Blackmon Street Substation Material
Transcription
Blackmon Street Substation Material
PUR638 NOTICE AND INSTRUCTIONS TO BIDDERS 1. Sealed proposals for furnishing 115 KV Substation Material for the City of Rock Hill, South Carolina (hereinafter called the "City") will be received on or before 2:00 PM, Monday, June 22, 2015, at the Utility Operations Center, 757 South Anderson Road, Rock Hill, South Carolina 29730, at which time they will be publicly opened and read. 2. Proposals and all supporting documents required to be attached thereto must be submitted in a sealed envelope addressed to: City of Rock Hill, P. O. Box 11706, 757 South Anderson Road, Rock Hill, South Carolina 29730, Attention: Mr. Mike Jolly, PE. The name and address of the bidder, and the date and hour of the opening of bids must appear on the envelope in which the proposal is submitted. Bidders will be required to comply with all applicable statutes, regulations, etc., and those attached to and made a part of the bid. 3. The successful Bidder must have a current City of Rock Hill Business License and provide a copy of the Business License for verification to the Purchaser before contracts are executed by the Owner. Call 803-329-7042 or check www.cityofrockhill.com, for additional information on obtaining a license. 4. Approved manufacturers for each piece of equipment are as follows: Schedule III - 115 KV Circuit Switcher: S&C 5. The successful Bidder will be required to enter into a contract with the City and to furnish Performance and Payment Bonds on the forms attached hereto, in a penal sum not less than the contract price and with sureties satisfactory to the City's Attorney. Bond forms shall be dated on or after the Equipment Purchase Agreement date. 6. The Bidder's proposal shall specify price, any applicable price terms and delivery time, with the price to include transportation charges to Rock Hill, South Carolina, unloading at the City’s substation site or warehouse, and commissioning as required. 7. South Carolina Sales Tax is applicable to this purchase. Each Bidder shall show, as a separate item in addition to the price quoted for the equipment, the amounts which will be payable by the successful Bidder on account of taxes imposed by any taxing authority upon the sale, purchase, or use of materials, supplies, or equipment included in the items furnished. 8. The City reserves the right to waive minor irregularities or minor errors in the proposal, if it appears to the City that such irregularities or errors were made through inadvertence. Any such irregularities or errors so waived must be corrected on the proposal prior to its acceptance by the City. NB - 1 9. The City reserves the right to reject any and all proposals. 10. Any explanation regarding the meaning or interpretation of any contract specifications or other contract documents must be requested in writing with sufficient allowance of time for receipt of reply before the time of bid opening. Any such explanation or interpretations shall be made in the form of addenda to the documents and shall be furnished to all bidders, who shall acknowledge all addenda with their bids. Oral explanations and interpretations made prior to the bid opening shall not be binding. 11. Bids shall be submitted prior to the time fixed in the instructions to Bidders. Bids received after the time so indicated shall be returned unopened. 12. Bids may be withdrawn at any time prior to opening upon written request of the bidder. No bid can be withdrawn for a period of ninety (90) days after the scheduled closing time for the receipt of bids, and negligence on the part of the bidder in preparing his bid shall not constitute a right to withdraw the bid subsequent to such bid opening. 13. Each Proposal must be accompanied by a Bidder's Bond on the forms attached hereto and acceptable to the Owner and running in favor of the Owner, in an amount equal to five percent (5%) of the maximum bid price. If a proposal is not accepted or if a proposal is accepted and a contract is executed, the Bidder's Bond will be returned in each instance within a period of thirty (30) days to the Bidder furnishing the same; except that each Bidder agrees, provided its proposal is one of the three low proposals, that, by filing its proposal together with such Bidder's Bond in consideration of the Owner's receiving and considering such proposal, said proposal shall be firm and binding upon each such Bidder and such bond shall be held by the Owner for a period not exceeding ninety (90) days from the date hereinabove set for the opening of the Proposals. 14. At the time and place fixed for opening bids, the contents of all bids will be made public for the information of all bidders and other interested parties, who may be present in person or by representative. 15. If more than one bid is offered by one party, or by any person or persons representing a party, all such bids shall be received. A party who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a direct bid on his own behalf. 16. opening. The Contract shall be awarded by the City as soon as practicable after the bid 17. In case of error in the extension of prices, the unit bid price shall govern. The City reserves the right to waive any formality in bids at its discretion. NB - 2 18. The maximum time expressed in number of days necessary for bidder to make delivery, from time of award of contract, must be stated on the proposal. 19. Specifications may be obtained at the office of the City's Engineer, Southeastern Consulting Engineers, Inc., P. O. Box 240436, Charlotte, North Carolina 28224. CITY OF ROCK HILL ROCK HILL, SOUTH CAROLINA City SOUTHEASTERN CONSULTING ENGINEERS, INC. Engineer Date: May 28, 2015 NB - 3 STATE OF SOUTH CAROLINA COUNTY OF YORK ) ) ) EQUIPMENT PURCHASE AGREEMENT THIS EQUIPMENT PURCHASE AGREEMENT (Agreement) is made and entered into this the ___ day of __________ by and between the City of Rock Hill, a South Carolina Municipal Corporation (the City) and ____________________ a corporation authorized to do business in South Carolina (Company)(City and Company are hereafter referred to as the Parties). WHEREAS, City has need of certain utility equipment as set forth in the specifications attached hereto and incorporated herein by reference at Exhibit A ("Equipment"); and WHEREAS, Company wishes to provide such Equipment accordance with the terms and conditions of this Agreement. in NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the Parties hereby agree as follows: 1. Provision of Equipment. Company shall provide, install and integrate the Equipment in accordance with Exhibit A. The Equipment shall meet or exceed the greater of (i) the specifications set forth in Exhibit A or (ii) Company's proposal attached hereto and incorporated herein at Exhibit B. 2. Delivery of Equipment; Liquidated Damages. Company shall deliver the Equipment to City and have it installed in working order pursuant to this Agreement and Exhibit A ("Delivery") on or before __________________ ("Deadline") . The Equipment is necessary to shed existing load off the City's existing transformers and serve new customers. City and Company acknowledge and agree that City will incur damages if Delivery of the Equipment is not made on or before the Deadline. The parties further acknowledge and agree that the damages resulting from Company's failure of Delivery of the Equipment by the Deadline are difficult to ascertain due to their indefiniteness and uncertainty. Liquidated damages for this Agreement are therefore set at ________________ Dollars for each day after the Deadline during which Company has not made Delivery of the Equipment. Company further agrees that City may, but shall not be required to, withhold any liquidated damages to which City reasonably believes it is entitled as an offset against any payments which are due by City to Company under this Agreement. 00111544.1 3. Payment for Equipment. The City shall pay the Company for the Equipment in the amount of $ _________ as set forth on Exhibit C (the Fee), which is attached hereto and incorporated herein by reference. The Fee includes all costs of the Equipment including but not limited to shipping, installation and testing. The Fee will be paid within 30 days from the invoice date after installation; provided, however, that the City shall only be responsible for accepting and paying for the Equipment that is installed, integrated and working properly and completely in accordance with all of the terms and conditions of this Agreement. Payment is further subject to liquidated damages as set forth in Paragraph 2 above. 4. Warranty. Company warrants that the Equipment is (a) fit and sufficient for the purpose intended, (b) merchantable, of good quality and free from defects, whether patent or latent, in material or workmanship and (c) that Company has title to the Equipment free and clear of all liens, encumbrances and security interests. For a period of five (5) years from the date of Delivery, Company agrees to repair, replace and adjust any Equipment that is not functioning properly within ten (10) days notice from City. The first year of warranty shall cover any freight by common carrier along with all costs of removal from the site and reinstallation after repairs with such costs and expenses capped at the sum of 10% of the Fee. Company agrees to assign to City any and all manufacturers' warranties on the Equipment. 5. Independent Contractor Status. The Parties hereby agree that Company is an Independent Contractor of City and that nothing in this Agreement shall be deemed to place the Parties in the relationship of employer/employee, partners, or joint venturers. Neither Party shall have the right to obligate or bind the other in any manner. Each Party agrees and acknowledges that it will not hold itself out as an authorized agent with the power to bind the other Party in any manner. 6. No Subcontractors. Company hereby agrees that Company shall not delegate, subcontract or assign all or any portion of the Services to any third party without the express written consent of City. 7. Assignment and Assumption. Neither Party may sell, convey, assign, transfer, hypothecate, encumber or permit or suffer any encumbrance of all or any portion of its interest in this Agreement unless approved in writing in advance by the other Party hereto, or unless otherwise permitted by law. Any attempt 00111544.1 Page 2 of 6 to so transfer or encumber any such interest in contravention hereof shall be void. 8. Default. The following events shall constitute a default of this Agreement: (a) failure of Company to deliver the Equipment in a timely fashion; '(b) failure of the Equipment to comply with the specifications set forth in Exhibit A and Exhibit B; and (c) defects in the Equipment, including, integration or the actual working order of the Equipment which are not remedied after ten (10) days written notice. 9. Attorneys/ Fees. In the event that either Party defaults on its obligations under this Agreement, the nondefaulting Party shall be entitled to recover from the defaulting Party the costs and attorneys' fees incurred in the enforcement of any provision of this Agreement. 10. Indemnification. Company agrees to and shall indemnify and hold the City harmless from and against all liability, loss, damages or injury, and all costs and expenses (including attorneys' fees and costs of any suit related thereto), suffered or incurred by the City, arising from or related to this Agreement or Company's performance hereunder. 11. Insurance. Company agrees that Company shall keep and maintain general automobile liability insurance in the amount of $500,000 per occurrence for each vehicle and $1,000,000 in the aggregate for all vehicles which Company brings onto City property or uses in any manner in the provision of the Services, including transportation to and from the site(s) where the Equipment is installed; and Company further agrees that Company shall maintain general liability insurance in the amount of at least $500,000 per incident/occurrence and $1,000,000 in the aggregate for all incidents/occurrences during a policy period; and Company agrees that Company shall maintain Worker's Compensation Insurance on all of Company's employees if such coverage is required under South Carolina law. In no event shall Company serve as a self-insurer for the purposes of Workers Compensation Insurance. Company also agrees that Company shall provide in a form acceptable to City certificates of Worker's Compensation Insurance (if applicable), Automobile Liability Insurance and General Liability Insurance. II. MISCELLANEOUS 1. Caption Sections. Paragraphs, titles, headings and captions contained in this Agreement are inserted only for 00111544.1 Page 3 of 6 convenience and for reference and in no way define, limit, extend or describe the scope of this Agreement or the intent of any provision hereof. 2. Waiver and Severability, If any part of this Agreement, for any reason, is declared invalid or void, such declaration shall not affect the remaining portions of the Agreement which shall remain in full force and effect as if this Agreement had been executed with the invalid portion eliminated. If either of the Company or the City decides not to enforce a provision of this Agreement, such decision in favor of non-enforcement shall not constitute a complete and full waiver of the right of that person or entity in the future to enforce that provision of the Agreement in the event of any subsequent breach or failure to comply in full with that provision of the Agreement. 3. Governing Law. This Agreement shall be governed by, construed and interpreted under, and enforced exclusively in an accordance with the laws of the state of South Carolina, and the courts in the state of South Carolina shall have exclusive jurisdiction with respect to any dispute arising hereunder. 4. Notices. All notices, certificates or other communications hereunder shall be sufficiently given and shall be deemed given when mailed by certified or registered mail, postage prepaid, addressed as follows: To the City: Mike Jolly Utilities Department City of Rock Hill P.O. Box 11706 Rock Hill, SC 29731 To the Company: 5. executed to be an the same 00111544.1 Execution in Counterparts. This Agreement may be in several counterparts, each of which shall be deemed original, and all of which shall constitute but one and instrument. Page 4 of 6 6. Modification and Amendment. No change, amendment or modification of this Agreement shall be made unless agreed to in writing by both Company and the City. 7. Warranty of Authority. It is agreed by Company and the City that the terms of this Agreement are contractual and not a mere recital, and all signatory parties hereto represent and warrant that they have the full and complete authority to execute and enter into this Agreement. 8. Compliance with Legal Requirements. In connection with its obligations under this Agreement, Company shall comply with all applicable federal, state and local laws, regulations and ordinances and shall obtain all applicable permits and licenses, including a City of Rock Hill business license. 9. Terms of this Agreement Controlling. In the event of any inconsistency or conflict between any term, covenant or condition of this Agreement and any other document pertaining to this Agreement, including but not limited to any exhibits, RFPs, responses to RFPs, bids, letters, memorandums, correspondence or any amendments or modifications thereof (Documents), all terms, covenants and conditions of this Agreement shall in all respects be controlling, and any contrary term, covenant or condition in the Documents, or any amendment or modification thereof, is hereby displaced. 10. Entire Agreement. Except as otherwise provided herein, this Agreement along with Exhibits A, B and C shall constitute the entire and full agreement and understanding between Company and the City, and shall supersede all prior and/or contemporaneous agreements, understandings and discussions between them, written and/or oral, all of which shall be deemed merged into this Agreement and shall be of no further force and effect. IN WITNESS WHEREOF, Company and the City have caused their respective names to be subscribed hereto, all on the date set forth herein above. 00111544.1 Page 5 of 6 CITY OF ROCK HILL By: ___________________ By: ________________________ Its: _________________ Its: ___________________ Witnesses Witnesses ____________________________ _____________________________ ____________________________ _____________________________ 00111544.1 Page 6 of 6 INSTRUCTIONS 1. This form, for the protection of persons supplying labor and material, shall be used whenever a bid bond is required. There shall be no deviation from this form without approval by the City Manager. 2. Insert the full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the face of the form. The bond shall be signed by an authorized person. Where such person signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership, or joint venture, or an officer of the corporate involved, evidence of his authority must be furnished. 3. The bond may express penal sum as a percentage of the bid price. In these cases, the bond may state a maximum dollar limitation (e.g., 5% of the bid price but the amount not to exceed dollars). 4. Corporations executing the bond as sureties must be among those appearing on the U.S. Treasury Department's list of approved sureties and must be acting within the limitations set forth therein. 5. Corporate sureties must be licensed to do business in South Carolina. 6. In its application to negotiated contracts, the terms "bid" and "bidder" shall include "proposal" and "offeror". DATE BOND EXECUTED (Must be same or later than date of contract) BID BOND (See Instructions on reverse) PRINCIPAL (Legal name and business address) TYPE OF ORGANIZATION ("X" one ) INDIVIDUAL PARTNERSHIP JOINT VENTURE CORPORATION SURETY (Name and business address) PENAL SUM OF BOND PERCENT OF BID PRICE AMOUNT NOT TO EXCEED MILLION(S) THOUSAND(S) HUNDRED(S) BID IDENTIFICATION BID DATE CONTRACT NO. CENTS FOR (Construction Supplies or Services) KNOW ALL MEN BY THESE PRESENTS, That we, the PRINCIPAL and SURETY above named are held and firmly bound unto the City of Rock Hill, South Carolina, hereinafter called the City, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such as to operate as a guarantee that the Principal will fully and promptly execute a contract and cause to be executed bonds acceptable to the City, all as set forth in the proposal or bid, should the same be accepted, and that not longer than twenty (20) days after the receipt by the Principal of contract forms from the City, he will execute a contract on the basis of the terms, conditions and unit prices set forth in his proposal or bid together with and accompanied by a Performance Bond satisfactory to the City, in the total amount of said contract, and a Payment Bond in the total amount of the contract, and that failure to perform or comply with any or all the foregoing requirements, within the times set forth above, shall be just and adequate cause for the annulment of the award; and it is disposal of the City, not as a penalty, but as an agreed liquidated damage. Should each and all of the foregoing conditions be fulfilled and Performance and Payment Bonds, as set forth in the proposal, be executed, bonds being satisfactory to the City, this obligation shall be null and void; otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In Presence of: INDIVIDUAL OR PARTNERSHIP PRINCIPAL WITNESS (2) 1. (Seal) 2. (Seal) ATTEST: ____________________________________________________ CORPORATE PRINCIPAL Corporate Secretary WITNESS (2) 1. AFFIX CORPORATE SEAL BY TITLE 2. CORPORATE SURETY WITNESS (2) 1. AFFIX CORPORATE SEAL BY TITLE 2. Address: Countersigned By:_______________________________________________ Resident SC Agent Rev. 08/02 INSTRUCTIONS 1. This form, for the protection of persons supplying labor and material, shall be used whenever a performance bond is required. There shall be no deviation from this form without approval by the City Manager. 2. The full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the face of the form. The bond shall be signed by an authorized person. Where such person signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership, or joint venture, or an officer of the corporate involved, evidence of his authority must be furnished. 3. Corporations executing the bond as sureties must be among those appearing on the U.S. Treasury Department's list of approved sureties and must be acting within the limitations set forth therein. 4. Corporate sureties must be licensed to do business in South Carolina. PERFORMANCE BOND DATE BOND EXECUTED (Must be same or later than date of contract) (See Instructions on reverse) PRINCIPAL (Legal name and business address) TYPE OF ORGANIZATION ("X" one ) INDIVIDUAL PARTNERSHIP JOINT VENTURE CORPORATION STATE OF INCORPORATION SURETY (Name and business address) PENAL SUM OF BOND MILLION(S) THOUSAND(S) CONTRACT DATE HUNDRED(S) CENTS CONTRACT NO. KNOW ALL MEN BY THESE PRESENTS, That we, the PRINCIPAL and SURETY above named are held and firmly bound unto the City of Rock Hill, South Carolina, hereinafter called the City, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the principal entered into a certain contract with the City, numbered and dated as shown and hereto attached: NOW, THEREFORE, if the Principal shall promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications tot the Surety being hereby waived, then the above obligation shall by void and of no effect. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In Presence of: INDIVIDUAL OR PARTNERSHIP PRINCIPAL WITNESS (2) 1. (Seal) 2. (Seal) ATTEST: ____________________________________________________ CORPORATE PRINCIPAL Corporate Secretary AFFIX WITNESS (2) CORPORATE 1. BY SEAL TITLE 2. CORPORATE SURETY AFFIX WITNESS (2) 1. CORPORATE BY SEAL TITLE 2. Address: Countersigned By:_______________________________________________ Resident SC Agent Rev. 08/02 INSTRUCTIONS 1. This form, for the protection of persons supplying labor and material, shall be used whenever a payment bond is required. There shall be no deviation from this form without approval by the City Manager. 2. The full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the face of the form. The bond shall be signed by an authorized person. Where such person signing in a representative capacity (e.g., an attorney-in-fact), but is not a member of the firm, partnership, or joint venture, or an officer of the corporate involved, evidence of his authority must be furnished. 3. Corporations executing the bond as sureties must be among those appearing on the U.S. Treasury Department's list of approved sureties and must be acting within the limitations set forth therein. 4. Corporate sureties must be licensed to do business in South Carolina. PAYMENT BOND DATE BOND EXECUTED (Must be same or later than date of contract) (See Instructions on reverse) PRINCIPAL (Legal name and business address) TYPE OF ORGANIZATION ("X" one ) INDIVIDUAL PARTNERSHIP JOINT VENTURE CORPORATION STATE OF INCORPORATION SURETY (Name and business address) PENAL SUM OF BOND MILLION(S) THOUSAND(S) CONTRACT DATE HUNDRED(S) CENTS CONTRACT NO. KNOW ALL MEN BY THESE PRESENTS, That we, the PRINCIPAL and SURETY above named are held and firmly bound unto the City of Rock Hill, South Carolina, hereinafter called the City, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the principal entered into a certain contract with the City, numbered and dated as shown and hereto attached: NOW, THEREFORE, if the Principal shall promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications tot the Surety being hereby waived, then the above obligation shall by void and of no effect. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In Presence of: INDIVIDUAL OR PARTNERSHIP PRINCIPAL WITNESS (2) 1. (Seal) 2. (Seal) ATTEST: ____________________________________________________ CORPORATE PRINCIPAL Corporate Secretary AFFIX WITNESS (2) CORPORATE 1. BY SEAL TITLE 2. CORPORATE SURETY AFFIX WITNESS (2) 1. CORPORATE BY SEAL TITLE 2. Address: Countersigned By:_______________________________________________ Resident SC Agent Rev. 08/02 Section 00650 – Insurance Requirements 00650-7 General Liability Endorsement (E-1) CITY OF ROCK HILL ATTN: Risk Management Division Post Office Box 11706 Rock Hill, SC 29731 A. Policy Information 1. Insurance Company ; Policy Number 2. Policy Term (From) (To) ; Endorsement Effective Date 3. Named Insured 4. Address of Named Insured 5. Limit of Liability Any One Occurrence/Aggregate $ 6. Deductible or Self-Insured Retention (Nil unless otherwise specified): $ 7. Coverage is equivalent to: Commercial General Liability “occurrence” form CG0001 (Ed. 11/88) Commercial General Liability “claims-made” form CG0002 (Ed. 11/88) 8. Bodily Injury and Property Damage Coverage is: “claims-made” “occurrence” If claims-made, the retroactive date is . NOTE: The City’s standard insurance requirements specify “occurrence” coverage. “Claims-made” coverage requires special approval. B. Policy Amendments This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. INSURED. The City, its elected or appointed officials, employees and volunteers are included as insureds with regard to damages and defense of claims arising from: (a) activities performed by or on behalf of the Named Insured, (b) products and completed operations of the Named Insured, (c) premises owned, leased or used by the Named Insured. 2. CONTRIBUTION NOT REQUIRED. As respects: (a) wok performed by the Named Insured for or on behalf of the City; or (b) products sold by the Named Insured to the City; or (c) premises leased by the Named Insured from the City, the insurance afforded by this policy shall be primary insurance as respects the City, its elected or appointed officials, employees or volunteers; or stand in an City of Rock Hill, South Carolina Section 00650 – Insurance Requirements 00650-8 unbroken chain of coverage excess of the Named Insured’s scheduled underlying primary coverage. In either event, any other insurance maintained by the City, its elected or appointed officials, employees or volunteers shall be in excess of this insurance and shall not contribute to it. 3. SCOPE OF COVERAGE. This policy, if primary, affords coverage at least as broad as: a. Insurance Services Office form No. GL0002 (Ed. 1/73), Comprehensive General Liability Insurance and Insurance Services Office form number GL0404 Broad Form Comprehensive General Liability endorsement; or b. Insurance Services Office Commercial General Liability Coverage, “occurrence” form CG0001 or “claims-made” form CG0002 (Ed. 11/88); or c. If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the proceeding section (a) and (b). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respect to the Company’s limit of liability. 5. PROVISIONS REGARDING THE INSURED’S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City, its elected or appointed officials, employees or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, cancelled, reduced or in limits except after thirty (30) days prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be as addressed as shown in the heading of this endorsement. _____________________________________________________________________ C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name) warrant that I have authority to bind the above listed insurance company and by my signature hereon do so bind this company. Signature of: Authorized Representative (original signature required on endorsement furnished to the City) ORGANIZATION: TITLE: ADDRESS: PHONE: City of Rock Hill, South Carolina Section 00650 – Insurance Requirements 00650-9 Automobile Liability Endorsement (E-2) CITY OF ROCK HILL ATTN: Risk Management Division Post Office Box 11706 Rock Hill, SC 29731 A. Policy Information 1. Insurance Company ; Policy Number 2. Policy Term (From) (To) ; Endorsement Effective Date 3. Named Insured 4. Address of Named Insured 5. Limit of Liability Any One Occurrence/Aggregate $ 6. Deductible or Self-Insured Retention (Nil unless otherwise specified): $ B. Policy Amendments This endorsement is issued in consideration of the policy premium. Notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. The City, its elected or appointed officials, employees and volunteers are included as insureds with regard to damages and defense of claims arising from: The ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the Named Insured, regardless of whether liability is attributable to the Named Insured or a combination of the Named Insured and the City, its elected or appointed officials, employees or volunteers. 2. CONTRIBUTION NOT REQUIRED. As respects work performed by the Named Insured for or on behalf of the City, the insurance afforded by this policy shall: (a) be primary insurance as respects the City, its elected or appointed officials, employees or volunteers; or (b) stand in an unbroken chain of coverage excess of the Named Insured’s scheduled underlying primary coverage. In either event, any other insurance maintained by the City, its elected or appointed officials, employees or volunteers shall be in excess of this insurance and shall not contribute to it. 3. SCOPE OF COVERAGE: This policy, if primary, affords coverage to the Named Insured which at least as broad as: (1) Insurance Services Office form No. CA0001 (Ed. 6/92), Code 1 (“any auto”). (2) If excess, affords coverage which is at least as broad as the primary insurance forms referenced in the City of Rock Hill, South Carolina Section 00650 – Insurance Requirements 00650-10 proceeding section (1). 4. SEVERABILITY OF INTEREST. The insurance afforded by this policy applies separately to each insured who is seeking coverage or against whom a claim is made or a suit is brought, except with respect to the Company’s limit of liability. 5. PROVISIONS REGARDING THE INSURED’S DUTIES AFTER ACCIDENT OR LOSS. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City, its elected or appointed officials, employees or volunteers. 6. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, cancelled, reduced or in limits except after thirty (30) days prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be as addressed as shown in the heading of this endorsement. C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name) warrant that I have authority to bind the above listed insurance company and by my signature hereon do so bind this company. Signature of: Authorized Representative (original signature required on endorsement furnished to the City) ORGANIZATION: TITLE: ADDRESS: PHONE: City of Rock Hill, South Carolina Section 00650 – Insurance Requirements 00650-11 Worker’s Compensation Employer’s Liability Endorsement (E-3) CITY OF ROCK HILL ATTN: Risk Management Division Post Office Box 11706 Rock Hill, SC 29731 A. Policy Information 1. Insurance Company Policy Term (From) (To) 2. Effective Date of this Endorsement 3. Named Insured 4. Employer’s Liability Limit (Coverage B) (“the Company”); ; Policy Number B. Policy Amendments In consideration of the policy premium and notwithstanding any inconsistent statement in the policy to which this endorsement is attached or any other endorsement attached thereto, it is agreed as follows: 1. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, cancelled, reduced or in limits except after thirty (30) days prior written notice by certified mail return receipt requested has been given to the City. Such notice shall be as addressed as shown in the heading of this endorsement. C. SIGNATURE OF INSURER OR AUTHORIZED REPRESENTATIVE OF THE INSURER I, (print/type name) warrant that I have authority to bind the above listed insurance company and by my signature hereon do so bind this company. Signature of: Authorized Representative (original signature required on endorsement furnished to the City) ORGANIZATION: TITLE: ADDRESS: PHONE: City of Rock Hill, South Carolina Intentionally Left Blank INSERT CERTIFICATIONS OF INSURANCE WMBE Statement It is the policy of the City of Rock Hill to provide minorities and women equal opportunity for participating in all aspects of the City's contracting and procurement programs, including but not limited to employment, construction projects, and lease agreements consistent with the laws of the State of South Carolina. It is further the policy of the City of Rock Hill to prohibit discrimination against any person or business in pursuit of these opportunities on the basis of race, color, national origin, religion, sex, age, handicap, or veteran status. It is further the policy of the City of Rock Hill to conduct its contracting and procurement programs so as to prevent such discrimination and to resolve any and all claims of such discrimination. City Business License The successful contractor, prior to execution of the contract, must possess or obtain a City of Rock Hill Business License. Such license must be maintained throughout the duration of the contract. The fee for such license is based on the amount of the contract with the City if the contractor is not currently doing other business inside the City Limits. If the contractor is currently doing other business within the City limits of Rock Hill, and does not possess a business license, then the fee for the license is based on the total gross receipts from customers within the city limits. Contact City Business License Office at 803-329-7042 to determine the exact amount or to ask other pertinent questions regarding doing business in the City of Rock Hill. Insurance: Company agrees that Company shall keep and maintain general automobile liability insurance in the amount of $ 1,000,000 per occurrence for each vehicle and $1,000,000 in aggregate for all vehicles which Company brings onto City property or use in any manner in the provision of services, including transportation to and from the site (s) where the services are rendered; and Company further agrees that Company shall maintain general liability insurance in the amount of at least $1,000,000 per incident/occurrence and $1,000,000 in aggregate for all incidents/occurrence during the policy period; and Company agrees that Company shall maintain Worker's Compensation Insurance on all of the Company's employees. In no event shall Company serve as self-insurer for the purpose of Workers Compensation Insurance. Company also agrees that Company shall provide, in a form acceptable to City, certificates of Worker's Compensation Insurance, Automobile Liability Insurance and General Liability Insurance. Illegal Immigration Reform Act Compliance The contractor certifies that the contractor will comply with the requirements of Chapter 14, Title 8 of the South Carolina Code of Laws titled Unauthorized Aliens and Public Employment and agrees to provide to the City of Rock Hill any documentation required to establish either; (a) the applicability of such law to the contractor, subcontractor, and sub-subcontractor; or (b) the compliance with this law by the contractor and any subcontractors or sub-subcontractors. Indemnification Company agrees to and shall indemnify and hold the City harmless from and against all liability, loss, damages or injury, and all costs and expenses (including attorneys' fees and costs of any suit related thereto), suffered or incurred by the City, arising from or related to Company's negligent performance under this Agreement. Excluded Bidders Bids from vendors/contractors with prior poor performance; quality issues, contact conformance, payment history, timeline compliance, or any other reason the City deems POOR PERFORMANCE will not be considered. Excluded Vendors/Contractors can resubmit complete company information with references for city review after a minimum of one year from the last excluded bid. City will contact Vendor/Contractor with its decision within 30 days of company information submittal. City reserves the right to include or exclude said Vendor/Contractor based on findings. "Stormwater Management. Contractor shall comply with the City's MS4 stormwater control measures, good housekeeping/Best Management Practices and facility-specific stormwater management programs applicable to the Agreement and the services to be provided by Contractor hereunder. Contractor represents and warrants that it has been provided all information and/or access to all information relating to the applicable stormwater control measures, good housekeeping/Best Management Practices and facility-specific stormwater management programs, and that the Contractor enters into this Agreement with full knowledge and understanding of the same. Contractor further agrees to perform such additional actions as may be necessary or proper for compliance under the National Pollutant Discharge Elimination System (NPDES) Program or any federal or state laws relating thereto." Local Purchasing It is the intent of the City of Rock Hill to promote the use of local businesses and hiring citizens living within the local Rock Hill/York County area when possible. 1.) Local vendors, services, contractors, companies and businesses (Rock Hill/York County) with a valid city of Rock Hill business license may have the opportunity to receive a 3% or a 5% adjustment factor during the consideration of bids. A LOCAL VENDOR, SERVICE, CONTRACTOR, COMPANY OR BUSINESS is defined as a business offering the services and or products being bid. Business must have been established for not less than one year within York County limits along with holding a valid City of Rock Hill Business License for the entire year prior to bid date. City Council shall be entitled to make the final decision as to whether such business is local and may in its discretion consider factors such as the length of time prior to issuance of the local business license, the actual physical presence within the corporate limits or within York County, property taxes attributable to such entity received by the City of Rock Hill, local employment and any other reasonable factors to insure that this policy is not being circumvented. 2.) Business located within the Rock Hill municipal limits may be considered for a 5% adjustment factor. Businesses located in York County outside the Rock Hill municipal limits may be considered for a 3% adjustment factor. 3.) The maximum value of the percentage adjustment factor will be capped at $25,000. 4.) If a local business is within the percentage guideline, not exceeding $25,000, of the lowest bid received, the local business may be given consideration of the bid award if it is willing to provide goods or services at the price of the lowest bid received. 5.) If conditions of number 4 above are met and the local business is not willing to provide goods or services at the price of the lowest bid received, the consideration of the bid award will revert back the lowest bid received, or the next lowest local business within the percentage (maximum $25,000) adjustment factor threshold. 6.) Contractor and or business must make reasonable attempt to hire local Rock Hill/York County residents. 7.) Selected contractor(s) must make reasonable effort to purchase/lease all material, equipment and supplies associated with the awarded bid from a local business with a valid City of Rock Hill Business License. 8.) Contractor(s) receiving award must supply City with a list of their employees working on the project which include the city/town in which they reside along with a list of all equipment, material, suppliers and subcontractors and their addresses (This list will be used in the evaluation process). 9.) Special consideration may be given to companies that have products produced and/or manufactured in the United States. 10.) Local Purchasing provisions of this section will be in effect and apply to bidding until June 30, 2015 and expire unless re-authorized by the City Council. 11.) Local Purchasing adjustment factors cannot apply: (i) to Federally Funded Projects (ii) to State Funded Projects where the State restricts the use of local preferences under such circumstances; or (iii) to projects funded by Bond proceeds where the Bond covenants restrict the manner of procurement. 12.) Utilization of the Local Purchasing program requires a minimum of three bids;. if three or more bids are not received the Local Purchasing program cannot be utilized. INDEMNITY PROVISION CONTRACTOR (or Lessee or Vendor) assumes entire responsibility and liability for losses, expenses, demands and claims in connection with or arising out of any injury, or alleged injury (including death) to any person, or damage, or alleged damage, to property of City or others sustained or alleged to have been sustained in connection with or to have arisen out of or resulting from the performance of the work/service by the Contractor, his subcontractors, agents, and employees, including losses, expenses, damages sustained by City, and agrees to indemnify and hold harmless the City, its officials, employees or volunteers from any and all such losses, expenses, damages, demands and claims and agrees to defend any suit or action brought against them, or any of them, based on such alleged injury or damage, and to pay all damages, cost and expenses in connection therewith or resulting therefrom. As an integral part of this agreement, contractor agrees to purchase and maintain during the life of this contract, contractual liability insurance in the amount required in the general liability insurance requirements and to furnish proper evidence thereof. Above provision specifically applies to the contract dated ________________________ between the City of Rock Hill and ________________________________________for (contractor) _______________________________________________________________________. (service or products) NAME________________________________________________ PRINT NAME__________________________________________ TITLE_________________________________________________ COMPANY____________________________________________ EXHIBIT A SPECIFICATIONS SCHEDULE I SPECIFICATIONS FOR 115 KV - 24.9GRD.Y/14.4 KV SUBSTATION STRUCTURE TABLE OF CONTENTS Paragraph Number Title Page I. Arrangement and Conditions A. B. C. D. E. F. G. H. I. J. Rating Arrangement Standards Features Drawings and Instructions Design Data and Calculations Inspection Shipment Insulators Switches S-1 S-1 S-1 S-1 S-2 S-2 S-2 S-2 S-3 S-3 II. 115 KV Deadend and Switching Structure A. B. C. D. E. Structural Design Busses and Line Terminals Clearances 115 KV Group-Operated Switch Station Post Insulators S-3 S-3 S-4 S-4 S-5 III. 25.8 KV Switching Station Structure A. B. C. D. E. F. G. H. Structural Design Busses and Line Terminals Clearances 25.8 KV Group-Operated Bypass Switches 25.8 KV Hookstick Disconnect Switches 25.8 KV Bus Transfer Switches 25.8 Main Hookstick Disconnect Switches Regulator Bypass Disconnect Switches i S-5 S-5 S-6 S-6 S-7 S-7 S-7 S-8 SCHEDULE I TABLE OF CONTENTS (Continued) Paragraph Number Title Page III. 25.8 KV Switching Station Structure (Con’t) I. J. K. L. M. N. O. P. Lightning Arresters Station Service Transformer Power Fuses and Backup Current Limiting Fuses Station Service Panel Potential Transformers Accessories Grounding: 1. General 2. Ground Rods 3. Grounding Conductor 4. Switch Grounding Plate 5. Connectors 6. Wall and Gate Grounding Warranty ii S-8 S-8 S-9 S-9 S-10 S-10 S-11 S-11 S-11 S-11 S-11 S-12 S-12 S-12 SCHEDULE I SPECIFICATIONS FOR 115 KV - 24.9GRD.Y/14.4 KV SUBSTATION STRUCTURES I. Arrangement and Conditions A. Rating These specifications cover one deadend switching structure rated 115 KV with provisions for one incoming circuit and one outgoing circuit, and one 25.8 KV switching station structure with provision for one incoming circuit, five outgoing underground circuits, a main bus and a transfer bus. B. Arrangement The arrangement of the substation shall be basically as shown on the attached drawings, and shall consist of equipment as specified herein. Each bidder shall furnish a drawing showing the general arrangement of the station he proposes to furnish with his proposal. The incoming and outgoing lines shall be arranged essentially as shown on the attached arrangement drawing, though each detail need not be exactly as shown. C. Standards All equipment covered by these specifications shall conform to the latest applicable standards of the ANSI, IEEE, and NEMA except where the standards conflict with the specific requirements of these specifications. The Purchaser reserves the right to reject any and all equipment, material, or design that, in the opinion of the Engineer, fails to meet the requirements of these specifications. D. Features These specifications cover one 115 KV deadend and switching structure and one 25.8 KV switching station structure complete, including the necessary structures, buswork, connectors, insulators, switches, fuses, line deadending terminals, anchor bolts, grounding equipment, lightning arresters, control power transformer, control power panels, and instrument transformers. The specifications do not include installation, fencing, conduit, station lighting, or control wiring. S-1 Schedule I E. Drawings and Instructions Upon notification of award of contract, the Supplier shall, within six weeks, furnish for approval two (2) sets of Drawings and Instructions covering the physical size, weight, dimensions, arrangement, electrical characteristics, wiring diagram and other pertinent data for structures, control power transformer, lightning arresters, switches, AC panel, instrument transformers, and other equipment. Drawings for approval shall include itemized material list with manufacturers' catalog numbers, overall wiring diagrams, anchor bolt plan, steel erection drawings, and general arrangement drawings. Steel erection drawings shall show member sizes and connections, and shall include all supporting design calculations. Material item numbers shall be shown on the arrangement drawings. The Supplier shall also furnish an AutoCAD drawing file of the finally approved drawings and four (4) prints of the finally approved issue of each drawing for the Purchaser's records. The Supplier shall also furnish four (4) sets of written instructions and renewal parts lists, suitably illustrated, covering the operation and maintenance of the equipment applying specifically to this installation. F. Design Data and Calculations The successful bidder will be required to furnish the reactions at the base or ground line of each column with the drawings for approval. They shall also furnish an augered foundation design for all structures furnished in this schedule. Foundations shall be round, drilled rebar reinforced to necessary depth. All design calculations for the structures and structure foundations must also be submitted with the drawings for approval. All drawings and calculations must be sealed by a registered professional engineer licensed in the state where the substation will be erected. The City’s Engineer will provide soil boring reports for the substation site to the successful Bidder to use for foundation designs. G. Inspection The purchaser reserves the right to reject any and all equipment, material, or design that, in the opinion of the Engineer, fails to meet the requirements of these specifications. H. Shipment Both 115 KV and 25.8 KV structures shall be shipped assembled to shipping limits and appropriately marked for field erection. Individual material items shall be marked or tagged with item numbers corresponding to the item numbers shown on the general S-2 Schedule I arrangement drawings and material summary lists. All material and equipment shall be shipped F.O.B. Substation Site, 1462 Blackmon Street, Rock Hill, South Carolina 29730, attention: Mr. Chuck Smith, who shall be notified 72 hours prior to delivery. I. Insulators All switch and bus insulators shall be porcelain, gray station post type, including insulators furnished as part of the air break switches and disconnect switches. J. Switches All switches shall be manufactured by Cleaveland-Price. II. 115 KV Deadend and Switching Structure A. Structural Design The deadend structure shall be of the steel A-Frame type with bracing as required, and shall be arranged in general accordance with the attached arrangement drawings. The structure shall be of steel conforming to ASTM Specifications A-36 or later revision thereof. Bolts shall conform to ASTM Specification A-394 or later revision thereof. Steel members shall be hot dipped galvanized after fabrication in accordance with ASTM Specification A-123-59 or later revision thereof. Structure shall be designed in accordance with NEMA Standard Class "A" as outlined in NEMA Publication SG-61990 or later revision thereof, except where the standards conflict with the specific requirements of these specifications. In particular, no fabrication of steel should be undertaken until shop drawings have been approved. The structure shall be designed to withstand a maximum tension of 1500 pounds per conductor for external conductors and 500 pounds per shield wire at ± 30 degrees. The structure shall also be designed to withstand the mechanical forces associated with short circuit currents of 25,000 amperes symmetrical at 115 KV. All equipment furnished to be mounted on the structure and the structure shall be furnished with complete mountings including mounting hardware. B. Busses and Line Terminals The current carrying capacity and size of the incoming busses and bus connections shall be a minimum of 600 amperes, with a temperature rise not exceeding 30 degrees Centigrade in accordance with NEMA standards. The current carrying capacity and size of the outgoing circuit busses and bus connections shall be a minimum of 600 amperes, with a temperature rise not exceeding 30 degrees Centigrade in accordance with NEMA standards. S-3 Schedule I All bus connections shall be bolted type power connectors. Busses shall be supported at intervals of 20'-0" or less with bus support insulators and bus support clamps. Any expansion connectors required for connection of the busses shall be furnished. The 115 KV strain type conductor deadend ball and socket insulators for the incoming 115 KV circuit shall be furnished. Eyebolt fittings for attachment to the structure are required. Incoming conductors shall be 336 Kcm ACSR, Code word ‘Merlin’ or 477 KCM ACSR, Code Word ‘HAWK’, and will terminate on the line side of the incoming 115 KV group operated switch. Deadend clamps shall be provided. Strain attachments and deadend clamps shall be provided for two 3/8" EHS static shield wires, one on each side of the top of the A-Frame structure, a minimum of eight feet above the conductor attachments. Lightning masts, 10 feet in height, shall be provided on each side of the structure. C. Clearances The following clearances shall be provided: (1) A minimum of 9 feet horizontally and 7 feet vertically, phase to phase between 115 KV conductors; 3.5 feet to any grounded structure and 12 feet above grade for any energized conductor. (2) A minimum attachment height of 28 feet above ground for the incoming 115 KV lines. D. 115 KV Group-Operated Switch One, three-phase group operated vertical break disconnect switch rated 115 KV, 550 KV BIL, 600 amperes, 40,000 amperes momentary shall be furnished for the incoming circuit. Switch shall be group operated, air break, triple pole, single throw, manually operated, rotating insulator, three insulator, vertical break. The manual operating mechanism, including pipe, and pipe guides, shall be of the rotating type, with position indicator and provisions for padlocking either in the open or closed position. An 8-foot fiberglass insulating section shall be provided for mounting in the operating pipe. A ground plate or grill shall be furnished for the operator to stand on. Terminal pads shall be provided and shall conform to the latest applicable standards of ANSI, NEMA and IEEE. Copper or bronze terminal pads shall be tin plated. The base for the switch shall be hot dipped galvanized structural steel and have welded mounting flanges for mounting to the steel structure. Connectors shall be furnished on the hinge end and jaw end to match incoming 333 Kcm ACSR or 477 KCM ACSR conductors and conductors furnished herein. S-4 Schedule I E. Station Post Insulators Station post insulators for the 115 KV structure shall be rated 550 KV BIL, standard strength class, gray in color and shall be technical reference number 286. III. 25.8 KV Switching Station Structure A. Structural Design The station structure shall be of a low-profile, tower type with angular bracing as required, and shall be arranged in general accordance with the attached arrangement drawing. The structure shall be of steel conforming to ASTM Specifications A-36 or later revision thereof. Bolts shall conform to ASTM Specification A-394 or later revision thereof. Steel members shall be hot dipped galvanized after fabrication in accordance with ASTM Specification A-123-59 or later revision thereof. Structure shall be designed in accordance with NEMA Standard Class "A" as outlined in NEMA Publication SG-61990 or later revision thereof, except where the standards conflict with the specific requirements of these specifications. In particular, no fabrication of steel should be undertaken until shop drawings have been approved. The structure shall be designed to withstand the mechanical forces associated with short circuit currents of 25,000 amperes symmetrical at 25.8 KV. All equipment furnished is to be mounted on the structure and the structure shall be designed and furnished to support all of the specified equipment with complete mountings including mounting hardware. B. Busses and Line Terminals The minimum current carrying capacity and size of the internal busses and bus connections shall be as shown below, with a temperature rise not exceeding 30 degrees C in accordance with NEMA standards. Current Rating 25.8 KV Main Busses and Connections-Phases Neutral Busses and Connections 25.8 KV Transfer Bus and Connections 25.8 KV Outgoing Circuits and Connections Outgoing Circuit Neutral from Main Bus Neutral to Cable Risers S-5 2000 Amperes 1200 Amperes 1200 Amperes 900 Amperes 500 MCM Copper Schedule I Connections between the circuit breakers and the disconnect switches shall be 500 MCM bare copper conductors. Circuit breakers to be purchased under a separate schedule will include the correct terminal connectors. All bus connections shall be bolted type power connectors. The main and transfer bus shall be supported at intervals with bus support insulators and bus support clamps. All bus tubing shall be furnished with end caps on both ends and expansion connectors. Any expansion connectors required to connect the busses shall be furnished. Outgoing circuits will be installed underground and arranged as shown on the attached drawings. The cable termination terminal will be an aluminum two-hole NEMA spade. Connectors and conductors shall be furnished as required to connect the cable terminal to the outgoing feeder bus. Mechanical connectors are not acceptable on aluminum stranded conductors. The cable termination will be supported by a mounting bracket designed to support one terminator and one lightning arrester (Joslyn CD135-B or similar). Structure provisions shall be made for mounting the terminator and arrester brackets. Terminators will be furnished by others. The lightning arresters are to be furnished under this schedule. C. Clearances A minimum height of 10 feet above grade shall be provided for any exposed part which is energized at 25.8 KV. D. 25.8 KV Group-Operated Main Switch One, three-phase group operated vertical break disconnect switch rated 25.8 KV, 150 KV BIL, 2000 amperes, 80,000 amperes momentary shall be furnished. Switch shall be group operated, air break, triple pole, single throw, manually operated, rotating insulator, three insulator, vertical break. The switch shall be equipped with quick-break arcing horns and shall be suitable for bus sectionalizing and transformer disconnecting. Specifically, the switch shall be capable of interrupting the secondary magnetizing current of one 30/40/50 MVA power transformer at 24,900 volts. The manual operating mechanism, including pipe, operating pipe insulator, and pipe guides, shall be of the rotating type, with position indicator and provision for padlocking either in the open or closed position. Switch insulators shall be post type. A ground plate or grill shall be furnished at each switch for the operator to stand on. S-6 Schedule I Terminal pads shall be provided and shall conform to the latest applicable standards of ANSI, NEMA and IEEE. Copper or bronze terminal pads shall be tin plated. The base for the switch shall be hot dipped galvanized structural steel and have welded mounting flanges for mounting to the steel structure. Connectors shall be furnished for the jaw end and for the hinge end. E. 25.8 KV Hookstick Disconnect Switches Sixty feeder circuit breaker disconnect switches, single phase, rated 1200 amperes, 25.8 KV, 150 KV BIL, 61,000 amperes momentary, shall be furnished. Switches shall be hookstick operated, with ninety-degree blade stops and provisions for latching in the closed position. Switch insulators shall be post type. Bases for switches shall be hotdipped galvanized structural steel and shall have welded flanges for mounting to the steel structure. Copper or bronze terminal pads shall be tin plated. Connectors shall be furnished for the jaw end and the hinge end. F. 25.8 KV Bus Transfer Switches Five three-phase, group operated air break switches rated 25.8 KV 1200 amperes, 150 KV BIL, 61,000 amperes momentary, shall be furnished. Switches will be arranged to bypass the feeder circuit breakers to the transfer bus. Switches shall be three pole, group operated, three insulator, single throw, manually operated, rotating insulator, vertical break. The manual operating mechanism, including pipe, operating pipe insulator, and pipe guides, shall be of the rotating type with provision for padlocking either in the open or closed position. Switch insulators shall be post type. A ground plate or grill for the operator to stand on shall be furnished. Terminal pads shall be provided and shall conform to the latest applicable standards of ANSI, NEMA, and IEEE. Copper or bronze terminal pads shall be tin plated. Bases for switches shall be hot-dipped galvanized structural steel and have welded flanges for mounting to the steel structure. Connectors shall be furnished for the jaw end and the hinge end. G. 25.8 Main Hookstick Disconnect Switches Six main disconnect switches, single phase, rated 2000 amperes, 25.8 KV, 150 KV BIL, 80,000 amperes momentary, shall be furnished. Switches shall be hookstick operated, with ninety-degree blade stops and provisions for latching in the closed position. Switch insulators shall be post type. Bases for switches shall be hot-dipped galvanized structural steel and shall have welded flanges for mounting to the steel structure. Copper or bronze terminal pads shall be tin plated. Connectors shall be furnished for the jaw end and the hinge end. S-7 Schedule I H. Regulator Bypass Disconnect Switches Fifteen regulator bypass disconnect switches, single phase, rated 1200 amperes, 25.8 KV, 150 KV BIL, 61,000 amperes momentary, shall be furnished. Switches shall be of threeblade design, hookstick operated, with ninety-degree blade stops and provisions for latching in the closed position. All three hookstick blades on each bypass switch must travel in the vertical plane during operation. Switch insulators shall be post type. Bases for switches shall be hot-dipped galvanized structural steel and shall have welded flanges for mounting to the steel structure. Copper or bronze terminal pads shall be tin plated. Connectors shall be furnished for the jaw end and the hinge ends. I. Lightning Arresters Fifteen riser pole, metal oxide surge arresters, direct connected, rated 21 KV for use on 24.9/14.4 KV multi-grounded systems shall be furnished for the outgoing circuits. Maximum discharge voltage for a 10 KA impulse current wave which has a voltage wave cresting in 8 micro-seconds, shall be 56 KV. Arrester design shall have passed ANSI/IEEE C62.11-1987 with no loss of protective capability. Arresters shall be furnished with metal tops for outdoor use and clamping brackets for upright mounting and with ground lead disconnector in the event of arrester failure. Standard line and ground terminals shall be furnished along with hardware to mount the arresters to the steel structure and provide a minimum of fifteen (15) inches of clearance from the structure. Provisions shall be made for removal of the lightning arresters from service by means of a hot line clamp and stirrup. J. Station Service Transformer One station service transformer rated 25 KVA, 14.4/24.9 Y - 120/240 volt, single-phase, 60 Hertz, oil filled, self cooled, conventional overhead distribution type transformer shall be furnished. Transformer shall have two high voltage bushings and three low voltage tank wall bushings with clamp type terminals and a clamp type grounding terminal. Transformer shall have four 2½% taps, two above and two below rated high voltage and shall have an average winding rise not exceeding 65 degree Centigrade. The transformer shall have one set of mounting brackets centered beneath the high voltage bushings with provisions for mounting to structure, and the transformers shall be stenciled in contrasting colors on two sides with the KVA rating in 2½” high figures. One stencil shall be located diametrically opposite the other. Transformer shall be located as shown on the attached drawings and shall be connected to the switching station main bus through a power fuse and backup current limiting fuse combination. S-8 Schedule I K. Power Fuses and Backup Current Limiting Fuses Four S&C SMD-20 power fuses, station vertical offset style, shall be furnished complete with mountings and fuse units. All fuses shall be rated 25.8 KV nominal, 27.0 KV max, 150 KV BIL for use on a 24.9/14.4 KV multi-grounded system. Three fuses shall be provided to protect potential transformers, and one fuse shall be provided to protect the station service transformer, and three additional fuses shall protect the PLC signal injection transformers. Fuse units shall be rated 3K for the potential transformers and 5E for the station service and signal injection transformers. All transformers will be connected phase to neutral. Two spare fuse units shall be furnished for each fuse along with the proper connectors. Fuses shall have eyebolt connectors. Four backup current limiting fuses shall be furnished rated 15.5 KV, 17.0 KV maximum, 12K amps, and maximum 16,000 I2T. Fuses shall include one stud terminal and one eyebolt terminal for connection between the above power fuses and oil-filled transformers. L. Station Service Panel One outdoor circuit breaker load center shall be furnished for control and distribution of the switching station service power. The load center shall be rated single phase, threewire, 120/240 volts AC, 200 Amperes, 10,000 amperes symmetrical short circuit rating. The load centers shall be furnished with one 200 A. main breaker, forty-two single-pole 1" breaker positions, an equipment grounding bar, in a NEMA 3R enclosure with provisions for grounding, and a circuit directory. One outdoor manual transfer switch shall be furnished to switch AC load between normal station service and an alternate source (mobile generator). Switch shall be rated 120/240 volts AC, 200 Amperes, load make/break rated, and shall have lugs capable of accepting 4/0 copper or aluminum cable from alternate source. The load center shall be furnished with two (2) two-pole 60 ampere breaker, fifteen (15) two-pole 20 ampere breakers and eight (8) single-pole 20 ampere breakers and shall be provided with a conduit hub for a 2" riser. Conduit riser shall be furnished with weatherhead and mounting straps to reach to the secondary terminals of the station service transformer. Switching station service panel shall be provided with provisions for mounting on the steel structure. S-9 Schedule I M. Potential Transformers Three potential transformers, 25 KV class, shall be furnished and shall be rated 150 KV BIL, 14,400/24,900Y volts primary and 120 volts secondary with a ratio of 120:1 and a thermal rating of 1.5 KVA. Transformers shall be outdoor type encapsulated in an insulating compound with two high-voltage line terminals designed for line-to-line connection on a circuit where line-to-line voltage is essentially the same as rated primary voltage of the transformer. Transformers shall also be designed for line-to-ground or line-to-neutral connection on the circuit where line-to-neutral voltage is essentially the same as the rated primary of the transformers. Each transformer shall have an ANSI accuracy classification of 0.3 with burdens W, X, M and Y at rated primary voltage. Primary terminals shall be clamp type and shall be copper or cast bronze. The complete terminal shall be tin-electroplated and suitable for use with either copper or aluminum conductors. Secondary terminals shall be screw-type construction with binding heads for making connections to spade-type terminals or bare conductors. The secondary terminals shall be enclosed in a conduit box secured to the base of each transformer. The terminal box shall have 1" NPT threaded conduit openings at each end. A secondary grounding terminal shall also be provided. Each transformer shall have a stainless steel nameplate and shall be inscribed with the information prescribed by the ANSI Standards. The polarity markings shall be permanently molded into each transformer housing and painted white. Transformers shall be tested in accordance with the ANSI Standards and certified copies provided to the Owner of the test report for corona inception and extinguishing levels and shall be classified as “corona free” at operating voltage. Base assembly shall be either fabricated steel, cadmium-tin plated or cast aluminum. All exposed metallic surfaces shall have two coats of baked enamel. The base framework shall support the core and windings shall contain a grounding pad and provisions for mounting the detachable secondary terminal box. The clamp-type ground connector shall be suitable for No. 2 to 1/0 AWG copper grounding cable. N. Accessories One set of station accessories shall be furnished, including the following: 1. 2. 3. 4. 5. Two switch sticks Two outdoor switch stick housings, non-metallic type, with provisions for mounting on 2-3/8" fence posts. Nine "Danger-High Voltage" signs - Uticom Cat. #U1014D-RHES-SC Two “Notice - No Trespassing” signs - Uticom Cat. #U1014N-PPNT-U2200 Seventeen “Warning Hazardous Voltage Inside KEEP OUT” signs - Uticom Cat. #U1014W-RHES-SC S - 10 Schedule I 6. 7. Two “Danger” battery signs Uticom Cat. #U7010D-S2-U2200R One three-pole disconnect type test switch in a NEMA 3R enclosure with four 1½” concentric knockouts in the bottom. Test switch shall be Superior Cat. No. 732-F or equal. Enclosure shall have provision for mounting on the steel structure in the potential transformer secondary riser. O. Grounding 1. General Material shall be furnished for a suitable grounding system as shown on the attached drawings, which will provide protection in the event of a ground fault. Steel columns, trusses, circuit breakers, circuit switcher, transformer, lightning protection devices, metering equipment, instrument transformers, enclosures, panels, switches, switch handles, grounding mats, fencing (including gates) and any other necessary equipment shall be grounded. 2. Ground Rods Ground rods shall be 16'-0" long and consist of two 3/4" x 8'-0" copperweld sectional rods. Ground rods shall be furnished with hardware for installation and connection of the sections of rod. Ground rods shall be installed as shown on the grounding diagram. 3. Ground Conductor Grounding conductor shall be single conductor 1/0 AWG or 4/0 AWG bare stranded copper as indicated on the attached grounding plan. A completely buried stranded copper grounding system shall be located not less than 3'-6" outside the column center lines and 3'-0" outside the substation fence. The substation fence will be as shown on the attached drawings. Each column, corner post, gate and gate post, switch grounding plate piece of equipment, and every fourth line post shall be connected to the grounding system as shown on the grounding diagram. The grounding conductor shall run up each column and along each truss as required. 4. Switch Grounding Plate A 3' x 4' switch grounding plate must be furnished for each gang-operated switch location. The grounding conductor shall be connected to the switch grounding plate in at least two locations. The mat must be in such a location that for the switch to be operated the operator must stand on the mat. The gang operated switch handle must also be grounded. S - 11 Schedule I 5. Connectors Every below grade grounding connector shall be of the copper swage (circumfrencial compression) type and shall have the same current carrying capability as the grounding conductor without melting. All intersections of grounding conductors shall be bonded together with swage type connectors. Clamp type connectors shall be provided at each column base and along each column and truss at approximately four foot intervals. The connectors shall be of a size that will accept 1/0 AWG copper ground cable. Clamp type spade connectors shall be furnished for grounding all equipment including transformer, circuit switcher, circuit breakers, voltage regulators, equipment house, etc. 6. Wall and Gate Grounding Substation security and screening will be accomplished with use of a block wall ranging in height from twelve to fourteen feet above grade. Wall grounding shall consist of a 1/0 SD copper run from outer grounding loop, vertically up through void in block, and vertically down block wall face before connecting to inner grounding loop. Such run through wall will occur approximately every 30 feet. Substation will also include two rolling 18'-0" gates for access. Gates shall be eight feet tall and coated with PVC. A one hole grounding tab shall be affixed to gate frames and posts by others. Connections for attaching 1/0 SD copper to each gate shall be provided. An iGus track shall also be furnished for ground wire travel during gate operation. P. Warranty The structure package including all accessories and equipment shall be warranteed to the purchaser for a period of five years from the date the last piece of equipment arrives at the destination from the factory. During the first year the warranty shall cover any freight by common carrier in full and shall cover the cost of removal from the site and reinstallation after repairs limited to 10% of the original selling price. Cost of removing structures or associated equipment will be paid by the Purchaser. S - 12 Schedule I SCHEDULE II SPECIFICATIONS FOR POWER TRANSFORMER Table of Contents Paragraph A. B. C. D. E. F. G. H. I. J. K. L. M. N. O. P. Q. R. S. T. U. V. W. X. Y. Z. AA. BB. CC. DD. Title Page Scope Standards Terminology Service Conditions Transformer Rating Core and Coil Construction Tank Construction Impedance Bushings and Connections Internal Connections Core Ground Tap Changer - De-energized Cooling Type Oil Preservation System Radiators Manhole Ground Pads Thermal Relays and Fans Electronic Transformer Monitor Transformer Accessories Nameplate Bushing Current Transformers Surge Arresters Finish Shipment & Assembly Test and Performance Data Placing in Service Warranty Drawings Transformer Questionnaire i S- 1 S- 1 S- 1 S- 2 S- 2 S- 2 S- 3 S- 3 S- 4 S- 4 S- 4 S- 5 S- 5 S- 5 S- 6 S- 6 S- 6 S- 6 S- 7 S- 8 S- 9 S- 9 S - 10 S - 10 S - 10 S - 11 S - 12 S - 12 S - 12 S - 13 SCHEDULE II SPECIFICATIONS FOR POWER TRANSFORMER A. SCOPE The intent of this specification is to provide for furnishing a power transformer as hereinafter described. The transformer shall be built in accordance with all applicable ANSI, IEEE and NEMA Standards. In the event of conflict between the specification, manufacturer’s proposal and industry standards, the following order of procedure shall be observed. B. STANDARDS The transformer and associated equipment shall be built in accordance with all applicable ANSI, IEEE and NEMA Standards. In the event of conflict between the specification, manufacturer's proposal and industry standards, the following order of procedure shall be observed. 1. Customer Specification for Power Transformer 2. Manufacturer's Proposal 3. Industry Standard Standards referenced shall include the latest editions of: ANSI C57.12.00 General Requirements ANSI C57.12.10 Requirements for 750 through 60,000 KVA ANSI C57.12.90a Short Circuit Test Code ANSI C37.04 and C37.06 Standards for AC High-Voltage Circuit Breakers The manufacturer of the transformer shall be one of the following: ABB, General Electric, Howard, Delta-Star, Inc., Waukesha Electric, or Siemens. C. TERMINOLOGY Standard terminology given in ANSI/IEEE C 57.12 shall apply to this specification and this specification is arranged to be complementary to and to be used in conjunction with the Latest Edition of ANSI/IEEE C57.12.90. S-1 Schedule II D. SERVICE CONDITIONS Transformer shall be suitable for operation at rated KVA based on an ambient temperature not exceeding 40 degrees C and an average temperature of cooling air for any 24 hour period not exceeding 30 degrees C. The transformer together with all apparatus and appurtenances shall be suitable for outdoor installation. E. TRANSFORMER RATING The transformer shall be three phase, oil insulated. Transformer shall be rated 108,00024,940Y/14,400 volts, 60 hertz, with four full capacity high-voltage taps at 105,750; 103,500; 101,250; and 99,000 volts. Transformer shall have two stages of cooling and shall be rated 30,000/40,000/50,000 KVA ONAN/ONAF/ONAF with an average winding temperature rise not exceeding 55 degrees Centigrade over ambient temperature and a rating of 33,600/44,800/56,000 ONAN/ONAF/ONAF with an average winding temperature rise not exceeding 65 degrees centigrade over ambient temperature. Transformer shall be suitable for parallel operation with a similarly designed transformer. Transformer high voltage winding shall be delta connected, 550 KV BIL, and low voltage winding shall be wye connected, 150 KV BIL. F. CORE AND COIL CONSTRUCTION All transformer windings shall be copper, shall be circular in design and shall be placed on stepped cruciform cores. Core and coil assemblies shall be adequately braced to withstand short circuit forces. The following data shall be submitted with manufacturer's proposal as verification of short circuit testing experience. 1. Certified test data showing transformers that have been tested with a core and coil identical in design and construction to the one being bid, and identical or similar with respect to KVA capacity, KV ratings, BIL, impedance, and voltage taps. A description of the test code under which the transformers were tested for short-circuit strength shall be provided by the Bidder. 2. A history of successful test experience with transformers of identical or similar ratings, design and construction. The bidder shall list only transformers with core and coils which are essentially identical in design, construction and manufacture to the transformer covered by this specification and shall be so stated on all listings. S-2 Schedule II 3. “A certified performance test report shall be required on all transformers prior to the shipment of each unit. As a component part of this test report, proof of short-circuit strength considerations shall be offered by short-circuit calculations. These shortcircuit calculations shall include, but in no way be limited to, values for: Short-circuit Amps Replusion force in pounds Vertical force in pounds and the safety factor of the design for: Hoop strength of the outer winding Buckling strength of the inner winding Core clamp strength Vertical bar strength Clamping ring strength Jack screw strength The following statement shall be made a part of these calculations: “This transformer has been designed such that if short-circuit tested in accordance with ANSI C57.12.90-1987, Part 1, Section 12, the leakage impedance measured on a per phase basis after the test series shall not be expected to differ from that measured before the test series by more than 2% of its former value.” G. TANK CONSTRUCTION The transformer tank construction shall conform to ANSI standard requirements C57.12.10. Tank shall be designed to withstand full vacuum. Tank base shall have raised base design and shall be suitable for skidding or rolling in either direction and designed so that the transformer center of gravity will not fall outside the base support members for a tilt of 15E or less, with or without oil in the transformer. The jacking bosses shall also have holes to provide for attaching clevises so that the transformer may be skidded or rolled in either direction. All external welds on tank, bosses, covers, cabinets, brackets, etc., shall be continuous welds. The tank cover height must be at least 8 feet above the transformer base. The tank shall be designed so that the shipping height does not exceed 14 feet. A split tank is not acceptable. The shipping width should not exceed 8 feet. When the supplier’s standard design does not satisfy these shipping dimensions and this special requirement would result in price adder, the supplier shall submit two proposals. The standard design would then be elevated on the basis of the additional cost of handling and could possible be accepted. H. IMPEDANCE Transformer shall be furnished with not less than 9.0 percent impedance at rated voltage and rated self-cooled KVA. S-3 Schedule II I. BUSHINGS & CONNECTIONS All bushings shall have a current carrying capacity equal to 120 percent or greater of the maximum transformer current rating. Bushings having a current rating below 1200 amperes shall be removable without access to the interior of the transformer tank. All bushings shall be ANSI - 70 Grey. All bushings shall meet all requirements of ANSI C76.1 and C76.2 for bushings for outdoor transformers. Transformer shall have three high-voltage bushings located on the transformer cover in ANSI Segment 3 and shall have a basic impulse level of 550 KV. Transformer shall have three solid porcelain low voltage line and one solid porcelain neutral bushings located on the transformer cover in ANSI Segment 1. Low voltage line and neutral bushings shall be provided with 17 inches minimum creepage distance. Low voltage line and neutral bushings basic impulse level shall be 200 KV minimum. All low voltage line and neutral bushings shall be identical in design and current carrying capacity. One spare high voltage bushing and one spare low voltage bushing shall be provided as part of this proposal to cover all transformers of identical design provided under this proposal. J. INTERNAL CONNECTIONS When terminal boards are required, they are to be designed so that the copper straps used for changing connections will be retained by one stud and connections can be changed without completely removing the nut from any stud. High side bushing design shall be draw lead. All internal connections to the low voltage bushings are to be designed so that these bushings can be removed or installed without the complete removal of any nuts or bolts from either the bushings or the connection. Any other connection method must be approved by the customer. Bushing bottom leads shall be limited to an 80" C rise over ambient air at the top transformer rated current. There shall be no soldered joints or terminals in the transformer. All internal lead connections shall be brazed, welded, or compression type. If compression type is used, then the method employed must be approved by the purchaser. K. CORE GROUND The core ground shall be located on or near the tank top so as to be accessible from the manhole without the removal of oil for the purpose of testing the dielectric strength of the insulation between the main transformer core steel and the grounded tank or end frame assemblies. The core ground disconnection shall be accomplished without removal of any nuts or bolts. The core insulation shall be capable of withstand a 1000 volt megger test for 2 minutes with a minimum reading of 200 MÙ at 20" C. S-4 Schedule II L. TAP CHANGER - DE-ENERGIZED Transformer shall be furnished with an externally operated three phase stored energy positive action no-load tap changer mechanism. The tap changer shall include a nameplate which provides visual indication of the tap position and provisions for padlocking in all tap positions. The internal portion of this tap changer shall be located so as to be accessible for inspection and repair. Location on the top of core and coil is preferred. The mechanical arrangement shall conform to ANSI standard requirement C57.12.10, Section 5.1.1. Taps shall be provided as previously specified. M. COOLING TYPE Transformer shall be designed for continuous self-cooling. Transformer shall also have two stages of supplemental cooling with fans installed. Fans shall be automatically controlled. A selector switch shall be provided to allow selection of OFF-MANUAL-AUTOMATIC operation. The control for automatic operation shall be from the winding hot-spot temperature relays. Average winding temperature rise over ambient as measured by resistance shall not exceed 55 degrees C, and the hottest-spot rise shall not exceed 65 degrees C for the 55 degrees C ratings. Average winding temperature rise over ambient as measured by resistance shall not exceed 65 degrees C, and the hottest-spot rise shall not exceed 80 degrees C for the 65 degrees C ratings. No oil pumps are permitted to achieve the specified cooling. N. OIL PRESERVATION SYSTEM Positive pressure nitrogen gas system shall be furnished for the oil preservation system. System furnished shall be fully automatic and shall at a minimum contain the following: 1. Shut-off valves and required piping. 2. Low pressure gage with alarm contacts. Contacts shall be wired to customer terminal board. 3. By pass valve. 4. Low pressure regulator with pressure bleeder device. 5. Oil sump and drain plug. 6. Alarm contact terminal board. 7. Sampling and blowout valve with fitting for hose connection. 8. High-pressure gage for nitrogen cylinder with alarm contacts. Alarm contacts shall be wired to customer terminal board. 9. High-pressure shut-off valve and piping. 10. High-pressure regulator with adjusting screw. 11. Nitrogen cylinder. S-5 Schedule II 12. Weatherproof cabinet mounted on transformer to house gas control system and Nitrogen cylinder. Cabinet shall have screened breathers as necessary. 13. Stainless steel instruction plate mounted on inside of cabinet door. O. RADIATORS Transformer shall be furnished with removable cooling units. Removable cooling units shall be supplied with a shut-off valve at each radiator-to-tank connection for isolating individual radiators. A drain connection and a filling connection shall be furnished on each radiator. All groups of individual radiators shall be interbraced at the top and bottom and shall be furnished with lifting lugs top and bottom. P. MANHOLE One or more manholes shall be provided in the cover. If the manholes are round, the minimum diameter shall be 20 inches. If oval or rectangular, the minimum dimensions shall be 18 inches by 20 inches. The manhole cover shall be installed on 1" minimum bosses or collars with a recessed groove to retain the gasket. Q. GROUND PADS Ground pads shall be provided per ANSI Standards. One pad shall be located in the extreme left of Segment 1 and one diagonally opposite in Segment 3 for attachment to customer’s ground system. Pads shall not interfere with jacking facilities. In addition, a ground pad shall be provided near the X0 bushing. Copper or stainless steel pads are acceptable. R. THERMAL RELAYS AND FANS Transformer shall be furnished with hot-spot winding temperature indicators and relays in each phase. Transformer shall have a dial indicator to show the winding hot spot temperatures. The dial indicator shall have a drag hand and external reset dial. It shall not be possible for operator to trip a thermal relay without opening the dial case. The temperature indicators shall have adjustable snap action switches for fan control and separate dry contacts for remote status indication. Fan control contacts shall be wired to the fans and remote status contacts shall be wired to a user terminal board and labeled. The automatically controlled fans shall be totally enclosed in an OSHA approved safety screen and shall be weatherproof. The fans shall be attached to the radiators with special brackets providing a rigid assembly, maximum air flow and minimum noise. The fans shall each be rated 230 volts, single-phase, 60 hertz with automatic reset thermal protectors and permanently lubricated sealed bearings. Motor bearings shall be designed for continuous as well as intermittent duty. S-6 Schedule II Overload protection shall be supplied for each individual motor unless the motors are capable of withstanding full-stalled rotor current continuously without damage. Each fan shall have a plugable disconnecting device that will allow removal of one fan without de-energizing the entire bank of fans. The fan leads shall be weatherproof or totally enclosed in a weatherproof flexible conduit. All fan control and power connections shall be terminated in a weatherproof control cabinet on terminal blocks and shall be labeled. All fan blades shall be of aluminum alloy, stainless steel or other corrosion-resistant metal and shall be designed to keep fan noise to a minimum. The fan unit, including motor and fan blades, shall be dynamically balanced and free of vibration. S. ELECTRONIC TRANSFORMER MONITOR Transformer shall be furnished with a Schweitzer SEL-2414 Transformer Monitor to be configured with peripheral accessories and programmed to serve as an Electronic Transformer Monitor (ETM) for liquid filled transformers. The IED shall be microprocessor technology with advanced digital signal processing and capable of monitoring a minimum of eight analog inputs, eight digital inputs, eight digital outputs, ten RTD inputs, one RS-232 with DB-9 connector, multimode fiber-optic, and full duplex fiber optic serial port. The ETM shall be mounted in the transformer control cabinet and shall be panel mounted with surge protection. The monitoring system shall consists of liquid temperature (top oil), winding temperatures (high voltage and low voltage), ambient temperature, tank pressure, liquid level, gas accumulation, and fan control and monitoring. The ETM shall be furnished complete with input modules, transducers, CT’s, potentiometers, RTD’s, and relays required. Monitor shall be completely assembled and wired ready for use. Customer connections shall be wired to a customer terminal block. The ETM shall be configured and programmed to provide the following functions: Ambient Temperature Top Oil Temperature Winding Temperature Fan Bank Switching Cooling Bank Exerciser Back Lit LCD Display Oil Level Fault Pressure Relief S-7 Schedule II The ETM shall be furnished with the following communication protocol package: Schweitzer Communications DNP v3.00 Protocol [Level 1; Slave] (RS485) The power supply shall be 48 volts DC. T. TRANSFORMER ACCESSORIES All control cabinets shall be weather tight (NEMA 4) and shall be complete with full width hinged doors. Doors shall be provided with guides to hold doors open and provisions for padlocking. Control cabinets shall be furnished with 120 volt AC compartmental strip heaters with protective guards. Surface temperature of protective guards shall not exceed a maximum temperature of 50 degrees Celsius. Control cabinets shall be furnished with a duplex receptacle with ground-fault circuit interrupter and 120V AC incandescent light. The light circuit shall be controlled by a manual switch inside the control cabinet, and the light bulb shall be enclosed in a protective guard to prevent breakage. The control cabinet shall be grounded to the transformer tank ground pad with a minimum of 250 MCM copper conductor, and shall be furnished with a 12 inch by 18 inch removable plate for entrance of Purchaser's conduits. All customer terminal boards and connections shall be located in one compartment. The transformer shall be provided with suitable terminal blocks at a common location to accommodate the leads from all alarm contacts, thermometer contacts, primary and secondary breaker status contacts, current transformers, cooling equipment, sudden pressure relay and all other wiring for external connection. Terminal blocks shall be marked and this marking shall appear on all interconnect, wiring and elementary diagrams. Miniature type terminal blocks are not acceptable. The wiring to auxiliary equipment external to the control cabinets shall be carried in weatherproof rigid steel conduits. Wire and cable shall not exceed 40 percent fill of the inside cross-sectional area of the conduit. Conduit fittings shall be threaded and raintight and shall be provided with screened drainage holes to prevent condensation from collecting or running into control cabinets. The following accessories shall be furnished with location in accordance with ANSI Standards. Dial-type gages and valves shall be grouped together on the side of the transformer for easy accessibility and maintenance. All gages over 96" from the base shall have their faces tilted down at an angle of 30 degrees from the vertical. Wells for thermometer bulbs and liquidlevel gage floats shall be outside the main tank so as not to require removal for untanking, or tank drainage for gage maintenance. S-8 Schedule II Magnetic liquid-level gage with alarm contacts and remote push-button reset. Dial-type oil thermometer with alarm contacts. Pressure-vacuum gage with alarm contacts. Pressure-vacuum bleeder. Globe-type combination drain and lower filter valve (2" screw end) with sampling device (3/8"). The drain valve and the oil- sampling valve will be located so as to allow draining or sampling from the bottom surface of the tank. Globe-type upper filter valve, 1" screw end. Lifting eyes for cover only. Facilities for lifting core and coil assembly from tank. Lifting lugs for lifting complete transformer. Base designed for rolling, provision for pulling in directions of center lines of segments. Jacking facilities at four corners of the base. Two ground pads with tapped holes for tank grounding. One ground pad with tapped holes near the X0 bushing. One or more handholes or manholes in the cover (minimum diameter 18"). Cover-mounted mechanical pressure relief device with automatic resealing-resetting operation and mechanical signal for indication of device operation with alarm contacts. Diagrammatic nameplate. All gaskets shall be of reusable rubber with means provided for controlled compression. Sudden or fault pressure relay with alarm and trip circuitry. Winding temperature unit in each phase with fan and remote alarm contacts. Raised base design with provisions for rolling, skidding, or pulling in directions parallel to either center line. All alarm and trip circuitry contacts shall be wired from each device to customer accessible terminal boards in the control cabinet and shall be clearly marked and labeled. U. NAMEPLATE A stainless steel nameplate shall be provided and shall be mounted on the transformer. The nameplate shall be in accordance with and include all information specified in the latest ANSI Standards including tested impedance values. The nameplate shall show connections, tap voltages, all current transformer ratios, transformer weight, oil capacity, tap ratios for multi-ratio current transformers, KVA ratings at both 55 degrees Celsius and 65 degrees Celsius temperature rises, and material composition of the transformer windings and tap lead material. V. BUSHING CURRENT TRANSFORMERS Transformer shall be furnished with multi-ratio, five lead bushing current transformers mounted in both the high and low voltage bushing wells for relaying. Two sets of current transformers are required for each phase bushing on the low side and two sets for each phase bushing on the high side. All current transformers shall have a thermal overload rating factor of 2.0. S-9 Schedule II The transformer shall include two 600:5 ampere multi-ratio relay accuracy current transformers on each primary phase bushing, which will supply current for overcurrent relays and transformer differential relays. The transformer shall include one 2000:5 ampere multi-ratio metering accuracy current transformer on each secondary phase bushing which will supply current for metering and for bus differential relays. The transformer shall include one 2000:5 ampere multi-ratio relay accuracy current transformer on each secondary phase bushing which will supply current for transformer differential relays. The transformer shall include one 600:5 ampere multi-ratio relaying accuracy current transformer on the secondary neutral bushing which will supply current for overcurrent relays. All current transformer connections, relay and control wiring connections shall be connected to terminal boards enclosed in the control cabinet. Current transformer terminal blocks shall have provisions for short-circuiting and ground the secondary leads. W. SURGE ARRESTERS The transformer shall be furnished with three high-voltage and three low-voltage surge arresters. Arresters shall be in accordance with the current ANSI Standard C62.1 and shall be mounted on the transformer. High voltage lightning arresters shall be station class, MOV Type, of gapless construction and shall be rated 96 KV. Low voltage lightning arresters shall be station class MOV Type, of gapless construction and shall be rated 21 KV. Arresters shall have porcelain housings and shall be ANSI #70 in color. X. FINISH The transformer tank, radiators and all accessories shall be cleaned and a rust inhibiting primer coat applied to the unit to seal against corrosion. After the primer coat, two enamel finish coats of ANSI #70 Gray shall be applied. The interior finish on the tank and attached compartments shall be primed with white epoxy paint. All external painted surfaces shall have a minimum of 2 mils primer and 3 mils for paint. The top cover of the transformer shall have nonskid surface. Alternate proposals for galvanized radiators will be considered. Y. SHIPMENT & ASSEMBLY The successful bidder shall furnish the transformer F.O.B. to the Purchaser's job site at 1462 Blackmon Street, Rock Hill, South Carolina 29730. Shipment shall be by truck and the successful bidder shall notify the Purchaser six weeks prior to shipment and 72 hours prior to arrival. The successful bidder's proposal shall include provisions for unloading and placing the transformer on an existing pad. S - 10 Schedule II Manufacturer shall be responsible for obtaining necessary permits, providing and verifying routing and making all the necessary arrangements for transporting the transformer to Purchaser's destination. The transformer shall be shipped assembled and filled with oil, if transportation permits. If field attachment is required by shipping limitations, the manufacturer shall provide any required field assembly of the transformer. When oil is shipped separate from the transformer, truck shipment is required. The responsibility for proper scheduling lies with the supplier, not the customer. The customer’s representative shall be notified of the shipment and will have final approval of the schedule. Oil shipped in the transformer or shipped separate from the transformer must be certified, by the transformer supplier, as having a PCB content of less than 2 ppm on a dry weight basis when tested in accordance with an EPA approved method. Bulk oil chemistry test results shall be provided. Z. TEST AND PERFORMANCE DATA The following standard tests shall be made in accordance with the latest revision of ANSI General Requirements C57.12.00 and ANSI Test Code C57.12.90: 1) Power factor and capacitance test for all bushings and for high voltage to ground, low voltage to ground, and high voltage to low voltage. 2) Resistance measurements of all windings on the rated voltage connection of each unit and at the tap extremes of one unit. 3) Ratio tests on the rated high voltage connection and on all tap positions. 4) Polarity and phase rotation test on the rated voltage connection. 5) Excitation loss at rated voltage on the rated voltage connection. 6) Excitation current at rated voltage on the rated voltage connection. 7) Impedance and load loss at rated current on the rated voltage connection. 8) Temperature test shall be made on the unit unless test data on very similar unit is available. 9) Applied potential test. 10) Induced potential test. 11) Tank pressure test. Measurement accuracy of no load and load losses shall be in compliance with National Bureau of Standards Technical Note 1204. S - 11 Schedule II In addition to these standard tests, the following optional test shall be performed in accordance with ANSI and NEMA Standards. 1) Impulse Test 2) Audible Sound Test 3) Corona Test All test results shall conform to ANSI, IEEE and NEMA Standards. Guaranteed performance data must be attached to the proposal and the Bidder's price shall include furnishing actual test data on the transformer using standard test in accordance with the latest revision of ANSI Standard C57.12.90. Transformer losses will be evaluated as follows: AUXL TNLL TLL PP Evaluated Cost = = = = = Transformer Auxiliary Loss in KW Transformer No-Load Losses in KW Transformer Load Loss in KW Purchase Price PP + $4,300 (TNLL) + $2,300 (TLL) + $500 (AUXL) Five copies of the certified test reports shall be furnished to the Purchaser's Engineer prior to shipment of the transformer. The customer reserves the right to have a representative witness the tests. AA. PLACING IN SERVICE The manufacturer shall include in the proposal provisions for a qualified service engineer to check the installation prior to placing the transformer in service and to perform any field tests required for operation and validation of warranty BB. WARRANTY The transformer including all accessories and painted finishes shall be warranteed to the purchaser for a period of five years from the date the transformer arrives at the destination from the factory. During the first year the warranty shall cover any freight by common carrier in full and shall cover the cost of removal from the site and reinstallation after repairs limited to 10% of the original selling price. Cost of removing structures or associated equipment will be paid by the Purchaser. CC. DRAWINGS Upon acceptance and execution of a contract, the successful Bidder shall, within six weeks, furnish for approval two (2) sets of drawings and instructions covering the physical size, weight, arrangement, dimensions, electrical characteristics, wiring diagrams and other pertinent S - 12 Schedule II data for the transformer. Approval drawings shall identify all components or accessories which will be shipped separately or disassembled due to shipping restrictions. The Bidder shall also supply four (4) prints of the finally approved issue of each drawing for use in the field and for the Purchaser's records. The Bidder shall also supply four (4) sets of written instructions and renewal parts lists, suitably illustrated, covering the operation and maintenance of the transformers furnished and one AutoCAD DWG or DXF file for all drawings furnished for approval and finally approved drawings. DD. TRANSFORMER QUESTIONNAIRE The transformer questionnaire must be completed for each transformer and each blank must be filled in. Indicate N/A for items not applicable to the proposal. S - 13 Schedule II SCHEDULE III SPECIFICATIONS FOR 115 KV CIRCUIT SWITCHER TABLE OF CONTENTS Paragraph Number A. B. C. D. E. F. G. H. I. J. K. L. M. Title General Rating Operating Conditions Features Mounting Tests Interrupters Housing and Control Accessories Warranty Drawings Placing in Service Shipment and Assembly Page S-1 S-1 S-1 S-1 S-2 S-2 S-3 S-3 S-5 S-5 S-6 S-6 S-6 i SCHEDULE III SPECIFICATIONS FOR 115 KV CIRCUIT SWITCHER A. General These specifications cover one circuit switcher and associated devices as specified. The circuit switcher will provide primary service to the power transformer and will provide the following protective functions: 1) Primary overcurrent protection, three-phase. 2) Transformer differential protection. 3) Secondary overcurrent protection, three-phase and neutral. Approved Manufacturer - S&C B. Rating The circuit switching device shall be rated 115 KV, 550 KV BIL, 1200 amps continuous, 25,000 amps interrupting, three phase. The device will be used for primary service to the substation power transformer. C. Operating Conditions The circuit-switcher shall perform as intended at temperatures from -40 degrees C through +40 degrees C at wind loadings through 80 miles per hour, and at altitudes through 10,000 feet. D. Features The switching device shall include one, three phase, vertically mounted interrupting device, sulfur hexafluoride (SF 6) insulated, porcelain enclosed, single-gap puffer type interrupters with spring operating mechanism. The operating mechanism shall be arranged for quick opening and closing (less than 10 cycles for each operation), with an opening spring charged by the operation of a closing spring. Spring charging devices shall be rated for 48 volt DC operation. The switching device shall also include three, single-pole, hookstick operated disconnects arranged for manual bypass of the interrupter to permit operational checks of relaying and of the switching device without interrupting service. S-1 Schedule III E. Mounting The switching device shall be provided with a free-standing pedestal mounting for support of the interrupter, disconnect switch, and operating mechanism housing. Pedestal shall be suitable for mounting on one or more concrete foundations, and shall be constructed of 12 inch square steel-tube construction, galvanized internally and externally and twelve (12) feet in height. Galvanized steel anchor bolts shall be furnished by the circuit-switcher manufacturer. The circuit-switcher, when installed on its mounting pedestals using the circuit-switcher manufacturer's recommended anchor bolts, shall be capable of withstanding seismic loading of 0.2g ground acceleration in any direction, as well as withstanding wind loadings specified in Paragraph C, and of performing as intended during such loadings and afterward. F. Tests The following production tests shall be performed on each circuit-switcher before shipment: (a) Leak test: Each interrupter shall be subjected to a test to verify an overall leak rate of less than .015 ounce/year. (b) Dielectric test: The completely assembled and wired operator control circuit shall be given a dielectric test at 1500 volts ac for one second. (c) Operating speed test: Each circuit-switcher shall be completely assembled and checked for proper opening and closing speed and simultaneity. (d) Mechanical operations test: Each circuit-switcher shall be closed and opened at least 50 times at high speed by means of its associated operator to verify proper performance of the complete assembly. (e) Final leak test: Upon completion of the mechanical operations test, each interrupter shall again be subjected to a test to verify an overall leak rate of less than .015 ounce/year. The following design tests shall have been performed, and certified test reports shall be provided upon request: (a) (b) (c) (d) (e) Dielectric withstand: 60-hertz; impulse. RIV. Temperature rise. Short-time current withstand: momentary and 1-second. Current-interrupting performance: S-2 Schedule III (1) (2) (3) (4) (5) Primary and secondary faults. Load splitting (parallel and loop switching). Load dropping. Line and cable dropping (charging current). Capacitor bank and reactor switching. (f) (g) (h) Single-phase fault closing at rated voltage. Three-pole ice performance: opening and closing. Mechanical operations: complete three-pole circuit-switcher. G. Interrupters Interrupters shall be factory-filled with SF6 of carefully controlled purity to full pressure under controlled conditions and then permanently sealed. A go/no-go indicator to show the presence of adequate gas pressure and a built-in, precision, pressure-relief device shall be furnished. The fully pressurized interrupters shall maintain the circuit-switcher's rated dielectric withstand values when open. H. Housing and Control A suitable outdoor enclosure shall be provided for housing the operating mechanisms and controls. Connections shall be provided at terminal boards within the housing for tripping and closing from remote relays, for remote lockout of the closing circuit regardless of the position of the local/remote switch, and for remote indication of the position (open/closed) of the interrupters. For both opening and closing operations, all three interrupters shall be driven by a single stored-energy mechanism in an operator mounted at a convenient height for access. Power trains utilizing a separate stored-energy mechanism for each interrupter, operated by rotating an associated support insulator and requiring individualized adjustment to ensure close tripping simultaneity, shall not be acceptable. The operator shall directly drive the interrupters open and closed through a completely enclosed high-speed power train leading from the top of the operator, through a horizontal interphase linkage, to reciprocating insulated operating rods which pass through the center of insulating support columns. Permanently lubricated bearings shall be used throughout the power train. Insulating support columns shall be filled with a lubricated dielectric filler which will prevent contamination from affecting the dielectric integrity of the insulated operating rod or the interior of the column. Each insulating support column shall be provided with an aerator to prevent water being pumped-in due to pressure differentials caused by temperature cycling. S-3 Schedule III The operating mechanism shall effect a smooth, thoroughly controlled movement throughout the entire opening and closing cycles and there shall be no noticeable deflection of rods, shafts, pipe linkages, connectors, operating levers, supports, and fittings. A mechanical indicator, directly driven by the high-speed power train and mounted in such a manner as to be plainly visible from the ground, shall be furnished to show when the circuit-switcher is open or closed. The circuit-switcher base shall be of metal members of sufficient stiffness to prevent excessive deflection during operation. All steel materials utilized therein shall be galvanized. The mechanism in the operator shall have an instantaneous trip-free capability. Should the circuit-switcher be inadvertently closed into a fault sensed by associated protective relaying, the mechanism shall trip immediately. To accomplish trip-free operation, the mechanism shall utilize two spring assemblies -- one for high-speed closing, one for highspeed opening -- arranged so that both spring assemblies must be charged by the operator motor before the circuit-switcher can be closed. The operator shall include the following features: (1) "Trip" and "close" pushbuttons located inside the operator enclosure. (2) Manual trip lever, for tripping interrupters in the event control voltage has been lost. (3) "Charged" and "discharged" indicators for stored-energy mechanism. (4) Non-reset electric operation counter. (5) Eight nonadjustable single-pole, double-throw auxiliary-switch contacts which follow the interrupters. (6) Weatherproof, dustproof aluminum enclosure. The operator shall be completely wired at the factory and ready for connection of external wiring to the operator terminal blocks. The operator, including its contactors, motor, and solenoids, shall be designed and connected for use with 48V DC control source. The operator space heater shall be designed and connected for use with a 240V AC control source. S-4 Schedule III I. Accessories Each circuit-switcher shall be furnished with the following accessory equipment: (a) Space-heater thermostat for operator. (b) Position-indicating lamps -- one red, one green -- located inside operator enclosure and wired in series with trip coil, for local indication of circuit-switcher position and operator trip-circuit continuity. (c) Trip-circuit-monitoring relay wired in series with operator trip coil for monitoring continuity of trip circuit; equipped with one normally open and one normally closed contact suitable for use with remotely located indicating lamps or alarms. (d) Duplex receptacle with ground-fault circuit interrupter and convenience-light lampholder with switch, located inside operator enclosure. (e) Eight additional nonadjustable single-pole, double-throw auxiliary-switch contacts in operator which follow the interrupters. (f) Local-remote selector switch, which prevents remote operation of operator with selector switch is placed in "local" mode as, for example, during circuit-switcher inspection. (g) Auxiliary 240 volt AC relay to indicate the loss of AC control power to the circuit switcher. The coil of this relay shall be connected to the load side of the 240 VAC control fuses. The relay shall provide two form ‘c’ contacts to be wired to a ‘Customer’ Terminal Board in the control cabinet and labeled. (h) Auxiliary 48V DC relay to indicate the loss of DC control power to the circuit switcher. The coil of this relay shall be connected to the load side of the 48VDC control fuses. The relay shall provide two form ‘c’ contacts to be wired to a ‘Customer’ Terminal Board in the control cabinet and labeled. J. Warranty The manufacturer shall warrant to Purchaser for a period of 5 years from the date of shipment that the equipment provided will be of the kind and quality specified herein and will be free of defects of workmanship and material. S-5 Schedule III K. Drawings Upon notification of award of contract, the Supplier shall, within four weeks, furnish for approval two (2) sets of Drawings and Instructions covering the physical size, weight, dimensions, arrangement, electrical characteristics, wiring diagram and other pertinent data for the circuit switcher. The Supplier shall also furnish four (4) prints and one AutoCad Drawing File of the finally approved issue of each drawing for use in the field and an Autocad drawing file for each drawing for the Purchaser's records. The Supplier shall also furnish four (4) sets of written instructions and renewal parts lists, suitably illustrated, covering the operation and maintenance of the equipment applying specifically to this installation. L. Placing in Service The Bidder's proposal shall include provisions for a qualified service engineer to inspect and adjust the circuit switchers after installation. The service engineer shall initially place the circuit switcher in service and check for correct functional operation of all components and wiring. M. Shipment and Assembly The successful Bidder shall furnish the circuit switcher F.O.B. to the City's substation site located at 1462 Blackmon Street in Rock Hill, South Carolina 29730, attention: Mr. Chuck Smith, who shall be notified a minimum of 72 hours prior to delivery. Switching devices may be dismantled and shipped for field assembly. The proposal shall include, and shall be deemed to have included, the time and expense for a manufacturer's service engineer for the number of days required to check the device after assembly and before being energized. S-6 Schedule III SCHEDULE IV SPECIFICATIONS FOR RELAY AND CONTROL BOARD TABLE OF CONTENTS Paragraph Number A. B. C. D. E. F. G. H. I. J. K. L. M. N. O. P. Q. R. S. T. U. Title Page General Current Transformer Connections Voltage Transformer Connections Transformer Overcurrent and Differential Relaying Transformer Primary Overcurrent Relaying Communications Equipment Transformer Over Temperature Relaying Transformer Sudden Pressure Relaying 25 KV Bus Protective Relaying Lockout Relays 115 KV Circuit Switcher Control and Indication Station Metering Test Switches Interconnection Terminal and Wire Markings Nameplates Tranceivers Customer Terminals and Panel Space Drawings Shipment Warranty i S-1 S-2 S-2 S-2 S-3 S-3 S-4 S-4 S-5 S-5 S-5 S-5 S-6 S-6 S-7 S-7 S-7 S-7 S-7 S-8 S-8 SCHEDULE IV SPECIFICATIONS FOR RELAY AND CONTROL BOARD A. General One relay and control board shall be furnished. The board shall consist of one panel. The board will provide protective relaying and control functions as described hereafter for the substation, consisting of one 115 KV circuit switcher, one three phase power transformer, one 25 KV lowside bus, five feeder circuit breakers, fifteen voltage regulators and station metering instrument transformers. The relay and control board shall be basically oriented as shown on the attached drawing No. 15-01-04 and provide the following functions: (a) (b) (c) (d) (e) (f) (g) (h) (i) Transformer differential protection. Transformer primary and secondary overcurrent protection. Transformer overtemperature protection. Transformer sudden pressure protection. 25 KV Bus protection. Station metering. Communications Processor GPS Satellite Clock Logic Processor The relay and control board shall be indoor type, constructed of 11 gauge steel, and free standing with provisions for bolting to a concrete floor. The board shall have supports on sides of the panel for mounting terminal blocks and miscellaneous equipment. The board is to be placed in a control building as specified in these specifications, and shall not exceed six feet six inches (78") in height or three feet (36") in width. The board shall consist of one unit, with equipment as specified herein and in accordance with the attached drawings. All drawings beyond single line and layout furnished herein shall be provided by relay and control board manufacturer. S-1 Schedule IV B. Current Transformer Connections The three phase substation transformer will include three 600:5 amp. multi-ratio primary bushing current transformers, one on each primary bushing, which will be wye-connected at 300:5 ratio and which will supply current for both the high side overcurrent and transformer differential relays. Six terminals shall be provided for the substation transformer on the relay board for connection of the outputs of these current transformers. Provide test switches to allow for isolation of the relay for testing. The three phase substation transformer will include three multi-ratio 2000:5 amp. secondary bushing current transformers which will be wye-connected at 1200:5 ratio and which will supply current for the transformer differential relay. Six terminals shall be provided for the substation transformer on the relay board for connection of the outputs of these current transformers. The three phase substation transformer will include three 2000:5 amp. multi-ratio secondary bushing current transformers which will be wye-connected at 1200:5 ratio and which will supply current for station metering. Six terminals shall be provided for the substation transformer on the relay board for connection of the outputs of these current transformers. An overall schematic and connection diagram shall be provided to show the connections between the various pieces of equipment. All terminal boards on the relay panel which are used to terminate the secondaries of current transformers shall have provisions for short-circuiting. C. Voltage Transformer Connections The 25 KV bus will supply three metering voltage transformers to provide potentials for station metering. Four terminals shall be provided for the connection of the outputs of the three wye-connected voltage transformers. D. Transformer Secondary Overcurrent and Differential Relaying Transformer secondary overcurrent (bus differential) and transformer differential relaying shall be provided by Schweitzer Engineering Laboratories Model SEL-787 microprocessor relay. One SEL-787 relay, Cat. No. SEL-07870X2CA01C0X850020 shall be furnished. One set of three-phase current inputs on the relay shall be connected to the current transformers on the transformer primary bushings. The second set of threephase current inputs on the relays shall be connected to the relaying current transformers on the transformer secondary bushings. S-2 Schedule IV Control power to the SEL-787 relay shall be 48 VDC. On bus and transformer differential trip, the SEL-787 relay will trip the corresponding differential lockout relay which will trip the 115 KV circuit switcher and prevent reclosure of the circuit breaker until manually reset. The SEL-787 relay shall be connected to the SEL-3530 communications processor and 2100 logic processor with SEL 273A serial cables. E. Transformer Primary Overcurrent Relaying Transformer primary and neutral overcurrent relaying shall be provided by Schweitzer Engineering Laboratories Model SEL-351S microprocessor relay. One SEL-351S relay, Cat. No. SEL-0351S6X3D3A52X1 shall be furnished. One set of three-phase current inputs on the relay shall be connected to the current transformers on the transformer primary bushings. Control power to the SEL-351S shall be 48 VDC. On primary or neutral overcurrent trip, the SEL-351S relay will trip an overcurrent lockout relay which will trip the 115 KV circuit switcher on the primary side of the power transformer. The lockout relay shall prevent reclosure of the circuit breaker until the lockout relay has been manually reset. The SEL-351S relay shall be connected to the SEL-3530 communications processor with an SEL 273A serial cable. F. Communications Equipment Provide the following equipment on the Panel: Satellite - Synchronized Clock One Schweitzer SEL-240700013 satellite synchronized clock shall be mounted on the panel and connected to the SEL-3530 with an SEL C953 Cable to synchronize the system. Additional options to be provided include -200 -2005 (Gas Tube Coaxial Surge Protector), -200 -2006 (Mounting Bracket for Surge Protector), an additional 50 feet of -C960 cable to connect between the GPS antenna and the gas tube surge protector, and an additional 10 feet of -C960 cable to connect between the gas tube surge protector and the SEL-2407 clock. S-3 Schedule IV Logic Processor On Schweitzer SEL-2100XX3423 logic processor shall be mounted on the panel and connected to the 48 VDC control power. The SEL-2100 logic processor shall be connected to the SEL-3530 communications server and with the SEL-787, SEL273A serial cables. The SEL-2100 shall process the mirrored bit communications between the SEL351S feeder relays and the SEL-787 as part of the bus differential relaying scheme. One “form a” contact from each lockout relay shall be wired to inputs on the SEL2100. All other inputs and outputs shall be wired to the terminal board for customer connectors. Communications Processor One Schweitzer SEL-35303B0B1211A0 real-time automation controller shall be mounted on the panel and connected to 48 VDC control power. G. Transformer Over Temperature Relaying The three phase power transformer will be equipped with hot-spot winding temperature relays. An overtemperature lockout relay, to be operated by the third stage of the transformer winding temperature relay shall be provided on the board. The overtemperature lockout relay shall trip the four 25 KV distribution feeder circuit breakers and will block reclosing of the circuit breakers until manually reset. Terminals shall be provided for all required external connections. H. Transformer Sudden Pressure Relaying The power transformer will be equipped with a sudden pressure relay. A sudden pressure lockout relay, to be tripped by transformer sudden pressure relay, shall be furnished on the board. The sudden pressure lockout relay shall trip the 115 KV circuit switcher and shall prevent reclosure until the lockout relay has been manually reset. Terminals shall be provided for all required external connections. S-4 Schedule IV I. 25 KV Bus Protective Relaying The SEL-787 relay providing secondary overcurrent and differential protection for the power transformers will also provide overcurrent protection for the 25 KV station bus using phase and ground trip settings for the secondary current elements. These trip functions will be supervised using outputs from the SEL 351S relays in the feeder circuit breakers. Mirrored bit communication between the SEL-787 relay and feeder relays will be managed by the SEL-2100. Only faults beyond and sensed by the feeder circuit breaker relays will provide a signal to the SEL-787 relay to block its overcurrent tripping functions before a programmed time delay expires. Thus, each SEL-787 relay will trip only for faults within the 25 KV bus protection zone. Upon a bus fault trip, the SEL-787 relay will trip a bus lockout relay which will trip the 115 KV circuit switcher and will block reclosure of the circuit breaker until the lockout relay is manually reset. J. Lockout Relaying Each lockout relay to be provided in the board shall be 48 VDC trip, hand reset, Electroswitch Series 24, or approved equal. Each relay shall have “a” and “b” contacts as required to perform the functions listed, and contacts shall be wired to terminal blocks for external connection. Two additional normally closed (“b”) and two normally open (“a”) contacts shall be provided for each relay and shall be wired to terminal blocks for purchaser’s external connections for remote status indication. An amber indicating lamp shall be provided in conjunction with each lockout relay. The lamp shall illuminate upon trip of the associated relay. K. 115 KV Circuit Switcher Control and Indication One Schweitzer SEL-951021B1 control switch module, with red and green LED indicating lights, shall be provided for control of the 115 KV circuit switcher. All required connections shall be brought to terminal blocks for external connection. Tripping requirements will be approximately 20 amperes at 48 VDC. Closing requirements will be approximately 30 amperes at 48 VDC. L. Station Metering One three phase AC powermeter shall be provided for the transformer to indicate the primary current as measured by the wye-connected 1200:5 ampere transformer secondary bushing current transformers; the voltage as measured by the 0-130 VAC potential S-5 Schedule IV transformer input; and power, energy, and power factor load as measured by these parameters. The meter shall be 0-5 ampere AC input, 0-130 VAC input, LED display, 48 VDC powered, and field scalable. The meter shall provide a 0-1ma DC output into loads up to 10K ohms. with accuracy of 0.25% for all primary indications. The meter shall have a class 0.5 ANSI C12.20/IEC 687 accuracy rating. It shall have communication ports for programming and for interfacing with the SEL-3530 via DNP3.0. A three-pole fuse block shall be provided on the control board for fusing the potentials. Station metering shall be connected to the SEL-3530 with serial cable. The panel meter shall be utility grade and shall be SEL 0735AX00922CXXB2XX26101XX or approved equal. M. Test Switches Test switches shall be provided in the board for the switching of bus VT voltages, transformer primary and secondary CT currents, and station metering CT currents. Test switches shall be surface mounted, front-connected, with three potential switches, neutral bar, and three double-pole current switches with short-circuiting devices. Test switches shall be Type ABB FT-1 or approved equal. Functions of each switch shall be marked with adhesive labels. (ex. VA, VB, etc.) N. Interconnection All wiring and cables required to interconnect the devices included in the control board to provide the functions described above shall be provided. All wiring for external inputs and outputs to the board shall be provided to terminals for Purchaser’s external connections. All terminals and wiring shall be clearly marked in accordance with the manufacturer’s schematic and wiring diagrams. Wiring channels shall be bolted to the board. Adhesive pads are not acceptable. The control board shall include a ground bus with provision for connection to the station grounding grid. All equipment shall have a grounding electrode conductor connected to the ground bus. All holes in the board through which control wires pass, or through which external wiring may pass, shall be rubber grommeted. The board shall be arranged so that only one customer connection of 48 VDC supply voltage shall be required. S-6 Schedule IV Two pole fuse blocks shall be provided for each 48 VDC supply voltage to all relays, meters, processors, etc. O. Terminal and Wire Markings All devices, relays, terminal boards and wiring in the relay and control board shall be labeled in accordance with the ANSI Standard Device Code Numbers, Industry Standards or the attached drawings. The same designations shall be used on the drawings and equipment. P. Nameplates Nameplates shall be supplied in accordance with the List of Nameplates to be furnished by the Customer and shall be made of 1/16" thick lynply with a black surface and white core. Nameplates shall be attached to the panels with one screw on each end. Q. Tranceivers To facilitate fiber optic communications to field devices, fiber optic tranceivers shall be provided. Tranceiver shall be serial port powered, send IRIG-B time code with data, and connect to fiber via ST ports. Fifteen SEL-2812MT and eleven SEL-2812MR shall be provided loose with panel. R. Customer Terminals and Panel Space To the extend that space allows additional spare terminals shall be provided on the control board for the Customer’s use. These terminals shall be provided in contiguous groups. S. Drawings Upon notification of award of contract, the Supplier shall, within four weeks, furnish for approval two (2) sets of Drawings and Instructions covering the physical size, weight, dimensions, arrangement, electrical characteristics, schematic and wiring diagram and other pertinent data for the control board. The Supplier shall also furnish two (2) prints of the finally approved issue of each drawing for use in the field and an Autocad drawing file for each drawing for the Purchaser’s records. The Supplier shall also furnish two (2) sets of written instructions and renewal parts lists, suitably illustrated, covering the operation and maintenance of the equipment applying specifically to this installation. S-7 Schedule IV T. Shipment The successful Bidder shall furnish the board F.O.B. to the City's warehouse located at 757 South Anderson Road, Rock Hill, South Carolina, attention: Mr. Chuck Smith, with minimum 72 hours notice of delivery. U. Warranty The manufacturer shall warrant to Purchaser for a period of 5 years from the date of shipment that the equipment provided will be of the kind and quality specified herein and will be free of defects of workmanship and material. S-8 Schedule IV SCHEDULE V SPECIFICATIONS FOR EQUIPMENT HOUSE TABLE OF CONTENTS Paragraph Number A. B. C. D. E. F. G. H. I. J. K. L. Title Page General Arrangement Features Construction Doors Loading Finish Accessories Assembly Drawings Shipment Warranty S-1 S-1 S-1 S-3 S-3 S-3 S-3 S-3 S-4 S-4 S-4 S-5 i SCHEDULE V SPECIFICATIONS FOR EQUIPMENT HOUSE A. General These specifications cover one NEMA 3R walk-in concrete equipment building, 12 ft. x 20 ft. with a minimum ceiling height of 90 in. B. Arrangement The building shall be arranged in accordance with the attached drawing. Building shall include space for one Owner furnished relay and control board. Building shall also include DC power panel, battery charger, batteries and battery rack, receptacles, lighting fixtures, light switch, AC power panel, and a heat pump. All equipment shall be premounted and pre-wired. C. Features The building shall have as a minimum the following accessories: (1) One (1) circuit breaker load center, 125 Amp. main lugs only, single phase 120/240 volt, 3 wire with two (2) 20 ampere double pole and ten (10) 20 amperes single pole, 10,000 amperes interrupting capacity, 120/240 volt circuit breakers. Load center shall be indoor type surface mounted and shall include front cover with door. G.E. TLM and G.E. THQL or approved equal. (2) One (1) 24 inch diameter timer controlled ventilation fan with automatic shutters and switch. (3) One (1) 2'-0" x 2'-0" automatic aluminum louvers with filters, screens, and adjustment screws. (4) One (1) 24,000 Btu/hr. wall mounted heat pump, with low ambient and compressor anti cycle controls and wall mounted thermostat. (5) Eight (8) - two tube 48" lights with tubes and light switch. (6) Seven (7) duplex ground fault interrupting type receptacles, five interior and two on exterior furnished with weatherproof covers. S-1 Schedule V (7) The batteries, charger, and DC panelboard for supplying DC station control power shall be located in the equipment house. DC charger and panel shall be suitable for wall mounting. The batteries shall be provided with a battery rack for stacking and drip pan to contain spillage and shall be lead-calcium type with sufficient cells to provide 48 volts DC and a capacity not less than 150 ampere hours at 77 degrees F with final discharge to 1.75 volts per cell. The batteries shall be suitable for float charging in standby service and shall have an expected life of twenty (20) years. The batteries shall be SBS STT12V150, no exceptions. The battery charger shall be of the floating type and suitable for an input voltage of 120 volts, ± 10 volts, 60 Hertz, single phase, capable of providing 20 amperes output current to provide for station DC power requirements and for charging and maintaining a full charge on the 48 volt lead-calcium type battery. A magnetic breaker shall be provided to switch and control the input voltage and the charger output shall be fused to protect the charger. The unit shall be provided with adjustable charging rate and automatic equalizing and shall be complete with DC output Ammeter and Voltmeter. AC power failure, DC ground, High-Low DC voltage, and charger failure alarms shall be provided. Any alarm shall operate an isolated contact for connection to a remote monitoring system. The charger shall be Alcad AT-048-020-0102110, no exceptions. The DC power panel shall provide protection for the control power circuits to the circuit breakers and control boards. The panel shall be rated 125/120 volts DC and shall be provided with 200 ampere main lugs and ten (10) double-pole, boltin, branch circuit breakers rated 30 amperes and 5000 amperes interrupting capacity at 250 VDC. The power panel shall be furnished with a minimum of 20 poles and shall be approximately 26" wide and 52" tall. The panel shall be securely attached to building wall. Panel shall be manufactured by Siemens, no exceptions. The DC power panel shall be provided with sufficient knockouts to connect the incoming and outgoing conduits. The minimum size outgoing conduits shall be 1 inch PVC. (8) Eye wash sink with provisions to connect to on-site water source. (9) Self contained battery cabinet with ventilation system. The cabinet shall have adequate space for batteries and accessories furnished herein. Cabinet doors and lid shall be hinged to open and give full access to each cell. S-2 Schedule V (10) A storage battery system SBS-H2 Hydrogen Gas Detector shall be furnished and mounted on building wall near batteries. AC power cord shall be supplied and shall reach to nearest receptacle. 1% alarm relay contacts shall be wired to fan or thermostat to automatically turn on exhaust fan when activated. D. Construction The equipment house shall be constructed with a 6" waffled concrete floor with two lifting lugs on each end. Ceiling and walls shall have an R-19 insulation rating or better. The interior walls and ceiling shall be sheathed with 1/2" white Nupoly board. The building shall have industrial grade floor covering. E. Doors One 3'-6" x 7'-0" insulated, galvanized steel door shall be provided in the equipment house. Door shall be equipped as follows: (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) F. Passage style level handle Deadbolt lockset Stainless steel ball-bearing tamper-proof hinges Dripshield Threshold Frame Fiberglass weather hood Caps in top and bottom Weather stripping 1/4" thick safety glass window with rubber molding in top half of door Loading The structural loads of the proposed concrete shelter are as follows: % % % % % G. 200 pounds per square foot distributed floor loading while on foundation 125 pounds per square foot distributed floor loading while lifting 100 pounds per square foot distributed roof load 120 mph wind load Seismic zone 4 Finish The building shall have a dark brown exposed aggregate exterior. S-3 Schedule V H. Accessories Eighteen inch wide cable tray shall be furnished for incoming field wires. Cable tray shall be suspended from the ceiling as shown on the attached drawing. One 12" x 20" opening shall be provided in the floor of the building to provide conduit access for control and power cables. The window shall be located such that it provides access to the cable tray mounted inside the building. One eye wash station sink shall be provided in the vicinity of the storage batteries. The eye wash station shall have provisions for connecting to an on-site water source. The DC panel and charger shall be pre-mounted and pre-wired. Batteries shall be installed in field by Owner. All wiring will be installed in surface mounted conduit or wireways and will be in full compliance with ANSI/NFPA-70 and the latest revisions of the NEC. I. Assembly Equipment house shall be completely assembled and pre-wired ready for proper use. J. Drawings Upon notification of award of contract, the Supplier shall, within four weeks, furnish for approval two (2) sets of Drawings and Instructions covering the physical size, weight, dimensions, arrangement, electrical wiring and other pertinent features of the equipment house. The Supplier shall also furnish four (4) prints of the finally approved issue of each drawing for use in the field. The Supplier shall also furnish four (4) sets of written instructions and renewal parts lists, suitably illustrated, covering the operation and maintenance of the equipment applying specifically to this installation. K. Shipment The successful Bidder shall furnish the house F.O.B. to the City's substation site located at 1462 Blackmon Street in Rock Hill, South Carolina 29730, attention: Mr. Chuck Smith. Price shall include all shipping, crane and rigging charges to deliver building to concrete building foundation in substation. L. Warranty The manufacturer shall warrant to Purchaser for a period of 5 years from the date of shipment that the equipment provided will be of the kind and quality specified herein and will be free of defects of workmanship and material. S-4 Schedule V SCHEDULE VI SPECIFICATIONS FOR AIR CORE REACTORS TABLE OF CONTENTS Paragraph Number Page A. B. C. D. E. F. Title General Testing Losses Drawings Shipment Warranty S-1 S-1 S-2 S-2 S-2 S-2 i SCHEDULE VI SPECIFICATIONS FOR AIR CORE REACTORS A. General These specifications cover fifteen air core reactors to be used outdoor in a currentlimiting application, frame mounted for 60 Hertz, 24940 Grd.Y/14400 volts operation. The reactors shall be rated as follows: Qty 15 Rating/Description 25 KV, 600 Amperes continuous, 60 Hz. 1.24 Ohms reactance, 3.289 mH, 200 KV BIL. Reactors shall be dry-type air core designed for outdoor operation and shall be furnished with base insulators and individual hot-dipped galvanized lattice steel or aluminum structural stands. The height of the stands shall provide a minimum height above foundations of 10 feet to the lowest energized part. Stands shall be designed to withstand reactor loading, wind loading up to 110 MPH, short circuit forces, and seismic loading. Stands shall provide suitable magnetic clearances from metallic parts to avoid heating. Stand shall have a single shaft per reactor and each reactor shall mount to a single foundation no larger than 36" in diameter. Reactors shall be epoxy impregnated, fiberglass encapsulated construction, with welded current carrying joints, and shall meet ANSI design standards. Reactor design shall provide for essentially zero radial voltage stress, uniformly graded axial voltage distribution between the line and load terminals, and low noise levels. Reactors shall withstand 3000 amperes for 3 seconds with no thermal degradation and no mechanically damage. Reactor terminals shall be flat bar with four-hole NEMA drilling and tin plated for use with bronze or aluminum connectors. B. Testing Each reactor shall be tested in accordance with ANSI standards and furnished with a certified test report of the results of all tests performed. S-1 Schedule VI C. Losses Reactor losses will be evaluated at $1,500.00 per KW of loss at a load current of 300 amperes (50 percent of rated current). D. Drawings Upon notification of award of contract, the Supplier shall, within four weeks, furnish for approval two (2) sets of Drawings and Instructions covering the physical size, weight, dimensions, arrangement, electrical characteristics, wiring diagrams and other pertinent data for the reactors. E. Shipment The successful Bidder shall furnish the reactors F.O.B. to the City's substation site located at 1462 Blackmon Street in Rock Hill, South Carolina 29730, attention: Mr. Chuck Smith. Notice of 72 hours before delivery is required. F. Warranty The manufacturer shall warrant to Purchaser for a period of 5 years from the date of shipment that the equipment provided will be of the kind and quality specified herein and will be free of defects of workmanship and material. S-2 Schedule VI EXHIBIT B PROPOSAL PROPOSAL TO: THE CITY OF ROCK HILL ROCK HILL, SOUTH CAROLINA GENTLEMEN: The undersigned has carefully examined the annexed form of Notice and Instructions to Bidders, Specifications, and Contract, and hereby declares that he will furnish the following items in the manner prescribed in the Notice and Instructions to Bidders, Specifications, and Agreement for the following prices: Price Quantities Unit Total S. C. Sales Tax Schedule I 115 KV - 24.9 Grd.Y/14.4 KV Substation Structures 1 $__________ $__________ $___________ Schedule II Power Transformer 1 $__________ $__________ $___________ Schedule III 115 KV Circuit Switcher 1 $__________ $__________ $___________ Schedule IV Relay and Control Board 1 $__________ $__________ $___________ Schedule V Equipment House 1 $__________ $__________ $___________ Schedule VI 25 KV Air Core Reactors 15 $__________ $__________ $___________ P-1 PROPOSAL (Continued) MANUFACTURER: Structures: ____________________________________________________________ Power Transformer: _______________________________________________________ Circuit Switchers: _________________________________________________________ Relay and Control Board: __________________________________________________ Equipment House: _______________________________________________________ Air Core Reactors: _______________________________________________________ DELIVERY: Structure: ____________________________________________________________ Power Transformer: _______________________________________________________ Circuit Switchers: _________________________________________________________ Relay and Control Board: __________________________________________________ Equipment House: _______________________________________________________ Air Core Reactors: _______________________________________________________ Applicable Price Terms __________________________________________________________ _____________________________________________________________________________ P-2 PROPOSAL (Continued) Additional Comments, Explanations, or Exceptions Note Please complete attached Proposal Questionnaires for all equipment included in Proposal. ____________________________________ Bidder _________________________ Title By_________________________________ _________________________ Date ____________________________________ ____________________________________ Address P-3 SCHEDULE I - STRUCTURES PROPOSAL QUESTIONNAIRE A. GENERAL ARRANGEMENT Attach drawings showing general arrangement and equipment locations for 115 KV deadend and 25.8 KV switching station structures. Include elevations showing heights of structures and equipment. B. BUSSES Size 25.8KV Main 25.8KV Neutral 25.8KV Transfer 25.8KV Outgoing Circuits C. ________________________________ ________________________________ ________________________________ ________________________________ SWITCHES 115KV Group-Operated 25.8 KV Main 25.8 KV Group Operated Transfer 25.8 KV Circuit Breaker Hookstick Disconnects 25.8 KV Voltage Regulator Bypass D. MFG. Catalogue No. ____________ ____________ ____________ __________________ __________________ __________________ ____________ ____________ __________________ __________________ ____________ ____________ ____________ ____________ ____________ ____________ __________________ __________________ __________________ __________________ __________________ __________________ MISCELLANEOUS 21 KV Lightning Arresters Power Fuses Potential Transformers AC Service Panel Station Service Transformer Manual Transfer Switch P-4 SCHEDULE II - POWER TRANSFORMER PROPOSAL QUESTIONNAIRE A. BASE QUOTED PRICE ($) (Indicate Firm or BLS) Base Unit Price ($) B. $___________ (Firm or BLS) ADJUSTMENTS List all materials subject to adjustment along with total quantity of each material in each transformer and the base unit price of each material included in the Base Unit Price. Material C. Quantity ___________ ___________ ___________ TEST COST (Provide cost and also indicate if cost is included in base price. Purchaser may elect to add or deduct tests at the amounts given.) Impulse Corona Switching Surge Power Factor Sound Level Heat Run D. Base Price $__________ $__________ $__________ Included in Base Price (Yes, No) $___________ ____________ ____________ ____________ ____________ ____________ ________ ________ ________ ________ ________ ________ DELIVERY Drawings for Approval (ARO) Transformer Delivery (ARO) _________________ _________________ P-5 PROPOSAL QUESTIONNAIRE (Continued) E. GUARANTEED LOSSES (at full load ONAN-MVA, after impulse test) LOSS No-Load Load Total Loss F. MVA (55 degrees C) KW 30 30 30 _________________ _________________ _________________ SOUND db Guaranteed sound level of transformer without fans Guaranteed sound level of transformer with fans G. OIL (Gallons) Main Tank Radiators LTC Compartment Total Oil H. _________________ _________________ ____________ ____________ ____________ ____________ FACTORY LOCATION ___________________________________________________ P-6 PROPOSAL QUESTIONNAIRE (Continued) I. J. TRANSFORMER Manufacturer ___________________________ Construction (Core, Shell) Frequency Class Temperature Rise (Degrees C) Oil Preservation System (Type) Transformer Monitor Cat. # ___________________________ ___________________________ ___________________________ ___________________________ ___________________________ ___________________________ RATINGS HV LV K. Voltage KV ________ ________ IMPEDANCE AT FULL LOAD MVA Voltage HV-LV __________ L. Rating (MVA) 55 C - ONAN 65" C - ONAF ____________ ___________ ____________ ___________ " MVA Reference (KV) % ________ _________________ ________ WARRANTY TERM _________________________________ Attach complete description of Warranty Coverages and Terms. M. Statement of Conformance to current ANSI Standards for short circuit design. _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ P-7 PROPOSAL QUESTIONNAIRE (Continued) N. O. EFFICIENCY (1.0 p.f.) ____________ ____________ ____________ ____________ ____________ ____________ Full Load ____________ ____________ REGULATION 55"C- ONAN% ____________ ____________ EXCITATION CURRENT 65"C - ONAF% ____________ ____________ AMPS At 100% rated voltage At 110% rated voltage Q. 65"C - ONAF% 1/4 Full load ½ Full load 3/4 Full load At 100% p.f. At 80% p.f. P. 55"C- ONAN% ______________ ______________ IMPULSE LEVEL BIL (KV) 1. Winding HV LV ____________ ____________ 2. Bushing HV LV R. ____________ ____________ DESIGN 1. Winding Material (Cu. or Al.) HV LV ____________ ____________ 2. Winding Type (Disc. Helic., etc.) HV LV ____________ ____________ P-8 PROPOSAL QUESTIONNAIRE (Continued) Proposed winding design, arrangement, etc. (Reference manufacturer literature as appropriate). __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ 3. S. Core Steel Type ____________________________________ DIMENSIONS 1. 2. Installed Inches Height (Overall) ____________ Width ____________ Depth ____________ Height over tank ____________ Untanking Height ____________ Shipped (include any protrusions such as flanges, control cabinets, etc.) Inches 3. Height (including flanges, shipping cover, etc.) ____________ Width ____________ Depth ____________ Outline sketch included (Yes, No) P-9 ____________ PROPOSAL QUESTIONNAIRE (Continued) T. U. WEIGHT (lbs.) 1. Core and Coil ____________ 2. Case and Fittings ____________ 3. Total Assembled Weight without oil (lbs.) ____________ SHIPPING 1. Shipped in (Air, Nitrogen) ____________ 2. Shipping weight of heaviest piece ____________ 3. Special shipping: Describe any special procedure (such as welding and cutting of temporary tank cover) also provide a list of all special tools required for installation. ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ 4. Special shipping cover required? (Yes, No) ____________ 5. Radiators shipped on Tank? (Yes, No) ____________ P - 10 PROPOSAL QUESTIONNAIRE (Continued) V. BUSHING HV LV W. X. TYPE (Condenser,Bulk,Drawlead) MANUFACTURER/ CATALOG NUMBER _________________________ _________________________ _________________ _________________ One spare HV Bushing and one spare LV Bushing included in Proposal? ___________ (Yes/No) SURGE ARRESTERS 1. Manufacturer ____________________________ 2. Rating ____________________________ 3. Model ____________________________ ASSEMBLY Number of days included for manufacturer to fully assembly, fill, and test transformer, if necessary, prior to placing into service. Y. Z. DAYS ___________________ RATES FOR ADDITIONAL SERVICE ENGINEER AT OWNER’S REQUEST Cost of service engineer per day $________________ Cost of travel (one trip) $________________ LOSS ERROR: ____________________________ Method of evaluation used to determine error: _____________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ P - 11 SCHEDULE III - 115 KV CIRCUIT SWITCHER PROPOSAL QUESTIONNAIRE A. MANUFACTURER __________________________________________ Type or Model __________________________________________ Catalogue No. __________________________________________ Overall Dimensions H___________ W____________ D___________ (Attach outline drawing if available) Weight __________________________________________ B. RATINGS Max. Operating KV BIL KV Continuous Amperes Max. Sym. Amperes Int. Capacities: Transformer Load Dropping Transformer Primary Faults Transformer Secondary Faults Line Load Dropping Line Charging Current Line Faults C. _______________________ _______________________ _______________________ _______________________ _______________________ _______________________ _______________________ _______________________ _______________________ DELIVERY Drawings for Approval (ARO) Circuit Switchers (ARO) D. _______________________ _______________________ WARRANTY Attach complete description of Warranty Coverages and Terms. P - 12 SCHEDULE IV - RELAY AND CONTROL BOARD PROPOSAL QUESTIONNAIRE A. RELAYS Manufacturer Overcurrent Transformer Overcurrent and Differential Lockout Relays B. C. _______________________ _______________________ ___________________ ___________________ _______________________ ___________________ Station Meter _______________________ ___________________ Metering Test Switch _______________________ ___________________ _______________________ ___________________ METERING CONTROL Circuit Switcher Control Switch D. COMMUNICATIONS AND ACCESSORIES Communication Processor Logic Processor GPS Clock E. Catalogue No. _______________________ _______________________ _______________________ ___________________ ___________________ ___________________ Please attach sketch of control board showing overall dimensions and indicate ‘customer space’ as specified. P - 13 SCHEDULE V - EQUIPMENT HOUSE PROPOSAL QUESTIONNAIRE Please attach a complete description, list of accessories, and typical plan and elevation drawings. P - 14 SCHEDULE VI - AIR CORE REACTORS PROPOSAL QUESTIONNAIRE A. MANUFACTURER __________________________________________ Type or Model __________________________________________ Catalogue No. __________________________________________ Overall Dimensions H___________ W____________ D___________ (Attach outline drawing if available) Weight __________________________________________ B. RATINGS Max. Operating KV Continuous Amperes Reactance @ 60 Hz. - Ohms Resistance - Ohms Inductance - mH KV BIL - Coil Base Insulators _______________________ _______________________ _______________________ _______________________ _______________________ _______________________________________________ _______________________________________________ KW Losses at Rated Current (600 Amp.) C. MAGNETIC CLEARANCES Vertical - Inches Horizontal Center-to-Center - Inches D. _________________________________ _________________________________ DELIVERY Drawings for Approval (ARO) Reactor Delivery (ARO) E. ___________________________________ _______________________ _______________________ WARRANTY Attach complete description of Warranty Coverages and Terms. P - 15 EXHIBIT C FEE To be inserted upon Purchase in accordance with Equipment Purchase Agreement DRAWINGS Drawing No. 15-01-04 15-01-02 15-01-09 15-01-10 15-01-08 15-01-05 15-01-06 15-01-07 Title Single Line Diagram Substation Plan Grounding Plan Grounding Details Elevation Relay and Control Protection Scheme Proposed Panel Layout Equipment House Section Exhibit A Schedule I Schedule I Schedule I Schedule I Schedule IV Schedule IV Schedule V