ...........................
Designation ...........................
Standard ...........................

14.2.2 Central Access Controller


Type of controller ...........................
CPU type ...........................
Memory module
- type ...........................
- capacity ...........................
Interface system to CCS ...........................
Type of bus system ...........................
Power supply ...........................
- from station UPS yes/no ...........................
- AC/DC yes/no ...........................
- DC/DC yes/no ...........................
- Back-up supply yes/no ...........................
- Voltage V ...........................
- Power demand W ...........................
Number of doors / access points No. ...........................
Protection class IP 65

Dimensions:
- height mm ...........................
- width mm ...........................
- depth mm ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 14-3
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Mass kg ...........................

14.2.3 Access and Door Control


Number of doors per loop
- control circuit No. ...........................
- power supply circuit No. ...........................
Door control station
- contact-less reading station ...........................
- key card including time management feature ...........................
- intercom of selected doors with CCR ...........................
- remote control of doors ...........................
Door locks
- motor type ...........................
- magnetic type ...........................

14.2.4 Time Registration Terminals


Type ...........................
Interface system to CCS ...........................
Type of bus system ...........................
Power supply ...........................
- from station UPS yes/no ...........................
- AC/DC yes/no ...........................
- DC/DC yes/no ...........................
- Back-up supply yes/no ...........................
- Voltage V ...........................

- Power demand W ...........................


Protection class IP...........................
Dimensions:
- height mm ...........................
- width mm ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 14-4
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- depth mm ...........................
Mass kg ...........................

14.3 INFORMATION TO BE SUBMITTED


WITH THE TENDER

- Technical descriptions and leaflets .....................................................


.

- Typical block diagrams .....................................................


.

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 14-5
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E


Electrical Equipment

Technical Data Sheets (TDS)

CHAPTER 15: EARTHING AND LIGHTNING PROTECTION SYSTEMS

Table of Contents
15. EARTHING AND LIGHTNING PROTECTION SYSTEMS ....................................... 1
15.1 SUB-GRADE EARTHING SYSTEM ............................................................................................... 1
15.1.1 Earthing Mesh ____________________________________________________________________ 1
15.1.2 Earthing Electrodes ________________________________________________________________ 1
15.1.3 Earthing Rods _____________________________________________________________________ 1
15.1.4 Termination and Jointing Materials ____________________________________________________ 1
15.2 ABOVE GROUND EARTHING SYSTEM ...................................................................................... 1

15.3 POTENTIAL GRADIENT CONTROL SYSTEM ............................................................................ 2

15.4 LIGHTNING PROTECTION SYSTEM ............................................................................................ 2


15.4.1 General __________________________________________________________________________ 2
15.4.2 Air Terminals _____________________________________________________________________ 2
15.4.3 Roof Conductors ___________________________________________________________________ 2
15.4.4 Down Conductors __________________________________________________________________ 2
15.4.5 Termination & Jointing Material _________________________________________________________ 2
15.5 INFORMATION TO BE SUBMITTED WITH THE TENDER ....................................................... 3

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 15-i


REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

15. EARTHING AND LIGHTNING PROTECTION SYSTEMS

Employer's
Item / Description Unit Requirement Bidder's Offer

15.1 SUB-GRADE EARTHING


SYSTEM

15.1.1 Earthing Mesh


Manufacturer ...........................
Conductor material ...........................
Cross section mm² ...........................

15.1.2 Earthing Electrodes


Manufacturer ...........................
Conductor material ...........................
Cross section mm² ...........................

15.1.3 Earthing Rods


Manufacturer ...........................
Conductor material ...........................
Dimensions Diameter/Length mm ...........................

15.1.4 Termination and Jointing


Materials
Manufacturer ...........................
Types ...........................
Designations ...........................

15.2 ABOVE GROUND EARTHING


SYSTEM
Manufacturer ...........................
Type of conductors ...........................
Material ...........................
Dimensions mm ...........................
Cross section mm² ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 15-1
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

15.3 POTENTIAL GRADIENT


CONTROL SYSTEM
Manufacturer ...........................
Conductor material ...........................
Cross section mm² ...........................

15.4 LIGHTNING PROTECTION


SYSTEM

15.4.1 General
Manufacturer ...........................
Type of lightning protection system ...........................
Standards ...........................

15.4.2 Air Terminals


Manufacturer ...........................
Material ...........................
Dimensions Diameter/Length mm ...........................

15.4.3 Roof Conductors


Manufacturer ...........................
Conductor material ...........................
Cross section mm² ...........................

15.4.4 Down Conductors


Manufacturer ...........................
Conductor material ...........................
Cross section mm² ...........................

15.4.5 Termination & Jointing Material


Manufacturer

Types ...........................
Designations ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 15-2
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

15.5 INFORMATION TO BE
SUBMITTED WITH THE TENDER

- Description and leaflets of the proposed ......................................................


materials

- Abstract and approach to calculation and


design ......................................................
of the system

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 15-3
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E


Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 16: MV AND LV CABLE SYSTEMS

Table of Contents

16. MV AND LV CABLE SYSTEMS ........................................................................................................... 1

16.1 11 kV XLPE CABLES ......................................................................................................................... 1


16.1.1 Basic Design Data ...................................................................................................................... 1
16.1.2 Indoor Terminations .................................................................................................................... 2
16.2 LV POWER CABLES .......................................................................................................................... 3

16.3 CONTROL CABLES ........................................................................................................................... 3

16.4 COMMUNICATION CABLES ............................................................................................................. 4

16.5 CABLE TRAYS AND ACCESSORIES ............................................................................................... 4

16.6 INFORMATION TO BE SUBMITTED WITH THE TENDER .............................................................. 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 16-i


REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

16. MV AND LV CABLE SYSTEMS

Employer's
Item / Description Unit Requirement Bidder's Offer

16.1 11 kV XLPE CABLES

16.1.1 Basic Design Data


Manufacturer ...........................
Type designation ...........................
Standards IEC 60502-2, ISO
18852-1
Rated voltage between conductor and sheath kV ...........................
Highest system voltage (Um) kV ...........................
Rated lightning impulse withstand voltage kV ...........................
Rated power frequency withstand voltage (5 min) kV ...........................
DC test voltage applied after installation (15 min) kV ...........................
Current carrying capacity at site conditions A ...........................
Maximum current carrying capacity for 1 s kA ...........................
Rated peak withstands current kA ...........................
Maximum conductor temperature at site
conditions:
- during continuous operation °C ...........................
- during short-circuit for 1 s °C ...........................
Values related to 20 °C:
- Inductive reactance at 50 Hz Ω ...........................
- Zero-sequence reactance for 3-phase circuit Ω ...........................
- Capacitance pF/m ...........................
- Tangent delta losses: ...........................
- dielectric losses at rated voltage W/m ...........................
- copper losses during continuous W/m ...........................
service
- additional losses at rated voltage and W/m ...........................
during continuous operation
Permissible pulling force to be used on the cable kN ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 16-1
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

Number of cores No. ...........................


Total conductor cross-section mm² ...........................
Outer conductor diameter mm ...........................
Conductor material ...........................
Insulating material ...........................
Thickness of insulation mm ...........................
Material of semi-conductive screens ...........................
Thickness of each semi-conductive screen mm ...........................
Type of screen ...........................
Material of screen mm ...........................
Thickness of screen mm ...........................
Cross-section of screen mm² ...........................
Diameter of the cable across the screen mm ...........................
Outer diameter of the cable mm ...........................
Permissible bending radius mm ...........................
Continuous supply length of cable per drum m ...........................
Mass of the cable kg/m ...........................
Shipping mass of one drum with cable kg ...........................
approx.
Outer diameter of cable drum mm ...........................
Width of cable drum mm ...........................

16.1.2 Indoor Terminations


Manufacturer ...........................
Type designation ...........................
Standards IEC 60502-4, ISO
18304
Power frequency withstand voltage (1 min) kV ...........................
Total creepage distance mm ...........................

Overall dimensions:
- height mm ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 16-2
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

- length mm ...........................
- largest diameter mm ...........................
Total mass kg ...........................

16.2 LV POWER CABLES


Manufacturer ...........................
Type designation ...........................
Standards ISO 60502-1, IEC
60228
Rated voltage V ...........................
Continuous permissible current (in air) A ...........................
Maximum temperature of conductor during:
- continuous operation °C ...........................
- short-circuit duty for 1 s °C ...........................
Conductor material ...........................
Insulation material ...........................
Sheath material ...........................
Shield material ...........................
Armour material ...........................
Number of cores No. ...........................
Conductor cross-section mm² ...........................
Test voltages ...........................
- power frequency withstand kV ...........................
- direct current kV ...........................
Nominal bending radius (x cable diameters) No. ...........................
Outer cable diameter mm ...........................

16.3 CONTROL CABLES


Manufacturer ...........................
Type designation ...........................
Standards IEC 603, ISO 60502-
1, IEC 60228

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 16-3
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

Rated voltage V ...........................


Test voltage kV ...........................
Conductor material ...........................
Conductor insulation material ...........................
Shield material ...........................
Shield insulation material ...........................
Cable sheath material ...........................
Number of cores No. ...........................
Conductor cross-section mm² ...........................
Minimum bending radius (x cable diameter) No. ...........................
Outer cable diameter mm ...........................

16.4 COMMUNICATION CABLES


Manufacturer ...........................
Type designation ...........................
Standard ISO/IEC 11801
Conductor material ...........................
Conductor diameter mm ...........................

16.5 CABLE TRAYS AND


ACCESSORIES
Manufacturer ...........................
Type designation ...........................
Material ...........................
Type of corrosion protection ...........................

16.6 INFORMATION TO BE
SUBMITTED WITH THE TENDER
- Detailed description and leaflets for the
proposed cables and accessories ......................................................
- Confirmation that all cables are type-tested ......................................................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 16-4
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E


Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 17: LIGHTING AND SMALL POWER INSTALLATION

Table of Contents

17. LIGHTING AND SMALL POWER INSTALLATIONS ........................................................................... 1


17.1 LIGHTING FIXTURES ................................................................................................................ 1
17.1.1 Fluorescent Lighting Fixture Type 1 ........................................................................................... 1
17.1.2 Fluorescent Lighting Fixture Type 2 ........................................................................................... 1
17.1.3 Fluorescent Lighting Fixture Type 3 ........................................................................................... 2
17.1.4 Metal Halide Lamp Type 4 .......................................................................................................... 2
17.1.5 Recessed Fluorescent Lamp Type 5 .......................................................................................... 2
17.1.6 Street Lighting Fixture Type 6 ..................................................................................................... 3
17.1.7 Low Energy Lamp Type 7 ........................................................................................................... 3
17.1.8 High Capacity Floodlight Fixture T 8 .......................................................................................... 4
17.1.9 Compact Fluorescent/LED Lamp Type 9 ................................................................................... 4
17.1.10 Security LED Lighting Fixture "EXIT" and "ESCAPE DIRECTION" Type 10 ............................ 5
17.1.11 Portable LED Floodlight Type 11 ................................................................................................ 5
17.1.12 Portable Fluorescent / LED Lamp Type 12 .............................................................................. 5
17.2 LAMPS ........................................................................................................................................ 6
17.2.1 Low Energy/Compact Fluorescent Lamp/LED .......................................................................... 6
17.2.2 Metal Halide Lamp ...................................................................................................................... 6
17.2.3 Fluorescent Tube ........................................................................................................................ 6
17.2.4 Halogen Lamp............................................................................................................................. 7
17.3 400/230 V LIGHTING DISTRIBUTION BOARDS ...................................................................... 7
17.3.1 Busbars ....................................................................................................................................... 7
17.3.2 Circuit Breakers .......................................................................................................................... 7
17.3.3 Cubicles ...................................................................................................................................... 8
17.4 SOCKET OUTLETS 400 V & 230 V ........................................................................................... 8
17.5 SWITCHES ................................................................................................................................. 8
17.6 INFORMATION TO BE SUBMITTED WITH THE TENDER ..................................................... 8

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

17. LIGHTING AND SMALL POWER INSTALLATIONS

Employer's
Item / Description Unit Requirement Bidder's Offer

17.1 LIGHTING FIXTURES

17.1.1 Fluorescent Lighting Fixture Type


1
Manufacturer ...........................
Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP 65
Overall dimensions mm ...........................
Mass kg ...........................

17.1.2 Fluorescent Lighting Fixture Type


2
Manufacturer ...........................
Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP 54
Overall dimensions mm ...........................
Mass kg ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-1
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

17.1.3 Fluorescent Lighting Fixture Type


3
Manufacturer ...........................
Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP 20
Overall dimensions mm ...........................
Mass kg ...........................

17.1.4 Metal Halide Lamp Type 4


Manufacturer ...........................
Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP 65
Overall dimensions mm ...........................
Mass kg ...........................

17.1.5 Recessed Fluorescent Lamp Type


5
Manufacturer ...........................

Type ...........................
Designation ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-2
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
Class of light distribution ...........................

Rated voltage V ...........................


Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP...........................
Overall dimensions mm ...........................
Mass kg ...........................

17.1.6 Street Lighting Fixture Type 6


Manufacturer ...........................
Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP 44
Overall dimensions mm ...........................
Mass kg ...........................

17.1.7 Low Energy Lamp Type 7


Manufacturer ...........................
Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-3
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
Overall dimensions mm ...........................
Mass kg ...........................

17.1.8 High Capacity Floodlight Fixture T


8
Manufacturer ...........................
Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP...........................
Overall dimensions mm ...........................
Mass kg ...........................

17.1.9 Compact Fluorescent/LED Lamp


Type 9
Manufacturer ...........................
Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP...........................

Overall dimensions mm ...........................


Mass kg ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-4
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

17.1.10 Security LED Lighting Fixture


"EXIT" and "ESCAPE DIRECTION" Type
10
Manufacturer ...........................

Type ...........................
Designation ...........................
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP...........................
Overall dimensions mm ...........................
Mass kg ...........................

17.1.11 Portable LED Floodlight Type 11


Manufacturer ...........................
Type ...........................
Designation ...........................
Rated voltage V ...........................
Rated power W ...........................
Battery rating Ah ...........................
Service time until recharging h ...........................
Type of charging station ...........................
Protection class IP...........................
Overall dimensions mm ...........................
Mass kg ...........................

17.1.12 Portable Fluorescent / LED Lamp


Type 12
Manufacturer ...........................
Type ...........................
Designation ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-5
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
Class of light distribution ...........................
Rated voltage V ...........................
Rated power W ...........................
Efficiency % ...........................
Installation method ...........................
Protection class IP...........................
Overall dimensions mm ...........................
Mass kg ...........................

17.2 LAMPS

17.2.1 Low Energy/Compact Fluorescent


Lamp/LED
Manufacturer ...........................
Type ...........................
Rated voltage V ...........................
Rated power W ...........................
Luminous flux lm ...........................

17.2.2 Metal Halide Lamp


Manufacturer ...........................
Type ...........................
Rated voltage V ...........................
Rated power W ...........................
Luminous flux lm ...........................

17.2.3 Fluorescent Tube


Manufacturer ...........................
Type ...........................
Rated voltage V ...........................
Rated power W ...........................
Luminous flux lm ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-6
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

17.2.4 Halogen Lamp


Manufacturer ...........................
Type ...........................
Rated voltage V ...........................
Rated power W ...........................
Luminous flux lm ...........................

17.3 400/230 V LIGHTING


DISTRIBUTION BOARDS
(Data shall be given for each type)
Manufacturer ...........................
Type ...........................
Standards ...........................
Rated voltage V ...........................
Rated frequency Hz ...........................

17.3.1 Busbars
Type ...........................
Material ...........................
Rated current A ...........................
Rated short-time withstand current (1 s) kA ...........................

Rated peak current kA ...........................

17.3.2 Circuit Breakers


Manufacturer ...........................
Type ...........................
Rated voltage V ...........................
Rated current A ...........................
Rated short-circuit breaking current kA ...........................
Rated short-circuit making capacity kA ...........................
Rated short-time withstand current (1 s) kA ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-7
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

17.3.3 Cubicles
Sheet steel thickness mm ...........................
Protection class IP 65
Dimensions:
- height mm ...........................
- width mm ...........................
- depth mm ...........................
Mass kg ...........................

17.4 SOCKET OUTLETS 400 V & 230 V


Manufacturer ...........................
Type ...........................
Protection class IP...........................

17.5 SWITCHES
Manufacturer ...........................
Type ...........................
Protection class IP...........................

17.6 INFORMATION TO BE SUBMITTED


WITH THE TENDER
• Leaflets for each type of lighting fixtures .....................................................
with technical data .

• Leaflets for installation materials, such as ...............................................


switches, socket outlets, junction boxes, ......
conduits and cables.

• Typical layout drawings for lighting sub- ...............................................


distribution boards. ......

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 17-8
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1E

Electrical Equipment

Technical Data Sheets (TDS)


CHAPTER 18: ELECTRICAL WORKSHOP

Table of Contents

18. ELECTRICAL WORKSHOP ................................................................................................................. 1

18.1 MAINTENANCE; OPERATION AND SPARE PART MANAGEMENT SYSTEM ........................... 1

18.2 WORK BENCHES .......................................................................................................................... 1

18.3 TOOL CABINETS ........................................................................................................................... 1

18.4 TOOL MACHINES .......................................................................................................................... 1

18.5 ELECTRICAL PORTABLE TOOLS ................................................................................................ 1

18.6 STANDARD TOOLS ....................................................................................................................... 1

18.7 INSTRUMENTS AND APPLIANCES ............................................................................................. 2

18.8 INFORMATION TO BE SUBMITTED WITH THE TENDER........................................................... 2

18.8.1 Descriptions and Leaflets ............................................................................................................... 2

18.8.2 Tentative Layout of the Workshop .................................................................................................. 2

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 18-i


REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

18. ELECTRICAL WORKSHOP

Employer's
Item / Description Unit Requirement Bidder's Offer

18.1 MAINTENANCE; OPERATION


AND SPARE PART
MANAGEMENT SYSTEM
Manufacturer ...........................
Type ...........................

18.2 WORK BENCHES


Manufacturer ...........................
Type ...........................

18.3 TOOL CABINETS


Manufacturer ...........................
Type ...........................

18.4 TOOL MACHINES


Manufacturer ...........................
Type ...........................

18.5 ELECTRICAL PORTABLE TOOLS


Manufacturer ...........................
Type ...........................

18.6 STANDARD TOOLS


Manufacturer ...........................
Type ...........................

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 18-1
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

18.7 INSTRUMENTS AND


APPLIANCES
Manufacturer ...........................
Type ...........................

18.8 INFORMATION TO BE
SUBMITTED WITH THE TENDER

18.8.1 Descriptions and Leaflets


• Maintenance, operation and spare part
management system with reference list

• Work benches

• Tool cabinets

• Tool machines

• Electrical portable tools

• Standard tools

• Instruments and appliances

18.8.2 Tentative Layout of the


Workshop

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1E / 18-2
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)

Table of Contents

CHAPTER 00 GENERAL REQUIREMENTS


CHAPTER 01 FRANCIS TURBINE
CHAPTER 02 TURBINE GOVERNOR
CHAPTER 03 MAIN INLET VALVE
CHAPTER 04 DRAFT TUBE FLAP GATE
CHAPTER 05 COOLING WATER SYSTEM
CHAPTER 06 DRAINAGE AND DEWATERING SYSTEM
CHAPTER 07 COMPRESSED AIR SYSTEM
CHAPTER 08 OIL HANDLING EQUIPMENT
CHAPTER 09 POWERHOUSE CRANE
CHAPTER 10 CARGO AND PASSENGER ELEVATOR
CHAPTER 11 MECHANICAL WORKSHOP EQUIPMENT
CHAPTER 12 SMALL HYDRO UNIT
CHAPTER 13 WATER LEVEL MEASURING DEVICES
CHAPTER 14 HEATING VENTILATION & AIR CONDITIONING
CHAPTER 15 FIRE PROTECTION SYSTEM

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)

CHAPTER 0: GENERAL REQUIREMENTS

Table of Contents

0. GENERAL REQUIREMENTS .................................................................................................. 1


0.1 INTRODUCTION AND INFORMATION ............................................................................................ 1
0.2 SPACE REQUIREMENTS ................................................................................................................ 1
0.3 POWER REQUIREMENTS ............................................................................................................... 1
0.4 WATER REQUIREMENTS ................................................................................................................ 2
0.5 TIME SCHEDULE.............................................................................................................................. 2
0.6 PERSONNEL AT SITE ...................................................................................................................... 2
0.7 PROPOSED MANUFACTURER ....................................................................................................... 2
0.8 INSPECTION AND TEST PLAN ....................................................................................................... 3
0.9 CORROSION PROTECTION ............................................................................................................ 3
0.10 DEVIATION FROM GTS ................................................................................................................... 4
0.11 ALTERNATIVE TENDERS ................................................................................................................ 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 0-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
0. GENERAL REQUIREMENTS

0.1 INTRODUCTION AND INFORMATION

The guarantee data and other technical data of the tendered equipment shall be entered by the
Bidder into the attached Technical Data Sheets (TDS). For additional information, separate sheets
shall be prepared by the Tenderer in respect of the equipment in question.
The tendered equipment shall be in accordance with the General Technical Specifications (GTS)
and the Particular Technical Specifications (PTS). Major deviations shall be described Clause-to-
Clause in detail including their reasons.
The Tenderer shall submit all technical data and all other information required to support his
Tender. Basic design data, e.g. main dimensions, weights and other important parameters have to
be given highest priority. The drawings submitted with the Tender shall clearly illustrate the
equipment's main dimensions and outline all requirements influencing the design of civil works.
The drawings shall facilitate a comprehensive understanding of the tendered equipment.
For alternative Tenders, the respective Data Sheets shall be prepared separately. Those Data
Sheets shall be marked by adding a letter to the page number, e.g., "A" for alternative Tender A,
"B" for Tender B, etc.

Employer’s Bidder’s
Inside Outside Offer
Item / Description Unit Requirement
Cavern Cavern

0.2 SPACE
REQUIREMENTS

Storage of tools and material: m²


Office m²
Others m²
Total m²

0.3 POWER
REQUIREMENTS

Storage: average
consumption kW400 V
kW220 V
maximum kW
consumption kW400 V
220 V
Office: average
consumption kW220 V
maximum kW
consumption 220 V
Erection: average kW

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 0-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer’s Bidder’s
Inside Outside Offer
Item / Description Unit Requirement
Cavern Cavern

consumption kW400 V
kW220 V
maximum kW
consumption 400 V
220 V
Others: average
consumption kW400 V
kW220 V
maximum kW
consumption kW400 V
220 V

0.4 WATER
REQUIREMENTS

Water consumption:
ave
m³/day
rage
m³/day
maximu
m
Sewage management:
ave
m³/day
rage
m³/day
maximu
m

0.5 TIME SCHEDULE

A time schedule for the Project execution shall be submitted with the Tender. It shall indicate as
minimum, for each mechanical equipment specified in PTS, Chapter 1 to Chapter 13, the time
required for the design, manufacturing, shipment, installation at Site and commissioning.

0.6 PERSONNEL AT SITE

The Tender shall include a diagram showing the number of Contractor’s man-power at Site during
the Project execution. That diagram shall have the same time axis as the time schedule in the
previous Subsection.

0.7 PROPOSED MANUFACTURER

Name & Location of References of Cooperation in


Equipment
Manufacturer last 5 years
Francis turbine
Turbine governor

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 0-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Name & Location of References of Cooperation in


Equipment
Manufacturer last 5 years
Main inlet valve
Draft tube flap gate
Cooling water system
Drainage and dewatering system
Compressed air system
Powerhouse crane
Elevator
Small hydro unit

0.8 INSPECTION AND TEST PLAN

An inspection and test plan for the specified equipment shall be submitted with the Tender. It shall
consider the requirements specified in GTS and PTS.
In addition, the Tenderer shall list in the table below the recommended Factory Acceptance Tests
(FAT), which shall be witnessed by the Employer/Engineer, taken into consideration of the
maximum number of witnessed FAT specified in PTS, Subsection 0.11.

Equipment Content of FAT Location of FAT


Francis turbine
Turbine governor
Main inlet valve
Draft tube flap gate
Cooling water system
Drainage and dewatering system
Compressed air system
Powerhouse crane
Elevator
Small hydro unit

0.9 CORROSION PROTECTION

A painting specification for the specified equipment shall be submitted with the Tender. It shall
include the following information, too
− Name/Code of the painting material to be used
− Name of the manufacturer of the painting material
− Location of the painting material supplier
− Application method(s) of the painting material

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 0-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
0.10 DEVIATION FROM GTS

Major deviation from the GTS and Chapter 0 of the PTS shall be listed in the below table. Non-
listing means that the Contractor will comply with the requirements specified.

Deviation from other Chapters of the PTS shall be listed in the following Chapters of the Technical
Data Sheets (TDS).

GTS-Subsection Issue Description Deviation and Reason

0.11 ALTERNATIVE TENDERS

Alternative Tender shall be described clearly and in detail. Advantages and disadvantages of the
Alternative Tender shall be given. Alternative Tender will only be accepted, if the Basic Tender
according to GTS and PTS is submitted.
For each Alternative Tender, separate TDS shall be submitted with the Tender.

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 0-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)

CHAPTER 1: FRANCIS TURBINE

Table of Contents

1. FRANCIS TURBINE................................................................................................................. 1
1.1 GENERAL .......................................................................................................................................... 1
1.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
1.2.1 Turbine Performances ............................................................................................................... 1
1.2.2 Cavitation Guarantee ................................................................................................................. 4
1.2.3 Transient Properties .................................................................................................................. 4
1.2.4 Hydraulic Thrust ......................................................................................................................... 5
1.2.5 Pressure Pulsation ..................................................................................................................... 5
1.2.6 Vibration Guarantee ................................................................................................................... 5
1.3 TECHNICAL DATA AND INFORMATION ......................................................................................... 6
1.3.1 Turbine Model Test .................................................................................................................... 6
1.3.2 Spiral Case and Stay Ring ......................................................................................................... 6
1.3.3 Guide Vanes and Regulating Mechanism ................................................................................. 7
1.3.4 Head Cover ................................................................................................................................ 8
1.3.5 Bottom Ring ............................................................................................................................... 8
1.3.6 Draft Tube .................................................................................................................................. 8
1.3.7 Turbine Runner .......................................................................................................................... 9
1.3.8 Turbine Shaft and Intermediate Shaft ........................................................................................ 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
1.3.9 Shaft Seal .................................................................................................................................. 9
1.3.10 Turbine Guide Bearing ............................................................................................................. 10
1.3.11 Turbine Pit Liner....................................................................................................................... 11
1.3.12 Air Admission ........................................................................................................................... 11
1.3.13 Overhead Lifting Tool in Turbine Pit ........................................................................................ 11
1.3.14 Transport Cart in Turbine Pit ................................................................................................... 11
1.3.15 Weights .................................................................................................................................... 12
1.3.16 Dimension and Weight for Transport ....................................................................................... 12
1.3.17 Dimension and Weight for Erection ......................................................................................... 12
1.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE ............................ 13
1.5 DEVIATION FROM PTS .................................................................................................................. 13
1.6 DESCRIPTION, CALCULATION, DRAWING AND ILLUSTRATION .............................................. 13

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
1. FRANCIS TURBINE

Employer's
Item / Description Unit Requirement Bidder's Offer

1.1 GENERAL

Number of turbines 3
Type of turbine vertical Francis

1.2 GUARANTEED CHARACTERISTICS

1.2.1 Turbine Performances

In the following the power output at the turbine shaft and the hydraulic efficiency of the turbine shall
be explicitly guaranteed for the given head. The figures shall be provided with minimum 2 digits.
For stable and safe commercial operation of the turbine at the given net head, P100 shall be the
turbine output
− with 100% guide vane opening for net head not higher than 162.35 m, or
− rated output for net head higher than 162.35 m.
Pmin is the minimum turbine output for stable and safe commercial operation of the turbine for the
given head. Should Pmin be higher than 30% P100, the line 30% P100 shall be empty. This shall
be similarly applied for other lines.

Net head (m) 157.6 160 162.35 166.4 170.4 175.4

Guaranteed power output at the turbine shaft (MW)

105% P100

P100

90% P100

80% P100

70% P100

60% P100

50% P100

40% P100

30% P100

Pmin

Net head (m) 157.6 160 162.35 166.4 170.4 175.4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Net head (m) 157.6 160 162.35 166.4 170.4 175.4

Guaranteed hydraulic efficiency of the model turbine (%)

105% P100

P100

90% P100

80% P100

70% P100

60% P100

50% P100

40% P100

30% P100

Pmin

Net head (m) 157.6 160 162.35 166.4 170.4 175.4

Guaranteed hydraulic efficiency of the prototype turbine (%)

105% P100

P100

90% P100

80% P100

70% P100

60% P100

50% P100

40% P100

30% P100

Pmin

Net head (m) 157.6 160 162.35 166.4 170.4 175.4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Net head (m) 157.6 160 162.35 166.4 170.4 175.4

Turbine discharge (m³/s)

105% P100

P100

90% P100

80% P100

70% P100

60% P100

50% P100

40% P100

30% P100

Pmin

Net head (m) 157.6 160 162.35 166.4 170.4 175.4

Turbine guide vane opening (%)

105% P100

P100 100
90% P100

80% P100

70% P100

60% P100

50% P100

40% P100

30% P100

Pmin

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer
The guaranteed maximum model turbine
% ≥ 92.5%
efficiency will not be less than
The guaranteed maximum prototype turbine
% ≥ 92.5%
efficiency will not be less than
The guaranteed prototype turbine weighted
efficiency for the rated net head will not be less % ≥ 92.5%
than
The guaranteed prototype turbine weighted
efficiency for the minimum net head will not be % ≥ 92.5%
less than
The guaranteed prototype turbine weighted
efficiency for the maximum net head will not be % ≥ 92.5%
less than
Maximum losses of the turbine guide bearing kW

1.2.2 Cavitation Guarantee

Required elevation of the turbine setting (middle


of spiral case) for cavitation-free operation in the m asl.
entire operation range
With the specified turbine setting of 974.0 m asl.,
cavitation-free operation is guaranteed for
− Net head range (minimum to maximum) m
− Power output range (minimum to maximum) MW
− For a period of 8,000 operating hours,
material removal caused by cavitation will not
exceed
* on the runner cm³
* on the stationary parts cm³

1.2.3 Transient Properties

Under the worst condition,


− the maximum momentary speed of a turbine
generating unit will not be higher than rpm
− the maximum runaway speed of a turbine
generating unit will not be higher than rpm
− the maximum pressure in the turbine spiral
case will not be higher than MPa
− the maximum pressure in the turbine draft
tube will not be higher than MPa
− the minimum pressure in the turbine draft kPa

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's Bidder's
Item / Description Unit Requirement Offer
tube will not be lower than
− the maximum water level in the surge shaft
will not be higher than m asl.
− the minimum water level in the surge shaft
will not be lower than m asl.
For the above guarantees, the required minimum
generator flywheel (GD²) is t-m²

1.2.4 Hydraulic Thrust

Under the worst condition,


− the maximum hydraulic thrust upwards will
not be higher than kN
− the maximum hydraulic thrust downwards will
not be higher than kN

1.2.5 Pressure Pulsation

When the turbine operates at a power output


between 80% and 105% of the rated output, the
pressure pulsations presented as ΔH/H
− between the guide vanes and runner will not
be higher than %
− in the draft tube will not be higher than %
When the turbine operates at a power output
below 80% of the rated output, the pressure
pulsations presented as ΔH/H
− between the guide vanes and runner will not
be higher than %
− in the draft tube will not be higher than %

1.2.6 Vibration Guarantee

When the turbine operates at a power output


between 80% and 105% of the rated output, the
shaft maximum relative vibration displacement
(Smax) will be not higher than µm
When the turbine operates at a power output
below 80% of the rated output, the shaft
maximum relative vibration displacement (Smax)
will be not higher than µm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's Bidder's
Item / Description Unit Requirement Offer

1.3 TECHNICAL DATA AND


INFORMATION

1.3.1 Turbine Model Test

Name & location of test rig planned


Reference diameter of the model turbine mm
Accuracy of test rig Head
Flow
Speed
Total
Does the Tenderer have a model turbine, which
is homologous to Tamakoshi V yes / no
− If yes, were model acceptance tests
performed and witnessed (if yes, a summary
of the test protocol shall be enclosed in the
Tender) yes / no

1.3.2 Spiral Case and Stay Ring

Material Spiral case


Stay ring
Design pressure MPa
Dimension: Inlet inner diameter mm
Distance between
centre line inlet and
turbine axis mm
Middle point to Point A mm
Middle point to Point B mm
Middle point to Point C mm
Middle point to Point D mm
Distance inlet to Point A mm
Steel plate thickness Inlet mm
Point A mm
Point B mm
Point C mm
Point D mm
Stay ring Number of stay vane

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's Bidder's
Item / Description Unit Requirement Offer
Stay vane inner
diameter mm
Stay vane outer
diameter mm
Maximum diameter of
stay ring mm
Height of stay ring mm
Number of sections for shipment
Maximum weight to be lifted during erection t
Pressure cover for Site test Number of section
Total weight for
lifting t

1.3.3 Guide Vanes and Regulating


Mechanism

Guide vane Material


Number
Circle diameter mm
Height mm
opening time (0 –
100%) s
Quick closing time
(100% - 0) s
Guide vane bearing Material
Type
Safety elements Type
Number
Gap between guide vane and facing plate (no
pressure)
upper mm
lower mm
Servomotor Number
Design pressure MPa
Operating pressure MPa
Outer diameter mm
Total length mm
Piston diameter mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's Bidder's
Item / Description Unit Requirement Offer
Piston rod diameter mm
Servomotor hub mm
Regulating ring Material
Outer diameter mm
Thickness mm

1.3.4 Head Cover

Material Head cover


Stationary labyrinth ring
Facing plate
Dimension Outer diameter mm
Height mm
Thickness of facing
plate mm

1.3.5 Bottom Ring

Material Bottom ring


Stationary labyrinth ring
Facing plate
Dimension Outer diameter mm
Height mm
Thickness of facing
plate mm

1.3.6 Draft Tube

Material
Design pressure internal MPa
external MPa
Minimum thickness of the steel lining mm
Distance from turbine axis to draft tube outlet mm
Distance centreline spiral case to draft tube
lowest point mm
Draft tube cone Inlet diameter mm
Outlet diameter mm
Height mm
Draft tube outlet Width mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's Bidder's
Item / Description Unit Requirement Offer
Height mm
Number of sections for shipment
Maximum weight to be lifted during erection t

1.3.7 Turbine Runner

Material
Number of blade
Runner Inlet diameter upper mm
Inlet diameter lower mm
Outlet diameter mm
Inlet height mm
Runner Maximum diameter mm
Total height mm
Maximum permissible clear rack bar spacing of
intake trash rack mm
Connecting type labyrinth ring to runner
Gap between rotating and stationary labyrinth
ring:
Axial mm
Radial mm

1.3.8 Turbine Shaft and Intermediate


Shaft

Material
Type of torque transmission
Dimension Outside diameter
(minimum) mm
Hole diameter mm
Flange outside diameter mm
Flange thickness mm
Length of turbine shaft mm
Length of intermediate
shaft mm
The lowest critical speed of the rotating parts rpm

1.3.9 Shaft Seal

Material Service seal

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's Bidder's
Item / Description Unit Requirement Offer
Maintenance seal
Type Service seal
Maintenance seal
Service seal Maximum leakage l/s
Maximum cooling water
required l/s
Cooling water will be taken from
Mesh size of fine filter µm
System pressure MPa

1.3.10 Turbine Guide Bearing

Material Bearing
Sliding surface
Type
Overall dimension (diameter x height) m
Number of bearing shell/segment
Radial clearance Maximum
Minimum
Bearing temperature Normal operation,
maximum °C
Alarm set °C
Unit shut-down set °C
Lube oil Total volume required m³
Normal operation
temperature °C
Code of oil to be used
Oil filter: Type
Mesh size µm
Oil pump (if any): Number
Type
Rated discharge m³/s
Rated head m
Motor (if any): Rated power kW
Rated speed rpm
Rated voltage V

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's Bidder's
Item / Description Unit Requirement Offer
Heat exchanger (if any): Number
Material
Cooling water required l/s
Length mm
Width mm
Height mm
Maximum thermal radiation of the bearing
housing W
Oil mist separator Rated power kW
Rated voltage V
Design pressure MPa

1.3.11 Turbine Pit Liner

Material
Dimension Thickness mm
Total length mm

1.3.12 Air Admission

Required for Partial load range MW


Overload range MW
Location of the air admission
Compressors the air admission required (if yes,
technical information about the compressor shall yes/no
be enclosed in the Tender)

1.3.13 Overhead Lifting Tool in Turbine


Pit

Manufacturer
Number 3
Rated lifting capacity t
Circular diameter of the runway beam mm

1.3.14 Transport Cart in Turbine Pit

Maximum transport weight t


Number
Dimension Length mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's Bidder's
Item / Description Unit Requirement Offer
Width mm
Height mm
Distance between the
rails mm

1.3.15 Weights

Spiral case t
Stay ring t
Guide vane (1 set) t
Regulating mechanism without servomotor t
One Servomotor t
Head cover t
Bottom ring t
Draft tube complete t
Turbine runner t
Turbine shaft t
Intermediate shaft t
Turbine guide bearing complete t
Turbine pit liner t
Total net weight of one complete Francis turbine t

1.3.16 Dimension and Weight for


Transport

The largest part Length x Width x Height m


Weight t
The heaviest part Length x Width x Height m
Weight t

1.3.17 Dimension and Weight for Erection

The largest part Length x Width x Height m


Weight t
The heaviest part Length x Width x Height m
Weight t

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
1.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the Francis turbine, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 Overhead handling system 3
2 Rail with soleplate, rail hold down clips and bolts, etc. 6
3 Transport cart for moving the turbine components 1
4 Maintenance platform of aluminium to be installed in the draft tube cone 1
5 Templates for checking the runner blades 1 set
6 Templates for checking the guide vanes 1 set
7 Hydraulic pre-stressing unit including all auxiliaries 1
8 Mobile manometer 2
9 To be added by Tenderer
10 To be added by Tenderer
11 To be added by Tenderer

1.5 DEVIATION FROM PTS

Major deviation from the Chapter 1 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

1.6 DESCRIPTION, CALCULATION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− A description of the design philosophy
− A list of the design codes and standards that were used
− A description of the quality assurance and testing procedures
− Description about the proposed equipment
− Description about the installation of the equipment
− Transient calculation results for the following load cases

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
• Simultaneous load rejection of all three Francis turbines from the full load operation,
guide vane fully closed, then whilst water level in the surge tank swings nearly to the
lowest level, simultaneous opening of the guide vane of all three Francis turbines into full
load operation
• Simultaneous opening of the guide vane of all three Francis turbines into full load
operation, guide vane fully opened, then whilst water level in the surge tank swings
nearly to the highest level, simultaneous load rejection of all three Francis turbines from
the full load operation
− Hill chart of the model turbine
− Hill chart of the prototype turbine with indication for specified operation range, operation limits
due to cavitation/instability
− Cross-section drawing showing the complete turbine including the Intermediate shaft, the
complete draft tube, main inlet valve and draft tube flap gate
− Assembly drawings (cross-section and top view) showing details of the turbine runner, guide
vanes and regulating mechanism, spiral case and stay ring, head cover, bottom ring, etc.
− P&ID diagram for the Francis turbine (water pipes, oil pipes, air pipes, etc.)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 1-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 2: TURBINE GOVERNOR

Table of Contents

2. TURBINE GOVERNOR .................................................................................................................. 1


2.1 GENERAL .......................................................................................................................................... 1
2.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
2.2.1 Speed Regulation ...................................................................................................................... 1
2.2.2 Power Regulation ...................................................................................................................... 1
2.2.3 Opening Regulation ................................................................................................................... 1
2.2.4 Oil Pressure System .................................................................................................................. 2
2.3 TECHNICAL DATA AND INFORMATION ......................................................................................... 2
2.3.1 Digital Governor and Cubicle ..................................................................................................... 2
2.3.2 Speed Measuring Device........................................................................................................... 3
2.3.3 Power Measuring Device ........................................................................................................... 3
2.3.4 Mechanical Overspeed Protection Device ................................................................................. 3
2.3.5 Oil Pressure Unit ........................................................................................................................ 3
2.3.6 Weights ...................................................................................................................................... 4
2.3.7 Dimension and Weight for Transport ......................................................................................... 5
2.3.8 Dimension and Weight for Erection ........................................................................................... 5
2.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 5
2.5 DEVIATION FROM PTS .................................................................................................................... 6
2.6 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 2-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
2. TURBINE GOVERNOR

Employer's
Item / Description Unit Requirement Bidder's Offer

2.1 GENERAL

Number of turbine governor 3


Type of turbine governor
Type of control mode Speed control yes/no
Power control yes/no
Opening control yes/no
Level control yes/no

2.2 GUARANTEED
CHARACTERISTICS

2.2.1 Speed Regulation

Accuracy of regulation
Adjustable range of permanent droop
Adjustable range of derivative action time
Dead band
Dead time

2.2.2 Power Regulation

Accuracy of regulation
Adjustable range of permanent droop
Adjustable range of derivative action time
Dead band
Dead time

2.2.3 Opening Regulation

Accuracy of regulation
Adjustable range of permanent droop
Adjustable range of derivative action time
Dead band
Dead time

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 2-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

2.2.4 Oil Pressure System

Design pressure MPa


Operating pressure Maximum MPa
Minimum MPa
Without the operation of any oil pumps, the
accumulator is able to
− fully close, open and close the guide
yes / no
vane servomotors, plus
− fully open and close the MIV bypass
yes / no
servomotors, plus
− fully open the MIV servomotors, plus yes / no
− fully open the draft tube flap gate
yes / no
servomotors
− with accumulator start pressure not
MPa
higher than
− with accumulator end pressure not
MPa
lower than
Whilst the turbine in standstill mode, the
time the stop of an oil pump and the next
h
start of an oil pump due to oil leakage
inside the oil system is not less than

2.3 TECHNICAL DATA AND


INFORMATION

2.3.1 Digital Governor and Cubicle

Name & location of the digital governor


supplier
Cubicle Number
Length mm
Width mm
Height mm
Power requirement 230 V AC kW
110 V DC kW
Data exchange with power station
Ty
pe

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 2-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
computerised control system
St
andard
Maximum number of data exchange

2.3.2 Speed Measuring Device

Type of the measuring device


Range of the measured speeds rpm
Sensitiveness of the measurement
Accuracy of the measurement
Measuring sensor Number
Type

2.3.3 Power Measuring Device

Range of the measured powers MW


Sensitiveness of the measurement
Accuracy of the measurement

2.3.4 Mechanical Overspeed


Protection Device

Type
Activating speed rpm

2.3.5 Oil Pressure Unit

Name & location of the oil pressure unit


supplier
Total oil volume m³
Oil tank: Length mm
Width mm
Height mm
Oil pump: Number
Type
Rated discharge m³/s
Rated head m
Motor: Rated power kW
Rated speed rpm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 2-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Rated voltage V
Oil filter: Type
Mesh size µm
Accumulator: Type
Design pressure MPa
Total Height mm
Inside diameter mm
Outside diameter mm
N2-Bottle-Group: Number of N2-
Bottle
Design pressure MPa
Overall Length mm
Overall Width mm
Overall Height mm
Oil filtering system: Oil pump Type
Rated
flow l/s
Motor Rated
power kW
Rated
speed rpm
Rated
voltage V
Oil filter Type
Mesh
size µm
Cooling water
required l/s
Oil mist separator Rated power kW
Rated voltage V
Design pressure MPa
Oil pipe Material
Design pressure MPa

2.3.6 Weights

Oil tank with oil pumps etc., without oil t

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 2-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Accumulator t
N2-Bottle-Group t
One N2-Bottle t
One governor cubicle t
One main oil pump-motor-unit t
Total net weight of one complete turbine
governor t

2.3.7 Dimension and Weight for


Transport

The largest part Length x Width x


Height m
Weight t
The heaviest part Length x Width x
Height m
Weight t

2.3.8 Dimension and Weight for


Erection

The largest part Length x Width x


Height m
Weight t
The heaviest part Length x Width x
Height m
Weight t

2.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the Francis turbine, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 2-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
2.5 DEVIATION FROM PTS

Major deviation from the Chapter 2 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

2.6 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment
− Technical specifications for the oil pressure unit and the governor cubicle
− Assembly drawings showing the oil pressure unit and the governor cubicle
− P&ID diagram for the hydraulic turbine governor

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 2-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)

CHAPTER 3: MAIN INLET VALVE

Table of Contents

3. MAIN INLET VALVE ...................................................................................................................... 1


3.1 GENERAL .......................................................................................................................................... 1
3.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
3.3 TECHNICAL DATA ............................................................................................................................ 1
3.3.1 Inlet Valve .................................................................................................................................. 1
3.3.2 Oil Servomotor ........................................................................................................................... 2
3.3.3 Bypass ....................................................................................................................................... 2
3.3.4 Extension Pipe ........................................................................................................................... 2
3.3.5 Dismantling Pipe ........................................................................................................................ 3
3.3.6 Local Control System (if any)..................................................................................................... 3
3.3.7 Weights ...................................................................................................................................... 3
3.3.8 Dimension and Weight for Transport ......................................................................................... 3
3.3.9 Dimension and Weight for Erection ........................................................................................... 4
3.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 4
3.5 DEVIATION FROM PTS .................................................................................................................... 4
3.6 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 3-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
3. MAIN INLET VALVE

Employer's Bidder's
Item / Description Unit Requirement Offer

3.1 GENERAL

Number of main inlet valve - 3


Type of main inlet valve -
Nominal diameter of main inlet valve mm
Elevation of valve horizontal axis m asl.

3.2 GUARANTEED CHARACTERISTICS

Design pressure MPa


Maximum flow, for which the valve is designed to
m³/s
cut during safe closing
Maximum leakage under design pressure l/s
Maximum leakage under maximum static head l/s
Maximum head losses at rated flow of 22 m³/s m
Valve operation time: closing s
opening s

3.3 TECHNICAL DATA

3.3.1 Inlet Valve

Material: Valve body -


Valve rotor
Trunnions
Bearing
Seal seat
Seal
Bypass pipe
Extension pipe
Dismantling pipe -
Overall dimensions: Length between end
flanges mm
Height mm
Width mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 3-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Valve body: Flow inlet diameter mm


Flow outlet diameter mm
Sealing diameter mm
Minimum thickness mm
Trunnions: Length mm
Outer diameter mm
Trunnions bearing: Type
Manufacturer
Support foundation: Length mm
Width mm

3.3.2 Oil Servomotor

Material
Number
Design pressure MPa
Operation pressure MPa
Dimensions: Outer diameter mm
Total length mm
Piston diameter mm
Piston rod diameter mm
Servomotor hub mm

3.3.3 Bypass

Number
Design pressure MPa
Nominal diameter mm
Shut-off valve Number
Type
Operating valve Number
Type

3.3.4 Extension Pipe

Material
Nominal diameter mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 3-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Pipe thickness mm
Nominal length mm

3.3.5 Dismantling Pipe

Material
Nominal diameter mm
Pipe thickness mm
Nominal length mm
Maximum moveable in upstream direction mm
in downstream direction mm

3.3.6 Local Control System (if any)

Cubicle Number
Length mm
Width mm
Height mm
Power requirement 230 V AC kW
110 V DC kW
Data exchange with power station Type
computerised control system Standard
Maximum number of data exchange

3.3.7 Weights

Valve body t
Valve rotor and trunnions t
Servomotor t
Closing weight
Extension pipe t
Dismantling pipe t
Bypass t
Local control system (if any) t
Total weight of complete main inlet valve t

3.3.8 Dimension and Weight for Transport

The largest part Length x Width x Height m

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 3-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

weight t
The heaviest part Length x Width x Height m
weight t

3.3.9 Dimension and Weight for Erection

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

3.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the flap gate, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number

3.5 DEVIATION FROM PTS

Major deviation from the Chapter 3 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

3.6 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 3-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
− Description about the installation of the equipment
− Technical specifications for the main inlet valve
− Assembly drawings showing the valve with the servomotor, closing weight, extension pipe
and dismantling pipe
− Detail drawing(s) showing the valve body, valve rotor, sealing, trunnions, bearing, etc.
− P&ID diagram for operating the main inlet valve

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 3-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 4: DRAFT TUBE FLAP GATE

Table of Contents

4. DRAFT TUBE FLAP GATE ............................................................................................................. 1


4.1 GENERAL .......................................................................................................................................... 1
4.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
4.3 TECHNICAL DATA ............................................................................................................................ 1
4.3.1 Gate Frame ................................................................................................................................ 1
4.3.2 Gate Leaf ................................................................................................................................... 2
4.3.3 Gate Seals ................................................................................................................................. 2
4.3.4 Oil Servomotor ........................................................................................................................... 2
4.3.5 Bypasses ................................................................................................................................... 2
4.3.6 Local Control System (if any)..................................................................................................... 3
4.3.7 Weights ...................................................................................................................................... 3
4.3.8 Dimension and Weight for Transport ......................................................................................... 3
4.3.9 Dimension and Weight for Erection ........................................................................................... 4
4.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 4
4.5 DEVIATION FROM PTS .................................................................................................................... 4
4.6 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 4-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
4. DRAFT TUBE FLAP GATE

Employer's Bidder's
Item / Description Unit Requirement Offer

4.1 GENERAL

Number of draft tube flap gate 3

4.2 GUARANTEED
CHARACTERISTICS

Design pressure MPa


Maximum flow can be cut during safe closing m³/s
Maximum head losses m
Maximum leakage under maximum static head
Through main seal l/s
Through auxiliary seal l/s
Gate operation time: closing s
opening s

4.3 TECHNICAL DATA

4.3.1 Gate Frame

Material: Gate Frame


Box-out casing & guide
shaft
Sealing surface
Gate opening Clear width mm
Clear height mm
Guide shaft Inner width mm
Inner length mm
Total height mm
Thickness of skin plate Gate Frame mm
Box-out casing mm
Guide shaft cover Length mm
Width mm
Thickness mm
Material

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 4-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

4.3.2 Gate Leaf

Material Gate leaf


Bearing journal
Bearing
Overall dimensions: Width mm
Height mm
Depth mm
Number of sections for shipment

4.3.3 Gate Seals

Material Main seals


Auxiliary seals
Clamping bars & fixing
elements
Main seal type Lateral seals
Top seal
Bottom seal
Auxiliary seal type

4.3.4 Oil Servomotor

Material
Design pressure MPa
Operation pressure MPa
Dimensions: Outer diameter mm
Total length mm
Piston diameter mm
Piston rod diameter mm
Servomotor hub mm

4.3.5 Bypasses

Main bypass Design pressure MPa


Nominal diameter mm
Type of shut-off valve
Type of operating valve

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 4-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Auxiliary bypass Design pressure MPa


Nominal diameter mm
Type of shut-off valve
Type of operating valve

4.3.6 Local Control System (if any)

Cubicle Number
Length mm
Width mm
Height mm
Power requirement 230 V AC kW
110 V DC kW
Data exchange with power station Type
computerised control system
Standa
rd
Maximum number of data exchange

4.3.7 Weights

Gate frame, box-out casing and guide shaft t


Gate leaf t
Servomotor t
Local control system (if any) t
Total weight of complete draft tube flap gate t

4.3.8 Dimension and Weight for


Transport

The largest part Length x Width x


Height m
weight t
The heaviest part Length x Width x
Height m
weight t

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 4-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

4.3.9 Dimension and Weight for


Erection

The largest part Length x Width x


Height m
weight t
The heaviest part Length x Width x
Height m
weight t

4.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the draft tube flap gate, shall be included in the scope of supply.
The Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 Monorail with manual chain hoists 3
2 Hydraulic hoist 1
3 Torque wrench 1
4 Alignment tools 1 set
5 Measuring tools 1 set

4.5 DEVIATION FROM PTS

Major deviation from the Chapter 4 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

4.6 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 4-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
− Technical specifications for the draft tube flap gate
− Assembly drawings showing the draft tube flap gate with the servomotor and bypasses
− P&ID diagram for operating the draft tube flap gate

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 4-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 5: COOLING WATER SYSTEM

Table of Contents

5. COOLING WATER SYSTEM ........................................................................................................... 1


5.1 GENERAL .......................................................................................................................................... 1
5.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
5.3 TECHNICAL DATA ............................................................................................................................ 2
5.3.1 Main Cooling Water Pump ......................................................................................................... 2
5.3.2 Small Cooling Water Pump........................................................................................................ 3
5.3.3 Booster Pump (if any) ................................................................................................................ 3
5.3.4 Backwash Filter ......................................................................................................................... 4
5.3.5 Cyclone Filter ............................................................................................................................. 4
5.3.6 Motor Control Centre (MCC) ..................................................................................................... 4
5.3.7 Local Control System (if any)..................................................................................................... 5
5.3.8 Pipes and Valves ....................................................................................................................... 5
5.3.9 Dimension and Weight for Transport ......................................................................................... 6
5.3.10 Dimension and Weight for Erection ........................................................................................... 6
5.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 6
5.5 DEVIATION FROM PTS .................................................................................................................... 6
5.6 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 7

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 5-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
5. COOLING WATER SYSTEM

Employer's Bidder's
Item / Description Unit Requirement Offer

5.1 GENERAL

System type common use or unit related


1 loop or 2 loops
Design water amount Generator coolers l/s
Generator bearings l/s
Main transformers l/s
Turbine guide bearings l/s
Turbine governors l/s
Turbine shaft seals l/s
Air condition system l/s
Fire-fighting system l/s
Domestic water use l/s
Will the cooling water for the turbine shaft seals be yes/no
separately supplied from headwater?

5.2 GUARANTEED CHARACTERISTICS

Design pressure of cooling water system MPa


Main cooling water pump speed adjustment rpm
maximu
m
minimum rpm
Small cooling water pump rated speed rpm
Required NPSH Main cooling water pump m
Small cooling water pump m

Main cooling water pumps

Maximum Design Optimum Minimum


Head Head Head Head
Flow (m³/s)
Head (m)
Motor power (kW)
Operation speed (min-1)
Efficiency (pump & motor)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 5-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Small cooling water pump

Maximum Design Optimum Minimum


Head Head Head Head
Flow (m³/s)
Head (m)
Motor power (kW)
Efficiency (pump & motor)

Employer's Bidder's
Item / Description Unit Requirement Offer

Backwash filter Rated flow m³/s


Mesh size µm
Maximum head losses m
Cyclone filter Rated flow m³/s
Maximum head losses m

5.3 TECHNICAL DATA

5.3.1 Main Cooling Water Pump

Number
Name and location of the manufacturer
Type / Serie number
Material: Pump housing
Impeller
Shaft
Seal
Motor: Rated power kW
Rated speed rpm
Rated voltage V
Pump-Motor-Unit Length mm
Width mm
Height mm
Total Weight kg

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 5-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

5.3.2 Small Cooling Water Pump

Number
Name and location of the manufacturer
Type / Serie number
Material: Pump housing
Impeller
Shaft
Seal
Motor: Rated power kW
Rated speed rpm
Rated voltage V
Pump-Motor-Unit Length mm
Width mm
Height mm
Total Weight kg

5.3.3 Booster Pump (if any)

Number
Name and location of the manufacturer
Type / Serie number
Material: Pump housing
Impeller
Shaft
Seal
Motor: Rated power kW
Rated speed rpm
Rated voltage V
Pump-Motor-Unit Length mm
Width mm
Height mm
Total Weight kg

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 5-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

5.3.4 Backwash Filter

Number
Name and location of the manufacturer
Type / Serie number
Backwash time adjustment range s
Permissible differential pressure of filter element kPa
Material Filter element
Filter housing
Motor: Rated power kW
Rated speed rpm
Rated voltage V
Filter-Unit Length mm
Width mm
Height mm
Total Weight kg

5.3.5 Cyclone Filter

Number
Name and location of the manufacturer
Type / Serie number
Material Filter element
Filter housing
Motor: Rated power kW
Rated speed rpm
Rated voltage V
Filter-Unit Length mm
Width mm
Height mm
Total Weight kg

5.3.6 Motor Control Centre (MCC)

Number of cubicles
Name and location of the manufacturer

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 5-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Type / Serie number


Standards
Rating Main CB A
Busbar A
Short-time withstand current
(1s) kA rms
Peak withstand current kA
peak
Overall dimension Length mm
Width mm
Height mm
Total Weight kg
Power connection Power required kW
Voltage V

5.3.7 Local Control System (if any)

Cubicle Number
Length mm
Width mm
Height mm
Power requirement 230 V AC kW
110 V DC kW
Data exchange with power station Type
computerised control system Standard
Maximum number of data exchange

5.3.8 Pipes and Valves

Material Nominal diameter < DN 200


Nominal diameter ≥ DN 200
Nominal diameter Main header mm
Header to generator mm
Header to turbine mm
Header to main transformers mm
Interface to fire-fighting
system mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 5-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Interface to domestic water


use mm
E-Motor driven valve Number
Motor power each kW
Motor voltage each V

5.3.9 Dimension and Weight for Transport

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

5.3.10 Dimension and Weight for Erection

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

5.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of cooling water system, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 Monorail with manual chain hoists 3
2 Hydraulic hoists 2
3 Torque wrenches 5
4 Measuring tools 1 set

5.5 DEVIATION FROM PTS

Major deviation from the Chapter 5 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 5-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

PTS-Subsection Issue Description Deviation and Reason

5.6 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment
− Technical specifications for the cooling water system
− P&ID diagram for the cooling water system

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 5-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 6: DRAINAGE AND DEWATERING SYSTEM

Table of Contents

6. DRAINAGE AND DEWATERING SYSTEM ......................................................................................... 1


6.1 DRAINAGE SYSTEM ........................................................................................................................ 1
6.1.1 Guaranteed Characteristics ....................................................................................................... 1
6.1.2 Technical Data of Drainage Pump ............................................................................................. 1
6.1.3 Technical Data of Drainage Pipe ............................................................................................... 2
6.2 DEWATERING SYSTEM................................................................................................................... 2
6.2.1 Guaranteed Characteristics ....................................................................................................... 2
6.2.2 Technical Data of Dewatering Pump ......................................................................................... 2
6.2.3 Technical Data of Dewatering Pipe ........................................................................................... 3
6.2.4 Surge Tank ................................................................................................................................ 3
6.3 MOTOR CONTROL CENTRE (MCC) ............................................................................................... 3
6.4 LOCAL CONTROL SYSTEM (IF ANY) ............................................................................................. 4
6.5 DIMENSION AND WEIGHT FOR TRANSPORT .............................................................................. 4
6.6 DIMENSION AND WEIGHT FOR ERECTION .................................................................................. 4
6.7 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 5
6.8 DEVIATION FROM PTS .................................................................................................................... 5
6.9 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 5

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 6-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
6. DRAINAGE AND DEWATERING SYSTEM

Employer's Bidder's
Item / Description Unit Requirement Offer

6.1 DRAINAGE SYSTEM

6.1.1 Guaranteed Characteristics

Design pressure of drainage system MPa

Drainage pumps

Maximum Design Optimum Minimum


Head Head Head Head
Flow (m³/s)
Head (m)
Motor power (kW)
Efficiency (pump & motor)

Employer's Bidder's
Item / Description Unit Requirement Offer

Required NPSH

6.1.2 Technical Data of Drainage Pump

Number
Name and location of the manufacturer
Type / Serie number
Material: Pump housing
Impeller
Shaft
Seal
Motor: Rated power kW
Rated speed rpm
Rated voltage V
Pump-Motor-Unit Length mm
Width mm
Height mm
Total Weight kg

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 6-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Minimum water level above the pump mm


Length of power cable m

6.1.3 Technical Data of Drainage Pipe

Nominal diameter mm
Material

6.2 DEWATERING SYSTEM

6.2.1 Guaranteed Characteristics

Design pressure of dewatering system MPa

Dewatering pumps

Maximum Design Optimum Minimum


Head Head Head Head
Flow (m³/s)
Head (m)
Motor power (kW)
Efficiency (pump & motor)

Employer's Bidder's
Item / Description Unit Requirement Offer

Required NPSH

6.2.2 Technical Data of Dewatering


Pump

Number
Name and location of the manufacturer
Type / Serie number
Material: Pump housing
Impeller
Shaft
Seal
Motor: Rated power kW
Rated speed rpm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 6-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Rated voltage V
Pump-Motor-Unit Length mm
Width mm
Height mm
Total Weight kg
Minimum water level above the pump mm
Length of power cable m

6.2.3 Technical Data of Dewatering Pipe

Nominal diameter mm
Material

6.2.4 Surge Tank

Is a surge tank required


Material
Overall dimension Length mm
Width mm
Height mm
Total Weight kg

6.3 MOTOR CONTROL CENTRE


(MCC)

Number of cubicles
Name and location of the manufacturer
Type / Serie number
Rating Main CB A
Busbar A
Short-time withstand
current (1s) kA rms
Peak withstand current kA peak
Overall dimension Length mm
Width mm
Height mm
Total Weight kg

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 6-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Power connection Power required kW


Voltage V

6.4 LOCAL CONTROL SYSTEM (IF


ANY)

Cubicle Number
Length mm
Width mm
Height mm
Power requirement 230 V AC kW
110 V DC kW
Data exchange with power station Type
computerised control system
Standa
rd
Maximum number of data exchange

6.5 DIMENSION AND WEIGHT FOR TRANSPORT

The largest part Length x Width x


Height m
weight t
The heaviest part Length x Width x
Height m
weight t

6.6 DIMENSION AND WEIGHT FOR


ERECTION

The largest part Length x Width x


Height m
weight t
The heaviest part Length x Width x
Height m
weight t

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 6-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
6.7 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the drainage dewatering system, shall be included in the scope of
supply. The Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 Monorail with manual chain hoists 2
2 Dewatering hose 100 m
3 Drain pipe cleaning tools 1 set

6.8 DEVIATION FROM PTS

Major deviation from the Chapter 6 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

6.9 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment
− Technical specifications for the drainage and dewatering system
− P&ID diagram for the drainage and dewatering system

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 6-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 7: COMPRESSED AIR SYSTEM

Table of Contents

7. COMPRESSED AIR SYSTEM ......................................................................................................... 1


7.1 GUARANTEED CHARACTERISTICS ............................................................................................... 1
7.2 TECHNICAL DATA ............................................................................................................................ 1
7.2.1 Compressor ............................................................................................................................... 1
7.2.2 Air Receiver ............................................................................................................................... 1
7.2.3 Header ....................................................................................................................................... 2
7.2.4 Motor Control Centre (MCC) ..................................................................................................... 2
7.2.5 Local Control System (if any)..................................................................................................... 2
7.2.6 Weights ...................................................................................................................................... 3
7.2.7 Dimension and Weight for Transport ......................................................................................... 3
7.2.8 Dimension and Weight for Erection ........................................................................................... 3
7.3 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 3
7.4 DEVIATION FROM PTS .................................................................................................................... 4
7.5 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 7-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
7. COMPRESSED AIR SYSTEM

Employer's Bidder's
Item / Description Unit Requirement Offer

7.1 GUARANTEED CHARACTERISTICS

Design pressure of the compressed air system MPa


Compressor Maximum delivery pressure MPa
Delivery capacity Nm³
Efficiency
Maximum power required kW
Air receivers Design pressure MPa
Maximum operation MPa
pressure
Minimum operation MPa
pressure
Time to fill the main air receiver from atmospheric
h
pressure up to the maximum operation pressure

7.2 TECHNICAL DATA

7.2.1 Compressor

Number
Name and location of the manufacturer
Type / Serie number
Number of stages
Compressor housing provided yes/no
Maximum thermal radiation of all compressors W
Motor: Rated power kW
Rated speed rpm
Rated voltage V
Efficiency
Overall dimensions Length mm
Width mm
Height mm

7.2.2 Air Receiver

Material

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 7-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Number
Main receiver Diameter mm
Height mm
Working volume m³
Auxiliary receiver Diameter mm
Height mm
Working volume m³

7.2.3 Header

Material
Nominal diameter mm

7.2.4 Motor Control Centre (MCC)

Number of cubicles
Name and location of the manufacturer
Type / Serie number
Standards
Rating Main CB A
Busbar A
Short-time withstand kA
current (1s) rms
Peak withstand current kA
peak
Overall dimension Length mm
Width mm
Height mm
Total Weight kg
Power connection Power required kW
Voltage V

7.2.5 Local Control System (if any)

Cubicle Number
Length mm
Width mm
Height mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 7-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Power requirement 230 V AC kW


110 V DC kW
Data exchange with power station Type
computerised control system Standard
Maximum number of data exchange

7.2.6 Weights

One compressor t
Main receiver t
Auxiliary receiver t
Local control system (if any) t

7.2.7 Dimension and Weight for Transport

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

7.2.8 Dimension and Weight for Erection

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

7.3 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the compressed air system, shall be included in the scope of
supply. The Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 Air receiver tank cleaning tools 1 set
2 Air compressor oil flusher 1
3 Air piping inspection tools 1 set

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 7-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
7.4 DEVIATION FROM PTS

Major deviation from the Chapter 7 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

7.5 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment
− Technical specifications for the compressed air system
− P&ID diagram of the compressed air system

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 7-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 8: OIL HANDLING EQUIPMENT

Table of Contents

8. OIL HANDLING EQUIPMENT......................................................................................................... 1


8.1 GENERAL .......................................................................................................................................... 1
8.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
8.3 TECHNICAL DATA ............................................................................................................................ 1
8.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 1
8.5 DEVIATION FROM PTS .................................................................................................................... 2
8.6 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 2

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 8-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
8. OIL HANDLING EQUIPMENT

Employer's Bidder's
Item / Description Unit Requirement Offer

8.1 GENERAL

Number of mobile oil filtration station to be 2


provided

8.2 GUARANTEED
CHARACTERISTICS

Oil filtration capacity of the mobile unit m³/h

8.3 TECHNICAL DATA

Name and location of the manufacturer


Type / Serie number
Rated power consumption kWh
Filter size
Volume of oil tank m³
Water content after filtration
Working pressure MPa
Operating vacuum Pa
Operating oil temperature °C
Pump-Motor-Unit: Rated power kW
Rated speed rpm
Rated voltage V
Efficiency
Overall dimensions Length mm
Width mm
Height mm
Total weight t

8.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the oil handling, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 8-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Item Description Number


1 Oil drain plug wrench 1
2 Oil tank cleaning tools 1 set

8.5 DEVIATION FROM PTS

Major deviation from the Chapter 8 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

8.6 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Technical specifications for the Oil handling

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 8-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 9: POWERHOUSE CRANE

Table of Contents

9. POWERHOUSE CRANE ................................................................................................................ 1


9.1 GENERAL .......................................................................................................................................... 1
9.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
9.3 TECHNICAL DATA ............................................................................................................................ 1
9.3.1 Crane Runway ........................................................................................................................... 1
9.3.2 Crane Bridge .............................................................................................................................. 2
9.3.3 Trolley ........................................................................................................................................ 2
9.3.4 Lifting Equipment ....................................................................................................................... 3
9.3.5 Power supply ............................................................................................................................. 3
9.3.6 Weights ...................................................................................................................................... 4
9.3.7 Dimension and Weight for Transport ......................................................................................... 4
9.3.8 Dimension and Weight for Erection ........................................................................................... 4
9.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 4
9.5 DEVIATION FROM PTS .................................................................................................................... 5
9.6 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 5

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 9-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
9. POWERHOUSE CRANE

Employer's Bidder's
Item / Description Unit Requirement Offer

9.1 GENERAL

Number of cranes to be provided


Type of crane to be provided
Name and location of the manufacturer

9.2 GUARANTEED CHARACTERISTICS

Rated capacity Main kook t


Auxiliary hook t
Crane span m
Lifting height Main kook m
Auxiliary hook m
Top elevation Main kook m asl.
Auxiliary hook m asl.
Main hook approach Upstream direction mm
Downstream direction mm
Direction Unit 1 mm
Direction Small Hydro Unit mm
Aux. hook approach Upstream direction mm
Downstream direction mm
Direction Unit 1 mm
Direction Small Hydro Unit mm

9.3 TECHNICAL DATA

9.3.1 Crane Runway

Runway rail Material


Type
Length m
Top elevation m asl.
Bumper stop: Number (per end)
Material mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 9-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

9.3.2 Crane Bridge

Travelling speed: Normal m/min


Inching m/min
Overall dimension Length mm
Width mm
Wheel: Number each side
Diameter mm
Maximum load kN
Brake Type
Capacity kN
Drive motor: Type
Duty factor %
Rated speed rpm
Rated voltage V
Rated power kW
Width mm
Material Bridge
Wheel

9.3.3 Trolley

Travelling speed: Normal m/min


Inching m/min
Overall dimension Length mm
Width mm
Wheel: Number each side
Diameter mm
Maximum load kN
Brake Type
Capacity kN
Drive motor: Type
Duty factor %
Rated speed rpm
Rated voltage V

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 9-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Rated power kW
Width mm
Material Bridge
Wheel

9.3.4 Lifting Equipment

Lifting speed: Main hook normal m/min


Inching m/min
Auxiliary hook normal m/min
Inching m/min
Wire rope: Material 2
Type
Diameter mm
Breaking strength kN
Rope drum: Material 2
Diameter mm
Length mm
Bearing type
Motor: Number
Type
Rated power kW
Rated speed rpm
Rated voltage V
Main Hook: Type
Material
Auxiliary Hook: Type
Material
Holding brake Type
Capacity kN
Control brake Type
Capacity kN

9.3.5 Power supply

Total power amount required kW

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 9-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Bidder's
Item / Description Unit Requirement Offer

Main circuit breaker Number


Length x Width x Height m
Main contact conductor Type (cable or rail)
Cross section mm²

9.3.6 Weights

Crane bridge t
Trolley t
Total weight of complete crane t
Runway rail t

9.3.7 Dimension and Weight for Transport

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

9.3.8 Dimension and Weight for Erection

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

9.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the PH Crane, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 PH crane alignment tools 1 set
2 PH crane overhead crane load limiter 1
3 PH crane wire rope inspection equipment 1 set
4 PH crane hoist limit switch tester 1

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 9-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
9.5 DEVIATION FROM PTS

Major deviation from the Chapter 9 of the PTS shall be listed in the below table. Non-listing means
that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

9.6 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment
− Technical specifications for the PH crane
− Assembly drawings

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 9-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)

CHAPTER 10: CARGO AND PASSENGER ELEVATOR


Table of Contents

10. CARGO AND PASSENGER ELEVATOR ....................................................................................... 1


10.1 GENERAL .......................................................................................................................................... 1
10.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
10.3 TECHNICAL DATA ............................................................................................................................ 1
10.3.1 Hoisting Machine ....................................................................................................................... 1
10.3.2 Suspension and Guides ............................................................................................................. 1
10.3.3 Cabin .......................................................................................................................................... 2
10.3.4 Shaft Doors ................................................................................................................................ 2
10.3.5 Power Supply ............................................................................................................................. 2
10.3.6 Dimension and Weight for Transport ......................................................................................... 2
10.3.7 Dimension and Weight for Erection ........................................................................................... 2
10.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 3
10.5 DEVIATION FROM PTS .................................................................................................................... 3
10.6 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 3

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 10-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
10. CARGO AND PASSENGER ELEVATOR

Employer's
Item / Description Unit Requirement Bidder's Offer

10.1 GENERAL

Number of elevators to be provided


Type of elevator to be provided
Name and location of the manufacturer

10.2 GUARANTEED CHARACTERISTICS

Rated capacity kg
Operation speed m/s
Cabin stops Number
The highest floor level m asl.
The lowest floor level m asl.

10.3 TECHNICAL DATA

10.3.1 Hoisting Machine

Drive motor: Type


Duty factor %
Rated speed rpm
Rated voltage V
Rated power kW
Brake Type
Capacity kN
Driving pulley diameter mm
Space requirement Length m
Width m
Height m
Machine room floor m asl.
elevation

10.3.2 Suspension and Guides

Guide rail type Cabin


Counterweight

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 10-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Wire rope: Material


Type
Diameter mm
Counterweight Material
Total weight t

10.3.3 Cabin

Dimension inside Width mm


Depth mm
Height mm
Cabin door Clear width mm
Clear height mm
Total weight t

10.3.4 Shaft Doors

Shaft door Clear width mm


Clear height mm

10.3.5 Power Supply

Total power amount required kW


Cubicle Number
Length x Width x Height m

10.3.6 Dimension and Weight for


Transport

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

10.3.7 Dimension and Weight for Erection

The largest part Length x Width x Height m


weight t
The heaviest part Length x Width x Height m
weight t

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 10-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
10.4 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the elevator, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 Elevator alignment tools 1 set
2 Elevator door adjustment tools 1 set
3 Elevator fall arrest system 1 set

10.5 DEVIATION FROM PTS

Major deviation from the Chapter 10 of the PTS shall be listed in the below table. Non-listing
means that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

10.6 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment
− Technical specifications for the elevator
− Assembly drawings

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 10-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 11: MECHANICAL WORKSHOP EQUIPMENT
Table of Contents

11. MECHANICAL WORKSHOP EQUIPMENT ..................................................................................... 1


11.1 UNIVERSAL LATHE .......................................................................................................................... 1
11.2 PILLAR-MOUNTED DRILLING MACHINE ........................................................................................ 1
11.3 TABLE DRILLING MACHINE ............................................................................................................ 1
11.4 DOUBLE-WHEEL ROUGH GRINDING MACHINE ........................................................................... 1
11.5 TOOL GRINDING MACHINE ............................................................................................................ 2
11.6 METAL POWER HACKSAW MACHINE ........................................................................................... 2
11.7 MANUAL BENCH TYPE SHEARS .................................................................................................... 2
11.8 MOBILE AIR COMPRESSOR ........................................................................................................... 2
11.9 ELECTRIC WELDING MACHINE...................................................................................................... 3
11.10 GAS-WELDING MACHINE ............................................................................................................ 3
11.11 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .......................... 3
11.12 DESCRIPTION, DRAWING AND ILLUSTRATION ....................................................................... 3

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 11-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
11. MECHANICAL WORKSHOP EQUIPMENT

Employer's
Item / Description Unit Requirement Bidder's Offer

11.1 UNIVERSAL LATHE

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

11.2 PILLAR-MOUNTED DRILLING


MACHINE

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

11.3 TABLE DRILLING MACHINE

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

11.4 DOUBLE-WHEEL ROUGH GRINDING


MACHINE

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 11-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

11.5 TOOL GRINDING MACHINE

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

11.6 METAL POWER HACKSAW


MACHINE

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

11.7 MANUAL BENCH TYPE


SHEARS

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

11.8 MOBILE AIR COMPRESSOR

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 11-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

11.9 ELECTRIC WELDING


MACHINE

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

11.10 GAS-WELDING MACHINE

Name and location of the supplier


Type/ Serie number
Number
Length x Width x Height m
Required power kW

11.11 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the M-Workshop, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number

11.12 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment
− Assembly drawings

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 11-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 12: SMALL HYDRO UNIT

Table of Contents

12. SMALL HYDRO UNIT ............................................................................................................... 1


12.1 GENERAL .......................................................................................................................................... 1
12.2 GUARANTEED CHARACTERISTICS ............................................................................................... 1
12.2.1 Unit Performances ..................................................................................................................... 1
12.2.2 Cavitation Guarantee ................................................................................................................. 3
12.2.3 Transiente Properties ................................................................................................................ 3
12.2.4 Hydraulic Thrust ......................................................................................................................... 4
12.2.5 Pressure Pulsation ..................................................................................................................... 4
12.2.6 Vibration Guarantee ................................................................................................................... 4
12.2.7 Other Guarantees ...................................................................................................................... 4
12.3 TECHNICAL DATA OF TURBINE ..................................................................................................... 5
12.3.1 Spiral Case and Stay Ring ......................................................................................................... 5
12.3.2 Guide Vanes and Regulating Mechanism ................................................................................. 6
12.3.3 Head Cover ................................................................................................................................ 6
12.3.4 Bottom Ring ............................................................................................................................... 7
12.3.5 Draft Tube .................................................................................................................................. 7
12.3.6 Turbine Runner .......................................................................................................................... 7
12.3.7 Shaft Seal .................................................................................................................................. 8
12.3.8 Air Admission ............................................................................................................................. 8
12.3.9 Weights ...................................................................................................................................... 8
12.4 TECHNICAL DATA OF GENERATOR .............................................................................................. 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
12.4.1 Ratings and Characteristics ....................................................................................................... 9
12.4.2 Stator ....................................................................................................................................... 10
12.4.3 Rotor ........................................................................................................................................ 10
12.4.4 Unit Shaft ................................................................................................................................. 10
12.4.5 Combined Thrust and Guide Bearing ...................................................................................... 10
12.4.6 Guide Bearing .......................................................................................................................... 11
12.4.7 Bearing Oil Tank ...................................................................................................................... 11
12.4.8 Flywheel ................................................................................................................................... 12
12.4.9 Weight ...................................................................................................................................... 12
12.5 TECHNICAL DATA OF TURBINE GOVERNOR ............................................................................. 13
12.5.1 Digital Governor and Cubicle ................................................................................................... 13
12.5.2 Oil Pressure Unit ...................................................................................................................... 13
12.5.3 Weight ...................................................................................................................................... 14
12.6 TECHNICAL DATA OF EXCITATION SYSTEM ............................................................................. 14
12.7 TECHNICAL DATA OF TURBINE INLET VALVE ........................................................................... 15
12.8 TECHNICAL DATA OF TURBINE OUTLET VALVE ....................................................................... 15
12.9 TECHNICAL DATA OF ELECTRICAL EQUIPMENT ...................................................................... 16
12.10 TECHNICAL DATA OF UNIT CONTROL SYSTEM .................................................................... 16
12.11 TRANSPORT AND ERECTION .................................................................................................. 16
12.11.1 Dimension and Weight for Transport ................................................................................... 16
12.11.2 Dimension and Weight for Erection ..................................................................................... 16
12.12 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE ........................ 17
12.13 DEVIATION FROM PTS .............................................................................................................. 17
12.14 DESCRIPTION, CALCULATION, DRAWING AND ILLUSTRATION .......................................... 17

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
12. SMALL HYDRO UNIT

Employer's
Item / Description Unit Requirement Bidder's Offer

12.1 GENERAL

Number of turbine-generating unit 1


Type of turbine horizontal Francis

12.2 GUARANTEED CHARACTERISTICS

12.2.1 Unit Performances

In the following the power output at the generator terminal and the efficiency of the turbine-
generating unit shall be explicitly guaranteed for the given head. The figures shall be provided with
minimum 2 digits.
P100 shall be the maximum output at the given net head for stable and safe commercial operation
of the turbine-generating unit.
Pmin is the minimum output for stable and safe commercial operation of the turbine-generating unit
for the given head. Should Pmin be higher than 30% P100, the line 30% P100 shall be empty. This
shall be similarly applied for other lines.
The hill chart of the prototype turbine with indication for specified operation range, operation limits
due to cavitation/instability shall be enclosed in the Tender.

Net head (m) 163.0 165.5 168.0 170.5 173.0 175.4

Guaranteed power output at the generator terminal (MW) (Power factor = 0.85)

P100

90% P100

80% P100

70% P100

60% P100

50% P100

40% P100

30% P100

Pmin

Net head (m) 163.0 165.5 168.0 170.5 173.0 175.4

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Net head (m) 163.0 165.5 168.0 170.5 173.0 175.4

Guaranteed efficiency of the turbine-generating unit (%)

P100

90% P100

80% P100

70% P100

60% P100

50% P100

40% P100

30% P100

Pmin

Net head (m) 163.0 165.5 168.0 170.5 173.0 175.4

Turbine discharge (m³/s)

P100

90% P100

80% P100

70% P100

60% P100

50% P100

40% P100

30% P100

Pmin

Employer's
Item / Description Unit Requirement Bidder's Offer

The guaranteed maximum hydraulic efficiency


of the prototype turbine within the operation %
range will not be less than
The guaranteed maximum efficiency of the
%
turbine-generating unit within the operation

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
range will not be less than
The guaranteed minimum efficiency of the
turbine-generating unit within the operation %
range will not be less than

12.2.2 Cavitation Guarantee

Required elevation of the turbine setting


(middle of unit shaft) for cavitation-free m asl.
operation in the entire operation range
With the turbine-generating unit installed on
975.15 m asl., cavitation-free operation is
guaranteed for
− Net head range (minimum to maximum) m
− Power output range (minimum to MW
maximum)
− For a period of 8,000 operating hours,
material removal caused by cavitation
will not exceed
* on the runner cm³
* on the stationary parts cm³

12.2.3 Transiente Properties

Under the worst condition,


− the maximum momentary speed of a
turbine generating unit will not be higher
than rpm
− the maximum runaway speed of a
turbine generating unit will not be higher
than rpm
− the maximum pressure in the turbine
spiral case will not be higher than MPa
− the maximum pressure in the turbine
draft tube will not be higher than MPa
− the minimum pressure in the turbine
draft tube will not be lower than kPa
− the maximum water level in the surge
shaft will not be higher than m asl.
− the minimum water level in the surge
shaft will not be lower than m asl.
For the above guarantees, the required
minimum flywheel (GD²) is t-m²

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

12.2.4 Hydraulic Thrust

Under the worst condition,


− the maximum hydraulic thrust towards
turbine runner will not be higher than kN
− the maximum hydraulic thrust towards
flywheel will not be higher than kN

12.2.5 Pressure Pulsation

When the turbine operates at a power output


between 80% and 105% of the maximum
output, the pressure pulsations presented as
ΔH/H
− between the guide vanes and runner will
not be higher than %
− in the draft tube will not be higher than %
When the turbine operates at a power output
below 80% of the maximum output, the
pressure pulsations presented as ΔH/H
− between the guide vanes and runner will
not be higher than %
− in the draft tube will not be higher than %

12.2.6 Vibration Guarantee

When the turbine operates at a power output


between 80% and 105% of the maximum
output, the shaft maximum relative vibration
displacement (Smax) will be not higher than µm
When the turbine operates at a power output
below 80% of the maximum output, the shaft
maximum relative vibration displacement
(Smax) will be not higher than µm

12.2.7 Other Guarantees

At 1 m distance to the turbine-generating unit,


the noise level will be not higher than dB(A)
The flywheel (GD²) of the turbine-generating
unit will be not less than t-m²
Maximum thermal radiation of the turbine-
generating unit W

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

12.3 TECHNICAL DATA OF TURBINE

Name and location of turbine manufacturer

12.3.1 Spiral Case and Stay Ring

Material
Design pressure MPa
Dimension: Inlet inner diameter mm
Distance between
centre line inlet and
turbine axis mm
Middle point to Point
A mm
Middle point to Point
B mm
Middle point to Point
C mm
Middle point to Point
D mm
Distance inlet to
Point A mm
Steel plate thickness Inlet mm
Point A mm
Point B mm
Point C mm
Point D mm
Stay ring Number of stay vane
Stay vane inner
diameter mm
Stay vane outer
diameter mm
Maximum diameter
of stay ring mm
Height of stay ring mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

12.3.2 Guide Vanes and Regulating


Mechanism

Guide vane Material


Number
Circle diameter mm
Height mm
opening time (0 –
100%) s
Quick closing time
(100% - 0) s
Guide vane bearing Material
Type
Safety elements Type
Number
Gap between guide vane and facing plate (no
pressure)
upper mm
lower mm
Servomotor Number
Design pressure MPa
Operating pressure MPa
Outer diameter mm
Total length mm
Piston diameter mm
Piston rod diameter mm
Servomotor hub mm
Regulating ring Material
Outer diameter mm
Thickness mm

12.3.3 Head Cover

Material Head cover


Stationary labyrinth
ring
Facing plate

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Dimension Outer diameter mm


Height mm
Thickness of facing
plate mm

12.3.4 Bottom Ring

Material Bottom ring


Stationary labyrinth
ring
Facing plate
Dimension Outer diameter mm
Height mm
Thickness of facing
plate mm

12.3.5 Draft Tube

Material
Design pressure internal MPa
Thickness steel lining Maximum mm
Minimum mm
Distance from turbine axis to draft tube outlet
centre
in flow direction mm
in shaft axis direction mm
Draft tube outlet Nominal diameter mm
Steel thickness mm
Maximum weight to be lifted during erection t

12.3.6 Turbine Runner

Material
Number of blade
Runner Inlet diameter upper mm
Inlet diameter lower mm
Outlet diameter mm
Maximum diameter mm
Total height mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Maximum permissible clear rack bar spacing of


intake trash rack mm
Gap between rotating and stationary labyrinth
ring:
Axial mm
Radial mm

12.3.7 Shaft Seal

Material Service seal


Maintenance seal
Type Service seal
Maintenance seal
Service seal Maximum leakage l/s
Maximum cooling
water required l/s
Cooling water will be taken from

12.3.8 Air Admission

Required for Partial load range MW


Overload range MW
Location of the air admission
Compressors the air admission required (if
yes, technical information about the yes/no
compressor shall be enclosed in the Tender)

12.3.9 Weights

Spiral case t
Stay ring t
Guide vane (1 set) t
Regulating mechanism without servomotor t
One Servomotor t
Head cover t
Bottom ring t
Draft tube complete t
Turbine runner t
Turbine shaft t

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Total net weight of one complete Francis


turbine t

12.4 TECHNICAL DATA OF


GENERATOR

Name and location of generator manufacturer


Standards

12.4.1 Ratings and Characteristics

Generator rating Power MVA


Voltage V
Current A
Power factor V
Speed rpm
Frequency Hz
Generator efficiency Maximum
Minimum
Voltage regulation range
Maximum runaway speed rpm
Moment of inertia (GD²) t-m²
Initial three-phase short-circuit current A
Resistance Stator winding
Rotor winding
Reactance Direct axis
synchronous
Direct axis transient
Direct axis sub-
transient
Potier
Negative phase
sequence
Zero sequence
Maximum temperature rises of stator winding
at rated power and rated power factor
Short circuit ratio

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Type of cooling

12.4.2 Stator

Insulation Class
Type
Thickness mm
Dimension Bore diameter mm
Core outer diameter mm
Housing outer
diameter mm
Housing length mm

12.4.3 Rotor

Insulation Class
Type
Thickness mm
Dimension Outer diameter mm
Length mm

12.4.4 Unit Shaft

Material
Type of torque transmission
Dimension Outside diameter
(minimum) mm
Hole diameter mm
Flange outside
diameter mm
Flange thickness mm
Length mm
The lowest critical speed of the rotating parts rpm

12.4.5 Combined Thrust and Guide


Bearing

Material Bearing
Sliding surface
Axial clearance Maximum

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Minimum
Thrust bearing Design load kN
Number of segments
Normal operation
temperature °C
Temperature for set
alarm °C
Temperature for
shut-down °C
Guide bearing Number of
shell/segments
Normal operation
temperature °C
Temperature for set
alarm °C
Temperature for
shut-down °C
Housing dimension Length mm
Width mm
Height mm

12.4.6 Guide Bearing

Material Bearing
Sliding surface
Guide bearing Number of
shell/segments
Normal operation
temperature °C
Temperature for set
alarm °C
Temperature for
shut-down °C
Housing dimension Length mm
Width mm
Height mm

12.4.7 Bearing Oil Tank

Lube oil Total volume m³

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
required
Normal operation
temperature °C
Code of oil to be
used
Oil filter: Type
Mesh size µm
Oil pump: Number
Type
Rated discharge m³/s
Rated head m
Motor: Rated power kW
Rated speed rpm
Rated voltage V
Heat exchanger (if any): Number
Material
Cooling water
required l/s
Oil mist separator Rated power kW
Rated voltage V
Design pressure MPa
Oil tank dimension Length mm
Width mm
Height mm

12.4.8 Flywheel

Material
Dimension Diameter mm
Thickness mm
Mechanical Brake Provided yes/no
Operated by oil/air pressure

12.4.9 Weight

Stator t
Rotor t

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Combined thrust and guide bearing t


Guide bearing t
Flywheel complete t
Generator complete t

12.5 TECHNICAL DATA OF TURBINE


GOVERNOR

Type of turbine governor


Type of control mode Speed control yes/no
Power control yes/no
Opening control yes/no
Level control yes/no

12.5.1 Digital Governor and Cubicle

Name & location of the digital governor


supplier
Cubicle Number
Length mm
Width mm
Height mm

12.5.2 Oil Pressure Unit

Name and location of oil pressure unit supplier


Total oil volume m³
Oil tank: Length mm
Width mm
Height mm
Oil pump: Number
Type
Rated discharge m³/s
Rated head m
Motor: Rated power kW
Rated speed rpm
Rated voltage V

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Oil filter: Type


Mesh size µm
Accumulator: Type
Design pressure MPa
Total Height mm
Inside diameter mm
Outside diameter mm
N2-Bottle-Group: Number of N2-Bottle
Design pressure MPa
Overall Length mm
Overall Width mm
Overall Height mm
Oil mist separator Rated power kW
Rated voltage V
Design pressure MPa

12.5.3 Weight

Oil tank with oil pumps etc., without oil t


Accumulator t
N2-Bottle-Group t
Total net weight of one complete turbine
governor t

12.6 TECHNICAL DATA OF EXCITATION


SYSTEM

Name and location of excitation system


supplier
Type of excitation
Number of cubicle
Rating Rated current A
Rated voltage V

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-14


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

12.7 TECHNICAL DATA OF TURBINE INLET


VALVE

Name and location of valve supplier


Type of valve
Design pressure MPa
Nominal diameter mm
Maximum leakage under maximum static head l/s
Maximum head losses m
Valve operation time: closing s
opening s
Support foundation: Length mm
Width mm
Extension pipe: Material
Thickness mm
Overall dimensions: Length between end
flanges mm
Height mm
Width mm
Weight of complete valve t

12.8 TECHNICAL DATA OF TURBINE OUTLET


VALVE

Name and location of valve supplier


Type of valve
Design pressure MPa
Nominal diameter mm
Maximum leakage under maximum static head l/s
Maximum head losses m
Valve operation time: closing s
opening s
Support foundation: Length mm
Width mm
Overall dimensions: Length between end mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-15


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
flanges
Height mm
Width mm
Weight of complete valve t

12.9 TECHNICAL DATA OF ELECTRICAL


EQUIPMENT

Electric equipment provided by small hydro


unit supplier or by main equipment supplier?

12.10 TECHNICAL DATA OF UNIT CONTROL


SYSTEM

Unit control system provided by small hydro


unit supplier or by main equipment supplier?

12.11 TRANSPORT AND ERECTION

12.11.1 Dimension and Weight for


Transport

The largest part Length x Width x


Height m
Weight t
The heaviest part Length x Width x
Height m
Weight t

12.11.2 Dimension and Weight for


Erection

The largest part Length x Width x


Height m
Weight t
The heaviest part Length x Width x
Height m
Weight t

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-16


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
12.12 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the Francis turbine, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 Rotor lifting device 1
2 Thrust bearing lifting device 1
3 Special tools for runner, guide vanes, and wicket gates 1 set of
each
4 To be specified by the tenderer
5 To be specified by the tenderer

12.13 DEVIATION FROM PTS

Major deviation from the Chapter 12 of the PTS shall be listed in the below table. Non-listing
means that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

12.14 DESCRIPTION, CALCULATION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment
− Calculation of the turbine's performance, including efficiency, power output, and cavitation
performance.
− Hill chart of the prototype turbine with indication for specified operation range, operation
limits due to cavitation/instability
− Assembly drawing showing the complete turbine-generating unit including flywheel
− Assembly drawings showing details of the turbine runner, guide vanes and regulating
mechanism, spiral case and stay ring, head cover, bottom ring, etc.
− Assembly drawings showing details of the generator
− P&ID diagram for the turbine & generator unit (water pipes, oil pipes, air pipes, etc.)

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 12-17


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 13: WATER LEVEL MEASURING DEVICES

Table of Contents

13. WATER LEVEL MEASURING DEVICES ....................................................................................... 1


13.1 GUARANTEED CHARACTERISTICS ............................................................................................... 1
13.2 TECHNICAL DATA ............................................................................................................................ 1
13.2.1 Measuring Method One ............................................................................................................. 1
13.2.2 Measuring Method Two ............................................................................................................. 1
13.3 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE .............................. 2
13.4 DEVIATION FROM PTS .................................................................................................................... 2
13.5 DESCRIPTION, DRAWING AND ILLUSTRATION ........................................................................... 2

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 13-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
13. WATER LEVEL MEASURING DEVICES

Employer's
Item / Description Unit Requirement Bidder's Offer

13.1 GUARANTEED
CHARACTERISTICS

Measuring accuracy Method one


Method two

13.2 TECHNICAL DATA

13.2.1 Measuring Method One

Number of sensors
Name and location of the manufacturer
Type / Serie number
Output signal
Separate power supply required yes/no
Sensor dimension: Diameter mm
Length mm
Cable length m
Protecting pipe Material
Nominal
diameter mm
Length mm
Measuring range Head pond m
Surge tank m
Outlet structure m

13.2.2 Measuring Method Two

Number of sensors
Name and location of the manufacturer
Type / Serie number
Output signal
Separate power supply required yes/no
Sensor dimension: Diameter mm
Length mm

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 13-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

Cable length m
Protecting pipe Material
Nominal
diameter mm
Length mm
Measuring range Head pond m
Surge tank m
Outlet structure m

13.3 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the measuring device, shall be included in the scope of supply.
The Tenderer shall indicate the major devices and tools in the table below.

Item Description Number

13.4 DEVIATION FROM PTS

Major deviation from the Chapter 13 of the PTS shall be listed in the below table. Non-listing
means that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

13.5 DESCRIPTION, DRAWING AND ILLUSTRATION

The following documents shall be included within the Tender as minimum:


− Description about the proposed equipment
− Description about the installation of the equipment

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 13-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
− Technical specification for the measuring device

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 13-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)

CHAPTER 14: HEATING VENTILATION & AIR CONDITIONING

Table of Contents

14. HVAC SYSTEM ...................................................................................................................... 1


14.1 AIR HANDLING UNITS (AHU) .......................................................................................................... 1
14.2 AIR HANDLING UNITS (AHU) .......................................................................................................... 1
14.3 FAN COIL UNITS – 3.5 TO 6.0 KW .................................................................................................. 2
14.4 FAN COIL UNITS – 6,1 TO 10 KW ................................................................................................... 2
14.5 FAN COIL UNITS – 10.1 TO 15.0 KW .............................................................................................. 3
14.6 SPLIT TYPE WINDOW UNITS – 3.5 TO 6.0 KW ............................................................................. 3
14.7 EXHAUST AIR FAN - GENERAL ...................................................................................................... 4
14.8 EXHAUST AIR FAN – CABLE GALLERY ......................................................................................... 4
14.9 EXHAUST AIR FAN – HYGENIC ROOMS ....................................................................................... 5
14.10 EXHAUST AIR FAN – BATTERY ROOMS ACID RESISTANT .................................................... 5
14.11 EXHAUST AIR FAN – TEA ROOMS ............................................................................................. 6
14.12 SMOKE EXHAUST FANS - FIRE RATED (SEF) ......................................................................... 6
14.13 STAIRWELL PRESSURIZATION SYSTEM .................................................................................. 7
14.14 WATER COOLED CHILLER UNITS - (CH) ................................................................................... 7
14.15 CHILLED WATER PUMPS - (CH- P) ............................................................................................ 8
14.16 COOLING WATER PUMPS - (C - P)............................................................................................. 8
14.17 PIPE WORK (COOLING WATER GRID) ...................................................................................... 9
14.18 PIPE WORK (CHILLED WATER GRID) ........................................................................................ 9

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
14.19 DUCT WORK (VENTILATION AND AIR CONDITIONING) ...................................................... 10
14.20 AUTOMATIC CONTROL SYSTEM (BMS) (VENTILATION AND AIR CONDITIONING) .......... 10
14.21 INFORMATION TO BE SUBMITTED WITH THE TENDER........................................................ 10
Dimension and Weight for Transport ....................................................................................................... 12
14.21.1 The largest part Length x Width x Height ............................................................................ 12
Dimension and Weight for Erection ......................................................................................................... 12
14.21.2 The largest part Length x Width x Height ............................................................................ 12
14.22 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE ........................ 12
14.23 DEVIATION FROM PTS .............................................................................................................. 12

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
14. HVAC SYSTEM

Employer's
Item / Description Unit Requirement Bidder's Offer

14.1 AIR HANDLING UNITS (AHU)

AHU-Powerhouse and Transformer


Cavern
Number 2

Manufacturer
Type
Supply air at rated pressure m³/h 25,000

Rated pressure Pa
Return air flow m³/h
Fresh air minimum m³/h 2,500

Filter type
Filter efficiency %
Cooling capacity kW
Chilled water flow l/s
Fan overall efficiency %
Rated motor power kW
Type of motor
Motor insulation class F/H

Motor protection class V / VI

Dimensions (W x H x L) mm
Total weight tons

14.2 AIR HANDLING UNITS (AHU)

AHU-PowerStation Area

Number 4
Manufacturer
Type
Supply air at rated pressure m³/h 5,000
Rated pressure Pa
Return air flow m³/h

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Fresh air minimum m³/h 500
Filter type
Filter efficiency %
Cooling capacity kW
Chilled water flow l/s
Fan overall efficiency %
Rated motor power kW
Type of motor
Motor insulation class F
Motor protection class V / VI
Dimensions (W x H x L) mm
Total weight tons

14.3 FAN COIL UNITS – 3.5 TO 6.0


KW

Number 15
Manufacturer
Type
Air flow capacity m³/h
Dimensions (W x H x L) mm
Filter type
Filter efficiency %
Cooling capacity kW 3.5 - 6
Chilled water flow l/s
Rated motor power kW
Dimensions (W x H x L) mm
Total weight tons

14.4 FAN COIL UNITS – 6,1 TO 10


KW

Number 10
Manufacturer

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Type
Air flow capacity m³/h
Dimensions (W x H x L) mm
Filter type
Filter efficiency %
Cooling capacity kW 6,1 - 10
Chilled water flow l/s
Rated motor power kW
Dimensions (W x H x L) mm
Total weight tons

14.5 FAN COIL UNITS – 10.1 TO


15.0 KW

Number 10
Manufacturer
Type
Air flow capacity m³/h
Dimensions (W x H x L) mm
Filter type
Filter efficiency %
Cooling capacity kW 10.1 - 15
Chilled water flow l/s
Rated motor power kW
Dimensions (W x H x L) mm
Total weight tons

14.6 SPLIT TYPE WINDOW UNITS



3.5 TO 6.0 KW

Number 15
Manufacturer
Type

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Air flow capacity m³/h
Dimensions (W x H x L) mm
Filter type
Filter efficiency %
Cooling capacity kW 3.5 - 6
Chilled water flow l/s
Rated motor power kW
Dimensions (W x H x L) mm
Total weight tons

14.7 EXHAUST AIR FAN -


GENERAL

Number 3
Manufacturer
Type
Supply air at rated pressure m³/h 25,000
Rated pressure Pa
Fan overall efficiency %
Rated motor power kW
Type of motor
Motor insulation class F
Motor protection class V / VI
Dimensions (W x H x L) mm
Total weight tons

14.8 EXHAUST AIR FAN – CABLE


GALLERY

Number 2
Manufacturer
Type
Supply air at rated pressure m³/h 10,000
Rated pressure Pa

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Fan overall efficiency %
Rated motor power kW
Type of motor
Motor insulation class F
Motor protection class V / VI
Dimensions (W x H x L) mm
Total weight tons

14.9 EXHAUST AIR FAN –


HYGENIC ROOMS

Number 6
Manufacturer
Type
Supply air at rated pressure m³/h 2,000
Rated pressure Pa
Fan overall efficiency %
Rated motor power kW
Type of motor
Motor insulation class F
Motor protection class V / VI
Dimensions (W x H x L) mm
Total weight tons

14.10 EXHAUST AIR FAN –


BATTERY ROOMS
ACID RESISTANT

Number 2
Manufacturer
Type
Supply air at rated pressure m³/h 5,000
Rated pressure Pa
Fan overall efficiency %

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Rated motor power kW
Type of motor
Motor insulation class F
Motor protection class V / VI
Dimensions (W x H x L) mm
Total weight tons

14.11 EXHAUST AIR FAN – TEA


ROOMS

Number 4
Manufacturer
Type
Supply air at rated pressure m³/h 4,000
Rated pressure Pa
Fan overall efficiency %
Rated motor power kW
Type of motor
Motor insulation class F
Motor protection class V / VI
Dimensions (W x H x L) mm
Total weight tons

14.12 SMOKE EXHAUST FANS


- FIRE RATED (SEF)

Number 2
Manufacturer
Type
Supply air at rated pressure m³/h 50,000
Rated pressure Pa
Fan overall efficiency %
Rated motor power kW
Type of motor

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-6


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Motor insulation class F
Motor protection class V / VI
Dimensions (W x H x L) mm
Total weight tons

14.13 STAIRWELL
PRESSURIZATION SYSTEM

Number 2
Manufacturer
Type
Supply air at rated pressure m³/h 15,000
Rated pressure Pa
Fan overall efficiency %
Rated motor power kW
Type of motor
Motor insulation class
Motor protection class
Dimensions (W x H x L) mm
Total weight tons

14.14 WATER COOLED CHILLER


UNITS - (CH)

Number (Minimum 2 for 100% redundancy) 1 (+ one


standby)
Manufacturer
Type
Cooling Capacity kW 1,000
Chilled water flow l/s
Cooling water flow l/s
Type of compressor
Type of refrigerant
Refrigerant filling kg

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-7


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Performance coefficient
Power consumption kW
Dimensions (W x H x L) mm
Total weight tons

14.15 CHILLED WATER PUMPS -


(CH- P)

Number (Minimum 2 for 100% redundancy)


Manufacturer
Type
Chilled water flow rate l/s
Discharge Head m
Overall efficiency %
Rated motor power kW
Type of motor
Motor insulation class F
Motor protection class V / VI
Power consumption kW
Dimensions (W x H x L) mm
Total weight tons

14.16 COOLING WATER PUMPS -


(C - P)

Number (Minimum 2 for 100%


Redundancy)
Manufacturer
Type
Chilled water flow rate l/s
Discharge Head m
Overall efficiency %
Rated motor power kW
Type of motor

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-8


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Motor insulation class F
Motor protection class V / VI
Power consumption kW
Dimensions (W x H x L) mm
Total weight tons

14.17 PIPE WORK (COOLING


WATER GRID)

Cooling Water Pipes (Including support and


insulation)
Manufacturer
Max. flow rate m³/h
Nominal size, DN mm
Nominal pressure, PN bar
Total length m
Material
Standard
Total mass tons

14.18 PIPE WORK (CHILLED


WATER GRID)

Chilled Water Pipes


(Including Closed Cell Insulation and
supports)
Manufacturer
Max. flow rate m³/h
Nominal size, DN mm
Nominal pressure, PN bar
Total length m
Material -
Standard -
Total mass tons

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-9


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

14.19 DUCT WORK


(VENTILATION AND AIR
CONDITIONING)

Entire ductwork for the power station


(Including Insulation and supports)
Manufacturer
Maximum Air flow rate m³/h 50,000
Nominal size, mm mm
Nominal pressure, PN Pa
Total Area m²
Material
Standard
Total mass tons

14.20 AUTOMATIC CONTROL


SYSTEM (BMS)
(VENTILATION AND AIR
CONDITIONING)

Entire automatic control system in the


power station
(Including all instrumentations, cables,
cable trays and supports)
Manufacturer
Type
Material
Standard IEC 61850, ISO
16484-5
Total mass tons

14.21 INFORMATION TO BE
SUBMITTED WITH THE
TENDER

Layout and dimension drawing(s) to show

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-10


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
main dimensions and physical
arrangement of major components.
Detailed descriptions and leaflets of:
All Pumps
All Air Handling Units
All Ventilators
Fire Dampers
Chillers

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-11


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Dimension and Weight for


Transport

14.21.1 The largest part Length x Width x


Height
m
weight t
The heaviest part Length x Width x Height m
weight t

Dimension and Weight for Erection

14.21.2 The largest part Length x Width x


Height
m
weight t
The heaviest part Length x Width x Height m
weight t

14.22 SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the HVAC System, shall be included in the scope of supply. The
Tenderer shall indicate the major devices and tools in the table below.

Item Description Number

14.23 DEVIATION FROM PTS

Major deviation from the Particular Technical Specifications shall be listed in the below table. Non-
listing means that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-12


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 14-13


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1M

Mechanical Equipment

Technical Data Sheets (TDS)


CHAPTER 15: FIRE PROTECTION SYSTEM

Table of Contents

15. FIRE PROTECTION SYSTEM.............................................................................................. 1


15.1 CABLE PENETRATION SEALS ........................................................................................................ 1
15.2 PIPE PENETRATION SEALS ........................................................................................................... 1
15.3 FIRE RETARDANT COATING .......................................................................................................... 1
15.4 FIRE DETECTION AND ALARM SYSTEM ....................................................................................... 1
15.5 FIRE FIGHTING PUMPS................................................................................................................... 2
15.6 ELECTRIC MOTORS FOR FIREFIGHTING PUMPS ..................................................................... 2
15.7 CONTROLLERS FOR FIREFIGHTING PUMPS ............................................................................. 2
15.8 JOCKEY PUMP UNIT, COMPLETE WITH ELECTRIC MOTOR AND CONTROLLER .................... 3
15.9 FIRE SERVICE MAIN ........................................................................................................................ 3
15.10 HYDRANTS ................................................................................................................................... 3
15.11 HOSE STATIONS .......................................................................................................................... 3
15.12 WATER SPRAY FIXED SYSTEMS ............................................................................................... 3
15.13 WATER SPRAY FIXED SYSTEMS (OPTIONAL FOR GENERATORS) .................................... 4
15.14 FIRE EXTINGUISHERS ................................................................................................................ 4
15.15 INFORMATION TO BE SUBMITTED WITH THE TENDER.......................................................... 4
15.15.1 Dimension and Weight for Transport ..................................................................................... 5
15.15.2 Dimension and Weight for Erection ....................................................................................... 5
15.16 DEVIATION FROM PTS SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND
MAINTENANCE ............................................................................................................................................. 5
15.17 .............................................................................................................................................................. 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 15-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
15. FIRE PROTECTION SYSTEM

Employer's
Item / Description Unit Requirement Bidder's Offer

15.1 CABLE PENETRATION SEALS

Average size of openings to be sealed m² 0.25


Number of openings to be sealed 500
Manufacturer of sealing system
Type of sealing system
Trade name of sealing system
Approval / Certification

15.2 PIPE PENETRATION SEALS

Average size of openings to be sealed m² 0.15


Number of openings to be sealed 300
Manufacturer of sealing system
Type of sealing system
Trade name of sealing system
Approval / Certification

15.3 FIRE RETARDANT COATING

Area to be coated m² 900


Manufacturer of coating system
Type of coating system
Trade name of coating system
Approval / Certification

15.4 FIRE DETECTION AND ALARM


SYSTEM

Number compl.
system 1
Manufacturer
Model / Type
Approval / Certification

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 15-1


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Model / Type of central control panel
Model / Type of local control panels
Model / Type of smoke detectors
Model / Type of smoke beam detectors
Model / Type of heat detectors

15.5 FIRE FIGHTING PUMPS

Number 2
Manufacturer
Model / Type
Approval / Certification
Rated pressure MPa
Rated flow m³/h 250
Rated speed rpm
Required power kW
Impeller material

15.6 ELECTRIC MOTORS FOR


FIREFIGHTING PUMPS

Number 2
Manufacturer
Model / Type
Approval / Certification
Rated speed rpm
Required power kW

15.7 CONTROLLERS FOR


FIREFIGHTING PUMPS

Number 2
Manufacturer
Model / Type
Approval / Certification

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 15-2


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer

15.8 JOCKEY PUMP UNIT, COMPLETE


WITH ELECTRIC MOTOR AND
CONTROLLER

Number 1
Manufacturer
Model / Type
Approval / Certification
Rated pressure MPa
Rated flow m³/h 24
Rated speed rpm
Required power kW

15.9 FIRE SERVICE MAIN

Approximate length of main ring system m 450


Manufacturer
Material

15.10 HYDRANTS

Number 8
Manufacturer
Model / Type

15.11 HOSE STATIONS

Number 25
Manufacturer

15.12 WATER SPRAY FIXED SYSTEMS

(for Transformers and Cable Galleries)


Number compl.
system 12
Manufacturer
Model / Type wet alarm valves

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 15-3


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
Approval / Certification wet alarm valves
Model / Type sprinkler heads
Approval / Certification spray nozzles

15.13 WATER SPRAY FIXED SYSTEMS

(OPTIONAL FOR GENERATORS)

Number compl.
system (4)
Manufacturer
Model / Type wet alarm valves
Approval / Certification wet alarm valves
Model / Type sprinkler heads
Approval / Certification spray nozzles

15.14 FIRE EXTINGUISHERS

Number of 6 kg dry powder extinguishers 30


Number of 50 kg dry powder extinguishers 2
Number of 5 kg CO2 extinguishers 25
Number of 30 kg CO2 extinguishers 2
Manufacturer

15.15 INFORMATION TO BE
SUBMITTED WITH THE TENDER
Draft P&ID diagram for the firefighting water
system with hydrants, hose stations and water
spray fixed systems

Outline drawings for the firefighting pumps,


jockey pump unit, hose stations and deluge
valves

Brief description of the fire detection and fire


alarm system

Brief descriptions and leaflets of:


- Cable Penetration Seals

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 15-4


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
- Pipe Penetration Seals
- Fire Retardant Coating
- Hydrants
- Portable Fire Extinguishers
- Mobile Fire Extinguishers

15.15.1 Dimension and Weight for


Transport

The largest part Length x Width x


Height m
Weight t
The heaviest part Length x Width x
Height m
Weight t

15.15.2 Dimension and Weight for


Erection

The largest part Length x Width x


Height m
Weight t
The heaviest part Length x Width x
Height m
Weight t

15.16 DEVIATION FROM PTS SPECIAL TOOLS AND EQUIPMENT FOR ASSEMBLY AND
MAINTENANCE

All devices and tools, which are specially made and required for assembling, dismantling,
adjustment and maintenance of the fire protection system, shall be included in the scope of supply.
The Tenderer shall indicate the major devices and tools in the table below.

Item Description Number


1 Fire extinguisher repair kit 1 set
2 Fire sprinkler head wrench 1 set
3 Fire alarm test kit 1 set

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 15-5


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents : Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
15.17

Major deviation from the Chapter 15 of the PTS shall be listed in the below table. Non-listing
means that the Contractor will comply with the requirements specified.

PTS-Subsection Issue Description Deviation and Reason

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1M / 15-6


REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1T

Transmission Lines

Technical Data Sheets (TDS)

Table of Contents

CHAPTER 01 CONDUCTORS AND EARTH WIRE, SUPPLY


CHAPTER 02 INSULATORS AND HARDWARE/FITTING FOR
INSULATOR STRINGS, SUPPLY
CHAPTER 03 TOWERS (DESIGN & SUPPLY) AND CONSTRUCTION OF
TRANSMISSION LINES
CHAPTER 04 MISCELLANEOUS MATERIALS, HARDWARE AND
FITTINGS

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T


REPUBLIC OF NEPAL CONTRACT 2 ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1T


Transmission Lines

Technical Data Sheets (TDS)


CHAPTER 1: CONDUCTORS AND EARTH WIRE, SUPPLY

Table of Contents

1. CONDUCTORS AND EARTH WIRE, SUPPLY......................................................... 1


1.1 Guaranteed Technical Particulars for Conductors ............................................................. 1
1.1.1 ACSR Bison _______________________________________________________________ 1
1.1.2 AACSR Bison ................................................................................................................... 2

1.2 Guaranteed Technical Particulars for Earth Wire .............................................................. 4


1.2.1 Fibre Optical Ground Wire ____________________________________________________ 4
1.3 Details of Packing ............................................................................................................. 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 1-i


REPUBLIC OF NEPAL CONTRACT 2 ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

1. CONDUCTORS AND EARTH WIRE, SUPPLY

Employer's
Item / Description Unit Requirement Bidder's Offer

1.1 Guaranteed Technical Particulars for Conductors

1.1.1 ACSR Bison

- Maker’s name

- Country of Origin

- Standard Specification applied

- Composition of Conductor

• Aluminium:

(a) Strands Nos.


(b) Layer Nos.
(c) Strand diameter mm

(d) Diameter of Complete conductor mm

• Steel Core

(a) Strands Nos.

(b) Strand diameter mm

(c) Diameter of steel core mm

- Cross-section of aluminium mm2


- Cross-section of steel core mm2

- Total cross section mm2

- Nominal copper equivalent area mm2

- Ultimate breaking strength of stranded kN


conductor

- Ultimate breaking strength of steel core kN

- DC resistance of conductor per km at 200c Ohms

- Weight per km of conductor kg

- Modulus of elasticity

• Initial N/mm2

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 1-1
REPUBLIC OF NEPAL CONTRACT 2 ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
• Final N/mm2

- Coefficient of expansion per degree Celsius


- Whether steel core greased

- Whether steel strands are galvanized

• Weight of zinc coat (BS/AS) *(min) g/m2

• Strand to which galvanizing is tested

- Whether sample submitted


- Packing:

• Length of conductor per drum m

• Net weight per drum kg

• Gross weight per drum kg

- Whether all tests in relevant standard


specification will be carried out and test
reports submitted

- Permanent elongation factor due to creep m/m

1.1.2 AACSR Bison

- Maker’s name

- Country of Origin
- Standard Specification applied

- Composition of Conductor

• Aluminium:

(c) Strands Nos.


(d) Layer Nos.
(e) Strand diameter mm

(f) Diameter of Complete conductor mm

• Steel Core

(c) Strands Nos.

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 1-2
REPUBLIC OF NEPAL CONTRACT 2 ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
(d) Strand diameter mm

(e) Diameter of steel core mm

- Cross-section of aluminium mm2

- Cross-section of steel core mm2

- Total cross section mm2

- Nominal copper equivalent area mm2

- Ultimate breaking strength of stranded kN


conductor
- Ultimate breaking strength of steel core kN

- DC resistance of conductor per km at 200c Ohms

- Weight per km of conductor kg

- Modulus of elasticity

• Initial N/mm2

• Final N/mm2

- Coefficient of expansion per degree Celsius

- Whether steel core greased

- Whether steel strands are galvanized

• Weight of zinc coat (BS/AS) *(min) g/m2

• Strand to which galvanizing is tested

- Whether sample submitted

- Packing:

• Length of conductor per drum m

• Net weight per drum kg

• Gross weight per drum kg

- Whether all tests in relevant standard


specification will be carried out and test
reports submitted
- Permanent elongation factor due to creep m/m

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 1-3
REPUBLIC OF NEPAL CONTRACT 2 ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

1.2 Guaranteed Technical Particulars for Earth Wire

1.2.1 Fibre Optical Ground Wire

- Outer wire diameter mm


- Weight per km kg
- Minimum static bend diameter mm
- Calculating ultimate strength kN
- Composition
- Tension Wires
materi
(a) Type al
No. x
(b) Stranding mm
(c) Layers No.
- Fibre tube
materi
(a) Type al
No. x
(b) Stranding mm
- Thermal Elongation of Coefficient 10-6/K
- Maximum permissible stress N/mm2
- Maximum permissible stress (Ei, Ep) N/mm2
- Modulus of elasticity N/mm2
- DC resistance at 200C Ω/m
- Delivery length per drum km
- Short time current (0.5 sec) kA
- Fibre Cable:
- Coating diameter µm
- Coating concentricity error µm
- Coating non-circularity %
- Finished cable attenuation dB/km

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 1-4
REPUBLIC OF NEPAL CONTRACT 2 ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- Number of fibres No
- Normal Temperature range C
0

- Maximum temperature < 1.0 second C


0

- Life time expected Years


- Packing
- Length of conductor per drum m
- Net weight per drum kg
- Gross weight per drum kg
- Tests:
Weather all tests in relevant standard
specification will be carried out
1.2.2 Galvanized Steel Wire
- Outer wire diameter mm
- Weight per km kg
- Minimum static bend diameter mm
- Calculating ultimate strength kN
• Composition
materi
(a) Wires al
No. x
(b) Stranding mm
(c) Layers No.
• Galvanizing
(a) Zinc weight g/m2
(b) Preece test dips minimum No.
- Thermal Elongation Coefficient 10-6/K
- Maximum permissible stress N/mm2
- Mean permissible stress (Ei, Ep) N/mm2
- Modulus of elasticity N/mm2

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 1-5
REPUBLIC OF NEPAL CONTRACT 2 ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- DC resistance at 200C Ω/m
- Delivery length per drum Km
- Short time current (1 sec) kA

ITEM / DESCRIPTION TENDER DATA

Bison Conductors Earth Wire

ACSR AACSR OPGW GSW

1.3 Details of Packing

- Type of drum
- Material of drum
- Dimension of drum
(a) Diameter of drum core
(b) Total diameter of drum
(c) Total width of drum
(d) Dimension of wooden materials
used
- Weight of drum
(a) Net weight
(b) Gross weight
- Materials used for termite proofing of
drums
- Whether drawings are submitted

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 1-6
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1T


Transmission Lines

Technical Data Sheets (TDS)


Table of Contents

2. insulators and hardware/fitting for insulator strings, SUPPLY ............................. 1


2.1 Guaranteed Technical Particulars for Insulators ................................................................................ 1

2.2 Guaranteed Technical Particulars for Insulators String ..................................................................... 3


2.2.1 Complete Insulator Strings for 220Kv Duplex Bison Conductor ______________________________ 3
2.3 Guaranteed Technical Particulars for Hardware and Fittings for Conductors.................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 2-i


REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

2. INSULATORS AND HARDWARE/FITTING FOR INSULATOR


STRINGS, SUPPLY

Tender Data
Item / Description Unit
U70 U120 U160

2.1 Guaranteed Technical Particulars for Insulators

- IEC Designation

- Maker’s name

- Country of origin
- Standard to which compiled

- Material from which the insulator is manufactured

DISC UNIT

- Power frequency flash over

• dry kV(rms)

• wet kV(rms)

- Power frequency with stand Voltage

• dry kV(rms)

• wet kV(rms)

- Power frequency puncture Voltage

- Impulse flashover voltage kV

• Positive(peak) kV

• Negative (peak) kV

Impulse with stand voltage

• Positive(peak) kV

• Negative(peak) kV

- Steepness of impulse voltage which the disk kV/ micro


insulators can with stand in steep wave front test sec

- Visible discharge voltage of single disc kV(rms)

- Maximum RIV at 1MHZ and 10kV AC (rms) Voltage Micro Volts


of single disc

- Creepage distance of disc mm

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 2-1
REPUBLIC OF NEPAL CONTRACT 2 - ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Tender Data
Item / Description Unit
U70 U120 U160
- Physical particulars

• Nominal pin shank diameter mm

• Whether coupling interchangeable with IEC.


Publication No. 120 .16mm nominal shank
diameter

• Diameter of disk mm

• Spacing between disk mm

• Weight approx. Kg

• Colour

• Material of Socket type cap

• Material of ball type cap

• Whether galvanised or not

• Material of retaining clip

• Type of cement

• Recommended maximum sustained load KN

• Material of shell

• Thickness of shell in stressed area mm

- - mechanical strength

- Impact strength mm-N

• Breaking strength KN

• Electro-Mechanical strength KN

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 2-2
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

AACSR
Item / Description Unit ACSR Conductor
Conductor

2.2 Guaranteed Technical Particulars for Insulators String

Single Single Double Double Double


2.2.1 Complete Insulator Strings for 220Kv Duplex Suspension Suspension Suspension Tension Tension String
Bison Conductor String Pilot String Pilot String String
- Number and type of disks per string

- Number of strings per phase

- Length of complete string, including fittings mm


- Weight of complete string kg
- Breaking strength of complete set

• Set with single insulator string N


• Set with double insulator string N
- Overall leakage distance per string

- Length of protected leakage path string

• Minimum mm
• Actual mm
- Gap between arcing horns

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 2-3
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

AACSR
Item / Description Unit ACSR Conductor
Conductor
- Power frequency (50 Hz) withstand Voltage kV
• Dry one minute kV
• Wet one minute kV
- Dry lightning impulse withstand Voltage

• 1.2/50 Positive wave kV


• 1.2/50 Negative wave kV
- Wet switching surge impulse voltage

• Positive wave(peak) kV
• Negative wave(peak) kV
- Dry impulse with stand Voltage

• Positive wave kV
• Negative wave kV

- Wet impulse flashover of complete set

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 2-4
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

AACSR
Item / Description Unit ACSR Conductor
Conductor
• Positive wave (peak) kV
• Negative wave(peak) kV
- Minimum corona extinction voltage under dry condition kV (rms)
- Maximum Voltage distribution across any disk line to
earth voltage
%

- Whether complete drawings of insulator string


assemblies are submitted with Tender
Yes/No

- Whether insulator string assemblies are complete in


every respect
Yes/No

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 2-5
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Requirement Bidder's Offer


Item / Description Unit ACSR AACSR ACSR ACSR AACSR ACSR
Bison Bison BEAR Bison Bison BEAR

2.3 Guaranteed Technical Particulars for Hardware and Fittings for


Conductors

- Conductor type ACSR Bison

- Tension clamp

• Maker’s name

• Type of clamp

• Breaking strength N

• Slipping strength N

• Whether dimensional drawings


submitted
- Suspension clamp

• Maker’s name

• Type of clamp

• Breaking strength N

• Slipping strength N

• Whether dimensional drawings


submitted

- Tension joint

• Maker’s name

• Type (single or two piece)

• Tension strength N

• Sipping strength N

• Whether dimensional drawing


submitted

- Repair sleeve

• Maker’s name

• Type

• Whether dimensional drawing

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 2-6
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's Requirement Bidder's Offer


Item / Description Unit ACSR AACSR ACSR ACSR AACSR ACSR
Bison Bison BEAR Bison Bison BEAR
submitted

• Dimensions

- Vibration damper

• Maker’s name

• Type

• Maker’s name

• Type

• Weight kg

• Type of attached to conductor

• Whether dimensioned drawing


submitted

• Whether all details of arcing


horns and all other fittings and
hardware are submitted with the
Bid

• Whether all fitting supplied are:

• Suitable for the specified insulator


disk units

• Complete in all respect

• Galvanized

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 2-7
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
GSW OPGW GSW OPGW
2.4 Guaranteed Technical Particulars for Hardware and Fittings
for Earthwire
- Type of earth wire

- Tension joint

• Maker’s name

• Type of clamp

• Tensile strength N
• Breaking strength N
• Sipping strength N
• Whether dimensioned drawing
submitted

- Suspension clamps:

• Maker’s name

• Type

• Material

• Breaking strength N
• Sipping strength N
• Whether dimensioned drawing
submitted
- Tension clamps:

• Maker’s name

• Type

• Material

• Tensile strength N
• Sipping strength N
• Whether dimensioned drawing
submitted

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 2-8
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
GSW OPGW GSW OPGW
- Repair sleeves

• Maker’s name

• Type

• Whether dimensioned drawing


submitted

- Vibration damper

• Maker’s name

• Type

• Weight kg
• Type of attachment to wire

• Whether dimensioned drawing


submitted

- Details of shackles and other fittings and


hardware to be submitted with the bid

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 2-9
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1T

Transmission Lines

Technical Data Sheets (TDS)


CHAPTER 3: TOWERS (DESIGN & SUPPLY) AND CONSTRUCTION OF
TRANSMISSION LINES

Table of Contents

3. towerS (DESIGN AND SUPPLY) and construction of Transmission lines .......... 1


3.1 Assumed Maximum Working Conditions .......................................................................................... 1

3.2 Minimum Factors of Safety at Assumed Maximum Simultaneous Working Loads .......................... 2

3.3 Line Conductors ................................................................................................................................. 2


3.3.1 ACSR Bison ______________________________________________________________________ 2
3.3.2 AACSR Bison ____________________________________________________________________ 4
3.4 Earthwire ............................................................................................................................................ 5
3.4.1 Fibre Optical Earth wire (OPEW) _____________________________________________________ 5
3.4.2 Galvanized Steel Earth wire (GSW) ____________________________________________________ 6
3.5 Tower Design Particular ..................................................................................................................... 7
3.5.1 Lattice Steel Tower Design Particular __________________________________________________ 7
3.6 Types of Tower................................................................................................................................. 10
3.6.1 Types of Insulator Sets _____________________________________________________________ 10
3.7 Foundation of Design ....................................................................................................................... 12
3.7.1 Foundation Design Particular (Concrete) _______________________________________________ 12

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

3. TOWERS (DESIGN AND SUPPLY) AND CONSTRUCTION OF


TRANSMISSION LINES

Employer's
Item / Description Unit Requirement Bidder's Offer

3.1 Assumed Maximum Working Conditions

- Minimum temperature of conductor and 0C

earthwires

- Maximum temperature of conductor and 0C

earthwires

- Everyday temperature of conductors and 0C

earthwires

- Wind pressure per square meter on


projected area of conductors, earthwires
and insulator sets

• All loading cases except erection N/m2

• Loading cases erection N/m2

- Wind pressure per square meter on


projected area of members of one face
of tower
• All loading cases except erection N/m2

• Loading cases erection N/m2

- Mass of Disc insulator String for ACSR


Bison Conductor
• Single Suspension string, jumper string, kg

• Double Suspension string kg

• Single Tension string kg

• Double Tension string kg


- Mass of Disc Insulator String for AACSR kg
Bison Conductor
• Double Tension string kg

- Site altitude above sea level m

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-1
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

3.2 Minimum Factors of Safety at Assumed Maximum Simultaneous


Working Loads
- Steel towers, based on elastic limit of
tensioning members and on crippling
strength of compression members:
• Worst normal working condition
• Exceptional condition (unbalanced
load/broken wire)
• Construction and maintenance
conditions

- Foundations against overturning and


uprooting:

• Worst normal working condition


• Exceptional condition (unbalanced
load/broken wire)
• Construction and maintenance
conditions

- Insulators and fittings:

• Everyday working condition

• Worst normal working condition


• Exceptional condition (unbalanced
load/broken wire)
(All fittings shall at least have the same ultimate
strength as that of the insulators)

- Conductors and Earth wire:


- Ultimate loads under maximum wind at
minimum temperature, referred to UTS

3.3 Line Conductors

3.3.1 ACSR Bison

- COMPLETE LINE CONDUCTOR

• Number of conductors per phase

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-2
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- EACH SINGLE CONDUCTOR:

- Code name

- Appropriate IEC Recommendation

- Materials of conductors

- Number of diameters of wire:

• Aluminium

- Minimum stress of steel at 1 per cent N/mm2


elongation

- Overall diameter of conductor mm

- Mass of conductor per kilometre Kg/km


- Stringing tension of conductor in still air N
at +320 C, basis for sag calculations,
initial tension
- Final tension of conductor in still air at N
+32°C not to exceed
- Final tension of conductor in still air at N
O0C not to exceed
- Maximum working tension of downlead N
conductor
- Maximum working tension of conductor
(contractor to fill):
- At erection at 320C in still air N

- At full wind at 320C N


- Maximum working tension, 0 wind, 00C N

- Rated breaking strength of conductor N

- Assumed equivalent modulus of


elasticity of conductor

• Initial: MPa

• Final: MPa
- Assumed equivalent coefficient of linear per 0C
expansion of conductor
- Permanent elongation due to creepage m/m

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-3
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

3.3.2 AACSR Bison

- COMPLETE LINE CONDUCTOR

• Number of conductors per phase

- EACH SINGLE CONDUCTOR:

- Code name

- Appropriate IEC Recommendation

- Materials of conductors

- Number of diameters of wire:

• Aluminium

- Minimum stress of steel at 1 per cent N/mm2


elongation

- Overall diameter of conductor mm

- Mass of conductor per kilometre Kg/km


- Stringing tension of conductor in still air N
at +320 C, basis for sag calculations,
initial tension
- Final tension of conductor in still air at N
+32°C not to exceed
- Final tension of conductor in still air at N
O0C not to exceed
- Maximum working tension of downlead N
conductor
- Maximum working tension of conductor
(contractor to fill):
- At erection at 320C in still air N

- At full wind at 320C N


- Maximum working tension, 0 wind, 00C
N
- Rated breaking strength of conductor N

- Assumed equivalent modulus of


elasticity of conductor

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-4
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
• Initial: MPa

• Final: MPa
- Assumed equivalent coefficient of per 0C
linear expansion of conductor
- Permanent elongation due to creepage m/m

3.4 Earthwire

3.4.1 Fibre Optical Earth wire (OPEW)

- Appropriate Standard

- Material of conductor

- Cross-section mm2

- Number of diameters of wire mm

- Number of diameters of conductor mm

- Mass of conductor per kilometre Kg/km

- Final tension of conductors in still air at


200C not to exceed N

- Final tension of conductors in still air at


50C not to exceed N

- Maximum working tension of earth


conductor downlead N

- Maximum working tension of conductor


(contractor to fill):

- At erection at 320C in still air N

- At full wind at 320C N

- Maximum working tension, 0 wind, 00C N

- Rated breaking strength of conductor N


- Assumed equivalent modulus of
elasticity of conductor

• Initial: MPa

• Final: MPa

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-5
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
- Assumed equivalent coefficient of per 0C
linear expansion of conductor
- Permanent elongation due to creepage m/m

3.4.2 Galvanized Steel Earth wire


(GSW)

- Appropriate Standard

- Material of wire

- Cross-section mm2

- Number of diameters of wire mm

- Overall diameter of wire mm

- Mass of conductor per kilometre Kg/km


- Final tension of conductors in still air at
200C not to exceed N

- Final tension of conductors in still air at


50C not to exceed N

- Maximum working tension of earth


conductor downlead N

- Maximum working tension of conductor


(contractor to fill):

- At erection at 320C in still air N

- At full wind at 320C N

- Maximum working tension, 0 wind, 00C N

- Rated breaking strength of conductor N


- Assumed equivalent modulus of
elasticity of conductor

• Initial: MPa

• Final: MPa
- Assumed equivalent coefficient of per 0C
linear expansion of conductor
- Permanent elongation due to creepage m/m

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-6
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer

3.5 Tower Design Particular

3.5.1 Lattice Steel Tower Design


Particular
- Maximum working tension of
conductors for purposes of tower
design and application:
• ACSR Bison Conductors per phase N

• AACSR Bison conductor per phase N

• Optical Earth wire OPGW N

• Galvanized steel wire N

• Down leads ACSR Bison conductor,


per phase N

• Down leads AACSR Bison conductor,


per phase N

• Down leads Fibre Optical ground wire


(OPGW) N

• Down leads Galvanized Steel Earth


Wire (GSW) N

- Maximum working uplift per phase


ACSR for tension tower design N

- Maximum working uplift per phase


ACSR for tension tower design N

- Maximum working uplift per earth wire


for tension tower design N

- Earth wire maximum protected angle


form vertical at the tower attachment
point degree

- Min. clearance between live metal and


earthed tower steelwork:

• By still wire and 200 swing mm

• By maximum wind load, 550 swing out mm


- Insulator suspension set, allowable
swing out angle by maximum wind degree

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-7
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
load

- Jumper loop, allowable maximum


swing out angle by maximum wind
load degree

- Quality of steel in structure (contractor


to fill):

• Relevant standards

Mild steel N/mm2

High tensile steel N/mm2

• Maximum yield stress

Mild steel N/mm2

High tensile steel N/mm2

• Maximum elongation of breaking

Mild steel N/mm2

High tensile steel N/mm2

• Modulus of elasticity

Mild steel N/mm2

High tensile steel N/mm2

• Quality of steel in nut and bolt

Minimum yield stress Kg/cm2

Relevant standards

Minimum breaking stress Kg/cm2

- Minimum ratios of slenderness


assumed in design:

• Compression members:

Main members, leg members, cross


arm

Stressed bracings

Unstressed bracing, redundant

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-8
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
• Tension members:

Minimum thickness of members


Legs and main compression members
in cross-arm and shield wire peak
(open/closed section) Mm

- Other members (open/closed section) Mm

- Redundant members (open/closed


section) Mm

Gusset plates Mm

- Minimum bolt diameter Mm

- Minimum thickness of members for


which holes are drilled Mm

- Maximum thickness of members for


which holes punched Mm

- Minimum zinc coating

• For members g/m2

• For bolts and nuts g/m2

Whether markings stamped before


galvanising

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 3-9
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Item / Description Unit DA DB DC DD

3.6 Types of Tower

3.6.1 Types of Insulator Sets Suspension Tension Tension Tension

- Minimum ground clearance distance of conductor at metres


800C, level ground, accessible to pedestrians only
- Maximum angle of deviation degree

- Design span length metres

- Sag of conductor in design span at 800C metres

- Height above ground of conductor cross arm metres

- Height of earth wire above conductor metres

- Overall standard tower height metres

- Horizontal spacing between phases metres

- Horizontal distance from tower centre line of outer metres


insulator attachment
- Overall tower base dimensions at ground level (+9m metres
BE)

- Mass of complete standard tower above ground line Kg

• 3.0 m extended tower metres

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 3-10
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Item / Description Unit DA DB DC DD


• 6.0 m extended tower metres
- Maximum transverse overturning moment at ground kNm
level of standard height tower

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 3-11
REPUBLIC OF NEPAL CONTRACT 2 - MECHANICAL & ELECTRICAL EQUIPMENT
Employer: Tamakoshi-V Hydroelectric Project AND TRANSMISSION LINES
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

Employer's
Item / Description Unit Requirement Bidder's Offer
3.7 Foundation of Design

3.7.1 Foundation Design Particular


(Concrete)

- Maximum ultimate stresses allowable in


concrete for foundation design

• Tensile stress for design kN/m2

• Bond stress, galvanized steel/concrete kN/m2

• Bearing stress kN/m2

• Punching share stress kN/m2

• 28-day strength of concrete

- Maximum angle between base and side of Degree


a pyramidal part of concrete foundation

- Minimum proportion of stub load to be %


allowed for in design of stub flats

(Place and Date) (Signature)

Dolsar Engineering Inc. Co.


October 2023 Page IV-2T / 3-12
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2
ELECTRO-MECHANICAL EQUIPMENT AND
TRANSMISSION LINES WORKS

Section IV, ANNEXURE-3, Volume 1T

Transmission Lines

Technical Data Sheets (TDS)


CHAPTER 4: MISCELLANEOUS MATERIALS, HARDWARE AND
FITTINGS

Table of Contents

4. MISCELLANEOUS MATERIALS, HARDWARE AND FITTINGS ............................. 1


4.1 General Particulars and Guarantees, Grounding Materials ................................................................ 1

4.2 General Particulars and Guarantees, Flexible Copper Bond .............................................................. 2

4.3 General Particulars and Guarantees, Vibration Dampers for ACSR and AACSR Bison Conductors3

4.4 General Particulars and Guarantees, Vibration Dampers for Optical Ground Wire (OPGW) ........... 4

4.5 General Particulars and Guarantees, Bundle Spacers for ACSR and AACSR Bison Conductors .. 5

4.6 General Particulars and Guarantees, Rigid Jumper Spacers for ACSR and AACSR Bison
Conductors ......................................................................................................................................... 6

TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 4-i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets

4. MISCELLANEOUS MATERIALS, HARDWARE AND FITTINGS

Employer's
Item / Description Unit Requirement Bidder's Offer
4.1 General Particulars and Guarantees, Grounding Materials

- Counterpoise Cable

• Appropriate Standard

• Material of Counterpoise Cable

• Number of diameter of wires mm

• Overall diameter mm

• Weight kg/km

• Length of drum m

• Gross weight per drum kg

- Clamp or lug including bolt for connection


to tower steel

• Maker’s name

• Type

• Hole in diameter for attachment

• Suitable for conductor diameter

• Whether dimensioned drawing submitted

- Parallel groove clamps for counterpose


Tee joints

• Maker’s name

• Type

• Whether dimensioned drawing submitted


- Single to twin connector

• Maker’s name

• Type

• Whether dimensioned drawing submitted

- Earthing Rods

• Maker’s name

• Type

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 4-1
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Employer's
Item / Description Unit Requirement Bidder's Offer
• Material

• Diameter mm

• Length mm

• Whether dimensioned drawing submitted


- Clamp for connecting counterpoise to
earthing rods

• Maker’s name

• Type

• Material

• Is the clamp suitable to the proposed


earthing rod

• Whether dimensional drawing submitted

Bidder's Offer
Employer's (Guaranteed
Item / Description Unit Requirement Value)
4.2 General Particulars and Guarantees, Flexible Copper Bond

- Name & address of Manufacturer


- Drawing enclosed YES / NO

- Star ding

- Cross sectional area mm2


- Minimum copper equivalent area mm2

- Length of copper cable mm

- Material of cable lugs


- Bolt size

• Diameter mm

• Length mm

- Resistance ohm

- Total weight of flexible copper bond kg

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 4-2
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Bidder's Offer
Employer's (Guaranteed
Item / Description Unit Requirement Value)
4.3 General Particulars and Guarantees, Vibration Dampers for ACSR
and AACSR Bison Conductors

- Name & address of the Manufacturer


- Drawing enclosed

• Design drawing YES/NO

• Placement chart YES/NO

- Suitable for conductor size mm

- Total weight of one damper kg

- Diameter of each damper mass mm

- Length of each damper mass mm

- Weight of each damper mass kg

- Material of damper masses

- Material of clamp
- Material of stranded messenger cable

- Number of strands in stranded


messenger cable

- Lay ratio of stranded messenger cable

- Minimum ultimate tensile strength of kg/mm2


stranded messenger cable

- Sip strength of stranded messenger kN


cable (mass pu1 off)
- Resonance frequencies right left

• First frequency Hz

• Second frequency Hz

- Designed clamping torque kg.m

- Slipping strength of damper clamp

• Before fatigue test kN

• After fatigue test kN

- Magnetic power loss per vibration Watts


damper watts for 600 amps, 50 Hz
Alternating Current
- Minimum corona Extinction voltage kV kV

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 4-3
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Bidder's Offer
Employer's (Guaranteed
Item / Description Unit Requirement Value)
(rms) under dry condition
- Radio Interference Voltage at 1 MHz for µV
phase to earth voltage of 154 kV (rms)
Microvolts under dry condition
- Percentage variation in reactance after %
fatigue test in comparison with that.
before fatigue test

- Percentage variation in power %


dissipation after fatigue test in
comparison with that before fatigue test

4.4 General Particulars and Guarantees, Vibration Dampers for


Optical Ground Wire (OPGW)

- Name and address of Manufacturer

- Drawing enclosed

• Design drawing YES/NO

• Placement chart YES/NO

- Suitable for earth wire size mm

- Total weight of one damper kg

- Diameter of each damper mass mm

- Length of each damper mass mm

- Weight of each damper mass kg

- Material of damper mass kg

- Material of clamp
- Material of stranded messenger cable

- Number of strands in stranded


messenger cable-

- Layout ratio of stranded messenger


cable

- Minimum ultimate tensile strength of


kg mm2
stranded messenger cable

- Sip strength of stranded messenger


cable( mass pull off)
- Resonance frequency

• First frequency HZ

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 4-4
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Bidder's Offer
Employer's (Guaranteed
Item / Description Unit Requirement Value)
• Second frequency HZ

- Designed clamping torque Kg.m

- Sipping strength of damper clamp

- Before fatigue test KN

- After fatigue test KN

- Percentage variation in reactance after


fatigue test in comparison with that Watts
before fatigue
- Percentage variation in power
dissipation after fatigue test in kV
comparison with that before fatigue test

4.5 General Particulars and Guarantees, Bundle Spacers for ACSR


and AACSR Bison Conductors

- Name and address of Manufacturer

- Drawing enclosed

- Design drawing YES/NO

- Placement chart YES/NO

- Suitable for conductor size mm


- Material/Manufacturing process of
component parts
Material Manufacturing Process

- Insert

- Main Body

- Retaining rods

- Types of alloy used


- Number of retaining rods used for each No
spacer
- Diameter mm

- Length mm

- Weight Kg

• Contractor

• Type

• Moulded on insert

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 4-5
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Bidder's Offer
Employer's (Guaranteed
Item / Description Unit Requirement Value)
• Shore hardness

• Thickness on insert mm

• Temp. range for which designed ˚C


- Minimum Ultimate tensile strength of the
spacer

• Compressive load kN

• Tensile load kN

- Weight of spacer kg

- Design clamping torque (applicable) kg.m

Before After
Vibration Vibratio
n
- Sipping strength of spacer clamp kN

- Magnetic Power loss per spacer for 660 Watts


Amps, 50 HZ Alternating Current
Maximum Minimu
m

- Electrical resistance of elastomer ohm


cushioned spacer
- Minimum corona Extinction voltage kV
kV(rms) under dry condition

- Ratio interference Voltage at 1 MHZ for µV


phase to earth voltage of 154kV (rms)
Microvolts under dry condition

4.6 General Particulars and Guarantees, Rigid Jumper Spacers for


ACSR and AACSR Bison Conductors

- Name and address of Manufacturer

- Drawing enclosed

• Design drawing YES/NO

• Placement chart YES/NO

- Suitable for conductor size mm


- Material/Manufacturing process of
component parts
• Clamp

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 4-6
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES WORKS
Tender Documents: Section IV
TAMAKOSHI V HYDROELECTRIC PROJECT Bidding Forms: Technical Data Sheets
Bidder's Offer
Employer's (Guaranteed
Item / Description Unit Requirement Value)
• Main Body
- Weight kg

• Contractor

• Type

• Moulded on insert

• Shore hardness

• Thickness on insert mm

• Temp. range for which designed ˚C

- Minimum Ultimate tensile strength of the


spacer

• Compressive load kN

• Tensile load kN

- Weight of spacer kg

- Design clamping torque ( if applicable) kg.m

- Sipping strength of spacer clamp kN

- Magnetic Power loss per spacer for 660


Watt
Amps, 50 HZ Alternating Current
- Maximum Minimu
m

- Electrical resistance of elastomer


ohm
cushioned spacer

- Minimum corona Extinction voltage


kV (rms)
kV(rms) under dry condition

- Ratio interference Voltage at 1 MHZ for


phase to earth voltage of 154kV (rms) µV
Microvolts under dry condition

(Place and Date) (Signature)


TAMAKOSHI V HYDROELECTRIC PROJECT Page IV-1T / 4-7
REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

TAMAKOSHI V HYDROELECTRIC PROJECT

CONTRACT 2

Electro-Mechanical
Equipment and Transmission Lines

Annexure 4
Operation and Maintenance (O&M)
Services Requirements

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -i


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

1. Relationship of the Parties

The Contractor shall be retained by the Employer to operate, maintain and manage the Project on
behalf of the Employer, in accordance with Prudent Utility Practice and the requirements of the
Project Contract. The Employer shall delegate to the Contractor overall responsibility for operating,
maintaining and managing the Project to ensure that the Project is available to produce electric
energy for sale by the Employer and meets all requirements under the Project Contracts. Neither
the Contractor nor any of its employees, subcontractors or agents shall be deemed to have any other
status, except that Contractor is the agent of the Employer to the limited extent that the Contract
expressly grants the Contractor the authority to act on behalf of the Employer.

2. Commencement Date and Term for Operation and Maintenance Period

The Operation and Maintenance period shall be one (1) year starting from the date of issuance of
the Taking Over Certificate.

3. Definitions

“Procedures Manual” means a procedures manual that the Parties shall approve and which
includes procedures for (i) reporting and correspondence pursuant to the Contract, (ii) procurement
and contracting, and (iii) accounting, bookkeeping and record-keeping. The Procedures Manual shall
govern the covered activities of the Contractor for the term of the Contract, subject to such revision
and amendment as agreed in writing by the Employer and the Contractor.

“Prudent Utility Practice” means (i) any of the practices, methods, and acts engaged in or
approved by a significant portion of the electric utility industry in the country and geographic region
where the Project is located during the relevant time period, or (ii) practices, methods and acts that,
in the exercise of reasonable judgment on the facts known (or that reasonably should have been
known) at the time a decision was made, could have been expected to accomplish the desired result
at a reasonable cost consistent with good business practices, reliability, safety and expedition.

“Services” has the meaning set forth in Section 4.

4. Services

4.1 Scope of Services the Contractor shall (i) operate, maintain and manage the Project on
behalf of the Employer (“Services”) and (ii) also perform the specific duties set forth in the
Contract if they are not otherwise required by the standards defined in Section 4.2.

4.2 Standards for Performance of the Services the Contractor shall perform the Services
required under the Contract, including those set forth in Appendix A, in a prudent,
reasonable, and efficient manner and in accordance with

(i) Operating Manuals, the Administrative Procedures Manual and applicable vendor
warranties,

(ii) the applicable Annual Project Operating Plan,

(iii) Prudent Utility Practices,

(iv) the requirements of any system.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -ii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

The Contractor shall use all reasonable efforts to optimize the Project’s useful life and
minimize Reimbursable Costs, Project outages, or another unavailability.

4.3 The Contractor's Personnel Standards the Contractor shall provide as reasonably
necessary all labour and professional, supervisory and managerial personnel as are
required to perform the Services. Such personnel shall be qualified to perform their
assigned duties and shall meet any requirements for the Project personnel under the Project
Contract.

Key Manpower Required for O&M (Operation & Maintenance)

Operations Technicians: These personnel will be responsible for the day-to-day operation
of the project, ensuring it functions according to the Operating Manuals and Annual Project
Operating Plan.

Maintenance Technicians: They will handle electrical and mechanical preventative and
corrective maintenance tasks, following vendor warranties and adhering to Prudent Utility
Practices.

Supervisors: They will oversee the work of technicians, ensuring adherence to procedures
and safety protocols.

Engineers: Depending on the project, engineers are needed for troubleshooting, technical
analysis, and optimization efforts.

Additional Roles (Depending on the Project):

Data Analysts/ Planning and Scheduling Specialists/Inventory Management Specialists:


They may be required to analyse operational data for performance optimization, creating
and managing maintenance schedules and handle spare parts and materials inventory for
maintenance needs.

4.4 Operating Records and Reports the Contractor shall maintain, at a location acceptable to
the Employer, the Project operating logs, records, and reports that document the operation
and maintenance of the Project, all in form and substance sufficient to meet the Owner's
reporting requirements under the Project Agreements. The Contractor shall maintain
current revisions of drawings, specifications, lists, clarifications and other materials related
to the operation and maintenance of the Project provided to the Contractor by the Employer
and vendors. The Contractor shall provide the Employer reasonably necessary assistance
in connection with the Employer's compliance with reporting requirements under the Project
Agreements, applicable Laws or any other agreement to which the Employer is a party
relating to the Project. Such assistance shall include providing reports, records, logs and
other information that the Employer may reasonably request as to the Project or its
operation.

4.5 Emergency Action If an emergency endangering the safety or protection of persons, the
Project, or property located near the Project occurs, the Contractor shall promptly notify the
Employer and take all necessary action to attempt to prevent or mitigate any such
threatened damage, injury or loss. The Contractor shall make reasonable efforts to
minimize any cost associated with remedial action in case of such an emergency.

4.6 Action in Extraordinary Circumstances In the event that

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -iii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

(A) the Project or major Project equipment suffers an unplanned outage (or the Contractor
reasonably believes that such an occurrence is imminent), and

(B) the Contractor has made reasonable, but unsuccessful, efforts to notify and
communicate with the Employer regarding such occurrence or imminent occurrence
in accordance with the terms of the Contract, then The Contractor shall

(i) take all necessary action to prevent or to mitigate such unplanned outages,

(ii) make reasonable efforts to minimize any cost associated with such remedial
action,

(iii) continue to attempt to notify and communicate with the Employer regarding the
occurrence and the remedial action.

5. Procedures Plans and Reporting

5.1 Operating Data and Records the Contractor shall monitor and record all operating data
and information that (i) The Employer must report to any person or entity under any Project
Agreement, (ii) The Employer must report to any government agency or other person or
entity under applicable Laws and (iii) The Employer reasonably requests. The Contractor
shall report required or requested operating data and information to the Employer as
specified by the Employer to support invoicing under the Project Contract, and within 15
Business Days following a request by the Employer. Operating data to be reported include
information from operating logs, meter and gauge readings and maintenance records.

5.2 Accounts and Reports the Contractor shall cooperate with the Employer in complying with
reporting requirements set forth in the Project Contract and shall, during the term of the
Contract, furnish or cause to be furnished to the Employer the following reports concerning
the Project operations and the Services:

(a) Monthly Reports Within ten (10) Business Days following the last day of each
calendar month, the Contractor shall submit: (i) a progress report, in detail acceptable to
the Employer, covering all activities during such month with respect to operations and
maintenance (including information regarding the amount of electric energy generated,
hours of operation, heat rate, availability, outages, accidents and emergencies), capital
improvements, labour relations, other significant matters, and Services. The monthly
report shall include a comparison of such items to the corresponding values for the
preceding month, a listing of any significant operating problems along with immediately
planned remedial actions, and a brief summary of major activities planned for the next
reporting period.

(b) Litigation, Permit Lapses Upon obtaining knowledge thereof, the Contractor shall
promptly notify the Employer in writing of: (i) any event of default under any of the Project
Contract; (ii) any litigation, claims, disputes or actions, threatened or filed, concerning
the Project or the Services; (iii) any refusal or threatened refusal to grant, renew or
extend (or any action pending or threatened that might affect the granting, renewal or
extension of) any license, permit, warranty, approval, authorization or consent relating
to the Project or the Services; and (iv) any dispute with any governmental authority
relating to the Project or the Services.

(c) Other Information the Contractor shall promptly submit to the Employer any material
information concerning new or significant aspects of the Project's activities and, upon

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -iv


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

the Employer's request, shall promptly submit any other information concerning the
Project or the Services.

5.3 Additional Communications the Contractor shall communicate certain additional events
specified in Appendix C to the Employer and third parties in accordance with the
communication protocols set forth in Appendix C to this Requirements.

5.4 Training of Key Manpower (On-the-Job Training):

The following approaches shall be used for on-the-job training of O&M staff. The staff category shall
be as in Section 4.3 Key Manpower.

Mentorship Programs: Pair experienced personnel with new hires for hands-on learning and
knowledge transfer.

Job shadowing: Allow new hires to observe experienced personnel performing their tasks.

Rotation Programs: Rotate personnel across different O&M functions to provide broader experience.

Equipment-specific training: Provide vendor-authorized training for specific equipment used in the
project.

Technical workshops: Conduct workshops to provide in-depth training on technical aspects of the
project and relevant industry standards.

5.5 Simple O&M Training Plan to Avoid Cost Inflation:

Leverage existing resources: Utilize internal trainers, manufacturer training materials, and online
resources whenever possible.

Develop a standardized training curriculum: Define training modules, schedules, and assessment
methods for different O&M roles.

Phased Training Approach: Prioritize initial training on core operational and maintenance tasks, with
follow-up training for advanced skills.

Focus on Efficiency: Design training programs to be efficient and focused, minimizing unnecessary
repetition.

Utilize On-the-Job Learning: Encourage knowledge transfer through mentorship and job shadowing
opportunities.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -v


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

6. Project Condition at the End of Operation and Maintenance Stage

Upon expiration of the Operation and Maintenance Stage or termination of the Contract, the
Contractor shall remove its personnel from the Project. The Contractor shall leave the Project in as
good condition as it was on the Taking Over date, normal wear and tear and casualty shall be
accepted. All special tools, improvements, inventory of supplies, spare parts, safety equipment,
Operating Manuals and Procedures Manuals, operating logs, records and documents maintained by
the Contractor pursuant to Section 4.4 and any other items furnished under the Contract will be left
at the Project and will become or remain the property of the Employer without additional charge. The
Employer shall also have the right, in its sole discretion, to assume and become liable for any
contracts or obligations that the Contractor may have undertaken with third parties in connection
with the Services. The Contractor shall cooperate in taking all reasonable steps requested by the
Employer required to affect the assumption of the contracts, provided that the Employer agrees to
indemnify and hold harmless the Contractor for all liabilities arising out of events and obligations
arising from the assumption of the Contract rights and obligations after the date of any such
assumption. The Contractor shall use commercially reasonable efforts to cooperate with the
Employer or a succeeding Contractor to assure that the operation, maintenance and management
of the Project are not disrupted.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -vi


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

APPENDIX A

SCOPE OF SERVICES
The Contractor shall perform each of the Services listed in this Appendix A in accordance with the
standards required under Section 4 of this Requirement.

I. Programs

In addition to those responsibilities described in this Requirements, the Contractor shall be


responsible for the establishment and implementation of the following programs, standards and
procedures, which require the Employer’s approval and which are included in the "Services" to be
provided by the Contractor.

i. The program for establishing specific operating goals for each functional Project area, for
managing resources to minimize personnel turnover, and for qualifying personnel, to operate
and maintain the Project (including the basis for qualification of personnel).

ii. The program for communicating and cooperating with the Employer and any Governmental
Agencies.

iii. The Project management standards for conduct of operations, Project safely, conduct of
maintenance, housekeeping, material condition, and records management.

iv. The program for preparing supporting documentation, meter readings and information
necessary to accurately prepare, justify and support invoice(s) in accordance with the terms
and conditions of the Project Contract.

v. Developing the procedures used to operate the Project as well as monitoring, evaluating,
and proposing revisions to such procedures.

vi. The Project operations and monitoring program provides the requirements for:
a. Monitoring of Project Performance
b. Monthly Project Performance Calculations and Report
c. Monthly Fuel Consumption Calculations and Report
d. Project Permitting and Environmental Reporting
e. Shift Routines / Operating Practices
f. Control of Equipment
g. Project Chemistry Control and Water Treatment
h. Training Programs
i. Operator Qualifications
j. Operating Procedures
k. Status of Major Equipment
vii. The maintenance program provides the requirements for:
a. Maintenance Planning
b. Maintenance Procedures
c. Preventive Maintenance
d. Predictive Maintenance
e. Maintenance Training

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -vii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

viii. The materials management program provides the requirements for:


a. Procuring Materials and Tools
b. Inventory Levels and Control
c. Renewal of Inventories
ix. The diagnostic testing program for maintaining the Project and Project equipment, including
both system and component-level testing.

x. The housekeeping/cleanliness program provides the requirements for:


a. Hazardous Material Control
b. General Project Cleanliness
c. Equipment Condition Inspections
d. Hazardous Waste Program
xi. The problem assessment program provides the procedure for determining the cause(s) of
operational or equipment failures and preventing future failures through recommended
improvements, including justifications for such recommendations (i.e., the basis of
recommendation and economic analysis).

xii. The records management program for maintaining the traceability and documentation of
Project performance.

xiii. The Project safety program provides the requirements for establishing:
a. Safety Monitoring
b. Accident Prevention Program
c. Accident Reporting
xiv. Monthly reporting systems of Project performance to the Employer.

xv. The security program for maintaining the security of the Project and surrounding area.

II. Specific Requirements

The Contractor's scope of Services is based on the Project design as described in certain of the
Project Contract, the Project Operating Manuals, vendor manuals and design drawings. The
Contractor will prepare the Annual Project Operating Plan, which, in part, will define the operations
procedural requirements for the Project to meet the requirements of the Project Contract. The
Contractor, as part of the Services, is responsible for:

i. Providing such trained personnel as is reasonably necessary to operate and maintain the
Project and provide the Services set forth in this Requirement.

ii. Operating and maintaining the Project in accordance with the approved Annual Project
Operating Plan.

iii. Submitting the Annual Project Operating Plan established on a monthly basis not later than
ninety (90) days prior to the Operation and Maintenance Stage to the Employer. The
proposed annual plan shall set forth, in detail acceptable to the Employer,
• anticipated operations, repairs and capital improvements,
• maintenance, outage and overhaul schedules,
• planned procurement (including equipment, spare parts, and consumable
inventories),

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -viii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

• labour activities (including staffing, and holidays),


• administrative activities, and
• other work proposed to be undertaken by the Contractor.
Any actions to be performed by the Contractor under the proposed annual operating plan
shall be consistent with the Contractor's obligations set forth in this Requirement. The
Employer will review and approve the Annual Project Operating Plan.

iv. Planning and managing on-site operations and maintenance activities, including:

1. Assuring that operational goals and operating plans are consistent with the Annual
Project Operating Plan.

2. Assuring that the Project is operated in accordance with this Requirement and in a safe,
reliable, efficient, and prudent manner.

3. Assuring that operations and maintenance personnel are trained and qualified for their
assigned responsibilities and tasks and that such qualification is maintained.

4. Assuring that the Project meets contract, regulatory, and environmental requirements
set forth in the Project Contract or otherwise identified by the Employer.

5. Planning, scheduling and managing work and maintenance activities.

6. Defining and documenting operational technical requirements.

7. Defining and delineating responsibilities between the Contractor and the Employer and
identifying reporting requirements.

8. Establishing labour relations and personnel programs that will meet state and state
requirements and encourage employee retention.

9. Maintaining a current inventory of materials and procuring all services, spare parts,
operational materials, consumables, office equipment, tools and shop equipment, or any
other items or materials required to operate or maintain the Project. The cost of any item
or service shall be reimbursed by the Contractor in accordance with this Requirement
and Contract.

10. Controlling outages, both planned and unplanned, by using detailed and integrated plans
and schedules, and resource management.

11. Maintaining the Project performance levels by using routine system and component
performance testing.

12. Maintaining a file of preplanned outage-related work to allow for efficient use of any
forced outage downtime.

13. Establishing open purchase orders or contract agreements with Project equipment
vendors, industrial suppliers, jobbers, and maintenance contractors in accordance with
Project Agreements to ensure timely response to Project maintenance needs.

14. Promptly notify the Employer in writing of any teardowns and overhauls of major
equipment or capital improvements that the Contractor believes are necessary or

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -ix


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

advisable together with a proposed schedule for completing such repairs or


improvements.

v. Performing certain tasks, duties, responsibilities and obligations assigned to the Employer
under the Interconnection Agreements, including, but not limited to, the following:

1. Performing routine surveillance of all equipment routinely used to communicate with the
System Operator.

2. Notifying the System Operator of any routine maintenance activities which will require
clearance from the System Operator.

3. Providing the System Operator and the Employer's Customers with all required
information regarding the Project's availability.

4. Responding to dispatch orders from the System Operator and the Employer's
Customers.

5. Monitoring and adjusting the reactive output of the generators to maintain transmission
voltage levels within the capability of the Project's generators.

6. Responding to and correcting generator dynamic instability in accordance with


instructions from the System Operator.

vi. Execution or oversight of routine Preventive Maintenance ("PM") activities in accordance with
Prudent Utility Practice, including, without limitation:
1. Lubrication Checks
2. Cleaning / Flushing
3. Preservation
4. Fluid Changes and Replacement
5. Visual Inspections
6. Operational Monitoring
7. Vibration Analysis
8. Chemical Analysis (water testing)
9. Trend Analysis
10. Calibration
11. Measurements
12. Adjustments
13. Hydrostatic Tests
14. Lube Oil Analysis (sampling only)
15. Replacement of Wear / Sacrificial Parts
16. Resistance Testing

vii. Execution or oversight of routine Corrective Maintenance ("CM") activities in accordance with
Prudent Utility Practices to troubleshoot, inspect, and repair the equipment upon identification
and detection of certain conditions, including without limitation:

1. Physical fault conditions such as:


a. Blocked/stopped flow
b. Fractures/break/breaches

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -x


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

c. Cracks
d. Distortion/displacement
e. Corrosion/discoloration
2. Out-of-specification conditions such as:
a. High/low flow, pressure, temperature, or chemistry
b. Off voltage
c. Out of limits/adjustments
d. Erratic output
e. Intermittent/spurious operation
f. Failure to control/hold
g. High/low output
h. Improper timing
3. Demand fault conditions such as failure to:
a. Start/run/operate
b. Stop
c. Open
d. Close
e. Move/release/respond
4. Abnormal characteristics such as:
a. Overheating
b. Noise
c. Vibration
d. Chatter
e. False response
5. Leakage conditions such as:
a. Leakage to the surrounding environment
b. Leakage past seats/stems/packing/seals
CM activities not requiring equipment shutdown shall be performed as soon as possible and
in order of priority. CM activities requiring equipment shutdown shall be performed when
equipment is removed from service.

viii. The PM and CM activities will be inventoried and performed on a system-by-system basis
and shall apply to the following equipment types:
a. Circuit Breakers (all types)
b. Batteries (all types)
c. Electric Heaters
d. Heat Tracing
e. Blowers
f. AC Motors (synchronous / induction)
g. DC Motors (synchronous / induction)
h. Valves (all types)
i. Valve Operators (air / motor / hydraulic)
j. Control Relays (AC / DC)
k. Transformers
l. Controllers
m. Recorders
n. Transmitters
o. Switches (all types)

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -xi


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

p. Dampers
q. Fans / Compressors
r. Heat Exchangers
s. Radiators
t. Pumps
u. Filters / Strainers
v. Air Dryers
w. Tanks / Vessels
x. Pipe / Pipe Fittings / Pipe Supports
y. Combustion Turbines
z. Generators
ix. Performing such other tasks and services which Owner may reasonably request from time
to time in connection with operation of the Project.

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -xii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

APPENDIX B
REIMBURSABLE COSTS
All Reimbursable Cost items shall be paid by the Contractor

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -xiii


REPUBLIC OF NEPAL CONTRACT 2 – ELECTRO-MECHANICAL EQUIPMENT
Employer: Tamakoshi Jalvidhyut Company Ltd. AND TRANSMISSION LINES
Tender Documents: Section VI: Annexure 4
TAMAKOSHI V HYDROELECTRIC PROJECT Operation and Maintenance Services Requirements

APPENDIX C
NOTICE AND COMMUNICATION PROTOCOLS

[This Appendix of notification and communication protocols should incorporate any processes
beyond those defined in Section 5.3 for Notices required by the Requirement and for other
communications between the Employer and the Contractor. The protocols should include primary
and alternate contact information. The protocols should also define the procedures for the
Contractor's communication and dealings with certain third parties on the Employer's behalf, as may
be required under various other Project Contracts or if the Contractor is required to act as agent for
the Employer.]

TAMAKOSHI V HYDROELECTRIC PROJECT Page VI-Annexure 4 -xiv


SECTION-VI
Bill of Quantities
Notes for Unit Rate Contracts :
Objectives
The objectives of the Bill of Quantities are
(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in
different locations or in other circumstances which may give rise to different considerations of cost.
Consistent with these requirements, the layout and content of the Bill of Quantities should be as simple and
brief as possible.
Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of
measurement which have been adopted in the preparation of the Bill of Quantities and which are to be used
for the measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those parts of the
Works which by nature, location, access, timing, or any other special characteristics may give rise to
different methods of construction, or phasing of the Works, or considerations of cost. General items common
to all parts of the works may be grouped as a separate section in the Bill of Quantities.
Day work Schedule
A Day work Schedule should be included only if the probability of unforeseen work, outside the items
included in the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of rates
quoted by the Bidders, the Day work Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work
rates or prices are to be inserted by the Bidder, together with a statement of the conditions under which the
Contractor will be paid for work executed on a day work basis.
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as bid.
The rate to be entered by the Bidder against each basic Day work item should include the Contractor’s profit,
overheads, supervision, and other charges.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional
sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should
be provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums
often facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as
the future need arises. Where such provisional sums or contingency allowances are used, the Contract Data
should state the manner in which they will be used, and under whose authority (usually the Project Manager’
s).

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried forward, with
provisional sums for Day work, for physical (quantity) contingencies, and for price contingencies (upward
price adjustment) where applicable.

These Notes for Preparing Specifications are intended only as information for the Employer or the person
drafting the Bidding documents. They should not be included in the final documents.
Bill of Quantities
1 Provisional Sum
Procument Item Details

SL.
Item Description Unit Quantity Unit Rate(NPR) Amount(NPR)
No

1 Provisional Sum LS 1.0 0.0 0.00

2 Construction work
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Contract 2: Electro-Mechanical
Equipment
1 and Transmission Lines Works all LS 1.0
complete

Total of Procument Items


Total Item Price

VAT

Grand Total

You might also like