You are on page 1of 39

Power Transformer Procurement Contract No: 6457-P1

Lenoir City Utilities Board Date: August 28, 2017


Watt Road Substation Rev.: 00

WATT ROAD SUBSTATION

POWER TRANSFORMER PROCUREMENT

LENOIR CITY UTILITIES BOARD


Lenoir City, Tennessee

August 2017

P. Anthony Hanson
TN PE License # 22642
Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

TABLE OF CONTENTS

Section 1 - Invitation to Bid


Section 2 - General Requirements
Section 3 - Bid Form
Section 4 - Summary of Work
Section 5 - Technical Specification – 161kV Power Transformer

Exhibit A – STD005 – Standard Transformer Information System


STD009 – Power Transformer Communication
Transformer Monitor Input Map

Exhibit B – STD008 – Power Transformer Tank, Arrestor, and Neutral Grounding Details

Exhibit C – Existing Nameplate

Exhibit D – Substation General Arrangement

REVISION HISTORY

Rev. No. Date Description


00 08/28/2017 Draft issued for bid

TABLE OF CONTENTS Page 1 of 1


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

SECTION 1 - INVITATION TO BID


1.01 BID ITEMS
Lenoir City Utilities Board (Buyer) invites Bidders (Seller) to submit quotations for furnishing one
161.7-13.2kV 20/26.6/33.3//37.5 MVA power transformer without LTC for Watt Road Substation (Goods).
The contract generally consists of furnishing Goods with 5-year warranty, one set of spare parts, delivery
to the Point of Destination, testing, offloading and assembling Goods, and certification that Goods are ready
for energizing.
1.02 BID SUBMITTAL
A. Bids will be accepted at the address below until 2:00 pm local time on September 21, 2017.

Patterson & Dewar Engineers


1531 Hunt Club Blvd, Suite 200, Gallatin, TN 37066

B. Proposals must be clearly marked as bids and include “Bid for Power Transformer for Watt
Road Substation” on the exterior of the mailing package.

C. No bidder may withdraw a bid for a period of ninety (90) days after the date set for opening of bids.

1.03 INSTRUCTIONS TO BIDDERS


A. The contract generally consists of furnishing and delivering Goods to Watt Road Substation. Goods
are to be delivered to the Point of Destination by March 15, 2018. Offloading and assembly
shall be completed within 30 calendar days after Buyer’s written notice following acceptance of
delivery of the Goods. Bids should include Seller's best delivery date that is as close as possible to
the requested delivery time.

B. Quoted prices shall be FOB at the transformer pad at the substation site. Freight shall be allowed
and pre-paid. Seller has the responsibility of Goods during shipment. Title to the Goods and risk of
loss or damage shall remain with the Seller until the transformer is erected in acceptable condition
at the substation site. Escalated prices are not acceptable.

C. No bid security will be required to accompany bids.

D. Buyer is tax-exempt and will provide certificate upon request.

E. This project shall be subject to a liquidated-damages clause.

F. Seller shall provide Certificate of Insurance that lists Buyer and Engineer as additional insureds.

G. Buyer reserves the right to reject any and all bids and to waive any informality in bids. Buyer
reserves the right to award the bid to the lowest and best Bidder, as determined by the Buyer and
Engineer.

H. The Bidder shall provide all information requested. The Bidder shall take care to complete all
portions of the Bid documents and to provide all required submittals. Failure to comply may result
in the rejection of the bid.

I. If Seller recommends any changes or deviations from the documents, Seller shall describe the
change fully and furnish complete information so that Buyer can make a decision based upon the
alternative information provided. If these specifications call for material, equipment or
manufacturing procedures different from the manufacturer's standard, Seller shall clearly identify
all deviations or substitutions in this bid.

INVITATION TO BID Page 1 of 1


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

SECTION 2 – GENERAL REQUIREMENTS


1.01 SUMMARY OF WORK
Design, manufacture, assemble, and factory test Goods in accordance with attached technical
specifications. Deliver Goods F.O.B. to Points of Destination, offload, assemble and test. Provide a
manufacturer’s field service engineer to perform field services specified under the supervision and direction
of Buyer’s construction contractor. Buyer will furnish a construction contractor under a separate contract to
perform foundation and Sitework for which the Goods under this Contract are being furnished.

1.02 POINT OF DESTINATION


The Goods shall be delivered to the Point of Destination located at:

A. Watt Road Substation: 14224 Hickory Creek Rd, Lenoir City, TN 37772

1.03 TESTS AND INSPECTION


The Goods are to be tested in accordance with latest edition or revision of ANSI, IEEE, ASCE, ASTM,
NFPA, and NEMA standards and applicable building codes. Prior to testing, Seller shall notify Buyer at
least one week in advance so Buyer may have personnel at Seller’s factory during testing. Seller shall
furnish the results of the tests to the Buyer. Inspection of material by Buyer’s representative will not relieve
Seller from responsibility for furnishing material to conform to the Specifications.

1.04 WARRANTIES
Seller warrants that all materials, equipment, and work furnished pursuant to this contract comply in all
respects with the contract; that they are free from latent and patent defects in design, materials and
workmanship; that they are suitable and adequate for the purposes for which they were designed and for
such other purposes, if any, as are specified in the contract; and that they will give efficient and satisfactory
service under such conditions as may be specified, for a period of five years after their first operation or
use by the Buyer, in actual service, or, if the contract provides for an acceptance test, for a period of five
years after they have passed such test.

Seller shall, at its own expense, repair, replace, transport, and install any materials, equipment, or work or
parts thereof, which prove defective or deficient during the warranty period.

This means that Seller will be responsible during the warranty period for the direct cost of (A) removing
Goods or parts from service; (B) transporting said Goods or parts from substation site to manufacturer or
repair facility and back to the substation site; and (C) reinstalling Goods or parts for service after completing
the required acceptance testing. If, however, it is impractical for Buyer to wait for the manufacturer, Buyer
may perform such work at Seller's expense.

Any materials, equipment, work, or parts thereof, which fail to meet the guarantees or other requirements
of the contract may be rejected; provided, however that if correction of the defects or deficiencies can be
made through minor alterations or replacements of minor parts, and Seller proceeds immediately to
complete such alterations, or to furnish and install such new parts as are necessary to meet the guarantees
or other requirements of the contract, then the materials, equipment, or work shall not be rejected on
account of defects or deficiencies so corrected. Any correction of a defect or deficiency will be guaranteed
for a period of one year after such correction is effected. The correction of defects or deficiencies shall not
operate to extend the time for performance of the contract as specified thereunder or to waive any claim
for damages resulting from delay in performance or from any other cause.

Buyer shall give Seller prompt notice of any breach of this warranty. Operation or use by Buyer of the
materials, equipment or work, or any part thereof shall not constitute a waiver of any of Buyer's rights under
this contract.

GENERAL REQUIREMENTS Page 1 of 6


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
Seller warrants that the materials, equipment or work furnished hereunder are free from any and all claims,
demands, and encumbrances; and that Seller will defend the title thereto. The foregoing warranties or
guarantees contained in this contract shall supersede any and all others.

1.05 LIQUIDATED DAMAGES


If Seller fails to deliver the Goods on or before the respective delivery date specified herein, Buyer may
choose to invoke a liquidated-damages charge of $500.00 for each calendar day that the Goods are
delayed. Liquidated damages will be limited to ten percent of the amount of the contract. This charge will
be assessed to the Seller when the delay is caused by any reason other than an act of God, purchaser,
embargo or other governmental act or authority regulation or request, fire, theft, accident, strike, war, or
riot. The time of delivery shall include the time for drawing approval.
1.06 TRANSFORMER LOSSES
All bids will be evaluated on the same base as far as is possible. Losses will be capitalized. For bid
comparison, losses will be evaluated on the following basis:

Load Losses $7,660 per kW


No-Load Losses $13,505 per kW
Auxiliary Losses $1,500 per kW

The total losses quoted (load + no load) shall be considered guaranteed maximum values. If the test values
exceed those quoted, a penalty equal to the difference between the values times the applicable $ per kW
capitalized costs given above shall be invoked. No adjustment shall be made for losses better than
guaranteed maximums.

1.07 SUBMITTAL PROCEDURES


A. Attach a completed Transmittal Form to each group of documents submitted, using a sufficient
number of transmittal forms so that:

1. Items on a single transmittal form pertain to the same section of the Contract Documents; and

2. Items on a single transmittal form are either original submittals or the same number resubmittal.

B. Schedule submittals to expedite furnishing the Goods and coordinate submission of related items.
Submittals via email are preferred. Deliver each submittal to Engineer with copy to Buyer.
1. Address correspondence to Engineer as follows:
Patterson & Dewar Engineers, Inc.
1531 Hunt Club Blvd, Suite 200, Gallatin, TN 37066
Attention: Anthony Hanson
Phone: (615) 838-4197 Email: ahanson@pdengineers.com
2. Address correspondence to Buyer as follows:
Lenoir City Utilities Board
200 Depot Street, Lenoir City, TN 37771
Attention: Jeremy Walden
Phone: (865) 988-0727 Email: jwalden@lcub.com
C. Submit items on sheet size of not less than 8-1/2” by 11” and not more than 24” by 36”. Provide
space for Seller and Engineer review stamps.
D. Number each submittal item consecutively and insert the number in the space provided on the
transmittal form. Assign resubmitted items the same submittal item number as the original with a
suffix of a sequential letter to indicate it is a resubmitted item. For example, the first resubmittal of
submittal item 2 would be number 2A.

GENERAL REQUIREMENTS Page 2 of 6


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
E. Submittals which are not transmitted using a fully completed transmittal form may be returned along
with items not reviewed and will be counted as a submittal.

F. Revise and resubmit items as required. Identify changes made since previous submittal. Distribute
copies of reviewed submittal items to concerned parties. Instruct parties to promptly report any
inability to comply with provisions.

1.08 SHOP DRAWINGS AND SAMPLES


Seller shall submit Shop Drawings and Samples to Buyer for Engineer’s review and approval as soon as
possible after receipt of order.
A. Submit the following quantities:
1. Shop drawings - One electronic copy (in PDF format) including manufacturers' data, brochures,
suppliers' information, testing reports, certifications, and manufacturer's installation and testing
instructions
2. Samples – Two of each item required for evaluation
B. Identify variations from Contract Specification.
C. Engineer will complete review in a timely manner and will return reviewed items to Seller with the
following provided for each item submitted:

SUBMITTAL REVIEW BY ENGINEER


PROJECT
SUBMITTAL NO.
Review of this shop drawing/submittal by Engineer is for general conformance with the
requirements specified and compatibility with the design concept of the completed project. This
review does not extend to means, methods, sequences, or procedures of construction (except
where specifically called for in the specified requirements) or to issues of safety incident
thereto. This review shall not relieve the contractor from its responsibility for full compliance
with the requirements specified and to determine and verify the information contained therein.
Provide final disposition of the comments made prior to issuance for fabrication or construction.
ACTION:
Approved
Approved, but make corrections noted (no resubmittal required)
Revise and Resubmit (see comments)
None Not Required - Information Only
REVIEWED BY: Date:

Where:
“Approved” indicates submittal has been reviewed and appears to be in conformance with
requirements of the Contract Documents. Proceed as shown on the submittal.
“Approved, but make corrections noted” indicates submittal appears to be in conformance with
requirements of the Contract Documents. Incorporate the corrections noted and proceed as
shown on the submittal. No resubmittal is required.
“Revise and Resubmit” indicates submittal does not appear to be in conformance with the
Contract Documents. Engineer's comments will be noted on the submittal or in a separate, cross-
referenced document. Re-check, make necessary revisions and resubmit.
“None – Not Required or Information Only” indicates that the submittal is not called for by the
Contract Documents and that Engineer has not reviewed the material.

GENERAL REQUIREMENTS Page 3 of 6


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
1.09 OPERATION, MAINTENANCE AND INSTALLATION MANUAL(S)
A. Submit to Engineer one draft copy of complete Operation, Maintenance and Installation Manuals
30 days prior to shipment of Goods, which will be reviewed and returned with Engineer comments.
Revise as required and submit two sets of final Operation, Maintenance and Installation Manuals
upon shipment of the Goods.

B. Prepare a Table of Contents for each volume, with material, equipment, or system description
identified in three parts as follows:

 Part 1: Directory, listing names, addresses, and telephone numbers of Engineer, Seller,
subcontractors, and major component suppliers.

 Part 2: Operation, maintenance, and installation instructions, arranged by item and


subdivided by Specification section. For each category, identify names, addresses, and
telephone numbers of subcontractors and suppliers. Identify the following:

 Significant design criteria


 List of equipment
 Parts list for each component
 Operating instructions
 Maintenance instructions
 Maintenance instructions for special finishes, including recommended cleaning methods
and materials, and special precautions identifying detrimental agents
 Installation instructions
 Material Safety Data Sheets

 Part 3: Project documents and certificates, including the following:

 Shop drawings, material and equipment data, manufacturer-prepared technical literature


 Certified factory test results
 Photocopies of warranties
C. Furnish duplicate copies of warranty documents which are executed and transferable from
subcontractors, suppliers, and manufacturers.

1.10 PROJECT RECORD DOCUMENTS


A. Maintain one set of the following documents for record purposes. Record actual revisions made to
the Goods.

1. Drawings

2. Specifications

3. Changes to the Contract Documents

4. Reviewed Shop Drawings and Samples

B. Legibly mark Specifications and record at each “Part 2 - Products” section of the description of
actual equipment and material furnished, including the following:

1. Manufacturer's name and equipment and material model and number

2. Material and equipment substitutions or alternates utilized

GENERAL REQUIREMENTS Page 4 of 6


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
3. Changes made to the Contract Documents
C. As-built drawings

1. Include as part of complete Operation, Maintenance and Installation Manuals

2. Electronic files in AutoCAD 2010 compatible format


D. After the equipment has been placed into satisfactory operation, revise drawings to reflect field
changes, if any, made to the Goods and submit copies of revised drawings for the Operations and
Maintenance Manual(s).

1. Submit full set of the project record documents to Engineer with claim for final Application for
Payment.

1.11 ACCEPTABLE MATERIAL AND EQUIPMENT


The Bid shall be based on new equipment and materials only. No used equipment or materials are
permitted. Identify any alternate item by trade name and number to enable the Buyer to determine whether
such alternate item is acceptable. Alternates must be approved in writing by the Buyer prior to contract
placement.

1.12 SHIPMENT
A. Ship the Goods only after receiving written acknowledgment by Buyer of receipt of certified test
reports.

B. Buyer will accept shipments between 8:00 a.m. and 3:00 p.m. local time Monday through Thursday
excluding observed holidays.

C. Mark parts for ease of field assembly.

D. Give 48-hrs notice before shipment.

E. Accompany each shipment with a packing list of articles included in the shipment.

F. Attach impact recorder to the transformers during transportation periods. Unseal impact recorder
only in presence of Buyer or Engineer.

G. Deliver transformer oil to Buyer’s site including all necessary equipment for the oil filling operation.

1.13 TRANSPORTATION, PROTECTION, AND HANDLING


A. Store and protect Goods in accordance with manufacturer’s instructions, with seals and labels
intact and legible. Store sensitive Goods in weather-tight, climate controlled enclosures.

B. Furnish equipment and personnel to handle Goods by methods to prevent soiling, disfigurement, or
damage.

C. Transport and handle Goods in accordance with manufacturer’s instructions.

D. Cover Goods subject to deterioration with impervious sheet covering. Furnish ventilation to avoid
condensation or potential degradation of Goods.

E. Uncrate Goods and dispose of packing material properly.

GENERAL REQUIREMENTS Page 5 of 6


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
F. Assume responsibility for loss and damage including but not limited to breakage, corrosion, weather
damage, and distortion until delivered to Buyer.

G. Promptly inspect shipments to assure that Goods comply with requirements, quantities are correct,
and Goods are undamaged.

H. Arrange storage of Goods to permit access for inspection. Periodically inspect to assure Goods is
undamaged and is maintained in acceptable conditions.

1.14 PATENTS
The Seller shall at its own expense defend any suit instituted by any party against the Buyer so far as it is
based on the claim that any apparatus or part thereof furnished under this contract or the Buyer's use of
such apparatus or part for the purpose for which it was designed or for such purposes, if any, specified in
this contract constitutes infringement of any United States patent.

The Buyer shall give to the Seller immediate notice in writing of the institution of such suit, and shall permit
the Seller, through its counsel, to defend the same, and shall give all requisite authority and all needed and
available information and assistance to enable the Seller to do so. The Seller shall pay all damages and
costs finally awarded therein against the Buyer by reason of such infringement, however the Seller shall
not be liable under any compromise made without its consent.

If in any such suit said apparatus or part or such use thereof by the Buyer is held to constitute infringement
and such use is enjoined, the Seller shall at its own expense procure for the Buyer forthwith the right to use
or continue using the said apparatus or part; provided, however, that subject to the Buyer's approval the
Seller may at its sole expense replace said apparatus or part with non-infringing apparatus or parts, or
modify it so that it becomes non-infringing.

1.15 CLAIMS BY THIRD PARTIES


The Seller shall, at its own expense, assure the defense of and save harmless the Buyer from all claims for
materials furnished or work done; shall promptly discharge the same and not suffer any mechanics or other
liens to remain outstanding against any of the property. Satisfactory evidence must be presented that all
persons who have done work or furnished materials have been fully paid. If the Seller fails to comply with
its obligations as above, the Buyer may take such steps as it may deem appropriate to discharge such liens
or claims and may withhold from any moneys due the Seller such amount as may be necessary to satisfy
and discharge the same and any expense incident thereto.

GENERAL REQUIREMENTS Page 6 of 6


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

SECTION 3 – BID FORM


1.01 BIDDER
A. This Bid is hereby submitted by: (Bidder)
1.02 BID PRICE
A. Bidder shall perform Work for the following price(s):

Furnish one 161.7-13.2kV 20/26.6/33.3//37.5 MVA power transformer without LTC as specified,
including 5-year warranty, testing, delivering to Watt Road Substation, offloading and assembling
with provision of field services by manufacturer’s field service engineer and furnishing one set of
spare parts.
LUMP SUM BID PRICE:

and ___/100
(Use Words)

and ___/100
(Use Figures)

Quoted prices shall be FOB to the Points of Destination and shall include offloading onto Buyer’s concrete
foundation, assembly on pad, testing, and certification that Goods are ready for energizing. Seller has the
responsibility of Goods during shipment. Freight shall be allowed and pre-paid.
1.03 DELIVERY
A. The time proposed for submittal of approval drawings (ARO) is

B. The proposed delivery time for Goods is .

1.04 WARRANTY
The proposed warranty period is .

1.05 ACKNOWLEDGEMENTS
A. Bidder acknowledges receipt of addenda as follows:

B. Bidder acknowledges terms of liquidated damages as outlined in the General Requirements.

C. Bidder has inspected site and has developed offloading plan to accommodate existing structures
and agrees to be responsible for offloading at the pad.

1.06 LIST OF EXCEPTIONS AND CLARIFICATIONS

(Attach additional sheets as necessary)

BID FORM Page 1 of 4


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
1.07 PROPOSAL INFORMATION – 161.7-13.2KV POWER TRANSFORMER
WITHOUT LTC
A. Name of manufacturer:

B. Parts removed for shipment:

C. Method of shipment:

D. Total Weight:

E. Shipping Weight:

F. Location of manufacturing facility:

G. Approval drawings (ARO):

H. Ship oil, nitrogen, or dry air filled:

I. Detail of Warranty: (Attach)

J. List spare parts, with net prices shown FOB site, recommended by manufacturer.

(Attach additional sheets as necessary)

1.08 GUARANTEES: TRANSFORMER GUARANTEED PERFORMANCE


A. Maximum losses when each transformer is operated at rated voltage and frequency and at 20° C
ambient temperature. Losses shall be identical for each transformer:

• No load losses:_________________________________ (kW)

• Load losses (at base MVA rating) __________________(kW)

o Rated average winding temperature rise by resistance, plus 20° C

• Auxiliary Load: ___________________________ (kW)

1.09 ATTACHMENTS TO BID


A. Provide outline drawing of transformers.

B. Provide certification of insurance with proposed limits.

C. Complete attached ANSI Transformer Specification Form.

D. Provide proposed offloading plan.

BID FORM Page 2 of 4


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
1.10 BIDDER (SELLER) INFORMATION
Provide the contact information and details to where a purchase order should be issued:

Company

Contact

Address

Phone/Email

Issue PO to

BID FORM Page 3 of 4


ANSI TRANSFORMER SPECIFICATION FORM
RATING

Type Class H Winding X Winding Y Winding

Phase V V V

Hertz kVA kVA kVA

Temp Rise kVA kVA kVA

Insul Liquid kVA kVA kVA

ADDITIONAL TAP VOLTAGES

H Winding

X Winding

CONNECTIONS FOR OPERATION

Transformers in Bank To Transformer From Phase Connected To Transformer From Phase Connected

INSULATION LEVELS

PERFORMANCE BASED ON A LOADING OF DIELECTRIC TESTS

Basic Lightning Impulse Low Frequency Voltage


Insulation Level Insulation Level

ITEMS

H Winding Applied Voltage H Winding kV H Line

(To other windings and


ground)

X Winding X Winding kV H neutral

Y Winding kV kVA Y Winding kV X line

Induced Voltage Line to Line kV X neutral

Line to Ground kV Y line

PERFORMANCE DATA, Based on degrees C reference temperature

Losses and Exciting Current Regulation*

Excitation % Ex. 1 No Load Total Loss Power Factor % Regulation

100 % 1.0

110 % 0.8

AUXILIARY LOSSES* MECHANICAL DATA

Transformer kVA Class Watts Aux Loss Outline Dwg No.

W Dimensions (Approximate) Ft (m)

W Height

W Width

Average Sound Level Depth

PERCENT IMPEDANCE VOLTS Height over Cover

% IZ B/W Windings At kVA % IZ B/W Windings At kVA Untanking (plus slings)

H-X Masses (Approximate) pound (kg)

H-Y Core and Coils

X-Y Tank and Fittings

EFFICIENCIES* Liquid Gallons (m3)

Load Full Load 3/4 Load 1/2 Load 1/4 Load Total Mass

% Shipping Mass lb (kg)

Shipped lb (kg)
Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

SECTION 4 – SUMMARY OF WORK


1.01 GOODS
A. Design, manufacture, and factory test one 161.7-13.2kV Power Transformer without LTC, as
specified herein.
B. Deliver Goods F.O.B. to Points of Destination, assemble, test, and certify ready for energizing on
Buyer-furnished pad.
1. Seller is responsible for visiting project site to confirm accessibility prior to delivery of Goods.
1.02 WORK BY BUYER
A. Buyer will furnish a construction contractor under a separate contract to perform the installation or
construction for which the Goods under this Contract are being furnished and to supervise and
direct the field services being furnished under this Contract for the following:
1. Site preparation
2. Foundation construction
3. Substation erection
4. Substation final testing and cutover

SUMMARY OF WORK Page 1 of 1


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

SECTION 5 – SPECIFICATION FOR 161kV POWER TRANSFORMER


1.01 DESIGN OVERVIEW
A. Furnish oil-immersed, 3-phase power transformer(s) applied as distribution substation step-down
and step-up transformers with load tap changer on high voltage windings. Design equipment,
accessories, and supporting structures to meet requirements of project site conditions. Design
transformer(s) to operate in parallel under normal conditions with second transformer of like rating.

B. Performance Requirements

1. Loss Evaluation: As stated in the General Requirements

2. Audible Sound Level: Average A-weighted, measured in accordance with ANSI C57.12.90, not
to exceed:

a. 20 MVA: 73 db

b. 26.6 MVA: 76 db

c. 33.3 MVA: 77 db

d. 37.5 MVA: 77 db

3. Measurements with all cooling equipment in operation for appropriate ratings.

4. Overload Capabilities: In accordance with ANSI/IEEE C57.91

a. Design bushings, connectors, leads, and all auxiliary equipment for continuous full load
duty and for emergency service at 1.4 times the transformer full load current at the ONAF,
ONAF rating for a period of eight hours.

5. All electrical characteristics and mechanical features not herein specified shall be in
accordance with applicable ANSI and NEMA standards.

C. Seismic Performance

1. The transformer(s) shall be seismically qualified per IEEE 693-2005.

2. Transformer(s) shall be designed so there will be neither structural damage nor loss of function
immediately after an earthquake when subject to design seismic loads occurring
simultaneously with dead and normal operation loads.

1.02 REQUIRED SUBMITTALS


A. Product Data, catalogs and cut sheets

B. Shop Drawings:

1. Electronic file, containing a 3D model, suitable for opening or importing into AutoCAD 2014 or
later version. Suitable file types are (but not limited to): AutoCAD (.dwg, .dxf), STEP (.stp, .ste,
.step), ACIS (.sat)

2. Outline showing general arrangement, legend, plan, elevation, base details, weights,
dimensions, and gallons of oil with location of center of gravity with and without oil on outline

3. Connection, alarm, control, current, voltage, and auxiliary schematic diagrams

161kV POWER TRANSFORMER Page 1 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
4. Internal wiring and connection diagrams (tabular format is not acceptable)

5. Bushing current transformers:

a. Excitation and ratio correction factor curves for each secondary ratio

b. Actual current ratio and turn ratio for each tap

c. Mechanical and thermal short time (one-second) rating

6. Nameplate data, including all current transformer taps. Resubmit nameplate drawing after
factory tests with all test data completed.

7. Physical drawings showing equipment arrangement, terminal block locations, cable entrance,
and panel layout

8. Terminal block connections

9. Bushing lifting accessories and ground pad outlines

10. Notes and symbols

11. Bill of material

12. Detailed description of procedure for vacuum filling of transformers with insulating oil

D. Quality Assurance/Control Submittals

1. Design Data:

a. Certified seismic qualification tests and analyses, in accordance with IEEE Std. 693-2005.

b. Certified short circuit withstand test results on units of comparable rating and design.

2. Test Reports, Manufacturer’s instructions, and Manufacturer’s field reports

1.03 PROJECT/SITE CONDITIONS


A. Keraunic level: 60 thunderstorm days per year

B. Combined ice and wind loading district: NESC Medium

C. Elevation above sea level: Less than 3,300 feet, National Geodetic Vertical Datum

1.04 MAINTENANCE MATERIALS


A. Make interchangeable with, and same material and workmanship as, corresponding original parts.

B. Furnish and deliver with units to project storage facilities.

C. Required Materials or Parts

1. Touch up paint: ANSI No. 70 (Light Gray), three 1 quart containers

2. High voltage bushings: one with associated gaskets

3. Low voltage bushings: one with associated gaskets

4. Gaskets for cover, case, manhole and handhole: one set

161kV POWER TRANSFORMER Page 2 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
5. Contacts and coils for each type of relay furnished: one complete set

6. Pressure gauge of each type furnished: one set

7. Indicators for all temperature devices: one set

D. Other parts recommended: at Buyer’s option

1.05 WARRANTY
A. Provide five-year manufacturer’s warranty on Goods and Services provided.

1.06 POWER TRANSFORMER DETAILS


A. Principal ratings and electrical characteristics:

1. Overload capabilities: In accordance with ANSI C57.91 and the requirements specified herein.

a. Continuous Ratings:

Bid Item 1:

1) ONAN, 55º Celsius rise: 20 MVA


2) ONAF, 55º Celsius rise, first stage forced cooling: 26.6 MVA
3) ONAF, 55º Celsius rise, second stage, forced cooling: 33.3 MVA
4) ONAF, 65º Celsius rise, second stage, forced cooling: 37.5 MVA

2. Number of phases: 3

3. Frequency: 60 Hz

4. Cooling class: ONAN, ONAF, ONAF

5. Primary to secondary impedance: Match existing unit at 9.8% (See Exhibit C for nameplate)

6. Primary winding:

a. Voltage: 161.7-kV

b. Connection: Delta

c. No-load tap changer: ± 5-percent in four 2.5-percent steps

d. Tap Voltages: 153,615/157,657/161,700/165,742/169,785 volts +/- 5.0%

7. Secondary winding:

a. Rated voltage: 13.2-kV

b. Connection: Wye with neutral brought out

8. Basic Impulse Level (BIL)

a. H winding: 750-kV

b. X winding: 110-kV

161kV POWER TRANSFORMER Page 3 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
9. Maximum Temperature Rise

a. By resistance: 65º Celsius

b. By hot spot: 80º Celsius

c. The hottest spot temperature rise for the 55º C average temperature rise ratings shall not
exceed 65º C. The hottest spot temperature rise for the 65º C average temperature rise
ratings shall not exceed 80º C.

10. Duty: Continuous

11. Angular phase displacement: per ANSI C57.12.00-2000, Primary to Secondary: 30º lagging

1.07 TRANSFORMER COMPONENTS


A. Transformer Tank:

1. Construction: Welded steel plate, liquid tight, with bolted and gasketed manhole on top of tank,
mounted on steel skid base, and suitable for skidding in any direction.

2. Provide with jacking lugs and pulling eyes for lifting or moving along either axis when
completely assembled and oil filled.

3. Mount a fall control ring on the top of each transformer tank to accommodate worker safety
device attachment. Form 4-inch rings from ½ inch diameter rod. Locate so that a worker
wearing a 6.5-foot safety tether can work anywhere on top of the transformer, including the
bushings, while hooked into the fall control ring.

4. Provide with two copper faced ground pads at diagonal corners near base, with two bolt
terminal connectors.

5. Mount separate blocks on both corners of the tank on the high voltage and low voltage sides,
in a vertical line spaced no more than 3-feet apart to support the ground cable loop when
connected to the high voltage surge arresters. See Exhibit B for grounding details.

6. Maintain positive pressure continually to prevent ingress of moisture during shipping.

7. Transformer shall have skid-proof top.

8. Transformer concrete pad is existing. Transformer shall be sized to utilize existing pad with
dimensions of 15’6” x 12’.

B. Core:

1. Material: Highest quality, non-aging, cold rolled, grain oriented, stress free, thin silicon steel
laminations, with high permeability and low hysteresis loss.

2. Properly anneal with smooth surfaces at edges.

3. Provide each sheet with an insulated surface treatment impervious to hot transformer oil.

4. Carefully assemble, rigidly clamp, and block to prevent deteriorating vibrations, interference with oil
circulation, objectionable noise conditions, and distortions due to short circuit and shipment.

5. Securely ground to the tank at the top of each transformer in a location accessible from

161kV POWER TRANSFORMER Page 4 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
manhole so grounding device can be unbolted without lowering transformer oil level or losing
nitrogen pressure.

6. Provide with means for properly lifting and moving core assembly when untanked.

C. Windings:

1. Material: Electrolytic copper with high conductivity characteristics, conforming to ASTM B3-74
or B48-68.

2. Provide with thermally upgraded paper insulation system of high dielectric and mechanical
strength, arranged to permit free circulation of oil.

3. Make up, shape, and brace to provide for expansion and contraction due to temperature
changes and to avoid abrasion of insulation.

4. Adequately clamp and brace to prevent distortion or increase in noise above specified limits
due to aging in continuous service at rated operating conditions.

5. The transformer shall be constructed using only power transformer class construction practices
and materials. Only copper, circular windings of disk and/or helical construction are
acceptable. Rectangular windings, oval windings or layered windings are not
acceptable. The core shall be of circular, multistep, cruciform construction.

D. Cooling Equipment:

1. Type: Two stage ONAF/ONAF, conforming to ratings previously specified.

2. Radiators:

a. Nominal dimensions and interchangeable

b. Welded construction, with flanged connections and provisions for draining and venting

c. Provided with lifting eyes or lugs

d. Furnished with oil tight valves at all connections to main tank that will allow removal of
radiators without taking transformers out of service

3. Fans:

a. Power supply volts: 240 VAC, single-phase, 60 Hz.

b. Provide magnetic motor starter, and protective devices and manual/automatic selector
switch.

c. Provide individual thermal protection for each fan motor.

d. Provide individual disconnecting means for each fan motor in the form of a weatherproof,
locking plug for each.

e. Fan impellers one-piece construction

f. Fan meets OSHA safety requirements

g. Automatic and manual switch

161kV POWER TRANSFORMER Page 5 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
4. Controls:

a. Automatically controlled by the winding temperature device, provided with air circuit
breaker of suitable rating, automatic starting switches, auxiliary relays, alarm contacts,
select switch for AUTOMATIC/OFF/MANUAL operation and any other necessary devices.

b. Include provisions for SCADA control and status indication of all stages of cooling
equipment by tap changer control and/or transformer monitors.

c. Mounted in main transformer control cabinet

d. Designed so either stage of cooling equipment can be selected for operation with first stage
forced cooling.

e. Control power transformer, if required, shall have a minimum of 20-percent spare capacity.

E. Transformer Oil:

1. Pure mineral oil obtained by fractional distillation, unmixed with other substances, meeting the
requirements of ASTM D3487

2. Prepared and refined especially for transformer use; free of moisture, acid, alkali, PCBs, and
injurious sulfur compounds

3. Free of deposit formation under normal operating temperatures

4. Dielectric strength: Not less than 26,000 volts between 1” discs spaced 1/10” apart

5. Oil shall be tested for corrosive sulphur according to ASTM D1275 extended test

F. Oil Preservation System: Positive pressure nitrogen:

1. Include adequate amount of bottled nitrogen to place transformers in service.

2. Nitrogen control equipment: Mounted in easily accessible, weatherproof, lockable enclosure


with adequate space for nitrogen bottles mounted on the transformer tank. Enclosure shall
include stainless steel, 3-point latching system.

3. Nitrogen leads: Soft drawn copper tubing

4. Provide a certificate of ownership with nitrogen tank.

5. Oil shall be protected by: Sealed Tank


X Automatic Nitrogen System

6. A bleed tube for gas blanket dew point measurement shall be provided from the gas space to
an elevation of six feet above the base of the transformer.

7. Suitable valves shall be provided to permit purging the gas space and testing the seal on the
tank by admitting dry nitrogen under pressure.

8. Pressure relief device shall be of the mechanical automatic resealing type with alarm contacts.

161kV POWER TRANSFORMER Page 6 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
9. The system should also include the following:

X 200 cubic foot Nitrogen cylinder mounted less than 2 feet above base.
X Pressure Regulator
X Cylinder Pressure Gauge (w/alarm contacts - 10% volume remaining.
X Transformer Pressure Gauge (with alarm contacts - High & Low wired to main
control cabinet).
Other:

10. The normal transformer tank pressure is to be between plus (+) 1/2 and plus (+) 8 psig.

11. The system gauges, valves, regulators, etc., shall be contained within a separate steel housing
with single handed, lockable access door.

G. Bushings:

1. Bushing studs: Threaded, stud type, silver plated

2. Porcelain: Manufactured by the wet process

3. Glazing: Free of imperfections

4. Color: ANSI No. 70, Light Gray

5. High Voltage Bushings:

a. Type: Interchangeable

b. BIL rating: 750-kV

c. Creepage distance: Standard

d. Mounting: On tank cover Segment 3

e. Tap: Capacitive, for bushing potential device

f. Connectors: Stud to flat, tinned NEMA 4-hole pad

g. Material: Porcelain manufactured by Wet Process

6. Low Voltage Bushings:

a. BIL rating: 110-kV

b. Creepage distance: Standard

c. Mounting: On tank cover Segment 1

d. Connectors: Stud to flat, tinned NEMA 4-hole pad

7. Neutral Bushing:

a. BIL rating: 110-kV

b. Creepage distance: Standard

161kV POWER TRANSFORMER Page 7 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
c. Mounting: On tank cover Segment 1

d. Connectors: Stud to flat, tinned NEMA 4-hole pad

H. Bushing Current Transformers (BCT):

1. Windings: Fully distributed

2. Leads:

a. Terminate at 6-point short-circuiting type terminal blocks in control housing.

b. Terminate each BCT on separate block.

c. Mark leads with permanent sleeve markers to indicate taps and polarity.

d. Use No. 10 AWG stranded copper with oil proof insulation.

3. Relaying Current Transformers:

a. Type: Multi ratio, 5 lead, bushing type

b. Accuracy Class:C400

c. Rating Factor: 2

d. Number and Ratio:

1) Three 600:5 on each high voltage bushing

2) Three 2000:5 on each low voltage bushing

3) Two 600:5 on neutral bushing

I. No Load Tap Changer (NLTC):

1. Provide for external operation when transformers are de energized.

2. Provide with indicating pointer, dial, and means for locking in any position.

3. Mount on sidewall approximately 5’ above the base of the transformer.

4. Provide for capability of withstanding full transformer short circuit current without damage.

5. Configure to prevent leaving a winding open or short circuited when operating handle is in
locked position.

6. Provide with two 2½-percent taps above and two 2½-percent taps below rated voltage.

J. Surge Arresters:

1. Polymer, station class, metal oxide type, Ohio Brass Dynavar PVN or approved equal

2. Rating:

a. Primary voltage: 132kV duty cycle (106kV MCOV)

161kV POWER TRANSFORMER Page 8 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
b. Secondary voltage: 10kV duty cycle (8.4kV MCOV)

3. Mount 3 arresters on the high voltage side of the tank and 3 arresters on the low voltage side
of the tank in side of LV cabinet.

K. Wire and Terminal Blocks:

1. Wiring:

a. 600 volt insulated copper, Class B stranding, 90º Celsius rating

b. No. 12 AWG minimum for current transformer and branch circuits

c. No. 14 AWG minimum for control

d. All external wiring shall be run in rigid galvanized steel conduits painted to match the
transformer tank.

e. Terminated with crimp type, ring tongue connectors with non-insulated short shanks;
maximum of two terminations per terminal point

f. Connected to separate power terminal blocks for power circuits

g. Clearly identified with permanent sleeve markers at all terminations

h. All wiring originating within transformer shall be color-coded

i. Internal device and terminal block identification shall be based on the functional device
code and not the physical location of the device. Both may be used, but functional
identification must be present.

2. Terminal Blocks:

a. Provided with bases and barriers molded integrally with brass inserts

b. Rated at 600 volts

c. Able to accommodate up to two No. 10 AWG wires per terminal

d. Provided with marking strips

e. Installed in sufficient quantity to provide 20-percent minimum spares for each type block

f. Short circuiting type for current transformers

g. Marked to identify source and function

h. Manufacturer: General Electric Type EB25 and EB27

L. Control Cabinet:

1. Provide weatherproof cabinet with minimum depth of 24”

2. Mount on sidewall of Segment 1.

161kV POWER TRANSFORMER Page 9 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
3. Fasten securely to each transformer tank. Stand control cabinet 18” off tank.

4. Doors: Vertically hinged with locking provisions, stainless steel, single-handle, 3-point latching
system (if center support section is utilized, it must be removable for access during wiring.

5. All external hardware and fasteners shall be stainless steel

6. Conduit entrance: Removable, gasketed bottom plate, field drilled

7. Mount terminal blocks and equipment at least 6” above bottom plate.

8. Provide space heaters, partly or totally controlled by thermostat.

9. Provide a copper ground bus inside the cabinet suitable for connecting a 2/0 copper cable to
external ground. Ground bus shall be accessible from the front door without disassembly of
components. All connections to ground shall be through the ground bus.

M. Nitrogen Cabinet:

1. Provide weatherproof cabinet.

2. Fasten securely to each transformer tank.

3. Doors: Vertically hinged with locking provisions and single-handle, 3-point latching system.

4. All external hardware and fasteners shall be stainless steel.

N. Auxiliary and Control Power:

1. 120/240 VAC single phase for fans, space heaters, and other accessories

2. 125 VDC for control functions

1.08 ACCESSORIES
A. Provide power transformer(s) with the following accessories:

1. Sudden pressure relay device 63 Qualitrol model 900 wired to a Qualitrol model 909 seal-in
relay (Device 63x): Main tank 125 VDC control voltage, with separate, isolated alarm and trip
contacts. All items needed for testing the relay mechanism shall be provided with the unit.
Provide two (2) alarm contacts and two (2) trip contacts.

2. Oil level indicator: Magnetic type with low level nonadjustable two (2) 125 VDC alarm contacts

3. Oil temperature indicator: Main tank dial type with adjustable, separate, two (2) 125 VDC
isolated alarm and trip contacts

4. Winding temperature indicator: Four sequential operating contacts, operating from a current
transformer in one phase of the low voltage winding (two contacts for the operation of cooling
equipment, two (2) contacts for alarm, and two (2) contacts for tripping). Indicator shall be
located not less than 5’ or more than 6’ above the base of the transformer, and shall not be
obstructed. Provide RTD input of all three phases to SEL-2414.

5. Cover-mounted, automatic reseal, shielded pressure relief valve device with spring loaded
visual signal flag and two (2) 125 VDC alarm contacts, Qualitrol XPRD. Pipe discharge to level

161kV POWER TRANSFORMER Page 10 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
of transformer base

6. High inert gas-pressure and vacuum gauge with two (2) alarm contacts

7. Low inert gas pressure gauge: Two (2) alarm contacts for nitrogen supply cylinder with contacts
set to activate when cylinder pressure drops below 200 psi

8. Furnish a 120 volt, 100 watt incandescent light fixture with SPST switch and a 120 volt, 20
ampere single phase duplex GFI type receptacle, complete with protective circuit breaker.

9. Other standard accessories: Per ANSI C57.12.10.

10. All indicators shall be located not less than 5’ or more than 6’ above the base of the transformer,
and shall not be obstructed. Liquid temperature and winding temperature indicators shall be
mounted within 1’ of each other.

B. Transformer Alarm Monitor

1. Wire alarms and analog data to SEL transformer monitor.

2. See Exhibit A (Dwg STD0009) for communication equipment to be provided by Seller.

3. See Exhibit A (Transformer Monitor Input map) for I/O usage

4. Manufacturer: Schweitzer Engineering Laboratories (SEL)

5. Model: SEL 2414

6. Part Number: 241421A3A9X3A3A1830

7. Features:

a. Three Phase Winding Temp Monitors

i. RTD

b. Temperature monitoring of oil in main tank

i. RTD

8. Provide sensors to accomplish monitoring

a. Sensors: Install according to manufacturer’s recommendations

9. Provide interconnection of IED according to transformer information system, as shown in


Exhibit A (Dwg STD0005).

10. Seller shall program monitors prior to delivery to Buyer.

1.09 FINISHES
A. All external hardware shall be stainless steel.

B. Clean and treat tank interior and exterior surfaces according to manufacturer’s standards.

C. Apply one prime coat to the exterior surface.

161kV POWER TRANSFORMER Page 11 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
D. Apply two finish coats, ANSI Color No. 70, Light Gray, to the exterior surface. Minimum paint
thickness: 6 mils.

E. Apply non-skid coating to top of transformer tank.

F. Paint interior of cabinets white.

G. Paint interior of transformer tank white.

1.10 SOURCE QUALITY CONTROL


A. Assemble, adjust, and complete manufacturer’s standard production tests in accordance with Table
14 of ANSI C57.12.00, C57.12.90; NEMA TR 1 and the following:

1. Impulse Test:

a. Perform on terminals of high voltage winding as specified ANSI C57.12.90.

b. Use voltage oscillograms and ground current oscillograms taken simultaneously as


specified in ANSI C57.12.90.

c. Do not perform additional impulse tests after the tests have been accepted.

d. After impulse tests are completed, use the average absolute voltage voltmeter method to
measure excitation loss.

2. Winding Impedance

a. Provide impedance test results for positive and zero sequence values of Zps.

3. Induced Voltage Test

a. Use test equipment and general method in accordance with IEEE C57.12.90.

b. Test at full induced-test voltage level.

c. Include results of corona test and measured apparent charge level in certified test report.

4. Insulation Resistance Test

5. Insulation Power Factor Test

a. Use test procedure in accordance with ANSI C57.12.90.

b. Include results of insulation power factor test in certified test report.

6. Short-circuit capability: Warrant that the transformers will meet requirements of ANSI
C57.12.00.

7. Pressure test tank with nitrogen tubing installed

8. Noise tests for each stage of cooling

9. Temperature rise test for ONAN and maximum load. (Test results from identical unit maybe
accepted by Buyer if adequate documentation is submitted.)

10. Dielectric tests on control devices and wiring per NEMA ICS-1.

161kV POWER TRANSFORMER Page 12 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
11. Current Transformer

a. Low frequency, one minute 2,500 volts to ground dielectric test on secondaries.

b. Proper nameplate and polarity markings check.

c. Polarity and ammeter ratio check after installation of bushing.

12. Core ground megger test

13. Sweep Frequency Analysis

a. Perform Sweep Frequency test on unit(s) at factory.

b. Provide electronic and printed copies of the results to Buyer and Engineer.

c. Provide info on state of transformers during testing.

1.11 SPECIAL SERVICES (FIELD ASSEMBLY AND TESTING)


A. Visually inspect Goods upon delivery. Prior to Buyer accepting delivery, provide a written report to
Buyer and Engineer itemizing any damage incurred.

B. Unseal impact recorders and inspect impact recorder tapes in the presence of Buyer and Engineer
immediately upon delivery. Ensure that impact recorders are reinstalled prior to placement on
foundations by Buyer or Buyer’s construction contractor.

C. Seller shall perform the following:

1. Perform unloading and re-inspect each impact recorder readings after placement onto
foundations by Buyer’s construction contractor.

2. Perform transformer field assembly. Record shipping gas pressure prior to assembly.

3. Thoroughly inspect all visible assembled parts and connections.

4. Check all gages and relays to ensure proper working condition.

5. Check and operate all cooling equipment.

6. Thoroughly search for leaks.

7. Test oil prior to filling and prior to energizing to determine if the dielectric strength is acceptable.
Filter the oil, if necessary. Testing shall be done by an Independent Testing Laboratory.
Results shall be immediately sent to Buyer and Engineer for approval.

8. Visually inspect and operate tap changers to verify satisfactory operation.

9. Test all wiring and components for continuity and megger for insulation resistance.

10. Verify operation of heater, auxiliary, convenience outlet, and light circuits.

11. Provide equipment for and perform vacuum filling of transformer with insulating oil in
accordance with ANSI C57.12.11.

12. Disconnect the main core ground and megger the core insulation resistance. Reconnect the

161kV POWER TRANSFORMER Page 13 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00
ground upon completion of the test.

13. Perform manufacturer’s standard and optional field tests and field test in accordance with ANSI
C57 12.11.8-1980, and submit written results of tests performed, including the following:

a. Insulation power factor test on all windings and bushings.

b. Turn ratio test.

c. Insulation and winding resistance test.

d. Dielectric absorption test.

e. Megger, Ratio, and Polarity test all CT’s.

f. Additional tests as determined by the manufacturer.

14. Perform Sweep Frequency test on unit(s) after assembly and compare to factory results.

15. After field installation is complete, provide certification that transformer(s) ready to be
energized.

161kV POWER TRANSFORMER Page 14 of 14


Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

EXHIBIT A

Standard Transformer
Information System

Power Transformer
Communication

Transformer Monitor
Input Map
TRANSFORMER MONITORS
INPUT MAP

TRANSFORMER MONITOR #1
OIL LEVEL MAIN TANK TM-1 SEL-2414 IN301
PRESSURE RELIEF DEVICE MAIN TM-1 SEL-2414 IN302
INERT-AIR SYSTEM HP TM-1 SEL-2414 IN303
INERT-AIR SYSTEM LP TM-1 SEL-2414 IN304
INERT-AIR SYSTEM EC TM-1 SEL-2414 IN305
63 SEAL IN RELAY MAIN TANK TM-1 SEL-2414 IN306
LIQUID TEMP. MAIN TANK 95°C TM-1 SEL-2414 IN307
WINDING TEMP. ALARM 105°C TM-1 SEL-2414 IN308
FAN BANK STATUS #1 TM-1 SEL-2414 IN601
FAN BANK STATUS #2 TM-1 SEL-2414 IN602
STATUS
INPUTS FAN STAGE #1 OVERLOAD STATUS TM-1 SEL-2414 IN603
FAN STAGE #2 OVERLOAD STATUS TM-1 SEL-2414 IN604
43-1 AUTO STAGE 1 COOLING TM-1 SEL-2414 IN605
43-1 MANUAL STAGE 1 COOLING TM-1 SEL-2414 IN606
43-2 AUTO STAGE 2 COOLING TM-1 SEL-2414 IN607
43-2 MANUAL STAGE 2 COOLING TM-1 SEL-2414 IN608
LOSS AC TM-2 SEL-2414 IN501
LOSS OF POWER IN STAGE #1 TM-2 SEL-2414 IN502
LOSS OF POWER IN STAGE #2 TM-2 SEL-2414 IN503
LOSS OF POWER IN COOLING CONTROL TM-2 SEL-2414 IN504
LOSS OF DC TM-2 SEL-2414 IN505
A PH WINDING TEMP (IF RTD) or ANALOG IN TM-1 SEL-2414 INTRTD01
ANALOG B PH WINDING TEMP (IF RTD) or ANALOG IN TM-1 SEL-2414 INTRTD02
INPUTS / RTD C PH WINDING TEMP (IF RTD) or ANALOG IN TM-1 SEL-2414 INTRTD03
MAIN TANK OIL TEMP TM-1 SEL-2414 INTRTD04
Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

EXHIBIT B

Power Transformer
Tank, Arrestor, and Neutral
Grounding Details
Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

EXHIBIT C

Existing Nameplate
Power Transformer Procurement Contract No: 6457-P1
Lenoir City Utilities Board Date: August 28, 2017
Watt Road Substation Rev.: 00

EXHIBIT D

Substation General
Arrangement

You might also like