AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL. TIELINE 5000 / 7000kVA TRANSFORMERS and WALK IN SWITCHGEAR ASSEMBLY

Size: px
Start display at page:

Download "AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL. TIELINE 5000 / 7000kVA TRANSFORMERS and WALK IN SWITCHGEAR ASSEMBLY"

Transcription

1 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL TIELINE 5000 / 7000kVA TRANSFORMERS and WALK IN SWITCHGEAR ASSEMBLY DECEMBER 27, 2010 RFP NO. FY GEN Andra Samoa Chief Executive Officer TIELINE RFP Page 1

2 Table of Contents Title Page 1 Table of Contents 2 Notice to OFFERORS 3 Proposal Invitation 4 Special Reminder to Prospective OFFERORS 6 Significant Dates 7 General Terms and Conditions 8 Proposal Transmittal Form (Attachment A) 22 Part kVA TRANSFORMERS (Attachment B) 23 Part 2. HIGH VOLTAGE SWITCHGEAR & PROTECTION SYSTEMS (Attachment C) 33 Offeror Qualification Form (Attachment D) 56 Proposal Cost Form (Attachment E) 60 Performance Bond Instructions (Attachment G) 64 Performance Bond Form (Attachment H) 65 Exhibits 1 to 5 (Attachment I) 67 TIELINE RFP Page 2

3

4 PROPOSAL INVITATION IOANA S. ULI, PROCUREMENT MANAGER AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT P.O. BOX PPB PAGO PAGO, AS (684) DATED ISSUED: December 27, 2010 PROPOSAL INVITATION NO: RFP No.FY GEN INSTRUCTIONS: 1) This REQUEST FOR PROPOSALS shall require a Cost and Services Proposal to be submitted in a sealed envelope, box, or other enclosure. 2) All required submittals must be addressed to the ASPA Procurement Manager at the above listed address. 3) An original, one pdf electronic copy, and five (5) copies of the complete proposal must be received at the ASPA Procurement Office no later than 2:00 p.m. on February 10, ) The envelope or box must be labeled RFP No. FY GEN Tieline Transformers and Walkin Switchgears with Ancillary Systems. 5) Late submittals will not be opened or considered and will be determined as non-responsive. 6) Any and all pre-proposal questions and/or clarifications shall be submitted to ioana@aspower.com or the Procurement Manager in writing (through electronic mail or hard copy) no later than January 27, 2011 by 4:00 p.m. 7) ASPA shall issue addenda to address questions and/or clarifications as necessary. 8) The Offerors may submit the proposals through three (3) means. I. Express Mail Offerors submitting through the Electronic File Transfer must still transmit the proposals via Express Mail using DHL, FEDEX, or US Postal Service with a postal receipt stamp of 6:00 PM, February 10, 2011, American Samoa Time. Since ASPA anticipates receiving proposals from companies on both sides of the dateline, the ASPA will convert the timeframe of the receipt provided by the Express Mail Service Provider. II. III. In Person Delivery - Offerors may deliver the proposal in person at the ASPA Offices at the Triple S (SSS) Gas Station Building in Tafuna. Proposals must be received by 2:00 PM on February 10, 2011, American Samoa Time. Mail-Only Option The Offeror may elect only to transmit the proposal by Express Mail. If the proposal is to be only submitted via Express Mail, then, the Proposal must be accompanied with a Receipt Stamp provided by the Express Mail provider dated no later than 6:00 PM on February 10, 2011 AND a copy of the Express Mail receipt stamp must be transmitted to the ASPA on the same day. NOTE TO OFFERORS: This proposal is subject to the attached General Terms and Conditions of RFP No. FY GEN TIELINE RFP Page 4

5 Tieline Transformers and Walk-in Switchgears with Ancillary Systems. The undersigned offers and agrees to furnish within the time specified, the articles and services at the price stated opposite the respective terms listed on the schedule of the cost proposal. In consideration of the expense to the American Samoa Power Authority in opening, tabulating, and evaluating this and other proposals, and other considerations such as the schedule, the undersigned agrees that this proposal shall remain firm and irrevocable within One Hundred Fifty (150) calendar days from the closing date to supply any or all of the items for which prices are quoted. Signed: Date: TIELINE RFP Page 5

6 AMERICAN SAMOA POWER AUTHORITY SPECIAL REMINDERS TO PROSPECTIVE OFFERORS All Offerors are reminded to read and comply with the Sealed Proposal Invitation Instructions and General Terms and Conditions. The Offeror must attach a signed Proposal Transmittal Form and acknowledgement of all Proposal Conditions and Addenda. The Offeror shall ascertain that all of the following requirements of the proposal are submitted in a single proposal envelope or box and delivered prior to the specified date and time for proposal opening. a. Proposal Transmittal Form (Attachment A) b. Offeror Qualification Sheet (Attachment D) c. Cost Proposal (Attachment E) d. Performance Bond (Attachments G and H) e. Business License f. Technical Proposal All required forms must be signed and returned with the proposal envelope. Failure to comply with these requirements may result in disqualification or rejection of the proposal. I, the duly authorized representative of, acknowledge receipt of this special reminder to prospective Offerors together with RFP No. FY GEN Tieline Transformers and Walk in Switchgears with Ancillary Systems as of this date, Signature of Offeror s Representative TIELINE RFP Page 6

7 SIGNIFICANT DATES The following are significant anticipated Scheduling and Contract Dates for this RFP: December 27, 2010 January 11, 2011 January 17, 2011 RFP Issuance Date Teleconference to Discuss the Request for Proposal Visit to Satala Power Plant Location and Tafuna Power Plant (Site Visit is not mandatory). January 27, 2011 February 04, 2011 February 10, 2011 February 18, 2011 February 22, 2011 February 28, 2011 Deadline for submitting questions, inquiries, and/or clarifications to the ASPA. ASPA Deadline to Issue any Addenda to address questions and or clarifications as necessary. Closing Date (2:00pm American Samoa time) Evaluation, Requests for Clarifications of Proposal, and Negotiation Inform Successful Offeror/Proposal Contract Award and Notice to Proceed TIELINE RFP Page 7

8 GENERAL TERMS AND CONDITIONS For TIELINE MODIFICATIONS RFP NO.FY GEN Request for Proposals for Tieline Transformers and Walk in Switchgears with Ancillary Systems I. INTRODUCTION A. This is a Request for Proposals (RFP) issued by the American Samoa Power Authority ( ASPA ) in American Samoa. The RFP consists of two (2) parts; the ASPA is soliciting for the following: 1. Part 1: four (4) each, 5000 / 7000kVA 34.5kV/13.2kV transformers (hereafter) called Transformers. The Transformer shall be located two (2) each at the Tafuna power plant, and two (2) each at the Satala power plant. 2. Part 2: two (2) each, Walk in Switchgears with Protection Systems (for the transformers and 34.5kV transmission line) and ancillaries to enable the 5000 / 7000kVA transformers to connect to the existing 34.5kV under ground Tieline (TL) between the two power plants, and to the Tafuna and Satala power plants to allow transfer of power in between the two power plants. 3. Note: For the purpose of this RFP, all Voltages above 7.62kV is referred as High Voltage (HV). B. The Offeror awarded the contract is required to provide the following (but not limited to) equipment and services for both parts of the RFP: 1. For Part 1, be responsible for: i. Furnishing, Delivering, Testing, Shipping and Commissioning the Transformers to operate in accordance with the requirements, specifications, and time frames contained herein. ii. Providing the design and planning of the integration of the Transformers, Switchgear and Protection Systems to meet the latest industry standards and the needs of the ASPA. iii. Providing maintenance training and as built documentation (tech drawings, parts manual, schematics, etc). TIELINE RFP Page 8

9 iv. Commissioning the Transformers in American Samoa at the two specified locations. v. Constructing of the Transformers to the latest applicable standards and using corrosion resistant materials for use in corrosive tropical environment. The transformers shall be painted marine gray. 2. For Parts 2, be responsible for: i. Furnishing, Delivering, Testing, Shipping and Commissioning the Walk in Switchgears to operate in accordance with the requirements, specifications, and time frames contained herein. ii. Providing the Plan of the integration of the Transformers and Switchgear and Protection Systems to meet the needs of the ASPA. iii. Providing maintenance training and as built documentation (tech drawings, parts manual, schematics, etc). iv. Commissioning the Walk in Switchgears in American Samoa. v. Painting the Walk in structures marine gray. vi. Constructing of the Walk in Switchgear and ancillaries to the latest applicable standards and using corrosion resistant materials for use in corrosive tropical environment. The switchgear and ancillaries enclosures shall be painted marine gray II. BACKGROUND The American Samoa Power Authority is a multi function public utility that provides electric power, water, waste water, and solid waste services. In addition, the ASPA is also a fuel distributor. On September 29, 2009, an earthquake and tsunami destroyed the ASPA Satala Power Plant that provided approximately one half of the power generation capacity in American Samoa. The U.S. Federal Emergency Management Agency (FEMA), the ASPA, and the American Samoa Government (ASG) provided temporary power. However, this power was very difficult to manage and power was not fully restored to all customers. The ASPA, with approval from the U.S. Federal Emergency Management Agency (FEMA), issued an Invitation for Bids to install a Temporary Turnkey Power Generation Capacity until the Satala Power Plant could be rebuilt or relocated. The Temporary Power generated was connected to the grid. Based on the IFB responses and Source Evaluation Board deliberations, Aggreko International was awarded the bid and contracted to provide temporary turnkey power generation service. The American Samoa Power Authority seeks to replace the Temporary Turnkey Power Generation capacity by June 30, The ASPA is in the process of procuring the 18 MW of TIELINE RFP Page 9

10 Modular and Portable Generator capacity with Switchgear and Protection systems also Modular and Portable. The 18MW Generation System and Switchgear will be located close to the Satala Feeders connection vaults. The ASPA will be responsible for pulling the cabling between the locations of the Temporary Power Generation systems and the Satala Feeders connection vaults and to the new TEILINE Substation equipment. The 18MW Generation System and Switchgear are not part of this RFP. The project is in two locations the Satala Power plant site will have two transformers and one switchgear assembly while the Tafuna would hold the second half of the system. The American Samoa Power Authority seeks to replace the damaged TIELINE transformers and associated switchgear in accordance with the Milestone schedule in section V. III. PROPOSAL SUBMITTALS The Offeror shall provide a collated binder that includes tab separators. The proposal binder shall be organized as follows. A. Transmittal Form (Letter on Offeror Letterhead) The Offeror shall submit a completed Attachment A Proposal Transmittal Form. B. Tab 1 Proposal Submission Forms The Offeror shall complete and include in Tab 1 all required forms as provided for in this RFP. 1. Offeror Qualification Form (Attachment D). 2. Non Collusion Affidavit as required in Attachment E. 3. The Offeror Performance Bond (See Attachment G). 4. Offeror Qualification Form (Attachment D) A dossier of personnel qualifications and professional credentials must be provided in Attachment D. Failure to provide this information may result in the proposal being rejected for non responsiveness. Attachment D must include a list of three or more references and a project history to document a minimum of five (5) years of specifically related experience. 5. Licenses Offerors must hold an appropriate and current professional certification and business licenses for the requested professional services. Please provide a copy of any and all professional certifications and business licenses. C. Tab 2 Technical Proposal The Offeror shall submit a full and detailed Technical Proposal, as required in this RFP, which describes the materials, services, and procedures that completely addresses the requirements presented in the Scope of Work. As part of the Technical Proposal, the Offeror shall provide the following information: 1. Project Goals and Objectives The Offeror shall describe the system goals and objectives, project methodology. TIELINE RFP Page 10

11 2. Technical System Design and Specifications Technical description of the proposed system, including all technical drawings of the system. 3. Project Timetable and Milestones (including copy of MS Project Plan in soft copy). 4. Operations and Maintenance of System Offeror shall describe the specific maintenance requirements, including, but not limited to: i. Schedules for maintenance; ii. Parts that need to be replaced or refurbished on periodic schedules; iii. Detailed description for system operation and any required testing and inspection. 5. Prior Related Experience/Past Performance The Offeror shall provide a description of the Offeror firm s related experience. 6. Offeror Professional and Installation Team Offeror shall describe the individuals and qualifications of the project team. The Offeror must describe the personnel. Any changes to the project team will need to be approved by the ASPA. 7. Subcontractors i. Where use of a subcontractor is intended, the Offeror shall identify the tasks to be subcontracted and supply the complete name, business address, and license classification of the subcontractor. ii. The ASPA requires that all performance and warranties be provided by the Offeror and not any contractor or manufacturer. The Offeror may apply a manufacturer warranty. However, such application shall not be in lieu of the warranty provided by the Offeror. IV. 8. Training Offeror shall provide training to ensure that the proposed system operates efficiently and effectively. The Offeror shall describe the type and amount of training that will be provided to the ASPA generation team. D. Tab 3 Point by Point Response to the Technical Scope of Services Offeror shall use the word document of the technical scope of services and describe whether and how the Offeror meets all requirements. E. Tab 4 Cost Proposal The Offeror shall submit a detailed cost proposal that completely addresses the requirements of the scope of work. All costs shall be in firm, fixed, U.S. Dollars. The Offeror shall submit a cost proposal in addition to a sum proposal as required in Attachment C. F. Tab 5 Additional Information The Offeror may include any additional information, including company and product brochures. DATE/TIME/PLACE OF PROPOSAL SUBMITTAL AND PROPOSAL OPENING A. Each Offeror must submit its proposal in a sealed envelope addressed to: TIELINE RFP Page 11

12 Ms. Ioana Uli ASPA Procurement Manager P.O. Box PPB Pago Pago, AS B. An original and five (5) copies of each part of the proposal must be received in the Office of Procurement no later than 2:00 p.m. local time on or before February 10, (Refer to other sections re: 3 ways to submit proposals) C. Late submittals will not be opened or considered and will be determined as nonresponsive. D. All Offerors shall provide sufficient written and verifiable information that responds to the requirements of the RFP, and in accordance with the SOW. V. PRE PROPOSAL QUESTIONS VI. A. Any pre proposal questions and/or clarification requests shall be submitted in writing to ioana@aspower.com through electronic mail or in hard copy to the address listed on page 4 of this document. B. Pre proposal questions must be received no later than 4:00 p.m. on January 27, The ASPA will then issue addenda to address any questions and/or clarifications as may be necessary. ADDENDA A. The ASPA reserves the right to issue Addenda for any changes to this RFP. B. The Offerors will be requested to send a signed Receipt of Addenda to ASPA for each addendum that may be issued. C. All Addenda will be posted to the web site. VII. BEST AND FINAL OFFER The ASPA reserves the right to issue a Request for a Best and Final Offer at its sole discretion. VIII. TYPE OF CONTRACT A. The successful Offeror will provide services to the ASPA under a negotiated fixed fee agreement. B. The successful Offeror shall be an independent contractor and not an agent or employee of the American Samoa Power Authority. C. The successful Offeror shall furnish the necessary personnel, materials, insurances, licenses, equipment, ground transportation to and from work areas, required materials or services, and otherwise do all things necessary to perform the work and services specified in the Scope of Work and to the satisfaction of the ASPA. 1. The successful Offeror must at all times comply with all applicable worker s compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable. TIELINE RFP Page 12

13 2. The ASPA will not be held responsible in any way for claims filed by the successful Offeror or its employees for services performed under the terms of this RFP or the contract. IX. PAYMENT TERMS The payment terms are as follows: A. Five Percent (5%) of the total payment upon execution of the Agreement payable within thirty (30) days upon receipt of invoice; B. Fifteen Percent (15%) of the total payment upon testing and acceptance to ship payable within thirty (30) days upon receipt of invoice; C. Thirty five percent (35%) upon delivery of Equipment, Materials, and Parts payable within thirty (30) days upon receipt of invoice; D. Twenty Five Percent (25%) upon commissioning, ASPA s receipt, and inspection of the final order payable within thirty (30) days upon receipt of invoice. E. Twenty Percent (20%) upon turnover and completion of all tax clearances, payable within thirty (30) days upon receipt of the invoice. Each Percentage Payment shall be made within the times outlined above. Offeror may also propose its own payment terms. X. WARRANTY The Offeror shall warrant the items described in this RFP. The Offeror shall indicate the length of the warranty offered for all items, including specific details regarding warranties for additional services provided including, but not limited to the installation, the functions, and the reliability of all components provided in the proposal. The warranty is an important part of the selection review of the Source Evaluation Board (SEB). A. All Transformer, High Voltage (HV) Switchgear and associated equipment supplied under this RFP shall be warranted by the successful Offeror(s), for the first twenty four (24) months from the time that the ASPA issues a final acceptance of installation and commissioning. B. If the Transformers and Switchgear equipment, components or any of the equipment fails within the warranty period, the successful Offeror must immediately replace or correct the faulty part at their expenses. Warranty shall cover parts, ocean freight, road transport, handling & shipping insurance of parts to and from factory, labor and equipment to assemble and replace the parts. Labor shall include Offeror s charge out rate for travel, meal, accommodation, transportation, tool/equipment hire, and the ASPA employees that will assist with repair. C. Repair or replacement of warranted item(s) shall be completed within three (3) weeks from failure with exception of large parts/components with long delivery/lead time. TIELINE RFP Page 13

14 XI. D. The warranted large parts covered under the warranty period specified in part A, and listed in part E, shall be repaired and or replaced within sixty (60) days from the date of failure. 1. A penalty fee of no less than 15% of the total revenue lost due to loss of production shall be charged to the successful Offeror for the losses incurred by the ASPA, for each day thereafter sixty (60) days until the equipment is repaired, and verified to be working to the ASPA s satisfaction. 2. The ASPA reserves the right to add additional charges for the loss in production due to the damaged warranted part. E. The ASPA may elect at its sole discretion to negotiate an extended warranty period of three (3) years for these main components: 1. Transformer Main Windings 2. Transformer On Load Tap Changer 3. Transformer Radiators kV High Voltage switchgear BUS kV Circuit Breakers kV High Voltage Switchgear BUS kV High Voltage Switch ( Load Switch ) kV Circuit Breakers PERFORMANCE BOND A. A performance and surety bond must be provided by the successful Offeror prior to or concurrent with execution of the written contract. The performance bond shall be in the amount equal to the total proposal cost. The Performance Bond shall also assure performance under Section X, WARRANTY. B. The performance bond shall be filed with an authorized surety company listed in Circular 570 ( ; 2006 Revision of the U.S. Department of Treasury), approved or issued by a surety acceptable to the ASPA. The costs of said bond shall be included in the contract price. The most current list of Treasury authorized companies is available through the Internet at C. Power of Attorney. Attorneys in fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. XII. BASIS FOR SELECTION A. Contract award will be made by the ASPA in accordance with the evaluation criteria set forth herein and with the ASPA Procurement Rules. B. Proposals shall be evaluated by a Source Evaluation Board (SEB). TIELINE RFP Page 14

15 1. SEB members shall be nominated by the Procurement Manager and approved by the Officers of the ASPA. 2. The ASPA Officers may also serve as additional SEB Members. 3. Submission of a proposal shall constitute a waiver of any challenge or dispute of the SEB process. C. The SEB will evaluate each of the responsive submitted proposals, as determined by the Procurement Manager. 1. Discussions may be conducted by the SEB with any or all of the Offerors. 2. Such discussions shall only be conducted for the purpose of obtaining clarification from the Offeror on its proposal in order to ensure full understanding of, and responsiveness to, the RFP requirements. 3. Discussions shall be conducted on an as needed basis with individual Offerors 4. Care shall be exercised to ensure that no information derived from competing Offeror s proposals is disclosed. 5. Each Offeror with whom discussions are conducted shall be accorded an opportunity to revise their proposals in response to specific clarifications based on the discussions. D. When its evaluation process is complete, the SEB will forward a ranked order memorandum of recommendation for contract award to the Procurement Manager. E. After receiving the Source Evaluation Board s written recommendation and concurring with that recommendation, the Procurement Manager shall forward the SEB recommendation to the requesting manager for routing through the CFO to the Board of Directors and the CEO for final approval and subsequent contract award. F. Approval is not final until it is authorized by the ASPA Board of Directors. XIII. EVALUATION CRITERIA A. All Responsive Proposals will be evaluated and ranked by the Source Evaluation Board according to the following point system. 1. Technical: 0 20 points possible 2. Warranty: 0 05 points possible 3. Experience: 0 10 points possible 4. Schedule: 0 15 points possible 5. Contract Price: 0 50 points possible 6. Total: 100 points (best possible score) TIELINE RFP Page 15

16 B. The ASPA reserves the right to make the contract award to the Offeror that submits the proposal which best meets the requirements set forth herein and which is in the best interests of ASPA after taking into consideration the aforementioned factors. XIV. ATTACHMENTS A. Attachment A contains the Proposal Transmittal Form B. Attachment B contains the Part 1 Detailed Scope of Work Transformers C. Attachment C contains the Part 2 Detailed Scope of Work Switchgear D. Attachment D contains the Offeror s Qualification Form E. Attachment E contains the Cost Proposal Form F. Attachment I contains 1. Exhibit 1 Single line Diagram of the proposed setup 2. Exhibit 2 Single Line of the Electrical System 3. Exhibit 3 Location of the Substation in the Satala Plant Site 4. Exhibit 4 Location of the Substation in the Tafuna Plant Site 5. Exhibit 5 Map of American Samoa and locations of the Sites. G. Attachment G contains the Performance Bond Information H. Attachment H contains the Performance Bond Form XV. QUALIFICATION OF OFFERORS A. At a minimum, the Offeror shall submit that information which is required by Attachment D, the Offeror s Qualification Form. B. The ASPA may make such investigations as it deems necessary to determine the ability of the Offeror to perform the work. C. The Offeror shall furnish to the ASPA such additional information and data for this purpose as the ASPA may request, or the proposal may be deemed non responsive. XVI. MULTIPLE PROPOSALS COLLUSION A. If more than one Proposal is submitted by any one party or in the name of its clerk, partner or other person, all Proposals submitted by said party may be rejected by the ASPA. B. If requested by the ASPA to do so, an Offeror may submit an alternate Proposal. C. If the ASPA believes that collusion exists amongst any Offerors, the participants in such collusion will be disqualified from contract award consideration. D. The proposals in which the proposed costs and fees are unreasonably high, or unrealistically low, may be rejected at the ASPA s sole discretion. TIELINE RFP Page 16

17 XVII. BUSINESS LICENSE A. Off island Offerors (outside of American Samoa) shall be appropriately licensed in accordance with the state and/or country of the Offerorʹs origin and shall be skilled and regularly engaged in the general type and capacity of work called for under this RFP. B. Local Offerors shall possess a currently valid American Samoa Business License prior to the execution of the contract. XVIII. OFFEROR S UNDERSTANDING A. The successful Offeror must inform itself of the conditions relating to the execution of the work. B. The successful Offeror will make itself thoroughly familiar with all the Contract Documents prior to execution of the Agreement. C. The successful Offeror shall comply with, federal and territorial statutes and ordinances relative to the execution of the work including, but not limited to, applicable regulations which concern the following: 1. Wage rates; 2. Non discrimination in the employment of labor; 3. Protection of public and employee safety and health; 4. Environmental protection; 5. Historic preservation; 6. Protection of natural resources; 7. Fire protection; 8. Permits, fees, and 9. Similar subjects. D. The successful Offeror shall agree to the requirements under Executive Order No , as amended, including specifically the provisions of the equal employment opportunity clause. XIX. AMERICAN SAMOA LICENSES, PERMITS, TAXES AND IMPORT DUTY A. The Offeror shall be cognizant of and shall comply with all American Samoa Government (ASG) laws and ordinances pertaining to licenses, permits, the American Samoa Government tax structure and import duty. 1. The successful Offeror shall have an ASG Business License in order to perform the required contractual work. 2. As necessary, the successful Offeror must pay income taxes to the American Samoa Government based on the profit made on the RFP contract. TIELINE RFP Page 17

18 XX. B. American Samoa is a protectorate of the United States and lies outside the jurisdiction of the U.S. Customs and U.S. Immigration Department. Any Offeror owned equipment to be returned to the country of origin will be subject to customs/import duty unless properly manifested before shipping to American Samoa. C. Excise Tax on equipment to be incorporated into the project or used on this project may be waived upon written request to the American Samoa Government. D. If the Offeror elects to sell its equipment locally upon completion of the contract or use the equipment for other than this project rather than shipping the equipment away from American Samoa, that equipment will then be subject to the appropriate import duty rates required for such equipment under the American Samoa Import Duties and Taxes codes. E. Any equipment imported for use on other than this project is also subject to local duty and taxes. F. The successful Offerors who are also foreign corporations shall take note of the American Samoa Section 1442 of the Internal Revenue Code for tax year 2000, as adopted by ASG pursuant to A.S.C.A WITHDRAWAL OF PROPOSAL A. Any Proposal shall be withdrawn prior to the scheduled time for the opening of Proposals by notifying the ASPA in a written request. B. No Proposal shall be withdrawn after the time scheduled for opening of Proposals. XXI. OPENING AND EVALUATION OF PROPOSALS A. In accordance with Procurement Rule 3 110, Proposals will be opened and recorded as part of the record for the Source Evaluation Board on the date and at the time indicated in NOTICE TO OFFERORS (page 3) of this document. B. All Proposals will be opened at the ASPA Procurement Office in the Triple S Building in Tafuna American Samoa or in another location so designated by the ASPA Procurement Manager in writing. C. In accordance with Procurement Rule 3 114, mistakes in a proposal detected during or after proposal closing may be corrected. If the Offeror submits evidence in writing satisfactory to the Procurement Manager that a mistake has been made by the Offeror in the calculation of the proposal, the proposal may be corrected or withdrawn; provided, that the claim of mistake and the evidence in support thereof must be made and provided within three (3) business days after the proposal has been opened. XXII. EXECUTION OF CONTRACT Upon receiving the ASPA Notice of Award, the successful Offeror must sign and deliver the Contract to the ASPA, together with any other documents as may be required by the ASPA within seven (7) calendar days. TIELINE RFP Page 18

19 XXIII. RFP CONDITIONS A. This RFP does not commit the ASPA to award a contract or to pay any cost incurred in the preparation of a proposal. B. The ASPA reserves the right to do the following: 1. Reject any Offeror for being non responsive to the Proposal requirements which are contained in this RFP; 2. Reject all proposals and reissue an amended RFP; 3. Request additional information from any Offeror submitting a proposal; 4. Select an Offeror for award based on other than least cost criteria (e. g. capability to complete work in a timely fashion or substantive and relevant work experience); 5. Change the number of quantity for services and equipment listed in the RFP 6. Negotiate a contract with the Offeror selected for award; and 7. Waive any non material violations of rules contained in this RFP. C. The ASPA reserves the right to issue any addendum to this RFP. 1. The Offerors must send the ASPA a signed Receipt of Addenda form confirming the receipt of any Addendum; 2. The Offerors shall submit any additional information as is required by any Addendum; 3. If any Offeror fails to acknowledge the receipt of any such Addendum, the Offeror s Proposal will be considered irregular and will be accepted by the ASPA only if it is in the ASPA s best interest; XXIV. LIQUIDATED DAMAGES. A. The successful Offeror shall be responsible for the timely completion of the awarded project parts specified herewith to satisfy the ASPA s requirement of the cut in date of July 31, 2011 (less than 150 Days from Notice to Proceed). This project will provide the necessary tie between the existing Tafuna plant and the new Temporary Power Generation System. It is important therefore that the transformers and associated switchgears are available in time to avoid site congestion due to multiple parties working against time and space. B. The successful Offeror shall be charged for liquidated damages to the ASPA for failure to meet specified cut in time. 1. The cut in time shall be the day by which the necessary installation, integration, testing, pre commissioning tests, commissioning of the Transformer equipment or of the Switchgear System are to be fully operational and after the ASPA issues verification and certification of acceptance of the work. TIELINE RFP Page 19

20 2. Liquidated damages shall be the daily amount five hundred ($500.00) dollars USD would be charged to the successful Offeror a day until the project is completed. C. The ASPA may elect to charge equal amounts to each party at fault. XXV. STANDARDS AND CODES The following shall be the minimum applicable standards and codes to which the equipment shall comply with. The latest version of the standards or codes shall be binding. D. NSPS National Source Performance Standards E. IP Ingress Protection F. IEEE Institute of Electronics and Electrical Engineers G. NEC National Electric Code H. IEC International Electrotechnical Commission. I. NEMA National Electrical Manufacturers Association J. NEC National Electric Code K. NESC National Electrical Safety Code L. USEPA United States Environment Protection Agency M. ISO International Organization of Standards N. UL Underwriters Laboratories O. NFPA Underwriters Laboratories Inc P. AWS American Welding Society Q. ANSI American National Standards Institute R. NFPA National Fire Protection Associations S. ASCE American Society of Civil Engineers T. SSPC Steel Structures Painting Council U. ACI American Concrete Institute V. AISC American Institute of Steel Construction W. AISI American Iron and Steel Institute X. ASME American Society of Mechanical Engineers Y. ASTM American Society of Testing and Materials Z. BS British Standards AA. AS Australian Standards BB. ASEPA American Samoa Environment Protection Agency CC. USEPA United States Environment Protection Agency TIELINE RFP Page 20

21 XXVI. OFFEROR S QUALIFICATION DATA A. It is the intention of the ASPA to award a contract only to an Offeror, who is able to furnish satisfactory evidence that the Offeror has the requisite experience and ability, including sufficient capital, facilities and plant, which are necessary to prosecute the work successfully and promptly and to complete it within the term set forth in the contract. B. The Offeror shall complete and submit Attachment D, the Offeror s Qualification Form, as part of the total Proposal package. TIELINE RFP Page 21

22 ATTACHMENT A PROPOSAL TRANSMITTAL FORM Date: AMERICAN SAMOA POWER AUTHORITY American Samoa Government To Whom It Concerns: The undersigned (hereafter referred to as the Offeror) hereby proposes and agrees to furnish all of the requested submittal and proposal information pertaining to RFP NO. FY GEN: Tieline Transformers with Walk in Switchgear and Ancillary Systems in accordance with the Scope of Work, General Terms and Conditions, and other procurement requirements specified in this document for the prices stated in the itemized proposal form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized proposal form attached hereto. The undersigned has read and understands the proposal requirements, and is familiar with and knowledgeable of the local conditions at the island location(s) where the work is to be performed. The Offeror has read the RFP Instructions and General Terms and Conditions attached to ascertain that all of the (see check boxes) requirements of the cost proposal are submitted in the proposal envelope, with five copies, at the date and time for proposal opening. (See Page 6 of this document, SPECIAL REMINDERS TO PROSPECTIVE OFFERORS to verify that all four submittal requirement boxes have been checked.) Signed Seal Date TIELINE RFP Page 22

23 ATTACHMENT B PART 1. TECHNICAL SPECIFICATIONS TRANSFORMERS Rating: 5000/7000 kva Primary Voltage: Volts Frequency 60 Hz Primary Configuration: Delta Secondary Voltage: Volts Secondary Configuration: Star Winding Copper Primary and Secondary Description Vector group. Dyn11 Cooling Class: ONAN/ONAF (OA/OF) Non PCB Mineral Oil : Cooling Medium: ANSI type II, to ASTM D 3487 standard Temperature rise 55 to 65 C % Impedance 7.0 Primary Terminal: Closed terminal box with sealed gland plate Secondary Terminal: Closed terminal box with sealed gland plate. Auto/Manual Tap Changer 13200V Secondary On Load tap changer 9 positions 9 steps +/ 1.25% at Nominal Voltage Tap changer 34500V Primary Off Load 5 Taps +/ 2 to2.5% at nominal V Windings Copper (Primary & Secondary) BIL on Neutral 75kV BIL on 13200V 110kV BIL on 34500V 200kV Acceptable noise level: dba at 3 feet. Also to be available on the transformers are the : Oil level indication for Main tank (signal low level Alarm) Magnetic liquid level gauge with alarm contacts for both alarms and SCADA Oil Temperature indication for Main tank (signal Alarm & trip) and also for SCADA Oil temperature transducer and PT100 sensor fitted for Main tank. (SCADA monitoring) Oil level indications for ( On load tap changer ) OLTC (signal low level alarm) also for the SCADA Oil Temperature indication for OLTC tank ( alarm signal) also for SCADA Oil temperature transducer and PT100 sensor fitted for OLTC tank. (SCADA monitoring) Main tank relief valve and micro switch to signal tank overpressure alarm and sudden gas pressure, to trip the transformer and also for SCADA OLTC relief valve and micro switch to signal tank overpressure alarm and TIELINE RFP Page 23

24 also for SCADA. Surge arrestors for both the primary and secondary sides. OLTC tap changer upper limit and lower limit alarm Control enclosure with wiring panel Cooling fans 208V/1 phase/60 Hertz Standard oil fill/sample and drain valves. Permanent Name plate with tap changing diagrams fixed on the transformer. 1. The Offeror shall state deviations from the above in the proposal. 2. The Transformer nameplate shall clearly state the rating all relevant electrical details about the transformers. 3. Percentage impedance of all four (4) Transformers should be precisely equal in magnitude. 4. The neutral star point of 13.2KV side of the transformer terminal shall be brought outside on top of the transformer for neutral cable termination. 5. The Offeror shall state all standard parameters related to transformer losses, and provide guarantee for transformer losses quantities. I. FACTORY TESTING AND INSPECTION A. Prior to delivering the Transformers to site in American Samoa, the successful Offeror shall conduct standard testing to adequately demonstrate the offered units specified capabilities and to verify that the minimum specifications could be achieved for the transformers offered. Testing shall be witnessed by the ASPA selected personnel together with the Offeror. B. The Offeror shall provide a clear timeline schedule of when this can be done in the proposal. C. Further the schedule must include the following tests schedule as a minimum requirement. 1. Measurement of the cold resistance of the electrical windings. 2. Turns Ratio verifications 3. Insulation Levels Primary to Secondary, Primary to ground, Secondary to ground. 4. Insulation power factor 5. Phase relation 6. Impedance measurements 7. Impulse withstand test 8. On load auto tap changing and manual tap changing functions (AVR with master slave configuration) TIELINE RFP Page 24

25 9. Transformer Losses 10. Pressure Leak Test 11. Polarity & Induced Potential D. Offeror may also propose alternate acceptable test schedule for the ASPA s review and approval two weeks before the tests are to take place. Please see Milestones section V, for the ASPA schedule time line target dates. E. All transformer parameters mechanical and electrical shall be documented during the tests for verifications. F. The ASPA reserves the right to request the verifications on the transducers read out for transformer parameters during the tests to ensure compliance with SCADA connection requirements. G. In addition, the insulation oil shall be tested and data certified for verification with the ASPA on site, before shipping the transformers. The same tests for the oil shall be performed before the transformers are commissioned on site. Sample Table of Test Results : Date Item # Serial # Test Code(s) Ambient Humidity Expected Results Actual Result Comment XX/XX/2011 Transformer A XXXXX Winding Resistance ANSI C57 35C 90% 0.22 Ohms 0.22 Ohms Tested at. H. The ASPA reserves the right to request additional tests to be performed on site to satisfy the requirements of this RFP and other tests which may be necessary before the commissioning. II. PLANS FOR TRANSFORMER SYSTEM CONNECTION TO SWITCHGEAR AND CABLING. A. The ASPA will provide the high voltage cabling requirements for the project. These include the cabling for the 34.5kV and the 13.2kV on either side of the transformers and to the switchgear including the termination kits and termination. The control cabling for the integration to the switchgear will be provided by the successful Offeror. B. The successful Offeror shall be in a partnership with the ASPA for the interconnection process. The successful Offeror shall assist in preparing a detailed plan of integrating/interfacing the Transformers with the Switchgears, and to the ASPA 34.5kV transmission system. The plan shall be submitted ahead of time for ASPA s TIELINE RFP Page 25

26 review and approval prior to shipment of equipment. The plan shall include detailed information on Transformer integration, all interconnection and wiring requirements. The ASPA expects the plan to be available for review as soon as possible after the notice to proceed. C. The ASPA shall be included / copied on all correspondences on the planning for the Transformers and walk in Switchgear. D. The Satala Power Plant site installation is given the priority and shall be performed first. E. The successful Offeror shall provide four (4) copies of as built drawings, schematics, wiring diagrams, and all required manuals for the operation and maintenance of transformers and transformer ancillaries. III. CIVIL WORKS, SPILL CONTAINMENT and FOUNDATION PREPARATION. A. The Offeror shall provide as part of the design for approval the layout of the transformer and walk in switchgear substation foundation and any requirements for excavation and detail plans and drawings for the site layout of the equipment for both the Satala and Tafuna plant sites. There is an available platform which was designed for the old transformers and walk in switchgear system available which could be used temporarily for the Satala installation until a permanent power plant is built. See Attachment I, Exhibit 3. B. Spill Prevention Plan requirements. 1. Transformers are required to be installed in a spill controlled environment. 2. A berm is required to contain any spill. The berm shall be rated to 10% of the volume of both transformers, with an adequately sized drain valve to discharge the spill into an oil water separator. i. The oil water separator already exists for the Satala site. ii. The Tafuna site does not need an oil water separator but the containment shall be fitted with a drain valve to relieve water build up when it rains. C. Civil Works. 1. Earth Mat or Grid i. The successful Offeror shall conduct and perform ground resistivity tests to design and provide additional requirements if needed to ensure a secure and safe operation environment is available for the power plants and electrical equipment requested herewith for the Tafuna plant site. ii. All requirements for the tests shall be provided for by the successful Offeror. TIELINE RFP Page 26

27 2. Foundation iii. All requirements for the earth mat / grid extension if required shall also be provided by the successful Offeror. This includes the materials and labor to excavate including back filling and accordingly run and terminate appropriately sized wires to the existing earth grid. i. All civil and structural work for both the Satala Plant and Tafuna Plant sites shall be the responsibility of the successful Offeror. The necessary work details shall be inclusive of the price breakdown for the proposal including the lead time for the work shall be provided. ii. The foundation work shall be for both the two transformers and the walk in switchgear equipment per site. iii. There are a number of contractors on island with the capability to perform this type of work, the ASPA can be contacted for a list of contractors. 3. Satala Plant Site The successful Offeror shall be responsible for the design and construction of the necessary foundation as per the requirements in part 2. of this section, if the existing platform is inadequate for the installation. 4. Tafuna Power Plant site: i. The selected site is currently occupied by temporary generators which would be removed after the ASPA Temporary Power Generation System (TPGS) has been commissioned. ii. The Tafuna site would be available within a month after TPGS has been commissioned iii. The civil works and structural requirements plans for the site shall be provided for the ASPA s review and approval. Refer to Attachment I Exhibit 4, for the Tafuna installation location. iv. The ASPA will provide a 30 days notification to the successful Offeror of the availability of the site for the construction and necessary work for the Tafuna Power Plant phase of the installation. IV. COMMISSIONING AT THE ASPA A. Satala Plant Site and Commissioning: 1. The proposed commissioning site tests shall demonstrate the integrity of the Transformers to operate and safely meet the requirements of the ASPA. The sequence of tests shall be subject to prior approval of the ASPA. The proposed program of test shall be submitted to the ASPA at least 2 weeks before the commencement of the pre commissioning tests. This schedule shall also be in TIELINE RFP Page 27

28 line with the ASPA milestone targets. All test results shall be submitted to the ASPA in a detailed report. 2. The successful Offeror shall coordinate all start up and testing activities with the ASPA Project Coordinator. The successful Offeror is to be the coordinating and responsible Body to ensure all necessary work, to include wiring and connections, have been completed before the tests. The ASPA shall verify completion of this step before the tests. The successful Offeror shall ensure the interconnection are correct and comply with applicable standards as set forth in the general requirements and transformer specifications. The successful Offeror shall be responsible at all times for the Transformers, Switchgears, and Ancillaries until the project is handed over to the ASPA. 3. The successful Offeror shall prepare a Pre Commissioning Test Proposal, a Commissioning Proposal and the estimated time for the ASPA Feeder tie in for the 34.5kV / 13.2kV and SCADA equipment integration. The ASPA shall be responsible for coordinating switching schedules between feeders, the transformers, existing power system and the Satala temporary Power Plant during the commissioning. 4. There shall be regular weekly meetings for the duration of the installation phases of the project to collectively measure the progress of all parties and pinpoint any delays and requirements as the project moves towards completion and beyond. 5. The ASPA reserves the right to extend meetings beyond the project completion to finalize any unfinished work where necessary. B. Tafuna Plant Site Installation and Commissioning. 1. The proposed commissioning site tests shall demonstrate the integrity of the Transformers to operate and safely meet the requirements of the ASPA. The sequence of tests shall be subject to the prior approval of the ASPA. The proposed program of test shall be submitted to the ASPA at least 2 weeks before the commencement of the pre commissioning tests. This schedule shall also be in line with the ASPA milestone targets. All test results shall be submitted to the ASPA in detailed report. 2. The successful Offeror shall coordinate all start up and testing activities with the ASPA Project Coordinator. The successful Offeror is to be the coordinating and responsible Body to ensure all necessary work, to include wiring and connections, have been completed before the tests. The ASPA shall verify completion of this step before the tests. The successful Offeror shall ensure the TIELINE RFP Page 28

29 V. MILESTONES interconnection are correct and comply with applicable standards as set forth in the general requirements and transformer specifications. The successful Offeror shall be responsible at all times for the Transformers, Switchgears, and Ancillaries until the project is handed over to the ASPA. 3. The successful Offeror shall prepare a Pre Commissioning Test Proposal, a Commissioning Proposal and the estimated time for the ASPA Feeder tie in for the 34.5kV / 13.2kV and SCADA equipment integration. The ASPA shall be responsible for coordinating switching schedules between feeders, the transformers, existing power system and the Tafuna Power Plant during the commissioning. 4. There shall be regular weekly meetings for the duration of the installation phases of the project to collectively measure the progress of all parties and pinpoint any delays and requirements as the project moves towards completion and beyond. 5. The ASPA reserves the right to extend meetings beyond the project completion to finalize any unfinished work where necessary. The following milestone days are to be the successful Offers due or target dates for the services or achievements to which the ASPA expect, in achieving a successful completion of the project. The Offeror shall present their best delivery time on the RFP (delivery time is assessed in the evaluation criteria). Item Particular Milestone Dates (Days after Notice To Proceed 150 Days Max.). 1 Drawing and Design Approval for 21 Days Equipment, Installation, and Layout 2 Factory Test Offeror to provide 3 Confirmation Shipping / Delivery Offeror to provide 4 Site Installation / Integration / Precommissioning 120 Days 5 Complete system integration and 153 Days (July 31, 2011) Commissioning 6 Warranty Period Starts 154 Days 7 Final payment for Contract terms 30 day upon receipt of invoice 185 Days TIELINE RFP Page 29

30 VI. SPARE PARTS LIST The Offeror shall provide a spare parts list which shall include but not be limited to the following: A. Complete spare parts list for all transformers B. List costs of spare parts for the required maintenance schedule as specified by the Manufacturer for the first five years of operation. C. The Spare Parts shall be inclusive of the total Proposal Cost. VII. TECHNICAL PROPOSAL A. Transformer Description 1. The Offeror shall provide a detailed description of how each of the Transformer units meets the ASPA technical specifications requirements identified in this RFP. 2. Load and No Load Losses for the transformers 3. Power factor (oil) B. Maintenance Procedures The Transformer Description shall include a specific description of the maintenance schedule, procedures, spare parts and supplies. C. Standards Compliance The Transformer Description shall include a list of applicable International and U.S. Standards that the Transformers comply with for the record. D. Point by Point Response TIELINE RFP Page 30

31 Point By Point Response: Item Particular Standard / Code Tests / Requirements Required minimum. Offered 1 Transformer Make / Model 5000 / 7000kVA Continuous Rated. 2 Losses : No load : With load 50% FL : 75% FL : 100% FL : 3 Primary Winding Resistance H1H2 H2H3 H1H3 4 Secondary Winding Resistance X1X2 X2X3 X1X3 5 Insulation Resistance Primary / Secondary Secondary to Ground Primary to Ground 6 Oil Test Results. Dielectric : Power Factor : 7 Vector Group 8 Oil Main Tank Type / Make Dielectric Quantity 9 Oil Tap Changer Type / Make Dielectric Quantity 10 Weight Tank Core Oil Main tank Oil OLTC Radiators 11 Radiators Quantity Material Cooling 12 HV Terminals Quantity Primary + Secondary Make Insulation Level Connection type 13 Lifting hooks Quantity Capacity of hooks YES / NO TIELINE RFP Page 31

32 14 Tap Changer Make Model Operating Mechanism Supply Voltage AVR make Model Sensing side Tap steps 15 Fans Quantity Supply requirements Controls Contactors box Temperature sensing 16 Main Tank Oil level indicator Make Model 17 Main Tank Oil level switch Make Model 18 Main Tank Oil temperature Make Model switch, indicator, sensor and transducer 19 OLTC Oil level indicator 20 OLTC Oil level switch 21 OLTC Oil temperature switch, Make Model indicator, sensor and transducer kV side BIL 200kV kV side BIL 110kV 24 Stainless steel base I beam. 25 Cooling ONAN ONAF (OA/FA) 26 Temperature Rating (Rise) 55/65 C 27 % Impedance recommended 28 CTs Ratio Accuracy Burden Construction BIL Insulation class The Offeror shall add more rows to the above table as needed. A word document of this RFP may be requested by from the ASPA by writing to ioana@aspower.com The word document will facilitate the preparation of the Point by Point by the Offeror. TIELINE RFP Page 32

33 ATTACHMENT C PART 2. SPECIFICATION TIELINE WALK IN SWITCHGEAR. The following are the minimum specifications for the Walk In HV Switchgear (34.5kV /13.2kV), Protection Systems, Low Voltage AC/DC distribution systems and the low voltage power and control interconnection cables and cabling (ancillaries). The Offeror shall provide switchgear switchboards inside a walk in building per installation, for the two sites; one at the Satala Plant, and the second at the Tafuna Plant. The two walk in switchgear building systems shall be identical and be of quality design. The following specification outlines a benchmark of the custom designed 38kV switchgear assembly for the operating system of 34.5kV 1200A and a custom designed 15kV switchgear assembly for the operating voltage of 13.2kV 1200A rated switchgear. The ASPA reserves the right to consider an offer that exceeds the specification provided herewith, in view of yield and economical advantage. A. SYSTEM DOCUMENTATION 1. The successful Offeror shall provide as part of their offer a set of operation and maintenance manuals of the proposed equipment and ancillaries hereafter called, Switchgear for the ASPA s review. The successful Offeror shall also provide a layout proposal of the Switchgear identifying each transformer unit and Switchgear location for the ASPA to review and approve before the installation. The ASPA may provide upon request the dimensions of the available space for the installation. 2. The successful Offeror shall present to the ASPA a set of drawings to include and not be limited to: i. Single line diagrams of the proposed system ii. iii. Electrical schematics of the power and control circuits Construction drawing for the switchgear and Walk in shelter Drawings shall require review and approval prior to proceeding with the construction and manufacturing of the Switchgear. The set of drawing for ASPA s review and approval shall be sent through in both AutoCAD 2004 and pdf format. 3. The successful Offeror shall, upon delivery of the Switchgear, provide four (4) sets of operation, maintenance and parts manuals. The set of operations, maintenance and parts manuals shall include the ASBUILT breakdown of each component used in the Switchgear including the Load Break 13.2kV and all TIELINE RFP Page 33

34 accessories and the 34.5kV circuit breaker units and accessories including the compartment details and layout. 4. The successful Offeror shall provide a set of the ASBUILT wiring interconnect diagrams, electrical schematics and construction drawings for each of the two switchgear systems provided for the ASPA upon delivery of the Switchgear systems, with an updated set of schematics and construction drawings to be provided no later than two (2) weeks after the Switchgear s successful commissioning. All construction drawings and schematics shall be provided on sheets no larger than 11 x17 or A3 Standard sheet. 5. The Offeror shall provide a single line diagram of the proposed switchgear systems for the ASPA, identifying the major components of the systems and interconnections. 6. The successful Offeror shall also provide in electronic form a complete set of all manuals, erection set up drawings, and system layout ASBUILT drawings in AutoCAD 2004, and PDF files on a CD. These shall include but not limited to a complete set of electrical schematics of each completed Switchgear and all earthing and inter connections to the switchgear. B. PHYSICAL REQUIREMENT AND LAYOUT. 1. The two (2) identical switchgear switchboard systems shall be designed and built for harsh tropical environment and shall comply with outdoor installations and operation in tropical weather conditions. 2. The switchgears will be the intertie connection between the transformers in Attachment B, Part 1 of this RFP and the two power plants on island. The Offerors shall provide a proposed layout of each site and at the two power plants, Tafuna and Satala. 3. The arrangement of the equipment shall consider a multiple voltage installation site in view of positioning and associated safety considerations. Due to limited space, the 34.5kV equipment and transformers shall be fairly close to each other. C. ELECTRICAL LAYOUT. Refer to Attachment I, Exhibit The identical switchgear systems shall each have the following layout feeders and incoming tie connection to the power plant. The switchgears shall be fitted with all necessary relays, contactors, switches, indication LEDs, high voltage circuit breakers, current transformers, voltage transformers, protective devices, protection system (including Tieline Transformers) and all associated TIELINE RFP Page 34

35 wiring, to latest applicable industry standards to ensure a complete and safe functioning system. 2. Panel and Electrical Layout. i. Minimum Ratings: (a) The 34,500V switchgear assemblies shall have the following minimum ratings: System Voltage 34.5kV, three (3) phase three (3) wire Design voltage : 38kV Operating Frequency: 60Hz BUS Rated Amps : 1200A BIL : 200 kv Power Frequency Withstand: 36 kv Short Time Current (two second) 40kA. Main Bus: 1200 amps / 38kV, continuous. Integrated short circuit rating: 40 ka symmetrical. Momentary ratings: 60 ka rms asymmetrical. Fault closing 60 ka rms asymmetrical Rating 1200A Circuit Breakers: 1200A vacuum interrupters per phase. PTs (34.5kV/115V) for 34500V side 200 kv BIL, rated accordingly to provide relays and metering capabilities. CTs shall be designed to meet respective construction requirements a per IEEE / IEC and NEMA compliance standards. CTs for the incoming Transformer connection CB shall be 100:5A. The outgoing cabling bus connection link shall be fitted with 200: 5A CTs. All CTs shall be rated protection grade and to applicable standards and requirements. Compartment 1 Transformer kV incoming Compartment kV Feeder Cabling and BUS Link. Compartment 3 Transformer kV incoming (b) The 13200V Switchgears shall have the following minimum rating: System Voltage: 13.2 kv,3 phase, solidly grounded 4 wire with neutral Operating Frequency: 60Hz Design Voltage: 15.0 KV Rated amps: 1200A Basic Impulse Level (BIL): 95 KV Power Frequency Withstand: 36 KV Short Time Current (two second) 38 ka. Integrated short circuit rating: 40 ka symmetrical. TIELINE RFP Page 35

36 Momentary ratings: 61 ka rms asymmetrical. Fault closing 61 ka rms asymmetrical (c) There shall be labels on both the front and back covers and doors of each corresponding compartment on the switchgear systems. The labels shall be clearly visible, designed and fabricated accordingly for outdoor tropical environment. ii. TL Transformer Inter tie/paralleling Load Break Switch Details. (a) Load Break Switch: 1200A Rated 13200V side only. A load break switch shall be provided to parallel the two transformers and the 13.2kV side as indicated in the Tie line Substation Single line Diagram. (b) For safe operation of the TL system at both power plants in parallel operation, an adequate interlocking system shall be provided. Offeror shall provide details of proposed interlocking system. (c) The load break switch shall be installed with the following minimum requirements: Spring loaded Open/Close Mechanism. Fixed type switch. Status indication LED Independent handle switch manually operated. Vacuum Circuit Breaker draw/rack out type: 1200A rated. Minimum Closing capacity Circuit Breaking capacity Status Indication for SCADA system iii. Circuit Breaker (CB) Details. (a) All CBs shall be vacuum interrupter, horizontal draw/rack out type, provided with self aligning, line side and load side disconnecting devices. Each breaker shall be provided with a motor charged spring, stored energy operating mechanism. The stored energy mechanism shall be charged normally by a universal electric motor and in emergency situations, by a manual handle. (b) The primary disconnecting contacts shall be silver plated. The secondary disconnecting contacts shall be a silver plated, multiple contact plug. The plugs shall automatically engage the housing sockets in the breaker operating positions. Manual plug and socket secondary disconnecting devices are not permitted. (c) Automatic grounded metal safety shutters will close the entrance to the stationary primary disconnecting devices when the breaker is in the test or withdrawn. TIELINE RFP Page 36

37 (d) The breaker is automatically tripped when moving the CB to the connected position before the primary shutters open. (e) The breaker shall be trip free mechanically and electrically during racking. The breaker should be able to rack in with the door open or closed. (f) The CB shall be mechanically interlocked. It shall not be possible to insert or remove a CB element from the connected position while the interrupters are in the closed position. (g) An extension jumper for control circuitry shall be provided for each Switchgear assembly so that the CB, and the CBʹs operation, may be checked with the CB outside of the CB cubicle. (h) Switchgear shutters are to be metal and shall be permanently marked to indicate the ʺBusʺ or ʺFeederʺ side of primary stationary disconnects. Phase markings shall also be included. (i) The breaker front panel shall be a grounded steel barrier that effectively isolates the instrument and control compartments. The front panel shall have as a minimum, the following control and indication features: Breaker open close indication Closing springs charged discharged indication. Operations counter. Manual trip close push buttons. D. DESIGN 1. The metal clad switchgear shall be two separate single section line up housed in a well designed walk in shelter/building. The building shall be complete with air conditioning and the necessary lighting both indoors and outdoors with outlets to 120VAC NEMA applicable standards. The buildings outside walls shall be to the Marine Grade finish. 2. The switchgear equipment shall be factory assembled and operationally checked. The assembly shall be a self supporting, floor standing and shall be securely bolted to form an integrated structure, constructed to applicable codes. 3. The integrated switchgear assembly shall withstand the effects of closing, carrying and interrupting currents up to the assigned maximum short circuit rating. 4. The section for terminating the incoming lines shall be protected by bolted covers; provisions shall be allowed for small inspection windows to allow for safe inspection of the switchgear with thermal imaging technology. There shall be sufficient room at the bottom to provide necessary space for stress cone TIELINE RFP Page 37

38 termination, installation and bending radius for the incoming cables, to up to 2 per phase. 5. There shall be isolation barriers provided for safe operations and maintenance of equipment. 6. The entire assembly shall be designed in a compact structure to minimize floor space. 7. Adequate lifting accessories shall be provided for lifting and handling where applicable. 8. All control, indication and protection components shall be designed for 120VDC supply voltage. See also Section: R E. STANDARDS 1. All apparatus shall comply with currently applicable standards of the American National Standards Institute (ANSI), Institute of Electrical and Electronic Engineers (IEEE), the National Electric Manufacturers Association (NEMA) Switchgear specifications and the National Fire Protections Association (NFPA) and the International Electromechanical Commission (IEC). 2. The normal current carrying capacity rating of the CBs and other equipment covered under this specification shall be based upon their temperature rise, including connections when carrying full rated current continuously. 3. The temperature rise of current carrying parts and apparatus shall not exceed 65 C over a maximum ambient temperature of 40 C inside the enclosure. The temperature of non current carrying parts of the structure shall not exceed 70 C. 4. Other governing Standards are listed in Section XXV of the Terms and Conditions of this RFP. F. ADDITIONAL DESIGN REQUIREMENTS 1. The switchgear shall be a complete self supporting structure of the required number of vertical sections bolted together to form a single line up of metalenclosed rigid equipment. Vertical section barriers, rear covers, and roofs shall be 11 gauge epoxy powder coated steel or better. 2. All additional outdoor equipment shall be enclosed in a weatherproof sealed housing to protect against marine tropical environment. 3. Access doors will have stops and provisions for padlocking. TIELINE RFP Page 38

39 4. There shall also be anti condensation space heaters fitted for all compartments within the cubicles. The heaters are to be rated appropriately for 120VAC. 5. All bus joints, taps, splices and outgoing connections shall be insulated. 6. Each high voltage section or compartment shall be effectively isolated from other high voltage sections and from low voltage sections by 11 gauge metal barriers. All high voltage connections in these compartments shall be accessible through removable cover plates or doors for inspections and maintenance. 7. The voltage and current transformer secondary wiring runs in high voltage compartments shall be shielded or routed in metal conduit. 8. Removable cover plates shall be provided for access to buses, voltage and current transformers, low voltage wires, etc. 9. The relay panels or doors shall be isolated from the high voltage connections by grounded metal panels. 10. Doors with louvers shall include 1/8ʺ stainless steel mesh vermin screens. The opening for the louvers shall be fitted no less than four (4) inches above the floor. Doors shall have a minimum of 105 opening and be so designed that there will be no interference with devices when the CBs are inserted or removed. 11. Provision shall be made in the appropriate Switchgear cubicles for the entrance of conduits containing the low voltage control and auxiliary power cables, and necessary connections to interposing relays, auxiliary transformers, and other low voltage wiring. 12. Incoming cables will be bottom entry. Terminal connectors for cable connections shall be provided where required, for multiple cables. The cable entry shall be water sealed to withstand flood waters to 4 above the floor without penetrating the cubicle. 13. Grounded metal cable tunnels shall be provided in each unit to segregate cables between the upper and lower breaker units, where applicable. 14. The design of the mechanism will be such that the removable breaker will be self aligning and will be held rigidly in the connected position without the necessity of locking bars or bolts. Removing a front cover access plate shall make maintenance access to the CB spring charge mechanism possible. TIELINE RFP Page 39

40 15. Automatic grounded metal safety shutters will close the entrance to the stationary primary disconnecting devices when the breaker is in the test or withdrawn position. 16. The primary disconnecting contacts shall be constructed of silver plated copper. 17. The breaker is automatically tripped when moving the CB to the connected position before the primary shutters open. G. CIRCUIT BREAKER (CB) 38kV,1200A : 34.5kV Primary side Transformers 1. All CBs shall be vacuum interrupter, horizontal draw out type, provided with self aligning, line side and load side disconnecting devices. Each breaker shall be provided with a motor charged spring, stored energy operating mechanism. The stored energy mechanism shall be charged normally by a universal electric motor and in emergency situations, by a manual handle. 2. The CB shall use 120VDC as the electrical operating voltage. See also SECTION R, for Local Services AC and DC supply. 3. The primary disconnecting contacts shall be silver plated. The secondary disconnecting contact shall be a silver plated, multiple contact plug. The plugs shall automatically engage the housing sockets in the breaker operating positions. Manual plug in, umbilical cords and socket secondary disconnecting devices are not permitted. 4. Each CB will be mounted in a steel framework cell equipped with a guide rail mechanism and self coupling, self aligning primary and secondary disconnecting devices (contacts). All circuit breakers of the same type and rating, listed in the detail specification must be entirely interchangeable with each other. 5. Automatic grounded metal safety shutters will close the entrance to the stationary primary disconnecting devices when the breaker is in the test or withdrawn. 6. The breaker is automatically tripped when moving the CB to the connected position before the primary shutters open. 7. Protective front covers shall be provided on the CB element to prevent access to the operating mechanism or live parts when the CB is in the connected position. 8. The breaker shall be trip free mechanically and electrically during racking. The breaker should be able to rack in with the door open or closed. TIELINE RFP Page 40

41 9. The operating handle or devices for racking the CB elements in and out of their cubicle shall be provided 10. The CB s operating mechanism shall be fully accessible by removing the front metal panel from the breaker and without removing the CB from the guiderail assembly for maintenance purposes 11. Switchgear shutters are to be metal and shall be permanently marked to indicate the ʺBusʺ or ʺFeederʺ side primary stationary disconnects. Phase markings shall also be included. 12. The breaker front panel shall be a grounded steel barrier that effectively isolates the instrument and control compartments. The front panel shall have the following control and indication features: i. Breaker open close indication ii. Closing springs charged discharged indication. iii. Operations counter. iv. Electrical and manual trip close push buttons. v. Circuit label. H. INSTRUMENTS AND PROTECTION RELAYS 1. The instruments, relays and other devices for the Switchgear panels shall be semi flush mounted. The accuracy of the instrument shall be within acceptable utility standards. 2. The Protective relays, except otherwise approved, shall be of the draw out type with test devices incorporated in the relay unit housing or where applicable to suit the application. The protection relays shall have hand reset indicators. Data from the relays shall be made available for SCADA monitoring and data logging by communicating data to the local SCADA network. 3. Metering data shall also be made available for SCADA monitoring and data collection. 4. The main contacts of all switching devices shall be silver plated or equivalent. The contact surfaces of secondary disconnecting devices and relays shall be silver plated or equivalent. 5. The ASPA uses ABB electronic DPU2000R and TPU2000R series protection relays for its present operating systems. The successful Offeror shall provide a similar or better scheme of relaying for the Transformers and the Switchgear 13.2kV and 34.5kV side. There shall also be the transmission line protection TIELINE RFP Page 41

42 relaying to ensure the cables and system is protected against any faults in the link between the two power plants. 6. The Offeror shall provide the necessary additional smart relays, controller / or remote RTU device to collect data from the substation and transfer it to the SCADA system. The aim of the SCADA connection is to make available all the data from the remote sites for the System Operator s data and system analysis on a real time basis. I. VOLTAGE TRANSFORMER (VT) 1. The set of voltage transformers and their primary fuses shall be mounted in separate steel compartments. 2. The primary connections to the transformers shall be insulated and enter the compartment through porcelain or equivalent suitably rated spouts or bushings. 3. The voltage transformers and fuses shall be mounted on the draw out steel carriage, which will be capable of disconnecting the transformer fuses from their voltage source and removing them from the structure. The draw out mechanism shall be designed such that full access to the transformers cannot be accomplished until the fuses are disconnected from the live components structure. 4. When moved to a full out position, the transformer fuses and VT windings shall be automatically grounded. J. CURRENT TRANSFORMER (CT) 1. Current transformers shall be dry type, insulated as applicable, and rated as indicated on the drawings, Attachment I, Exhibit 1. They shall have sufficient thermal and mechanical capacity to withstand the maximum momentary current rating of the breakers. 2. All current transformers shall be properly identified for polarity with standard marking symbols. The minimum acceptable accuracy class for metering and relaying shall be in accordance with the latest edition of ANSI Standard C Window type CTʹs with suitable insulation rating of fully insulated bus centered in the transformer window opening, may be acceptable. Certification of the ionization and impulse tests shall be provided as proof of satisfactory test compliance. 3. Phase CTʹs shall be mounted over stationary primary disconnects. Ground fault sensor CTʹs shall be mounted in cable compartment and sized to TIELINE RFP Page 42

43 accommodate power cables. If multi ratio CT s are shown on the specification drawings, all leads shall be wired out to shorting type terminal strips. K. CONTROL AND INDICATOR LIGHTS All indicating lights shall be Light Emitting Diode (LED), Red LEDs for closed and GREEN LED for open, AMBER for Trip where applicable. L. CIRCUIT BREAKER CONTROL AND AUXILIARY SWITCHES M. WIRING 1. Control switches shall be rotary, multi position, cam operated, multi stage type with dust cover and silver to silver contacts rated 600 volt and 20 amperes. The Circuit Breaker control switches and selector switches shall have ʺpistol gripʺ handles. Meter switches shall all have ʺknurled knobʺ handles. Lockout switches shall have ʺovalʺ handles. 2. Each CB unit shall be provided with a control switch and two indicating LEDs, red (breaker closed) / green (breaker open). Control switches shall be threeposition (close off trip) with spring return to center. Pistol grip handles to be provided 3. Where applicable Feeder CB unit shall be provided with a Truck Operated Cell (TOC) auxiliary switch. The TOC switch shall operate when the CB is racked into the connected position only. The Mechanism Operated Contact (MOC) auxiliary switch shall operate when the breaker closes and in either the connected or test positions. 4. The TOC switch shall have a minimum of two normally open and two normally closed contacts rated at 10 amperes and 125 VDC. Where applicable the MOC auxiliary switch shall have a minimum of five normally open and five normally closed contacts rated 10 amperes. All auxiliary switches shall be wired to terminal blocks located in the breaker compartment. 5. The circuit breakers and switchgear control circuit including the protection relays shall all be powered using 120VDC. The 120VDC system shall be provided as part of the proposal. Please see section R. Local Services AC and DC supply. 1. Each switchgear line up shall be completely assembled, wired, and tested at the factory. Applicable tests shall be performed on all buses, connections, insulators, terminals connections and terminal blocks. 2. Secondary wiring shall be firmly laced and secured and terminated in approved molded type terminal blocks conveniently located with respect to switchgear assembly and control wire runs. TIELINE RFP Page 43

44 3. Terminal blocks shall be mounted such that the wires to them can be grouped and laced together neatly and in an orderly manner. A sufficient number of terminal connections including 15 percent of spare terminals shall be provided for all control and instrument wiring. 4. All secondary wiring shall be No. 14 AWG or larger, 90 C, 600 volt switchboard wire, type SIS (or equivalent), 41 strand, tinned copper and provided with a permanent wire marking system identifying the from to wire designation. 5. All current transformers and associated circuitry control wiring shall be terminated with insulated ring tongue or locking spade terminals. 6. Terminal blocks shall be Marathon series 1500 or approved equivalent. 7. The Offeror shall provide two separate, suitably rated two pole disconnecting circuit breakers for each 34.5kVA transformer CB control circuits one (1) shall be designated for the opening and the other for the closing circuits. N. 1200A 15kV BUS SYSTEM 1. Bus bars shall be electrical grade copper having the specified continuous current rating as specified in ANSI standards. 2. All joints will be silver plated and have at least two bolts per joint using plated steel hardware. All bus connections will be rated to carry the full frame size continuous current of the associated breaker. 3. Bus bars shall be braced to withstand the magnetic stresses developed by currents equal to the power CB momentary and interrupting ratings. 4. For grounding, a full length bare ground copper bus shall be provided and installed near the bottom of the unit line up. It shall be ¼ by 2 inches minimum in cross section. 5. In the CB units, provision shall be made for attachment of a NEMA 2 hole ground lug. The ground bus shall be securely bonded to the frame of each unit and shall have provision for grounding the entire assembly at each end of the line up. Extension provisions similar to those of the power buses shall be provided. 6. The manufacturer shall provide all certified copies of test reports covering all factory tests made on the equipment and insulating materials in accordance with NEMA, ANSI, IEC or IEEE standards. 7. Tests on each unit of equipment shall include, but not be limited to: TIELINE RFP Page 44

45 i. Dielectric. ii. Sequence Test (Control Circuit Continuity). iii. Functional test. iv. Mechanical operational tests. v. Polarity. O. 13.2kV BUS SUPPORTS AND INSULATION All bus and live part supports shall be high strength electrical insulators for 15 kv, applications. The bus support system shall have a BIL rating a minimum of 110 kv. P. 1200A 38kV BUS SYSTEM 1. Bus bars shall be electrical grade copper having the specified continuous current rating as specified in ANSI standards. 2. All joints will be silver plated and have at least two bolts per joint using plated steel hardware. All bus connections will be rated to carry the full frame size continuous current of the associated breaker. 3. Bus bars shall be braced to withstand the magnetic stresses developed by currents equal to the power CB momentary and interrupting ratings. 4. For grounding, a full length bare ground copper bus shall be provided and installed near the bottom of the unit line up. It shall be ¼ by 2 inches minimum in cross section. 5. In the feeder breaker units, provision shall be made for attachment of a NEMA 2 hole ground lug. The ground bus shall be securely bonded to the frame of each unit and shall have provision for grounding the entire assembly at each end of the line up. Extension provisions similar to those of the power buses shall be provided. 6. The manufacturer shall provide all certified copies of test reports covering all factory tests made on the equipment and insulating materials in accordance with NEMA, ANSI or IEEE standards. 7. Tests on each unit of equipment shall include, but not be limited to: i. Dielectric. ii. Sequence Test (Control Circuit Continuity). iii. Functional test. iv. Mechanical operational tests. v. Polarity. TIELINE RFP Page 45

46 Q. 34.5kV BUS SUPPORTS and INSULATION All bus and live part supports shall be high strength electrical insulators for 38kV kv, applications. The bus support system shall have a minimum BIL rating of 200 kv. R. LOCAL SERVICE AC and DC SUPPLY. 1. The Offeror shall provide a three phase distribution panel for local service requirements of the Transformers and switchgear equipment, including all support service requirements per installation site. 2. The 120 / 208 V, 60 Hz three phase four wire system shall include at minimum the following requirements. i. Main 208V 125A panel with sub distribution circuit breakers for the TL Transformer substation switchgear building/shelter lighting, outlets and other electric circuits. ii. Main panel shall supply the switchgear Walk in shelter lighting, outlets, AC input for DC system, and security lighting for the substation. There shall be an adequate number of installed lights including emergency lights in and around the substation for the usual operations and maintenance including operator data logging of the switchgears and transformers. The switchgear environment shall be air conditioned. iii. The 208V panel shall have 20A single phase and three phase circuits, and two 30A three phase circuits. The three phases could be used for the battery charger and other equipment requiring three phase service. 3. Minimum Requirements for 120V DC system. i. The 120V DC system shall be the primary supply source for the switchgear equipment provided for in this RFP. The DC system shall have adequate provision for at least 5 hours operation without AC power. ii. The DC system shall be designed to meet the following provisions as a minimum requirement. 120 V DC system Switchgear DC supply with battery back up. (a) The DC system shall be designed and manufactured to latest technology and industrial standards. The Offeror shall recommend the suitable capacity of the system to ensure the DC output voltage doesn t exceed a 3% ripple voltage on the output without the batteries. The DC system shall be capable of charging the switchgear battery bank, and operating the switchgear, protection TIELINE RFP Page 46

47 relays and accessories with batteries connected or disconnected. (b) At a minimum, the system shall comprise of: (i) DC distribution panel rated at 100A continuous (ii) 120VDC Battery charger and power supply (iii) 6x 20A two pole CB for : Transformer 1 Transformer 2 Transformer kV CB cubicle controls Transformer kV CB cubicle controls Transmission Protection Spare. (c) (d) (e) The Offeror shall provide a separate DC subpanel for the DC circuit, with individually protected circuit feeds for each compartment of the switchgear. The batteries shall be maintenance free jelled type or equivalent at c10 discharge rate. The Offeror shall provide calculations to support the selected batteries sizes with storage capacity at a minimum 5 hours without recharging. The Offeror shall ensure all DC connections are protected from the environment and accidental short circuiting. S. SECONDARY INCOMING CIRCUIT BREAKER (13.2kV) kv rated vacuum circuit breaker, A rated, with adequate protection system for each transformer. 2. All Circuit breaker shall have locking facility in on and off position to prevent any accidental operation while supply feed is on line or down for maintenance. Sufficient interlocking should be provided for safe operation of the entire system. 3. There shall be a front panel switch status indication to identify the switch condition, LEDs shall be used to indicate status, RED closed, GREEN opened. 4. There shall also be a spare set of auxiliary contacts, to indicate switch status. There shall be one set of contacts 1 NO, 1 NC to be wired for remote monitoring of the switch status for the SCADA monitoring and data logging. 5. The isolator switch shall be bottom cable entries. TIELINE RFP Page 47

48 6. The equipment shall have structural angle fitted where applicable to support cables. T. FINISH POWDER COAT All metal surfaces shall be properly prepared and painted to the latest accepted industrial standards in marine gray finish to protect against marine and tropical environment. U. ACCESSORIES One complete set of manufacturerʹs standard accessories and test equipment for testing, inspection, and operation shall be furnished. This shall be included in the itemized list for the proposal breakdown. V. FIELD SERVICE 1. The Switchgear manufacturer shall supply field service engineer/technician(s) for installation and commissioning, after the equipment has been delivered. 2. The Offeror shall also provide a cost breakdown of the commissioning. This shall include all travel and living expenses. 3. The service engineer/technician(s) shall assist in testing each Switchgear metering, control, and protective relay circuit during commissioning and inspection tests of the equipment. W. TECHNICAL SPECIFICATIONS SWITCHGEAR 34.5kV SWITCHGEAR Particular Rating: Design voltage Volts Nominal Operating Voltage Volts BUS 1200A,0.06 MVA main bus Dimension: ¼ x 4 Cu or equivalent physical size to match electrical rating. BIL 200kV Three Phase Configuration Delta ( Transformer Primary ) Lightning Arrestors > 38kV PTs Ratio 300:1 Open Delta 38000:120V 100VA or higher to suit metering and protection relaying 120V BIL 200kV CT 5P10 TIELINE RFP Page 48

49 100:5 A for Transformers 200:5 A for the Distribution side. BIL >65kV Control Voltage 120VDC Anti condensation heaters 120VAC / < 150W Metal clad construction Stainless steel 314 Circuit Breakers Rated : 15kV 1200Amps Vacuum interrupters Opening level > 40kA Closing level > 40kA Vacuum Control Voltage : 120VDC Closing Cct : 120VDC Opening Cct : 120VDC Particular Design voltage Nominal Operating Voltage BUS BIL Three Phase Configuration Surge Arrestors PTs Open Delta CT 13.2kV SWITCHGEAR Rating: Volts Volts 1200A Dimension : ¼ x 4 Cu 110kV Star Transformer Secondary > 17kV Ratio 300: :120V 100VA or higher to suit metering and protection relaying 120V BIL 110kV 5P10 300:5 A for Transformers 120VDC 120VAC / < 150W Control Voltage Anti condensation heaters Metal clad Construction Stainless steel 314 Isolator Switch Amps A Voltage 13.2kV Closing Amps 40kA Opening A The Offeror shall state deviations from the above in the proposal. TIELINE RFP Page 49

50 The Switchgear nameplate shall clearly state the rating and all relevant electrical details about the equipment. X. FACTORY TESTING AND INSPECTION 1. Prior to delivering the Walk in Switchgears to site in American Samoa, the successful Offeror shall invite the ASPA to a test program to adequately demonstrate the offered units specified capabilities and to verify that the minimum specifications requirements had been achieved. 2. The Offeror shall provide a clear timeline schedule of when this can be done in the proposal. A cost proposal shall be provided for the factory witness and verifications tests. 3. Further the schedule must include the following tests schedule as a minimum requirement. i. Insulation level achieved with bus arrangement ii. iii. Functional test of all equipment Circuit Sequence of operation to verify that on CB close and at spring on charged state, the CB can be: (a) (b) (c) Opened Closed and Opened without recharging the spring mechanism. iv. The Offeror shall propose an alternate acceptable test schedule for the ASPA s review and approval two weeks before the tests are to take place. Please see Milestones section AA for the ASPA scheduled time line of target dates. 4. All electrical tests and results shall be documented during the tests for verifications. 5. The ASPA reserves the right to request the verifications on the PTs, CT and any smart devices used and provided for in the design to ensure compliance. The ASPA reserves the right to ask more tests to be done to demonstrate the function and integrity of the equipment and system. 6. The ASPA reserves the right to ask the successful Offeror to perform more tests to confirm function and the correct operation of the devices, relays, circuit breakers switches and any additional requirements which may become necessary to satisfy and confirm the ASPA requirements under the terms of this RFP. TIELINE RFP Page 50

51 Sample Table of Test Results : Date Item # Serial # Test Code(s) Ambient Humidity Expected Results Actual Result Comments XX/XX/2011 Transformer A Vvvvv Winding Resistance ANSI C57 35C 90% 0.22 Ohms 0.22 Ohms Tested at. Y. PLANS FOR TRANSFORMER SYSTEM CONNECTION TO SWITCHGEAR AND CABLING. 1. High Voltage Cabling : i. The ASPA will provide the high voltage cabling requirements for the project. These include the cabling for the 34.5kV and the 13.2kV on either side of the transformers and to the switchgears and to the distribution system. ii. The ASPA will also be providing the termination kits and perform the termination 2. Low power and Control cabling: i. The low voltage supply cable shall be provided by the Offeror for the 120/208V three phase four wire systems. A suitably sized, adequately protected and length shall be provided to connect the substation system to the operating temporary and or permanent plant. There could be up to 300ft between the source and the substation. ii. The Offeror shall also provide all the necessary instrumentation and control low voltage cabling for the detail integration requirements and the connections between the Transformers and the Switchgear systems. All cabling shall be adequately rated for indoor and outdoor use in a tropical marine environment. 3. The successful Offerors shall be in a partnership with the ASPA for the interconnection process. The successful Offeror shall prepare a detailed plan of integrating/interfacing the Transformers with the Switchgears, and to the ASPA transmission and distribution system. The plan shall be submitted ahead of time for ASPA s review and approval prior to shipment of equipment. The plan shall include detailed information on Transformer and switchgear integration, and integration of the TL system to the ASPA power plants in Tafuna and Satala; including all interconnection and wiring TIELINE RFP Page 51

52 requirements. The ASPA expects the plan to be available for review as soon as possible from notice to proceed to the Offeror (See Milestones in section AA ). Z. COMMISSIONING AT THE ASPA 1. The proposed site tests shall demonstrate the integrity of the Switchgears to operate and meets the requirements of the ASPA. The sequence of tests shall be subject to the prior approval of the ASPA. The proposed program of tests shall be submitted to the ASPA at least 2 weeks before the commencement of the pre commissioning tests. This schedule shall also be in line or as close as possible with the ASPA milestone targets. 2. The successful Offeror shall coordinate all start up and testing activities with the ASPA Project Manager. The successful Offeror shall remain the responsible body to verify all connections on the transformers and switchgear are correct and to the necessary standards. The ASPA shall verify completion of all wiring and interconnection ties to be satisfactory before the pre commissioning tests can proceed. 3. The successful Offeror shall prepare a Pre Commissioning Test Proposal, a Commissioning Proposal and the estimated time for the ASPA Feeder tie in integration. The ASPA shall be responsible for coordinating switching schedules between feeders the existing power system and the Satala and Tafuna Power Plant during the commissioning and the project cut in phases. 4. There shall be regular weekly meetings for the duration of the installation phases of the project to collectively measure the progress of all parties and coordinate installation of project. 5. The ASPA reserves the right to extend meetings beyond the project completion to finalize any incomplete work where necessary. AA. MILESTONES The following milestone days are to be the successful Offers due or target dates for the services or achievements to which the ASPA expect, in achieving the successful completion of the project. The Offeror shall present their best delivery time on the RFP (delivery time is assessed in the evaluation criteria). TIELINE RFP Page 52

53 Item Particular Milestone Dates (Days after Notice To Proceed 150 Days Max.). 1 Drawing and Design Approval for 21 Days Equipment, Installation, and Layout 2 Factory Test Offeror to provide 3 Confirmation Shipping / Delivery Offeror to provide 4 Site Installation / Integration / Precommissioning 120 Days 5 Complete system integration and 153 Days (July 31, 2011) Commissioning 6 Warranty Period Starts 154 Days 7 Final payment for Contract terms 30 day upon receipt of invoice 185 Days BB. SPARE PARTS LIST The Offeror shall provide a spare parts list which shall include but not be limited to the following: 1. Complete spare parts list of each major component. 2. List costs of spare parts for the required maintenance schedule as specified by the Manufacturer for the five years of proposed system operation. 3. The Spare Parts shall be inclusive of the total Proposal Cost. CC. TECHNICAL PROPOSAL WALK IN SWITCHGEAR DESCRIPTION 1. The Offeror shall provide a detailed description of the how the Walk in switchgear units meets the ASPA technical specifications requirements identified in this RFP. 2. Maintenance Procedures The Walk in switchgear description shall include a specific description of the maintenance schedule, procedures, and consumable parts and supplies including any special tools and equipment necessary for the safe and proper maintenance of the Walk in switchgears for a period on 5 years. 3. Standards Compliance The Switchgear Description shall also include a list of all International and U.S. Standards that the Walk in switchgears complies with. 4. Point by Point Response TIELINE RFP Page 53

54 Item Particular Standard / Code Tests / Requirements kV Switchgear Manufacturer Make and Model Dimensions 2 Dimensions entire assembly 3 Walk in Building Dimensions Construction material 4 Weight of Walk in building 5 Weight of 38kV switchgear 5a Weight of 15kV switchgear 6 Control Voltage : Relaying and indications Close circuits Open circuits Charging circuits 7 BUS dimensions 38kV 15kV Earthing 8 Voltage Transformers Make Model Rating 34.5kV Rating 15kV VA Capacity Accuracy BIL 38kV : BIL 15kV : 9 Current Transformers Make / Model / Type Class : 5P10 Ratio : 120:5A 34.5kV side Ratio : 310:5A 13.2kV side Load : 240:5A 34.5kV side BIL : 15kV 10 Relaying and Metering Protection Relays In/Out 34.5kV Feeder UG cables: 34.5kV distance protection: In/Out 13.2kV secondary: Transformer : Metering: In/Out on the 34.5kV and 13.2kV sides of the Transformers: 11 Control Wiring Make Model Construction: Conductor: Required minimum. Marine Grade 120VDC 120VDC 120VDC 120VDC 38 /.12 kv 14.4/.12kV >100VA 0.3 BMXMY 200kV 110kV Offered TIELINE RFP Page 54

55 Insulation level: Termination used: 12 Protective devices Make, model and duty 13 Standard Testing Procedures. The Offeror shall add more rows to the above table as needed. A word document of this RFP may be requested by from the ASPA by writing to ioana@aspower.com. The word document will facilitate the preparation of the Point by Point by the Offeror. TIELINE RFP Page 55

56 ATTACHMENT D OFFEROR QUALIFICATION FORM 1. Name of Organization: 2. Business Address: 3. Telephone: (Home Office) Business Telephone: Address: Fax Number: Tax Identification Number: 4. Contact Person: 5. Type of Business (please check one): Corporation Partnership Proprietorship Joint Venture Note: For Corporations Articles of Incorporation Certification must be on record with the Treasurer of American Samoa. Copies of partnership agreements and articles of incorporation must be submitted to the revenue branch with application form and relevant documents. Aliens cannot operate sole ownership enterprises and partnerships with aliens are subject to immigration board review. 6. Place of Organization or State of Incorporation: 7. Owner s Names and Addresses (if not a Corporation): 8. For Corporations: Names and Addresses of Directors, Officers, and Stockholders with 20% or greater interest in the company. 9. List US States and Territories where company is registered as a foreign corporation. TIELINE RFP Page 56

57 10. List all projects of similar scope and extent which the Offeror has conducted within the past fiveyears; provide the dollar value contract amount for each project. And list project owner contact information for reference inquiries. ======================================================================== Location and Date of Project: Nature and scope of contract (provide a brief project description): Name and address of awarding agency or owner for which work was performed: Name, address, and phone number of Contact Person for the agency Contract Amount Date of Completion If not completed, why? Was contract performed under joint venture, if so with whom and under what arrangement? ======================================================================== Location and Date of Project: Nature and scope of contract (provide a brief project description): Name and address of awarding agency or owner for which work was performed: TIELINE RFP Page 57

58 Name, address, and phone number of Contact Person for the agency Contract Amount Date of Completion If not completed, why? Was contract performed under joint venture, if so with whom and under what arrangement? ======================================================================== Location and Date of Project: Nature and scope of contract (provide a brief project description): Name and address of awarding agency or owner for which work was performed: Name, address, and phone number of Contact Person for the agency Contract Amount Date of Completion If not completed, why? Was contract performed under joint venture, if so with whom and under what arrangement? TIELINE RFP Page 58

59 11. List the name or names of supervisory personnel proposed to be employed on the work under this Contract, including the qualifications and experience record for each. Personnel resumes may be included within the Offeror s proposal submittal. Name Qualifications/Experience 11. List the names and addresses of at least three (3) references, one of which should be a bank or other lending institution, governmental agency, or bonding company. Name of Reference Address and Contact Information TIELINE RFP Page 59

60 ATTACHMENT E Proposal Cost Form TO: American Samoa Power Authority, Attn: Procurement Manager ADDRESS: PO Box PPB, Pago Pago, American Samoa TITLE: Transformers and Walk in Switchgears with Ancillary Systems RFP NO. OFFEROR: FY GEN.80 DATE:, 2011 Gentlemen/Ladies: The undersigned, (hereafter called an Offeror ) hereby proposes and agrees to furnish all the necessary information to above quote in accordance with the Materials Specifications, and Scope of Work, and other procurement requirements specified in these documents for the prices stated in the itemized quote form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized quote form attached hereto. QUOTE Please see the next page for materials specifications and to submit line item quote prices. The total quote price must include all shipping, handling, and stevedoring charges via CIF Pago Port. IN WITNESS THEREOF, the undersigned has caused this instrument to be executed by its duly authorized officers on this day of, OFFEROR: By: Date: Name: Title: Seal TIELINE RFP Page 60

61 ITEM PRICING PROPOSAL FORM: PART 1 TRANSFORMERS (Offeror may add more rows as needed) Company Name: Item Description Capacity / Ratings. Man. Part # Unit price Qty. Extended Price. 1 Transformers complete with OLTC and all associated requirements as per the scope of works and technical specifications. 5000/7000kVA 2 Sea Freight to9 Sites 3 Lead Time in days. 4 Warranty in years for : List 5 Spare Parts List please : 6 Special Tools List Please 7 Maintenance Parts for 5 years. List Please : 8 Factory TIELINE RFP Page 61

62 Inspection 2 people Costs to Offeror only 9 On Site: for Training 12 on Operation 10 for Training 6 on Maintenance Others Specify or List : TIELINE RFP Page 62

63 PROPOSAL FORM: PART 2 Walk-in Switchgears systems (Offeror may add more rows as needed) Company Name: Item Description Capacity / Ratings. Man. Part # Unit price Qty. Extended Price. 1 Walk-in Building kV switchgear with two 38kV 1200A bus 3 VCB 38kV / 1200A Withdrawable 3 15kV 630A VCB 13.2kV nominal operating voltage. 4 Load Break Switch 630A 15kV Spare Parts for 5 years operation HV Fuses CTs Etc. 6 Freight to Site 7 Warranty In years 8 Others Specify TIELINE RFP Page 63

64 ATTACHMENT G PERFORMANCE BOND INSTRUCTIONS The Performance Bond A performance and surety bond must be provided prior to or concurrent with the execution of the written contract. The performance bond shall be in the amount of (the total project cost) Dollars ($). The Performance Bond shall be filed with an authorized surety company listed in Circular 570 ( ; 2006 Revision of the U. S. Department of Treasury), approved or issued by a surety acceptable to ASPA. The costs of said bond shall be included in the contract price. The most current list of Treasury authorized companies is available through the Internet at The Performance Bond will be in force until the work is completed following the Notice to Proceed. The undersigned understands that the American Samoa Power Authority reserves the right to reject any or all proposals or to waive any informality or technicality in any proposal in the interest of the American Samoa Power Authority. Attached hereto is an affidavit in proof that the undersigned has not entered into any collusion with any person in respect to this proposal or any other proposal or the submitting of proposals for the contract for which this proposal is submitted. RESPECTFULLY SUBMITTED BY: (OFFEROR SIGNATURE) (BY) (TITLE) (BUSINESS ADDRESS) TIELINE RFP Page 64

65 ATTACHMENT H PERFORMANCE BOND No. KNOW ALL MEN BY THESE PRESENTS that ( here insert full name and address or legal title of Contractor ), as Principal hereafter called the Contractor, and ( Bonding Company ),, a duly admitted insurer under the laws of the Territory of American Samoa, as Surety, hereinafter called Surety are held firmly bound unto the American Samoa Power Authority as Oblige, in the amount of Dollars ( $ ), for payment of whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Contractor has by written agreement dated _, entered into a contract with the American Samoa Power Authority for (describe project and insert project number) which contract is by reference made a part hereof, and is hereinafter referred to as the Contractor. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract then the obligation shall be null and void, otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alternation or extension provided the same be within the scope of the contract. Whenever Contractor shall be and is declared by the American Samoa Power Authority to be in default under the Contract, the American Samoa Power Authority having performed territorial obligations thereunder, the Surety may promptly remedy the default or shall promptly: 1. Complete the Contract in accordance with its terms and conditions; or 2. Obtain an offer or offers for completing Contract in accordance with its terms and conditions, and upon determination by the American Samoa Power Authority and the Surety jointly of the lowest responsive, responsible Offeror, arrange for a contract between such Offeror and the American Samoa Power Authority, and make available as work progresses (even though there should be a default under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract prices; but not exceeding, including other cost and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The terms ʺbalance of the contract price,ʺ as use in this paragraph shall mean the total amount payable by the American Samoa Power Authority to TIELINE RFP Page 65

66 Contractor under the Contract and any amendments thereto, less the amount properly paid by the American Samoa Power Authority to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than the American Samoa Power Authority or successors of the American Samoa Power Authority. Signed and sealed this day of (PRINCIPAL) SEAL (WITNESS) (TITLE) (MAJOR OFFICER OF SURETY) (MAJOR OFFICER OF SURETY) (MAJOR OFFICER OF SURETY) (MAJOR OFFICER OF SURETY) (RESIDENT GENERAL AGENT) TIELINE RFP Page 66

67 ATTACHMENT I EXHIBIT 1 Single Line Diagram Of Proposed Set Up 34.5kV underground Transmission line to Tafuna Power Plant Walk-IN Shelter. 38:0.120 kv RFP Part kV Side RFP Part kV Side 200:5A Imp.Prot 100:5A 100:5A 1200A 38000V VCB 1200A 38000V VCB / 13200V 5000 / 7000kVA DyN / 13200V 5000 / 7000kVA DyN11 TPU TPU Transformer 1 Transformer 2 RFP Part 1 TIELINE 10MVA SUBSTATION MODIFICATION PROJECT AREA PM 14.4kV : 120V 1200A 13.2kV VCB 300:5A 630A 13.2kV LOAD SWITCH 300:5:5A 1200A 13.2kV VCB 14.4kV : 120V PM ASPA Side A ASPA Side B REV BY CHECKED BY : APROV. BY : DATE PREPARED BY: CHECKED BY : APPROVED BY : ISSUED FOR : ASPA SPECIAL PROJECTS DIVISION IN ASSOCIATION WITH ESD & PGD PROJECT TEMPORARY POWER GENERATION SYSTEM PROJECT DRAWING TITLE SINGLE LINE - TIE LINE SUBSTATION P.O.BOX PPB. PAGOPAGO AM.SAMOA PROJECT LOCATION TEL FAX OF 1 SATALA AND TAFUNA POWER PLANTS. SCALE DATE : NTS PROJECT No. SHEET No. 68

68 teanb:ma1ins3iekm:10mvavtysoltafumgeavumcacityfault:44000a Spare NO CB 0800A CB T2 MCC 0A800A CB T4 MCC 800A Spare with CB 3200A Spare with CB / 13200V 5000 / 7000kVA DyN A CB Masterpack 4000A CB Masterpack 4000A CB 3200A Spare with CB / 13200V 5000 / 7000kVA DyN11 800A CB T3 MCC 800A CB T6 MCC 800A CB Station MC MCC OLD 4000A Spare NO CB 480:120 V 480:120 V 480:120 V 480:120 V Disconnect SWITCH NC Disconnect SWITCH NC Disconnect SWITCH NC Disconnect SWITCH NC Generator Protection Disconnect SWITCH NC Disconnect SWITCH NC / 13200V 5000 / 7000kVA DyN11 Disconnect SWITCH NC Disconnect SWITCH NC / 13200V 5000 / 7000kVA DyN11 Disconnect SWITCH NC Disconnect SWITCH NC Disconnect SWITCH NC Disconnect SWITCH NC Generator Protection Disconnect SWITCH NC Disconnect SWITCH NC Disconnect SWITCH NC Disconnect SWITCH NC ATTACHMENT I EXHIBIT 2 Single Line Diagram Of The ASPA Electrical System Walk-IN Shelter. 38:0.120 kv TIELINE BETWEEN PLANTS UG 10 miles 350 MCM. 200:5A Imp.Prot RFP Part kV Side Walk-IN Shelter. 100:5A 100:5A 38:0.120 kv Imp.Prot 200:5A RFP Part kV Side 1200A 38000V VCB 1200A 38000V VCB Not part of the WAlk-IN Switchgear Assembly. 100:5A 100:5A TPU TPU 1200A 38000V VCB 1200A 38000V VCB Not part of the WAlk-IN Switchgear Assembly. Transformer 1 Transformer 2 RFP Part 1 Feeder 3 Feeder 6 3.8MW Nuuuli Uta to Pavaiai TPU Transformer 1 Transformer 2 RFP Part A RFP Part A 13.2kV 13.2kV 13.2kV VCB VCB Side TPU 3.5MW Tafuna Plant to Iliili intersection. Feeder 7 2.5MW Satala to Fagatogo wharf. PM 14.4kV : 120V 1200A 13.2kV VCB 300:5A 630A 13.2kV LOAD SWITCH 300:5:5A 1200A 13.2kV VCB 14.4kV : 120V RFP Part kV Side PM OPTIONAL LINK Feeder 4 400kW Feeder kW Star Kist 4575kW Leloaloa to Onegoa Satala and Star Kist Freezer Star Kist and Can Plant Feeder 9 4.5MW Tafuna to Fagamalo Proposed Second Feed to Aggreko. PM 14.4kV : 120V 300:5A 630A 13.2kV LOAD SWITCH 300:5:5A 14.4kV : 120V PM Feed to Aggreko 6.3MW Temp Plant after Dec Feeder 5 2.5MW Nuuuli to Fagaalu LVS FAGAALU EMS CENTER LBJ MC Feeder 8 2.5MW Utulei to Fagaalu 200kW Sam Pac 51 51N Feeder 11 DPU2000R 300:5A 300:5A kwhr ABB ABB kw DPU2000 DPU2000R A 8400 : 120 V 8400 : 120 V :5A DPU2000R 300:5A DPU2000R DPU2000R : 120 V 25 PART2 CONTAINERIZED WALK IN SWITCHGEAR 1200A 13.2kV Hz V Hz V Hz V S800kW Hz V : 120 V 25 PART2 CONTAINERIZED WALK IN SWITCHGEAR 1200A 13.2kV 1200A CB Vacuum Not Connected 1200A CB 1200A CB 1200A CB 8400 : 120 V VA na : 120 V VA na. 1200A CB 1200A CB 1200A CB Vacuum Not Connected 300:5A 630A CB Feeder Protection 300:5A 630A CB Feeder Protection 14400:120 V VA na. 300:5A 630A CB Feeder Protection 300:5A 630A CB Feeder Protection 300:5A 630A CB Feeder Protection 300:5A 630A CB Feeder Protection 14400:120 V VA na. 300:5A 630A CB Feeder Protection 630A CB 300:5A Feeder Protection TIe CB NC 300:5A 300:5A : 100 V : 100 V 25 50:5A ABB DPU2000R : 100 V 25 ABB DPU2000R 200:5A 50/51N kw / kwhr : 100 V 25 G 1 / 8 G 2 / 8 G 3 / 8 G 5 / 8 G 6 / 8 G 7 / 8 G 8 / 8 G 1 / 8 G 2 / 8 G 3 / 8 G 5 / 8 G 6 / 8 G 7 / 8 G 8 / 8 300:5A 13200V 4.75MW 300:5A 60A 30s. 60:1A 50/51 87 Earthing Resistor 300:5A 13200V 4.75MW 300:5A 50/51 87 Earthing Resistor / 480V 2500kVA T2 Generator Same layout as others / 480V 2500kVA 8400 : 120 V /0.48kV 2.0MVA 300:5A DPU2000R / 208V 30kVA TSS1 5A Fuse 400A 10sec. 51 / 50 / N / 208V 30kVA TSS1 5A Fuse Schneider 4000A 480V Station Services 4000A 480BUS 2 NH40 H2 Micrologic 5.0P See Cat Drawings for Details Transformer Metering Local Services Fuel transfer pumps lighting battery chargers. SCADA Monitoring 100:5A 100:5A Transformer Metering Local Services Fuel transfer pumps lighting battery chargers. SCADA Monitoring 100:5A TAFUNA PLANT RESTORED TO 21MW CAPACITY T8 A.2TkAVL1A2SI0TAEB1U130SOPTIONAL LINK TEMPORARY POWER SYSTEM PROJECT AREASS3.A2TkAVL1A2SI0TAEB2U10Sam Pac Shutdown 300:5A V Hz V Hz : 120 V : 120 V A 13200V BUS A 13200V BUS A 13200V BUS V Hz V Hz V V Hz V Hz A kw A kw T2 Generator 4.75MW 13.2kV V 13.2/0.48kV 2.0MVA Hz 25 V : 120 V 300:5:5A Hz PM 25 V : 120 V 300:5:5A Hz 400A 10sec. 51 / 50 / N Isolator T3 Generator 4.75MW 13.2kV Fuses.SSystem Earth Transformer : 120 V 1200A 13200V BUS 50:5A A kwhr T6 Generator CB Used as Feeder PM T4 Generator 4.75MW 13.2kV Down Aug 2010 tobe repaired and Overhauled INCOMING Transformer 2 480V CB NH32 H2 Micrologic 5.0P INCOMING Transformer 1 480V CB 4000A 480BUS 1 G 4 / : 120 V 13200V 2500kVA 300:5A N PART 1 CONTAINERIZED GENERATORS MW 13.2kV SYSTEM (1 OF 8 UNIT SHOWN ) G 4 / V 2500kVA 300:5A N PART 1 CONTAINERIZED GENERATORS MW 13.2kV SYSTEM (1 OF 8 UNIT SHOWN ) 100:5A System Earth Transformer T2 MCC T4 MCC T3 MCC T6 MCC STATION SERVICES T7 2x 1.5MW 480V 3516B parev BY CHECKED BY : APROV. BY : DATE CHECKED BY : APPROVED BY : ISSUED FOR : ASPA SPECIAL PROJECTS DIVISION IN ASSOCIATION WITH ESD & PGD P.O.BOX PPB. PAGOPAGO AM.SAMOA TEL FAX DRAWING TITLE PROJECT LOCATION TEMPORARY POWER PROJECT PROJECT ELETRIC PLAN ELECTRICAL SINGLE LINE DIAGRAM SATALA POWER PLANT SITE DATE : NTS PROJECT No. SHEET No OF 1 69

69 Attachment I Exhibit 3a Location Of Substation At The Satala Plant Site Satala Power Plant Site Blue line Indicates the FEMA approved VE Zone. TIELINE Substation circled. View #4 View #2 View #3 View #1 View #1 View #2 View #3 View #4 70

70 Attachment I Exhibit 3b Dimension Of Existing Substation At The Satala Plant Site N Damaged Tieline Transformer Cable Access Opening Cable Access Opening 0 10 Cable Access openings for Switchgear Damaged Tieline Transformer 5 8 Existing Walk In Switchgear Building Cable Access Opening 18 3 Cable Access Opening

71 Attachment I Exhibit 4a Location Of The Proposed Substation At The Tafuna Plant Site REV BY CHECKED BY : APROV. BY : DATE PREPARED BY: CHECKED BY : APPROVED BY : ISSUED FOR : ASPA SPECIAL PROJECTS DIVISION IN ASSOCIATION WITH ESD & PGD PROJECT TEMPORARY POWER GENERATION SYSTEM PROJECT DRAWING TITLE SINGLE LINE - TIE LINE SUBSTATION P.O.BOX PPB. PAGOPAGO AM.SAMOA PROJECT LOCATION TEL FAX OF 1 SATALA AND TAFUNA POWER PLANTS. SCALE DATE : NTS PROJECT No. SHEET No. 72

72 Attachment I Exhibit 4b Location Of The Proposed Substation At The Tafuna Plant Site Existing TL Transformer Site (Only Has One Transformer) Tafuna Power Plant Proposed TL Transformer Site (For Two Transformers) Proposed Tafuna TL Transformer Site inside Red Line. (20 foot containerized generators will be removed for site preparation) 73

73 Attachment I Exhibit 5 Map Of Am. Samoa And The Location Of The Sites Satala Power Plant Tafuna Power Plant Satala Power Plant Tafuna Power Plant 74